More
Help
About
Sign Out
No preview available
/
Fit window
Fit width
Fit height
400%
200%
100%
75%
50%
25%
View plain text
This document contains no pages.
The URL can be used to link to this page
Your browser does not support the video tag.
Contract with J.R.T. Construction CO.
3oy9q MIAMI BEACH THIS IS A CONTRACT, by and between the City of Miami Beach, a municipal corporation of the State of Florida ("City"), having its principal place of business at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and J.R.T. CONSTRUCTION CO., a Florida corporation, having its principal place of business at 3050 NW 77 Court, Doral, FL. 33122 ("Contractor"). W I TN E S S E T H, that Contractor and City, for the consideration 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 the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. Contractor shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed will not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by Contractor and acceptance of the full - progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the Work. The Contractor shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within four hundred twenty five (425) calendar days from the issuance of the second Notice to Proceed and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by Consultant as the date of Substantial Completion. ITB No. 2019-002-DF 1 MIAMI BEACH 2.3 Upon failure of Contractor to substantially complete the Contract Contractor shall pay to City the applicable liquidated damages amount established in the following schedule and shall be assessed for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. Original Contract Amount Daily Charge Per Calendar Day $50,000 and under $956 Over$50,000 but less than $250,000 $964 $250,000 but less than $500,000 $1,241 $500,000 but less than $2,500,000 $1,665 $2,500,000 but less than $5,000,000 $2,712 $5,000,000 but less than $10,000,000 $3.447 $10,000,000 but less than $15,000,000 $4,866 $15,000,000 but less than $20,000,000 $5,818 $20,000,000 and over $9,198 plus.0.00005 of any amount over$20 million (Round to nearest whole dollar) The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City,is authorized to deduct liquidated damages from monies due to C'o`ntractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and Consultant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders?issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE 3 THE CONTRACT SUM [ ] This is a Unit Price Contract:* 3.0 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The ITB No. 2019-002-DF 2 MIAMI BEACH • number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. . 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [X] This is a Lump Sum Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 The Contract Price is $9,441,801.60, consisting of a base bid lump sum amount of $8,583,456.00, and a separate line item in the amount of $858,345.60 for the Owner's Contingency (to be used solely by the City at its sole discretion for the purposes described in the Contract Documents). The Contract Price, excluding the Owner's Contingency, shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably ihferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.0 Contractor may make Application for Payment for work'completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall not be limited to, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the Contract Documents, a release of liens and consent of surety relative to the work which is the subject of the Application for Payment. Following submission of an acceptable updated progress schedule and the other documents required herein a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in accordance with Section 218.735 of the Florida Statutes. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs ITB No. 2019-002-DF 3. MIAMI BEACH associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub-Section 43. Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and shall otherwise be at the sole discretion of the Contract Administrator, after considering any recommendation of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in, retainage, except as may be required herein or by Florida law. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a stand-alone document, separate from monthly applications for payment. All requests for release of retainage shall be made in accordance with, and shall be subject to, the requirements of Section 255.078 of the Florida Statutes, as may be amended. Except as provided by law, the City shall have no obligation to release or disburse retainage until Substantial Completion of the Project. Upon receipt by the Contractor of a Certificate of Substantial Completion pursuant to ITB Section 0500, Sub- Section 43, fully executed by the City establishing the Date of Substantial Completion, and after completion of all items on the punch list and/or other incomplete work, the Contractor may submit a payment request for all remaining retainage. It shall be the City's sole determination as to whether any of the items have been completed. For items deemed not to have been completed, the City may withhold retainage up to one and one-half times the total cost to complete such items. Any interest earned on retainage shall accrue to the benefit of City. City shall disburse the amounts withheld upon the City's acceptance of the completion of the items for which they were withheld. 4.1 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.1.1 Defe,ctive work not remedied. 4.1.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.1.3 Failure of Contractor to make payment properly to Subcontractors or for material or labor. 4.1.4 Damage to another contractor not remedied. 4.1.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the City. When the above grounds are removed or resolved satisfactory to the City, payment shall be made in whole or in part. ITB No. 2019-002-DF 4 MIAMI BEACH ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (ITB Attachment D-6) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract; a consent of the surety to final payment; the final corrected as-built drawings; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a and the final bill of materials, if required, and•invoice. 5.3 If, after the Work has been substantially'completed, full completion thereof is materially delayed through no fault,of Contractor , and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made-only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6 MISCELLANEOUS 6.1 The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any law, ITB No. 2019-002-DF 5 MIAMI BEACH regulation, statute or code requirement which is applicable to this Project, the more stringent provision shall prevail and govern the performance of the Work. 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit'a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months 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. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third-party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed 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: Capital Improvement Projects 1700 Convention Center Drive e Miami Beach, FL. 33139 Attn: Ariel Guitian/ Sr Project Coordinator ITB No. 2019-002-DF 6 MIAMI BEACH With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: J.R.T Construction, Co. 3050 NW 77 Court Doral, FL. 33122 Attn: Jeovanni R. Tarafa Email: jtarafa(c tarafaconstruction.com 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the 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. 1 1 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. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. ITB No. 2019-002-DF 7 MIAMI BEACH 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, 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. 6.13 Public Records City of Miami Beach is a public agency subject to Chapter 119, Florida Statutes. As required by Chapter 119, Florida Statues, the Contractor and all sub-contractors for services shall comply with Florida's Public Records Law. Specifically, the contractor and sub contracts shall: 6.13.1 Keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service; 6.13.2 Provide the public with access to such public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed that provided in Chapter 119, Fla. Stat., or,as otherwise provided by law; 6.13.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 6.13.4 Meet all requirements for retaining public records and transfer to the County, at no cost, 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. ITB No. 2019-002-DF 8 MIAMI BEACH All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the agency. 6.13.5 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Contract and the county shall enforce the Default in accordance with the provisions set forth in the General Terms and Conditions, Article 12. 7. Compliance with FHWA 1273 Contractors and subcontractors shall be at all times, in compliance with the requirements of FHWA-1273, attached hereto as Exhibit A. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK ITB No. 2019-002-DF 9 MIAMI BEACH IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the respective dates written below: CITY ATTEST: THE CITY • MIAMI :EACH, FLORIDA City C -rk g City anag –Jimmy L. Morales E —� � d* of , 20 I INCORP iORATplD' Y OCT - 12019 26 y loretikutm CONTRACTOR ATTEST: CONSTRUCTI N, CO (JJ.R.T By Jeovowl v►; F. . ra �G► (Secretary) (President) geovotvw6 . TAra � ?ves 1 af 4- (Corporate Seal) (Print name/Title Signed Above) 2‘" day of SeQkeW ber, 20 t' . APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION 9 [10 City Attdrhey 0 h p Date ITB No. 2019-002-DF 10 MIAMI BEACH ATTACHMENTS Exhibit A FHWA Form # 1273 Attachment A Resolution Commission Items and Commission Memorandum Attachment B Solicitation and Addendums Attachment C Consultants Response Attachment D Insurance Requirements Appendix A: Required Forms Attachment A-1: ITB Price Form & Unit Price Breakdown Form Attachment A-2: Bid Tender Form Attachment A-3: Supplement To Bid Tender Form: Contractor Qualification Statement Attachment A-4: Supplement To Bid Tender Form: Non-Collusion Certificate Attachment A-5: Supplement To Bid Tender Form: Drug Free Workplace Certification Attachment A-6: Supplement To Bid Tender Form: Equal Benefits Ordinance Attachment A-7: Supplement To Bid Tender Form: Trench Safety Act Attachment A-8: Supplement To Bid Tender Form: Recycled Content Information Attachment A-9: Supplement To Bid Tender Form: Sub-Contractors Attachment A-10: Supplement To Bid Tender Form: Davis Bacon Act Attachment A-11: Supplement to Bid Tender Form: Bid Certification, Questionnaire & Requirements Affidavit Appendix A: FDOT Required Forms Attachment A-12: FDOT Form #525-010-46 Attachment A-13: FDOT Form#375-030-33 Attachment A-14: FDOT Form #375-030-40 Attachment A-15: FDOT Form # 575-060-13 Attachment A-16: FDOT Form # 375-030-32 Attachment A-17: FDOT Form # 375-030-34 Attachment A-18: FDOT Form #375-030-91 Attachment A-19: FDOT Form #375-040-62 All addenda and other modifications made prior to the time and date of bid opening shall be issued as separate documents identified as Addendums to the Contract Documents. ITB No. 2019-002-DF 11 MIAMI BEACH ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Item Coversheet Page 1 of 1 • Competitive Bid Reports-C2 A MIAMI BEACH ,COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales;,City Manager DATE: September 11,2019 • SUBJECT:REQUEST RATIFICATION OF ITEMS APPROVED BY• CITY::=MANAGER PURSUANT TO RESOLUTION NO. 2019-30894. RECOMMENDATION The administration recommends that the Mayor and City Commission ratify the items approved by the City Manager, as listed in Attachment B,pursuant to Resolution 2019-30894. ANALYSIS In order to ensure that essential services continue and operational needs are met during the period in which the City Commission is in recess between the last Commission meeting on July 31, 2019, until the first regularly scheduled Commission meeting on September 11, 2019, the Mayor and City Commission, on July 17, 2019, adopted Resolution 2019-30894. The resolution is included in Attachment A. The resolution authorizes the City Manager to sign all contracts and grant applications, and renew or terminate any existing contract during the period in which the City Commission is in recess. A listing and brief description of each item approved by the City Manager pursuant to Resolution 2019-30894 is included in Attachment B.A copy or corresponding back up for any of the items included in Attachment B is available upon request. CONCLUSION The administration recommends that the Mayor and City Commission authorize ratification of the items the City Manager, or his designee, authorized to, as needed, select, negotiate, award, and/or reject all bids, execute contracts and agreements, submit grant applications, renew existing contracts that may expii-e,and terminate existing contracts,during the recess period between the last City Commission meeting on July 31,2019 and the first regularly scheduled City Commission meeting on September 11,2019. Legislative Tracking Procurement ATTACHMENTS: Description D Attachment A a Attachment B • https://miamibeach.novusagenda.com/AgendaWeb/CoverSheet.aspx?ItemID=14448 9/3/2019 RESOLUTION NO. 2019-30894 A RESOLUTION OF THE CHAIRPERSON AND MEMBERS OF THE CITY OF MIAMI BEACH REDEVELOPMENT AGENCY (RDA), FLORIDA, AUTHORIZING THE EXECUTIVE DIRECTOR, OR HIS DESIGNEE, TO SELECT, NEGOTIATE, AWARD AND REJECT ALL BIDS, CONTRACTS, AGREEMENTS, AND GRANT APPLICATIONS; RENEW EXISTING CONTRACTS WHICH MAY EXPIRE; AND TERMINATE EXISTING CONTRACTS, AS NEEDED, DURING THE RECESS PERIOD BETWEEN JULY 31, 2019 AND THE FIRST REGULARLY SCHEDULED MEETING ON SEPTEMBER 11, 2019, SUBJECT TO RATIFICATION BY THE RDA AT ITS FIRST REGULARLY SCHEDULED MEETING ON SEPTEMBER 11, 2019. WHEREAS, between July 31, 2019, and the first regularly scheduled RDA meeting on September 11, 2019,the RDA will be in recess and is not scheduled to be in session;and WHEREAS, during this period there may be bids or contracts in excess of the $100,000 for goods and services or$300,000 for construction,which may need to be issued, rejected, awarded, or terminated; and I I WHEREAS, the RDA has historically, during its August recess, authorized the Executive Director to, as needed, select, negotiate, award and/or reject bids, execute contracts and agreements, submit grant applications, renew existing contracts that may expire, and terminate existing contracts, subject to subsequent ratification by the RDA;and WHEREAS, it is therefore requested that the Executive Director, or his designee, be authorized to, as needed, select, negotiate, award, and/or reject all bids, execute contracts and • agreements, submit grant applications, renew existing contracts that may expire, and terminate existing contracts during the recess period between July 31, 2019 and the next regularly scheduled RDA meeting on September 11, 2019, subject to ratification by RDA at its regularly scheduled meeting on September 11,2019. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CHAIRPERSON AND MEMBERS OF THE MIAMI BEACH REDEVELOPMENT AGENCY, FLORIDA, that the Chairperson and Members hereby authorize the Executive Director, or his designee, to select, negotiate, award and/or reject all bids, execute contracts and agreements, submit grant applications, renew existing contracts that may expire, and terminate existing contracts, as needed, during the recess period between July 31, 2019 and the next regularly scheduled RDA meeting on September 11, 2019, subject to ratification by the RDA at its regularly scheduled meeting on September 11, 2019. PASSED AND ADOPTED this /7 day of ,77,/y 2019. , Dan Gelber, Chairperson ATTEST: v12 let 2014 +1 Rafae E. Granado, Secretary =`P.•••. ••••..'9�,, • ` 1 y��� FORM • APPROVED ASTO & LANGUAGE & FO XEC * INCORP ORATED:*' TION • ........... 7 (7 ( General Counsel++„CH 26 �'``` Redevelopment Aencaa►auaa,,,.•,� yurepr Defe ATTACHMENT B A copy or corresponding back up for any of the items stated herein is available upon request. Solicitation Number: Title: ITB 2019-002-DF Middle Beach Recreational Corridor (MBRC) Phase III (From 24th To 45th St.) FM #436748-1. The Middle Beach Recreational Corridor(MBRC) project is a pathway that supports bicyclists, pedestrians, and other non-motorized modes of transportation as part of the Greater Atlantic Greenway Network(AGN). In addition to providing a safer and accessible corridor for all to use, the MBRC project also aims to remove non-native vegetation replacing it with enhancements such as dune native vegetation and create pathway lighting that meets Florida Fish and Wildlife Commission's marine turtle nesting requirements. As the current Phase II portion of the corridor nears completion, the City sought to solicit bids for Phase III of the MBRC project which covers approximately 5,695 linear feet and covers between 24th and 45th streets. This section of the MBRC will be partially funded through a State of Florida Department of Transportation (FDOT) Local Agency Partner(LAP) grant. The scope of work includes the demolition of the existing boardwalk, the construction of an on- grade ADA compliant pedestrian paver walkway with bollard lights, the beautification of the street ends along the corridor with landscaping, lighting and irrigation; removal of exotic, non- compatible dune fill, and pathway lighting that will meet marine turtle nesting requirements. ITB No. 2019-002-DF, was issued on May 23, 2019, with a bid opening date of July 23, 2019. Four (4) addenda were issued. The Procurement Department issued bid notices to interested firms via www.publicpurchase.com and www.bidsync. website. The notices resulted in the receipt of three (3) responses from: J.R.T. Construction Co.; Ric-Man Construction, Inc.; and, Critical Path Services, Inc. The Procurement Department verified that the lowest responsive bid submitted by J.R.T. Construction Co. ("J.R.T. Construction") met all the requirements of the ITB, including: 1. Bid Bond: J.R.T. Construction submitted a bid bond for 5% of the bid amount, as required. 2. Licensing Requirements: J.R.T. Construction Florida is State certified as a General Contractor. State license number is: CG.C1505433 and expires on August 31, 2020. 3. Previous Experience (Firm): J.R.T. Construction has completed the required projects, which were similar in size, scope, and in the timeframe requested. Project references were verified and provided positive feedback. Consequently, J.R.T. Construction has been deemed the lowest responsive and responsible bidder meeting all terms, conditions, and specifications of the ITB. Below is a brief summary of the firm. J.R.T. Construction, Co. is a Florida Profit Corporation first established in 2003. Their place of business is in Doral, FL. Since their inception, they have completed projects for Miami-Dade County Public Schools, Miami-Dade County Parks and Recreation, City of Miami, Miami-Dade County Department of Solid Waste Management, and Miami Dade College. Additionally, as a partially funded FDOT LAP project, the City has received a letter of concurrence from the State of Florida to move forward with the award to J.R.T. Construction, Co. The City Manager approved the award of a contract to J.R.T. Construction, Co., pursuant to the City Manager's recess authority as provided in Resolution No. 2019-30894. ATTACHMENT B , SOLICITATION (ITB) AND ADDENDUMS I I MIAMI A CH •Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 } ADDENDUM NO.4 INVITATION TO BID (ITB) NO. 2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC) PHASE III (From 24th to 45th ST) FM#436748-1 July 16, 2019 from prospective proposers, This Addendum to the above referenced ITB is issued in response to questionsp p p p , or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). PURSUANT TO INVITATION TO BID SUMMARY,THE DEADLINE FOR QUESTION HAS PASSED AND NO FURTHER QUESTIONS WILL BE.CONSIDERED. • ACCORDINGLY, NO FURTHER EXTENSIONS TO,THE DUE DATE WILL BE ALLOWED. I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m.,on Tuesdays July 23,2019. City of Miami Beach Procurement Department 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the bidder is solely responsible. II. ANSWERS TO QUESTIONS RECEIVED. Q1: Please provide further clarification on the intent of the response provided to Question #27. 1. Is the intent of the response to expand the fenced in job limits (defined in the plans) up to the easternmost edge of the existing vegetated dune areas to properly allow for existing invasive exotics to be removed? 2. Is the intent of the response to have the contractor work beyond the fenced in job limits (defined in the plans) in order to remove existing invasive exotics seaward up to the easternmost edge of the existing vegetated dune area?Without a protective fence barrier? , 3. If the intent of the response is to have the contractor remove existing invasive exotics that are mixed with native vegetation outside the job limits up to the easternmost edge of the existing vegetated dune area, please clarify if the removal of the invasive exotics needs to include removal of their root system, which will.dam age existing native vegetation in the vegetated dunes due to the equipment/machinery needed for removal of roots system. If so, please specify the plant material quantity and types required to restore the existing vegetated dune area after the removal of the invasive exotics so that bidders may properly estimate and quantify this added 1 ADDENDUM NO.4 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 1 scope of work. 4. If the intent of the response is to have the contractor remove existing invasive exotics in the existing vegetated dunes outside the job limits by hand without removal of their root system, please note that warranty cannot be provided as to the "grow back" of the invasive exotics. Additionally, removal of existing invasive exotics by hand will still damage existing native vegetation (within the vegetated dune) in order to create access to areas to remove invasive exotics by hand. Please clarify if the contractor will be required to restore damaged native vegetation. If so, please specify the plant material quantity and types required in order to properly estimate and quantify this added scope of work. Please provide revised plans identifying any expanded areas requiring removal of existing invasive exotics and revised planting plans identifying and specifying any added plant material as a result of the removal of existing invasive exotics in the existing vegetated dunes so that we may properly estimate and quantify this work. Al: Contractor is to proceed per plans and scope of work, any invasive exotics (species) beyond the limits of the scope of work will be addressed via Contingency Draw/Change Order. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoamiamibeachfl.00v Contact: Telephone: Email: Danny Flores 305-673-7000, Ext.7490 dannvflores(a miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sincerely, , a r .Al-x Denis Procurement Director 911. •IIMMEMPRES•62•49/6[Calil 2 ADDENDUM NO 4 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 — 4 I MIAMIBEACH II Procurement Department, 1755 Meridian Avenue, 3b Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 3 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC) PHASE III (From 24th to 45th ST) FM#436748-1 July'12, 2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). PURSUANT TO INVITATION TO BID SUMMARY, THE DEADLINE FOR QUESTION HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED. ACCORDINGLY, NO FURTHER EXTENSIONS TO THE DUE DATE WILL BE ALLOWED. I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Thursday, July 18, 2019. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic, or other delays for which the bidder is solely responsible. II. ATTACHMENT(S) • Exhibit A- State of Florida Department of Transportation -Vendor Eligibility Check Prior to Contract Award-Form#375-030-91 (Attachment A18 unintentionally omitted) III. ANSWERS TO QUESTIONS RECEIVED. Q1: We are trying to do a takeoff on the civil drawings. Please refer to Sheet,C116, Note 1 and 2 (Typical), it shows that.a main line is running north and south along the board walk. However, we you go to Sheets C101 thru C115, it does not show any 3-Inch Irrigation Main or 2-inch Water Main. Furthermore, the street ends does not show any tie-ins to existing. Please clarify since we need to know whether they are tie-in to existing right at the street end or we need to run mains all along the boardwalk. Al: Per the plans: • A tie-in occurs at 27th Street (Sheet C117-1) that will require a 2-inch and a 3-inch HDPE 4710 main to run alongside the paver walkway from 27th Street to 25th Street (Sheets C116 through C117-1) • A tie-in Into the an existing meter at 30th Street that will feed 31st Street(Sheet C117-2)that will require a 2-inch and a 3-inch HDPE 4710 main to run alongside the paver walkway from 30th Street to 31st Street 1 ADDENDUM.NO.3 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 • A tie-in occurs at 38th Street (Sheet C118-2) that will require a 2-inch and-a 3-inch HDPE 4710 main to run alongside the paver walkway from 37th Street to 43rd Street(Sheets C118 through C121) Q2: Page 14 of the ITB, Section 19 — Indicates that we must pay for all permits that may be required. Furthermore, it indicates the four permits that we must procure — City of Miami Beach, Department of Environmental Protection, DERM and dewatering permit. The bid has an allowance of $15K. Please confirm that the usage of this allowance is for all of these permits. A2: Yes.The permit allowance is used to reimburse the contractor for any permit fees paid. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoCc�miamibeachfl.gov Contact: Telephone: Email: Danny Flores 305-673-7000, Ext. 7490 dannyflores(a,miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si ex Den s rocure nt Director I 2 1 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 T •I l M I B EAC H Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 2 INVITATION TO BID(ITB) NO. 2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC) PHASE III (From 24th to 45th ST) FM#436748-1 July 10, 2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). - I PURSUANT TO INVITATION TO BID SUMMARY,THE DEADLINE FOR QUESTION HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED. ACCORDINGLY, NO FURTHER EXTENSIONS TO THE DUE DATE WILL BE ALLOWED. I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Wednesday July 17,2019. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the bidder is solely responsible. II. ATTACHMENT(S) • Exhibit A-Sheets V-1 through V-9 • Exhibit B -Geotechnical Report •. Exhibit C -Revised SD103 • Exhibit D -Revised SP101'-SP121 • Exhibit E-Revised L901 • Exhibit F-Revised SP001 • Exhibit G-Revised SP003 • Exhibit H -Revised SP202 III. ANSWERS TO QUESTIONS RECEIVED. Q1: After review of submitted PDF bid plans, we have found the Survey plans V- 1 thru V-9, and the plan sheet SP-516 containing Electrical details, are missing from the provided set of plans. Please provide missing plans ASAP. Al: Please see Exhibit A for Sheets V-1 through V-9. Sheet SP-516 was provided in Addendum No. 1. 1 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-OF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 Q2: ITB page 3 shows that Prevailing Wages and also Davis-Bacon wages shall apply to this project. During the Pre-Bid meeting it was stated that Davis-Bacon Wages are to be used for this project. Please confirm that only Davis-Bacon Wages apply to this project. A2: Please refer to answer to Question 10 of Addendum No. 1. Q3: ITB page 3 shows the proposed Project Completion Timeframe to be 365 calendar days. After preforming a preliminary CPM schedule we do not believe that the specified Contract Time of 365 calendar days is doable given the magnitude, length and landscaping planting strategy/phasing required. Not only is the proposed path length over 7,200 Lineal feet(including street ends), but it includes a huge demolition component, and specialty site furnishings such as precast benches, cast in place shower walls and other components. We respectfully request the Owner to extend the project duration to at least 540 calendar days to Substantial completion. A3: Please refer to Revision A of Addendum No. 1: Q4: Specification Section 01010,item 1.06-D-2 states"in no case shall more than 200 I.ft. of pathway in a section be under construction at one time". This requirement would likely make the project duration 5 years or more. We respectfully request the City to eliminate this requirement and revisit the specified Contract Time as requested in the previous clarification. A4: This limitation is hereby eliminated. Contract time was revised, refer to Revision A in Addendum No. 1. Q5: Specification Section 01010, Item 1.06-D-12 calls for the Contractor to provide off-site parking for its employees and its subcontractor's employees. Is there a possibility by the City to rent spaces to the GC for the project employees and subcontractors at the existing City parking lots or parks? There will be an approximately requirement for 12 parking spaces. Please advise if the City will provide these spaces for rent. If so, please provide locations and monthly fees for the same. , • A5: No, the city doesn't rent parking spaces. Contractor needs to submit a parking management plan for review and approval by the City. Q6: Specification Section 01010, Item 1.06-D-13 calls for the Owner to provide a staging area for the Contractor.The project requires a large staging area, due to the size and equipment requirements. Please clarify as to the proposed main staging area location, and size so we may determine logistics and estimate the extent of the existing finishes that would need to be restored. A6: Please refer to answer to Question 2 of Addendum No. 1. Q7:'The project will require several access points to the beach with heavy equipment and trucks. Which street ends will be available for equipment and truck access? Please provide a plan showing the permissible location of beach access for construction and related existing surfaces therein so we can include restoration work required. A7: There are no restrictions for access points. Contractor is responsible for providing beach access to the public. Contractor is responsible for complying with designated staging areas, provided in Question.2 of Addendum No. 1, and historical district requirements. Q8: The project will require several of the street ends, currently serving as an access road, to also serve as temporary storage area for materials in transition during construction. Please advise if the Contractor may close portions of the actual asphalt street (at street ends)for temporary storage purposes. This is a very long and complex project that involves a large amount of logistic to be able to perform the Work 2 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 , within a very confined space. Please clarify. A8: Please refer to answer to Question 2 of Addendum No.1. Q9: Does the bike path between 24th street and 29th street need to remain accessible to the public during construction? Please clarify. A9: Yes,the street between 24th and 29th Street must remain accessible to the public. Q10: Specification Section 01010, item 1.20-A regarding excess materials states that all excess material desired to be retained by the City shall be delivered by the Contractor to a designated area within a 5 mile radius of the Project. Grading plans C-101, C-106 and C-109 showing the Soil Cut calculations, state that the cut soils are to be relocated on site for the three segments involved, so there should be no excess fill to relocate out of site;Please clarify if there will be any excess fill that needs relocation. A10: Any excess material that is generated east of the Erosion Control Lineshall be relocated within the project area and kept east of the Erosion Control Line. Relocation of any excess material will likely be placed on areas where the removal of invasive Scaevola taccada has been performed. Q11: Please provide details of the location'where the excess fill relocation mentioned in the previous question is to be deposited. Will this operation require restoration of any areas at the deposited location? If so, please describe restoration required. Al2: Relocation of any excess material to be placed on areas where the removal of invasive Scaevola taccada has been performed. Q13: Specification Section 01010, Item 1.14-B regarding Utility relocations calls for all relocation charges by the Utility Companies to be the responsibility of the Contractor, but plans provided do not show any Utility Relocations.being required. Specification Section 01530, Item 1.05-E covers the case of the Utilities Not Indicated in plans, and it includes provisions to have those covered as a Change and extra work order. Please clarify if all charges for relocations by the Utility Companies not shown in plans, will be the responsibility of the Owner,or be covered thru.an extra work order. - - • A13: All charges for relocations will either comply with Specification Section 01010, Item 1.14- B or Section 01.530, Item 1.05-E. Q14: Specification Section 01025, Item 1.05-A call for the Owner to reimburse the Contractor from the permit fee allowance, as shown in Bid Form A-1. Please clarify if the Owner will reimburse the Contractor for all Permit fees and Sub-permits fees, including tree relocation fees, Miami-Dade County fees, and State of Florida permit fees,as may be required. A14 Allowance will be used to cover all permit fees including any subcontractor, County and State fees. Q15: Specification Sections do not mention the new Utilities fees that may be required by the Water and Sewer Authority (WASA) and by FPL for the new services required in plans. Please clarify if Owner will pay directly such connections, deposits and other fees,as required for the new utility services. A15: The City will be responsible for the fees or will reimburse the contractor for such fees. Q16: Specification Section 02010 indicates that soil boring data has been provided. We could not find any Geo report or soil boring in the bid documents provided. Please provide. • A16: Please see Exhibit B for Geotechnical Report. 3 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 Q17: Specification Section 02050 for( Demolition and the Demolition plans do not mention any requirements about the possibility of Asbestos abatement being required at any of the demolition locations indicated,in plans. Has the Owner conducted an Asbestos Survey of the proposed demolition materials? Please provide the Asbestos survey and test results. A17: Asbestos survey has not been performed. Q18: Specification Section 02050 for Demolition and the Demolition plans do not mention any requirements about possible Toxic materials abatement being required due to the demolition of the Pressure Treated wood boardwalk. In the past, certain PT woods were treated with what is now considered a Toxic material, such as Creosote or CCA (Chromated Cooper Arsenate). Has Owner conducted a survey for toxic materials on the PT wood to be demolished? Please provide survey and test results. A18: There is no PT wood. The existing boardwalk is constructed from cedar wood and ipe wood. Q19: If owner has not conducted testing for Asbestos and Toxic materials and therefore no results are available, is Contractor to include such testing and consider the possible positive findings as Unforeseen Conditions, subject to a Change Order fo`r Abatement procedures? Please clarify how the Owner wants to proceed with such possibilities. A19: Contractor is not responsible for testing. Q20: Specification Section 02110, item 2.04-B regarding Clearing, calls for the "fences shall be removed and disposed of or reinstalled in accordance with the plans or as directed by ENGINEER". No plans showing fence removals have been provided and no notes regarding re-installation of fences have been included. Please clarify if Contractor is to include any re-installation or fences encroaching in work area. A21: `Fences' shall include post-and-rope fencing. Please refer to Sheet SD100 in original bid packet. Q22: Specification Section 02276 mentions possible "turbidity barriers", and plan C-002 shows possible "Floating" turbidity barriers as a means of sedimentation control. We believe the proposed walkway is removed enough from the water line as to not require a floating turbidity barrier, but we can find no Erosion Control Plan as part of the documents, showing the erosion control measures included,which is a requirement for the FDEP and SWPP permits. Please advise if a floating turbidity barrier is required and provide an Erosion Control plan showing the sedimentation controls required for this project. A22: A floating turbidity barrier is not required. Contractor to be responsible for abiding by all Erosion Control requirements of Florida Department of Environmental Protection. Q23: Specification Section 02780, item 1.07 regarding the concrete pavers calls for the Contractor to provide an additional 5% of materials for use by Owner. This will amount to a huge quantity of pavers to be deliver to the Owner. Please confirm an additional 5%of paver material is to be provided to the City. A23: Confirmed. Q24: Specification 03200, item 2.02-B calls for the reinforcing steel to be "epoxy coated" steel. Please confirm this is a requirement of the reinforcing steel for the concrete curbs. A24: Confirmed. 4 ADDENDUM NO..2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 Q25: Plan Sheet G-006 shows the project involves three (3)separate segments of the proposed path, but Documents provided do not include any phasing requirement for this project. Please advise if the Contractor is be able to work on all three (3) segments concurrently. Please clarify if any phasing is required. A25: The contractor may work on all three segments concurrently. There is no requirement for phasing the project. Contractor is responsible for complying with designated staging areas and historical district requirements. Q26: Documents call for keeping beach access to the condo residents and to the public, as it can be reasonably provided. Will providing each condominium one beach access route be acceptable to Owner? Does beach access from the general public have to be maintained at all street ends? A26: One beach access route to each property is acceptable. Beach access to the public needs to be maintain at all street ends. Q27: Plan sheet D-100 including the Dune Invasive Planting notes calls for the removal of the invasive species shown on the plans sheets L-201 thru L-215 and it provides the square feet areas for removals. Please confirm Contractor will be responsible for invasive removals only at the areas shown in the L-201 to L-215 plans,within the construction limits. A27: Contractor shall be required to remove all invasive exotics beyond the Erosion Control Fencing seaward up until the easternmost edge of the vegetated dune area. This includes vegetation that is both depicted and not depicted on the plans. Q28: Plans D-101 thru D-115 calls for the demolition of the existing elevated boardwalk. Are there AS- Built plans of the elevated boardwalk that the Owner can provide, so we can determine the demolition details, such as footings sizes, member sizes and connections? Please provide AS-Built plans of the elevated Boardwalk. A28: No as-built plans are available for the Wooden, elevated boardwalk. Contractor shall assume no concrete footings. Q29: Plans D-102 thru D-115 showing the demolition requirements, call for removing all existing light poles east of the ECL, but electrical plans have no demolition plans showing this as part of the electrical scope of work. Please provide As-Built electrical drawings showing the conduit routing and the feeder points for the proposed pole removals,and add this scope of work to electrical drawings. A29: As-built plans are not available for the existing electrical. Electrical contractor shall refer to demolition sheets for demolition work related to electrical scope of work. Q30: Plans D-102 thru D-115 call for removing,the existing light poles east of the ECL, but plans are silent as to the disposition of the conduits, boxes and wiring serving such poles. Is the intent to "abandon" in place, or to remove all such conduits? A30: Contractor shall remove all conduits, boxes and wiring that are within scope limits. Any , existing light poles that are to be removed within private property shall be coordinated with the City. Q31: Plans D-116 thru D-121 show several locations that call for relocating existing trash receptacles and bike racks, but proposed plans call for all new trash receptacles and bike racks. Please clarify where we are to relocate such items. 5 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III.(From 24th to 45th ST)FM#436748-1 l A31 All trash receptacles and bike racks to be provided to the City's Parks and Recreation Department for use elsewhere. Contractor shall only be responsible for gathering all trash receptacles and bike racks in one area for the City to pick-up and reuse where possible. Q32: Plan D-300 calls for root pruning trees at least 45 days prior to relocation. Given the time requirements for project completion and type of trees being relocated,can this requirement be shortened? Please advise. A32: 45 days shall be the minimum time for root-pruning. Q33: Plan SP-001 shows a Vendor Contact table and shows the trash receptacles by Landscape Forms, but notes on plans SP-116 to SP-121 calls for MAX-R trash receptacles which are not supplied by Landscape forms. Please clarify manufacturer and model of trash receptacles to be included. A33: Trash receptacle manufacturer shall be MAX-R. Please refer to revised SP001 for information. Q34: Plan SP-001 Vendor table shows the Beach Showers by Elkay but notes on plans SP-116 to SP-121 call for beach showers by Most Dependable Fountains. Please clarify which instruction prevails. . A34: Beach shower manufacturer shall be Most Dependable Fountains. Q35: Plan SP-001 Vendor table shows drinking fountains twice, one by Elkay and another by, Most Dependable Fountains but notes on plans SP-116 to SP-121 call for the Elkay model. Please clarify which instruction prevails. A35: Drinking fountains to be by Most Dependable Fountains. Q36: Plan SP-001 notes on Schedule for the Recreational Corridor specifies all header curbs 32-16-01 as being "Miami Beach Red" concrete. Please confirm all new header curbs for this project are to be Miami Beach Red concrete. 'A36: 32-16-01 shall not be Miami Beach Red. It has been revised to be natural colored concrete. / Q37: Plan SP-001 Notes on Schedule for the street ends shows some raised curbs 32-16-03, but plans SP-202 and SP-203 call for such locations to have a concrete seat wall. Please clarify if item 32-16-03 is a CIP concrete seat wall or a curb. A37: 32-16-03 is a concrete seat wall. Q38: Plan SP-001!Reference notes on Schedules show the decorative Triada light bollards with no power and are not shown in electrical plans, with a count of 21 units at Street ends, but fails to show that the electrical lighting plans SP-501 thru SP-115 include a total of 27 units of the working Triada Bollards at street ends, not shown in count tables. Please confirm we are to use the electrical lighting plans for Our lights counts and disregard the Site Layout plans quantities shown in tables. A38: Contractor to provide 21 Triada bollard with no light to be installed consistent with Sheets SP116 and SP117. These shall be in addition to any bollards called-out in the Electrical Plan Sheets SP500s. Q39: Plans SP-101 thru SP-115 include a note that calls for the Contractor to remove all existing Post and Rope fencing and replace with new Post and Rope. The demolition drawings do not call for the removal of such fencing. Please confirm all existing Post.and Rope fencing is to be replace and add such demo to demolition plans. 6 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 A39: Existing Post and Rope fence is to be replaced with new throughout the entire project limits. Q40: Plan SP-003 show three separate small tables with locations for 22 tree wells, which we cannot find in the Site Layout plans. Please clarify if there are 22 tree wells and show them in the Site Layout plans, and provide details for such tree wells. A41: The 22 tree wells have been eliminated. ' Q42: Plans SP-117 and SP-120 showing street ends for 27th Street and for 41st street call for what looks - like a narrow curb but shows ID 32-16-03 which is the ID for the CIP low walls at beach showers and water fountains. Is it meant tobe a"curb"at these locations? A42: Note that the question relates to 27th Street end and 42nd Street end (not 41st Street). These are intended as seat walls, as the grades will require a retaining wall in the segments depicted on the plans Q43: Plan SP-202 showing the beach showers details includes detail#2 for the shower drain and it shows a 4"incline drain by Nyloplast that is not shown in the shower plan'view. Furthermore, the plan view detail shows the shower floor slabs with slopes towards the sand interceptor and not towards the drain. Please clarify if the drain is necessary and show the location in plan view. A43: This has been clarified in the plans. Please refer to Exhibit H-Revised SP202. Q44: Plan SP-202 showing the detail for the beach showers, shows a washed rock drain field to collect the shower drainage water, but it only shows one dimension of 6' and is missing the width and depth of the required drain field. Please provide missing dimensions of the required drain fields and show its locations in the plan view for each street end beach shower. A44: Drain field to be 6' long by 6'wide by 4'deep. Please refer to Exhibit H -Revised SP202. Q45: Plan-SD-100 showing the paver patterns includes a section for the "wave pattern" installation and :shows 'an enlargement area showing the-pavers being installed following the wave of the design centerline, which means the paver lines are actually curving around creating the wave•pattern. But the drawing of the wave pattern ""not enlarged" shows the pavers as being installed on straight lines and the waves being created by cutting each paver along the change of color, to create a wave effect in color only. Please advise as to what the intent of the drawings is regarding installation paver lines as both approaches are shown in plan. A45: Pavers to be installed following the wave of the design centerline to minimize cuts and waste. Q46: Plan SD-101 contains detail#4 showing a CIP concrete walk with a 6"thick slab with an unusual 12" limerock base and calls for a "Vehicular Bearing" walk. We cannot find:in drawings any references as to - which walks are to be considered Vehicular Bearing or which walks are to be 6" thick. Please clarify and clearly indicate which walks are Vehicular rated and which walks are to be 6"in thickness. A46: 6-inch sidewalks are not being used in the project; therefore, none are vehicular-rated. Q47: Plan SD-102 contains detail #2 showing a 3-1/8" paver•which is usually used for vehicular rated paver areas, but we cannot find in plans any references as to which paver areas are to be considered vehicular rated, or to have a 3-1/8" paver installed. Further, Plan SD-100 calls for all_pavers to be 2-3/8". Please clarify if there are any 3-1/8"paver areas and if they require,a 12"base. A47: 3-1/8" pavers are not being used in the project. 7 I ADDENDUM NO.2' INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 Q48: Plan SD-103 contains detail#3 showing a typical header curb against a planting area, and calls for a Geotextile vertical-barrier along the header curbs. Is the intent to apply the Geotextile barrier to the entire length of the Beachwalk on both sides, at all dune planting areas? Or is the detail meant for trees and shrub planting areas only? Please clarify at which locations the Geotextile barrier is required and the depth of such barrier. A48: Please disregard use of geotextile barrier shown on Detail 3, Sheet SD103. Please refer to ' Exhibit F-Revised SD103. Q49: Plan C-117 includes detail#2 for the 31st Street end enlargement plan and shows proposed potable water services and irrigation lines being feed from the south. The closest proposed water lines on the south, are at the 27th Street end and would require us to excavate and install a potable water and irrigation line between 29th street and 30th Street, where no construction is proposed. All plans show no construction activity are to take place along that stretch. Also, irrigation plans show a new water meter located at the 31st Street end, in direct contradiction to the plan C-117. Please clarify where the new i proposed water meter is to be located for this Segment No. 2 and provide revised plans showing the correct location. A49: Potable water and irrigation to connect to an existing service point and systems located on the 30th Street-end. Q50: Plan C-101 thru C-115 do not show the potable water and irrigation lines that need to run west of the proposed Beachwalk, and along the entire length of the new path. Please provide plans clearly showing all proposed potable water and irrigation lines along the path, and the locations of the source water meters. Right now only partial portions of the lines were provided. A51: Contractor to refer to indications of waterlines shown on Sheets C116 through C121 and infertheir placement west of the beachwalk. , . Q52: Plans C-117, C-118 and C-120 show the proposed new water meter locations at-the 27th, 38th and 41st Street ends, but irrigation plans IR-217A, IR-217B and IR-219 show the new water meters at the 27th, 31st, and 39th Street ends in conflict with the Civil drawings. Please clarify the proposed locations of the new 3 water meters. A52: The Civil and Irrigation Sheets show separate meters for each because both systems are separate; therefore, contractor to provide separate meter connections for drinking fountains/showers and irrigation. Q53: Plan L-100 Landscape plan notes #24 and #29 calls for adding Dune native landscape materials in areas not shown in the landscape plans to receive new planting, substantially increasing the required planting areas. Notes calls for a new added 4' strip between the proposed path and the ECL and adding a new 5' strip east of the entire path,where the electrical scope is to be installed. Please confirm Contractor is to include such added areas that are in addition to the plant counts shown in Plans L-101 and L-102, and affect the entire length of the Beachwalk. A53: Correct, Contractor to include these areas as described in the bid. Q54: Plan L-100 includes a 'Watering note"that requires an "Establishing period" of 12 months after final acceptance, in which the landscape subcontractor shall be responsible for watering as per schedule shown in plan. Please confirm this requirement is to be included in our base bid amount. A54: Yes.Contractor to include this cost in base bid. I8 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 l — — —--} - • Q55: Plan L-100 includes a "Watering note" that requires an "Establishing period" of 12 months after final acceptance, in which the landscape subcontractor shall be responsible for replacing any sick/dead trees and all other care required for growth. Please confirm this requirement is to be included in our base bid amount. A55: Yes. Contractor to include this cost in base bid. Q56: Plan L-901 includes succession planting detail #1 and calls for the phase 2 of the dune planting to .occur at a minimum of 6 months after the phase 1, but plan L-100 calls for the same succession planting strategy with only a 3 months minimum delay. This added time in phasing may greatly affect the completion duration of the project, if we are to wait six months between dune planting phases. Please clarify which instruction prevails. A56: Minimum,of 3-month time period shall prevail. Q57: Plan sheet L-905 includes detail #2 and #3 and shows a Cupolex-Rialto soil cell system for the soil suspension areas, but the rest of the details in landscape plans call for a Stratavault 30, which is from a different manufacturer. Please clarify which instruction prevails. A57: Please refer to Enlargement Plan 1, Sheets SP120 and L220 where the reference for the use of the Cupolex brand pavement suspension-system is referenced for use in that specific location. Please refer to Exhibit D-Revised SP101-SP121 for revised SP120. Q58:Who is responsible for the materials testing and quality control for this project? Is it on the contractor scope or the CMB assigning testing firm? A58: Testing will be the City's responsibility. Failing tests will be backcharged to the contractor. - I Q59: On Sheet L101 and L102 it is requiring for 72 Cell Liner Trays: Could you please clarify whether the quantity for those cell liner trays are for the individual plants to be included.within the trays or for the actual trays with the plantings. For instance, on sheet L101 you have 594 of Canavalia maritime (Beach Bean). We suspect that you all mean 594 trays with the 72 plans and not 594 total plants. Please confirm. A49: The counts are for the plants themselves, not the trays. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado miamibeachfl.gov Contact: Telephone: Email: Danny Flores 305-673-7000, Ext. 7490 dannyflores( .miamibeachfl:gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "No ice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. ely, rIl- ex Denis rocurement Director 9 ADDENDUM NO.2' r INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 , , MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID(ITB) NO. 2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC) PHASE III (From 24th to 45th ST) FM#436748-1 July 2,2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. -ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 15, 2019. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be. accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the bidder is solely responsible. II. REVISION(S). A. Revise Invitation to Bid Summary, Project Completion Timeframe (Pg.3), as follows: Project Completion Timeframe: 365-425 calendar days, Substantial Completion 30 calendar days, Final Completion B. Plan/Drawing SD401 found in original bid packet shall be DELETED in its entirety and not be considered. III. ATTACHMENT(S). , Exhibit A: Staging Diagrams_Reduced Exhibit B: SP516 ELECTRICAL DETAILS IV. ANSWERS TO QUESTIONS RECEIVED. Q1: Public Information Officer-Is this something that the Contractor will be expected to provide or will the City assume this task? Al: The City provides the Public Information Officer. Q2: Has a staging area been identified? Will a street end be able to be used as a staging area? A2: Please refer to Exhibit A. The street ends will be used as staging areas within the project limits; however, parking spaces, building accesses and building service areas cannot be impacted or blocked. Additionally, the Contractor shall ensure that impacts to existing and relocated trees/palms are protected and not adversely impacted by staging, consistent with the 1 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 tree preservation notes and details. Contractor is responsible for providing a parking management plan, coordinating with the City's Parking Department,' MOT (when/where required), all related permitting fees and all restoration that is required. Q3:What restrictions do we have on Collins Avenue? Has this conversation been had with FDOT? , A3: The project limits are outside of Collins Avenue. Contractor will be responsible for coordinating project access with all agencies. - Q4: The project provides 1 year duration to complete this project. In order to accomplish this schedule, we will have to have almost all streets under construction at the same time. Moreover, it seems like the construction timeline of Indian Creek will impact this schedule since they will overlap. May we suggest that the schedule match the Indian Creek project. This way we can minimize the impact to the surrounding neighborhood. A4: Please refer to Revision No. 1 above. Q5:Who will be the inspectors?Calvin Giordano or City, or both? A5: Calvin Giordano as the City's Engineer of Record (EOR). This project will also have a Civil Engineering Inspector(CEI). Q6: Parking stalls-who will pay for that? A6: The contractor is responsible for parking fees. Q7: Has this project been coordinated throughout the City? A7: Yes. Q8:In regard to the project duration, the ITB currently states 365 days for substantial completion. It seems this project may take over two(2)years to complete. Has somebody looked at the proposed operation in a serious manner? A8: Please refer to Revision No. 1 above. Q9:When is the project estimated to start? A9: Fall 2019. Q10: On page 3, prevailing wages and Davis Bacon. Is there one that takes precedence over the other? A10: Prevailing wages was inadvertently checked in the ITB Summary. When construction contracts involve federal funding or are otherwise subject to the provisions of the Davis-Bacon Act [40 U.S.C. 276(a)], Prevailing Wages and Local Workforce Program Requirements do not apply.Therefore, Davis-Bacon Wage Requirements apply to this bid/project. Q11:Are there any requirements as a sequencer? All: The contractor is responsible for project sequence. Q12: Have the residents, hotels, and/or condominiums aware this project is coming? Al2: Yes. 2 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 Q13: Is the job permitted? A13: Yes. Q14:Which still will be used for access to the beach? A14: The access to'the beach must be maintained at all times. Contractor is responsible for providing secured access for the public to the beach.' Contractor is responsible for all restoration that is required. See drawing G003 in original bid packet. Q15:Will the City of Miami Beach qualify a firm to bid on this project based on verifiable documentation of the knowledge and prior experience of its owners and key employees with previous firms? A15: Please refer to Appendix B, Minimum Qualifications and Requirements(Pg.100). Q16:Who provides the lighting Package, (Bollards, poles and heads shown in SP500)? A16: The contractor shall furnish and install all light fixtures. Q17: Floor plans make reference to sheet SP516 for bollard details; mentioned sheet is missing in the electrical plans. A17: Please refer to Exhibit B. Q18: Floor plans make reference to sheet SP517 for pull boxes, mentioned sheet does not show any specification or detail for pull boxes. A18: This reference was an error. Please refer to Exhibit B for information. Q19: Who provides the new combination meter/panels in 27th street and 43rd street as shown in sheet SP517? A19: The contractor shall furnish and install all meter/panels. A FORTHCOMING ADDENDUM WILL ADDRESS QUESTIONS PREVIOUSLY RECEIVED Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoCa�miamibeachfl.oov Coritact: Telephone: Email: Danny Flores 305-673-7000, Ext.26652 dannvflores@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "No 'ce to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. n er y, h„....„ Al eni fslAil_. Pr curem t Director 3 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 • k � INVITATION TO BID ( ITB) Middle Beach Recreational Corridor (MBRC) Phase III (From 24th to 45th ST) FM# 436748- 1 ITB No. 2019-002-DF BID ISSUANCE DATE: MAY 23, 2019 BID OPENING: JULY 8, 2019 @ 3:00PM E.T. ISSUED BY: DANNY FLORES MIAMIBEACH Danny Flores, Contracting Officer I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x7490 I dannyflores@miamibeachfl.gov I www.miamibeachfl.gov BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 1 INVITATION TO BID SUMMARY MIAMIBEACH Bid Element Description Invitation to Bid No. 201.9-002-DF Estimated Construction Budget $12,113,129.47 ITB Title: Middle Beach Recreational Corridor(MBRC) Phase,111 (From 24th to 45th ST) FM#436748-1 Basic Description of the Scope of Work: The City seeks bid submittals from, construction firms to provide construction services for the demolition of the existing board walk and the construction of an on-grade ADA compliant pedestrian paver walkway, with bollard lights, landscaping and irrigation. The path will run north from approximately 24th street to 45th street. Landscaping scope will include the removal of exotic, non-native vegetation, to be replaced with native, dune compatible species and beach compatible dune fill. The proposed pathway lighting will meet Florida Fish and Wildlife Commission's marine turtle nesting requirements. Bid Issuance: May 23, 2019 Technical Drawings and Specifications are available for free download at: www.publicpurchase,com OR are available on CD for pick up for a fee of$20.00 at: Procurement Department Third Floor; 1755 Meridian Avenue Miami Beach, FL 33139 Pre-Bid Conference June 3, 2019 @ 10:00 AM ET Date, Time, & Location: Procurement Department 3rd Floor; Conference Room ❑ Meeting is Mandatory(only if box is 1755 Meridian Avenue checked) Miami Beach, FL 33139 Dial-in Instructions: • Dial the Telephone Number: 1-888-270-9936 • Enter the Meeting Number: 9415468 and then press the pound.(#) key Site Visit Date, Time, & Location: There will not be a scheduled site visit; however, contractors are encouraged to visit the site, at their ❑ Site Visit is Mandatory(only if box is convenience. checked) Last Day for Receipt of Questions: June 28, 2019 AT 5:00 PM ET Bid Due Date &Time: July 8, 2019 AT 3:00 PM ET • BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 2 Bid Opening Date and Time: Immediately following the above due time or as close as feasibly possible. Formal Bid Opening Location Procurement Department (respond to): Third Floor 1755 Meridian Avenue Miami Beach, FL 33139 Response Format: Per bid documents: 1. Sealed Opaque Envelope (Properly Addressed) As per Section 0400 Below Basic Bid Requirements: _ 1. Bid Guaranty of 5% Please reference Section 0300 for detailed information. ® is required at the time of bid submission. ❑ is NOT required for this project. 2. Performance and Payment bond equal to 100%of the total project: ® SHALL be required prior to contracting with the successful bidder. Alternative security instruments will be considered under City Code. ❑ SHALL NOT be required for this,project. Prevailing Wage Rates & Local ® SHALL be applied. Workforce Program Requirements ❑ SHALL NOT be applied unless project cost exceeds Please refer to Section 0200 and $1,000,000 for a covered project. Appendix C for detailed information and required forms for bid submittal. Davis-Bacon Wage Requirements ® SHALL be applied. ❑ SHALL NOT be applied. Federal Requirements ® SHALL be applied. (Federal Grant) ❑ SHALL NOT be applied. Project Completion Timeframe: 365 calendar days, Substantial Completion 30 calendar days, Final Completion Liquidated Damages: Amount of Liquidated Damages: Applicable liquidated damages are the amounts established in the following schedule and shall be assessed for each day after substantial completion that the work is not complete: Original Contract Amount Daily Charge Per Calendar Day $50,000 and under $956 Over$50,000 but less than $250,000 $964 $250,000 but less than $500,000 $1,241 $500,000 but less than $2,500,000 $1,665 $2,500,000 but less than $5,000,000 $2,712 $5,000,000 but less than $10,000,000 $3.447 $10,000,000 but less than $15,000,000 $4,866 $15,000,000 but less than $20,000,000 $5,818 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 3 $20,000,000 and over $9,198 plus 0.00005 of any amount over $20 million (Round to nearest whole dollar) Procurement Contact Information: Danny Flores, Contracting Officer I Phone: 305.673.7000 ext. 7490 E-mail: dannvflores(a.miamibeachfl.gov CONE OF SILENCE: Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado(a�miamibeachfl.gov. NOTIFICATIONS AND AMENDMENTS: Bid Notifications and Amendments are issued through the City's partnership with Public Purchase. To ensure receipt of all amendments to this bid, please make sure that your company is registered at: www.publicpurchase.com BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMIBEACH 4 MIAI\AIBEACH City of Miami Beach Procurement Department 1755 Meridian Avenue,3''Floor Miami Beach,Florida 33139 Tel:305-673-7490 I www.miamibeachfl.gov INVITATION TO BID(ITB)No.2019.002-DF MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(FROM 24th TO 45th Street)FM#436748-1 Miami Beach,Florida Sealed proposals will be received until 3:00 PM ET on July 8,2019 at the following address:City of Miami Beach,Procurement Department,3rd Floor,and 1755 Meridian Avenue, Miami Beach, Florida 33139.The City seeks bid submittals from,construction firms to provide construction services for the demolition of the existing board walk and the construction of an on-grade ADA compliant pedestrian paver walkway,with bollard lights, landscaping and irrigation. The path will run north from approximately 24th street to 45th street. Landscaping scope will include the removal of exotic, non-native vegetation,to be replaced with native,dune compatible species and beach compatible dune fill. The proposed pathway lighting will meet Florida Fish and Wildlife Commission's marine turtle nesting requirements.A Pre-Bid Meeting will be held on June 3, 2019 at 10:00am ET at Procurement Department Conference Room,3rd Floor,and 1755 Meridian Avenue,Miami Beach,Florida 33139. Attendance is recommended as a source of information.For further information regarding this ITB and to receive any addendum issued,interested parties are required to register with the Public Purchase at www.publicourchase.com. Failure to receive an addendum issued through Public Purchase may result in disqualification of bid. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS UNDER THE CONE OF SILENCE—ORDINANCE NO. 2002-3378 WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: http://web.miam ibeachfl.gov/procurement/scroll.aspx?id=23510. • BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 5 TABLE OF CONTENTS SOLICITATION SECTIONS PAGE 0100 INVITATION TO BID SUMMARY 2 0200 PUBLIC NOTICE 5 0300 DEFINITIONS 7 0400 INSTRUCTIONS TO BIDDERS 10 0500 BID SUBMITTAL REQUIREMENTS AND FORMAT 15 0600 GENERAL TERMS AND CONDITIONS 17 APPENDICES: PAGE APPENDIX A PRICE FORM, BID TENDER FORM, AND SUPPLEMENTS 53 APPENDIX B MINIMUM QUALIFICATION REQUIREMENTS 100 APPENDIX C FDOT SUPPLEMENTAL CONDITIONS 102 APPENDIX D REQUIRED FORMS FOR BID SUBMITTAL 126 APPENDIX E REQUIRED FORMS (POST AWARD) 135 APPENDIX F SAMPLE CONTRACT 147 APPENDIX G LIST OF PLANS AND SPECIFICATIONS , 171 APPENDIX H SPECIFICATIONS 174 APPENDIX I PLANS 175 APPENDIX J FDOT FORM NO. 275-030-11 176 APPENDIX K FDOT FORM NO. 375-030-33 179 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 6 0300 DEFINITIONS: 1. 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 ITB. 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, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a party to this Contract. 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 Order(s), Change Order(s), Field Order(s), Supplemental Instructions, and any additional documents the submission of which is required by the Project. • BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 7 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 thereof, established in Article 2 of the Sample Contract (Appendix E, attached), as may be amended by Change Order. - 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'ibut 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 or consumed 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 Owner's Contingency: The Owner's Contingency is to cover construction related cost which were not specifically foreseeable or quantified as of the date of Bid submittal, including but not limited to the following: correction of minor defects or omissions in the Work not caused by the Contractor's negligence; cost overruns due to the default of any subcontractor or supplier; minor changes caused by unforeseen or concealed site conditions; and minor changes in the Work not involving adjustment in the Contractor Price or extension of the completion date and not inconsistent with the approved final plans and specifications. The Owner's Contingency is to be used solely at the discretion of the City. Prior approval by the City shall be required for the use of Owner's Contingency. 1.19 - Plans and/or Drawings: The official graphic representations of this Project which are a part of the Contract Documents. 1.20 Program Manager: Not applicable. 1.21 Project: The construction project described in the Contract Documents, including the Work described therein. 1.22 Project Initiation Date: The date upon which the Contract Time commences. 1.23 Resident Project Representative: Not applicable. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 8 1.24 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. 1.25 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 required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements by the bid documents to be submitted at the time of bid opening. 1.26 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. 1.27 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. 1.28 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. 1.29 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. Balance of Page Intentionally Left Blank BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 9 0400 •INSTRUCTIONS TO BIDDERS: 1. General: The following instructions are given for the purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and weight with other portions of the Contract Documents and strict compliance is required with all the provisions contained in the instructions. Bidders shall note that various paragraphs within these bid documents have a box ( ❑ ) which may be checked ( ). If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. 2. Background and Scope of Work: The Middle Beach Recreational Corridor Phase III consists for the demolition of an existing wooden boardwalk and its replacement with an on-grade paver pedestrian walkway. The path will run north from 24th street to 45th street and will serve as a portion of the north/south connector in the larger Atlantic Greenway Network (AGN), which supports the development of alternative means of transportation throughout the City. The path will be constructed along the west side of the coastal dunes behind oceanfront properties, inclusive of street end improvements. The path will be permitted in accordance with the Florida Department of Environmental Protection (FDEP) coastal construction regulations and the City of Miami Beach. Exotic dune vegetation will be removed and replaced with dune enhancements such as native dune vegetation species and beach compatible dune fill. Pathway lighting will meet Florida Fish and Wildlife Commission's marine turtle nesting requirements. 3. Abbreviations and Symbols: The abbreviations used throughout the Contract Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. 4. Examination of Contract Documents and Site: It is the responsibility of each Bidder before submitting a Bid, to: 4.1 Examine the Contract Documents thoroughly. 4.2 Visit the site or structure tobecome familiar with conditions that may affect costs, progress, performance or furnishing of the Work. 4.3 Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. 4.4 Study and carefully correlate Bidder's observations with the Contract Documents. 4.5 Carefully review the Contract Documents and notify Consultant of all conflicts, errors or discrepancies in the Contract Documents of which Bidder knows or reasonably should have known. The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents and that the Contract Documents-are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 10 5. Location of Work: This Scope of Work shall be completed at the following location: East of the Erosion Control Line, inclusive of street end improvements, from approximately 24th/Street to approximately 45th Street within the City of Miami Beach. 6. Pre-Bid Interpretations: Only questions answered by written Addenda will be binding and may supersede terms noted in this ITB. Oral and other interpretations or clarifications will be without legal effect. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of Addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the Bidding Documents. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. There shall be no obligation on the part of City or the City's Procurement Director to respond to questions received less than ten (10) calendar days prior to bid opening. 7. Printed Form of Bid: All bids must be made upon the blank Bid/Tender Form included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with the directions on the bid form. 8. Prevailing Wage Rates & Local Workforce Participation: Chapter 31, Articles II and III, of the Code of City of Miami Beach requires that the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. Additionally, the contractor will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. Refer to Appendix C for additional information and requirements of these programs. 9. Acceptance or Rejection of Bids: The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one- hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty(120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 10. Method of Award: The City Commission shall award the contract to the lowest and best bidder. The "lowest and best bidder" shall be defined as the lowest, responsive, and responsible bidder. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code . provides that the City may consider the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts. - BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 11 e. The previous and existing compliance by the bidder, with laws and ordinances relating to the Contract. 11. Contract Price: The Contract Price is to include the furnishing of all labor, materials, equipment including tools, shoring, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. The cost of any item(s)of Work not covered by a specific Contract unit price or lump sum price shall be included in the Contract unit price or lump sum price to which the item(s) is most applicable. 12. Postponement of Date for Presenting and Opening Bids: The City reserves the right to postpone the date for receipt and opening of bids and will make a reasonable effort to give at least-five (5) calendar days written notice of any such postponement to all prospective Bidders. 13. Protested Solicitation Award; Protests concerning the bid specifications, requirements, and/or terms; or protests after the bid opening date in accordance with City Code Section 2-371, which establishes procedures for protested bids and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 14.Veteran Business Enterprises: Not Applicable 15. Equal Benefits Ordinance: Bidders are advised that this Bid and any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Ordinance No. 2005- 3494, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Ordinance")." 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. Bidders shall complete and return,with their bid, the"Declaration: Non-discrimination in Contracts and Benefits"form contained herein. The City shall not enter into any contract unless the Bidder certifies that such firm does not discriminate in the provision of Benefits between employees with Domestic Partners and employees with spouses and/or between the Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his/her designee determines 'that the successful Bidder/Contractor shall complete,and return the "Reasonable Measures Application" contained herein, and the Cash Equivalent proposed. It is important to note that a Bidder is considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Bidders will find Attachment A-6 in Appendix A of this Solicitation which consists of an FAQ Section and Required Forms for Bid Submittal. 16. City Manager's Review:After considering the staff recommendation for award, the City Manager shall exercise due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. 17. City Commission Authority: The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 12 The selection or approval by the City Commission shall not constitute a binding contract between the City and the selected or approved bidder(s).A binding contract will exist upon the completion as determined by the Administration, the City Attorney's Office form approving the contract or contracts, and the Mayor and City Clerk or their respective designees signing the contract(s)after the selected or approved bidder(s) has (or have) done so. Only the executed contract(s)will be binding on the contracting parties. 18. CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES: Each license, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as follows: Business Tax Receipt will be required pursuant to Chapter 205.065 Florida Statutes. The City of Miami Beach requires valid Business Tax Receipt (formerly known as an "Occupational License")for Contractors as well as.sub-contractors. Business Tax Receipt from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. For more information about a City of Miami Beach Business Tax Receipt, call the Finance Department's Business Tax Receipt's Office at 305.673.7420. Licenses, permits and fees which may be required by Miami-Dade County, the State of Florida, or other governmental entities are not included in the above list, but are listed as attached (next page) and included as an allowance.in the bid. NOTE: a) If the Contractor is a State of Florida Certified Contractor the following will be required: 1) Copy of State Contractors Certification 2) Place of Business Occupational License 3) Liability and Property Damage Insurance Certificate made to City of Miami Beach 4) Workers compensation or the exemption b) If a Dade County Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed 2) Municipal Contractors Occupational License 3) Liability and Property damage Insurance Certificate made to City of Miami Beach 4) Workers Compensation or the exemption - NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR BID SUBMITTAL. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 13 19. PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work. 1. CITY OF MIAMI BEACH 2. Florida Department of Environmental Protection 3. DERM The successful contractor shall be responsible for obtaining a Building Permit from the City of Miami Beach Building Department. The successful contractor shall be responsible for obtaining a dewatering permit from the appropriate agencies, if necessary. Balance of Paqe Intentionally Left Blank BID NO:2019.002-DF CITY OF MIAMI BEACH MIAMI BEACH 14 0500. BID SUBMITTAL REQUIREMENTS AND FORMAT One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, two (2) bound copy 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 bid is submitted: Bid Number, Bid Title, Bidders Name, and Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. The City reserves the right to request any documentation omitted, with exception of the Bid, Price form and Bid Bond (if applicable). Bid Submittals received with no Bid Price or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any other omitted documentation within two(2)business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. BID SUBMISSION FORMAT: Bid packages must contain the following information and documents, each fully completed, signed, and notarized (as required) in the order dictated below. Bid packages which do not include all required documentation,or are not submitted in the required format, or do not have the appropriate signatures or notarizations on each document, may be deemed non-responsive. Tab A. IDENTIFICATION PAGE AND TABLE OF CONTENTS 1. Bidder shall provide a Cover Page including the following information: ■ Name of Bidder. • Address of submitting Bidder. • E-mail address for the appropriate contact person at the submitting company. ■ Phone number and facsimile number of submitting Bidder. • Federal Tax Identification Number for submitting Bidder. ■ Declaration regarding company organization, whether as Corporation, Partnership, or other. (Note: if co venture, specify) • Signature of an officer or other individual of the submitting Bidder who has the authority to bind said Bidder. • Printed name of the authorized signing officer or other individual. • Title of the authorized signing officer. • Date of signature. 2. Table of Contents. Tab B. MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS 1. Bidders shall provide evidence indicating compliance with the minimum requirement(s)of this ITB,as further detailed in Section 0300 Minimum Requirements. 2. Appendix C- Required Forms for Bid Submittal (as applicable). Tab C. FINANCIAL STATEMENTS 1. D&B Suppler Evaluation Report. Upon the request of City Administration after a Bid has been submitted, the lowest and best Bidder shall pay D&B to send the Supplier Qualifier Report (SQR) to the prospective Bidder and the Department through electronic means. The cost of the preparation of the D&B report shall be the responsibility of the BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 15 prospective Bidder. The prospective Bidder shall request the report from D&B at the following website: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 BIDDERS SHOULD NOT INCLUDE SQR REPORTS WITH THEIR BID SUBMITTALS. Financial Capacity shall only be evaluated for the lowest and best bidder to determine the responsibility of that contractor. Bidders shall submit SQR Reports electronically directly to the Procurement Contact listed herein upon request. 2. In addition to the D&B information, the City may require that proposers submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the submittal is from a.co-venture, each Proposers involved in the co- venture must submit financial statements as indicated above. Tab D. PREVIOUS EXPERIENCE AND KEY PERSONNEL It is a requirement of the bid that the Bidder staff the project with competent individuals and qualified supervisory personnel. To that end, the Bidder shall provide the following information: 1. Bidder (Business Entity) shall demonstrate the Contractor Team's (i.e., General Contractor, sub-contractors, and key personnel) ability to execute the type of work described within the Contract Documents of this Invitation to Bid. 2. An organizational chart listing the proposed key personnel, their qualifications and their roles in the project, resumes which shall include educational background, work experience, employment history, and any other pertinent information. Where applicable, Bidder team members shall also submit current and valid certifications and/or licenses for their individual scope of supervision. At a minimum, the bidder shall include the following proposed project team members: • Construction Project Manager • Construction Superintendent ■ Site Foreman and/or Estimator 3. A staffing plan that clearly illustrates the key elements of the proposed organizational structure. The staffing plan should indicate the availability of the personnel proposed to work on the Project. The staffing plan should also indicate the name of the individual who will serve as the primary contact with City. Bidder shall clearly detail the role of all sub- contractors proposed for the Project. Tab E. BID PRICE Bidders are required to submit their bid price using the Invitation to Bid Proposal Price Form found in Appendix A, Attachment A-1. Attach Appendix A Price Form, Bid Tender Form, & Supplements fully completed and executed. FAILURE TO SUBMIT THE MOST RECENT BID PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. BID NO: 2019-002-DF CITY OF MIAMI BEACH- MIAMI BEACH 16 0600. GENERAL TERMS AND CONDITIONS: 1. Personnel Requirements: Superintendent must have at least five (5) years of experience in projects of similar design, scope, size and complexity. The Project Manager must have at least five (5)years of experience in projects of similar design, scope, size and complexity. 2. Project Manual: 2.1. The Project Manual includes any general or special Contract conditions or specifications attached hereto. 2.2. 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. 2.3. Dimensions given in figures are to hold preference over scaled measurements from the drawings; however,all discrepancies shall be resolved by Consultant. Contractor shall not proceed when in doubt as to any dimension or measurement, but shall seek clarification from Consultant. 2.4. 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. 3. 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. 4. Preliminary Matters: 4.1. Within five (5) calendar days prior to the pre-construction meeting described in Section 4.2, Contractor shall submit to Consultant for Consultant's review and acceptance: 4.1.1 A project "Base Line" schedule, one (1) copy on a CD and One (1) hard copy (activities arranged in "waterfall"), in the indicated form for Final review and approval: () Bar Chart () Modified CPM BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 17 () CPM (X) Computerized CPM using Primavera P6 software or latest version. (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") CONTRACTOR shall provide a preliminary man loaded, logic based"Base Line" Project schedule using "Early Start" and "Early Finish" dates for each activity. The Contractor shall include, in addition to normal work activity input, input that encompasses all submittal approvals, delivery durations for important materials and/or equipment, and Logic relationships of activities including physical and site restraints. This input shall be precedence based CPM scheduling using the most recent version of Primavera P6 software. The preliminary Base Line project schedule when submitted shall have attached a run of the programs generated error report that states no errors and be acceptable to CONSULTANT. Monthly, CONTRACTOR shall submit with each progress application an update of the Project Schedule with an error report stating no errors (that does not revise the base line schedule), showing the progress for the month. CONTRACTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY (including a native version and a pdf). In addition to the Progress Schedule CONTRACTOR shall include a narrative report of the months' progress, an explanation of any delays and or additions/deletions to activities. It is strongly recommended that CONTRACTOR or the professional who performs scheduling have a vast knowledge in the use of Primavera P6, to develop and update the 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 CONTRACT ADMINISTRATOR for review and acceptance that demonstrates "Catch Up" within seven (7) 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 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 18 or vigorously follow the "Make-Up" schedule shall be reason to default CONTRACTOR. 4.1.2 Not Used. 4.1.3 A preliminary schedule of Shop Drawing submissions; and 4.1.4 In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary schedule of values for all of the Work which may include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. ❑x Such prices shall be broken down to show labor, equipment, materials and overhead and profit. 4.1.5 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. 4.2. 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. 4.3. Within five (5) 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 ten (10) days after the Project Initiation Date set forth in Notice to Proceed, the Contractor shall revise the original schedule submittal to address all review comments from the CPM review conference and resubmit for Consultant review. The finalized progress schedule will be accepted by Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by City or Consultant of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to Consultant as providing a workable arrangement for processing the submissions. The finalized schedule of values must be acceptable to Consultant as to form and substance. 5. Performance Bond and Payment Bond: BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 19 • Within ten (10) calendar days of being notified of the award, Contractor shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached hereto in Appendix D. 5.1. 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. Each Bond shall be with a surety company which is qualified pursuant to Article 6. 5.2. 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. 5.3. 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. 5.4. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto in Appendix D. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one year after completion and acceptance of the Work. 6. Qualification of Surety 6.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 6.1.1. 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. 6.1.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the. amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978(31 DFR Section 223.10, Section 223.111). Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 20 6.1.3. 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 6.2. 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. 6.3. 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. 7. Indemnification 7.1 To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City of Miami Beach, The State of Florida, Department of Transportation, and its 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 the contractor and persons employed or utilized by the contractor in the performance of this Contract. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall constitute a waiver of the State of Florida and the City of Miami Beach's sovereign immunity. 7.2 The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 21 defense, any and all claims of liability and all suits and actions of every name and description covered by Section 7.1 above whether performed by Contractor, or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1 The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3rd,Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $2,000,000 combined single limit per occurrence, for bodily injury and property damage. D. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. 8.2 Additional Insured Status The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Consultant. 8.3 Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or,not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 22 Other Insurance Provisions 1. For any claims related to this project, the Contractor's coverage shall be primary insurance as respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any insurance or self-insurance maintained by the City of Miami Beach shall be excess of the Contractor's insurance and shall not contribute with it. 2. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 3. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground) coverage. If any coverage required is written on a claims-made form: 4. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 5. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 6. If coverage is canceled or non-renewed, and not replaced with another claims- made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase extended period coverage for a minimum of five (5) years after completion of the contract work. 7. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management (or its designee)for review. 8. If the services involved lead-based paint or asbestos identification/ remediation, the Contractors Pollution Liability shall not contain lead-based paint or asbestos exclusions. ',If the services involve mold identification/remediation, the Contractors Pollution Liability shall not contain a mold exclusion and the definition of"Pollution" shall include microbial matter including mold. 8.4 Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. 8.5 Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to thework beginning shall not waive the Contractor's obligation to provide them.The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 8.6 Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 23 Certificate Holder: CITY OF MIAMI BEACH do PROCUREMENT DEPARTMENT 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 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. 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 40 of the Sample Contract(attached). 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: BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 24 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. 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 theparties 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 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 25 party objecting to a determination specifically waives all of its rights 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. Inspection of Work: 14.1. 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. 14.1.1. 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. 14.1.2. Reexamination of any of the Work may be ordered by Consultant with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. 14.2. 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. 14.3. 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. 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. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 26 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 inspection and 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. Termination. 16.1. Termination for Convenience. In addition to other rights the City may have at law and pursuant to the Contract Documents with respect to cancellation and termination of the 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. a. Upon receipt of such Notice of Termination for Convenience from the City, and except as otherwise directed by the City, the Contractor shall immediately - proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this Section 16.1: BID NO:2019-002=DF CITY OF MIAMI BEACH MIAMI BEACH 27 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, 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). b. Upon issuance of such Notice of Termination for Convenience, the Contractor shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment for the Work satisfactorily performed shall be determined by the City in good faith, in accordance with the percent completion of the Work, less all amounts previously paid to the Contractor in approved Applications for Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 28 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. 16.2. Event of Default. The following shall each be considered an item of Default. If, after delivery of written notice from the City to Contractor specifying such Default, the Contractor fails to promptly commence and thereafter complete the curing of such Default within a reasonable period of time, not to exceed thirty (30) days, after the delivery of such Notice of Default, it shall be deemed an Event of Default, which constitutes sufficient grounds for the City to terminate Contractor for cause: a. Failing to perform any portion of the Work in a manner consistent with the requirements'of the Contract Documents or within the time required therein; or failing to use the Subcontractors, entities and personnel as identified and to the degree specified, in the Contract Documents, subject to substitutions approved by the City in accordance with this Agreement and the other Contract Documents; b. Failing, for reasons other than an Excusable Delay, to begin the Work required promptly following the issuance of a Notice to Proceed; c. Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any of the Project within the specified time; d. Failing, for reasons other than an Excusable Delay, to timely complete the Project within the specified time; e. Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the Contract Documents; f. Discontinuing the prosecution of the Work, except in the event of: 1) the issuance of a stop-work order by the City; or 2) the inability of the Contractor to prosecute the Work because of an event giving rise to an Excusable Delay as set forth in this Agreement for which Contractor has provided written notice, of same in accordance with the Contract Documents; BID,NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 29 g. Failing to provide sufficient evidence upon request that, in the City's sole opinion, demonstrates the Contractor's financial ability to complete the Project; h. An indictment is issued against the Contractor; i. Failing to make payments to for materials or labor in accordance with the respective agreements; j. Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; k. Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining this Agreement; I. Failing to comply in any material respect with any of the terms of this Agreement or the Contract Documents. In no event shall the time period for curing a Default constitute an extension of the Substantial Completion Date or a waiver of any of the City's rights or remedies hereunder for a Default which is not cured as aforesaid. 163.- Termination of Agreement for Cause. a. The City may terminate the Contractor for cause upon the occurrence of an Event of Default as defined in Section 16.2, or for any other breach of the Agreement or other Contract Documents by the Contractor that the City, in its sole opinion, deems substantial and material, following written notice to the Contractor and the failure to timely and properly cure to the satisfaction of the City in the time period set forth in Section 16.2, or as otherwise specified in the Notice of Default. b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or remedies of the City, whether provided by this Agreement, the other Contract Documents or as otherwise provided at law or in equity, the City may issue a Notice of Termination for Cause-to Contractor, copied to the Surety, rendering termination effective immediately, and may take any of the following actions, subject to any prior rights of the Surety: i. Take possession of the Project site and of all materials, equipment, tools, construction equipment and machinery thereon owned by Contractor; ii. Accept assignments of subcontracts; iii. Direct Contractor to transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed , Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 30 iv. Finish the Work by whatever reasonable method the City may deem expedient. c. Upon the issuance of a Notice of Termination for Cause, the Contractor shall: i. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished or partially completed documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; ii. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; Hi: As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and iv. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest. d. The rights and remedies of the City under Section 16 shall apply to all Defaults that are non-curable in nature, or that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. 16.4. Recourse to Performance and Payment Bond; Other Remedies. a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated the Contractor,the City may(i) make demand upon the Surety to perform its obligations under the Performance Bond and Payment Bond, including completion of the Work, without requiring any further agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of Contractor as a condition precedent to assuming the bond obligations; or (ii) in the alternative, the City may take over and complete the Work of the Project, or any portion thereof, by its own devices, by entering into a new contract or contracts for the completion of the Work, or using such other methods as in the City's BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 31 sole opinion shall be required for the proper completion of the Work, including succeeding to the rights of the Contractor under all subcontracts as contemplated by Article 16. b. The City may also charge against the Performance and Payment Bond all fees and expenses for services incidental to ascertaining and collecting losses under the Performance and Payment Bond including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred in connection with renegotiation of the Agreement. 16.5. Costs and Expenses. a. All damages, costs and expenses, including reasonable attorney's fees, incurred by the City as a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented, in writing, to the Contractor's late cure of such Default), together with the costs of completing the Work, shall be deducted from any monies due or to become due to the Contractor under this Agreement, irrespective of whether the City ultimately terminates Contractor. b. Upon issuing a Notice of Termination for Cause, the City shall have no obligation to pay Contractor, and the Contractor shall not be entitled to receive, any money until such time as the Project has been completed and the costs to make repairs and/or complete the Project have been ascertained by the City. In case such cost and expense is greater than the sum which would havebeendue and payable to the Contractor under this Agreement for any portion of the Work satisfactorily performed, the Contractor and the Surety shall be jointly and severally liable and shall pay the difference to the City upon demand. • 16.6. Termination If No Default or Erroneous Default. If,after a Notice of Termination for Cause is issued by the City, it is thereafter determined that the Contractor was not in default under the provisions of this Agreement, or that any delay hereunder was an Excusable Delay, the termination shall be converted to a Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained in Section 16.1. The Contractor shall have no further recourse of any nature for wrongful termination. 16.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Agreement is intended to be exclusive-sof any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or acquiescence therein, and every such right and power may be exercised from time to time as often as may be deemed expedient. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 32- 16.8. Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract Documents is material. The City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or Amendment of this Agreement. A waiver shall not be effective unless it is in writing and approved by the City. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and the failure of the City to exercise its rights and remedies under this Article 16 at any time shall not constitute a waiver of such rights and remedies. 17. Contractor Right to Terminate Contract or Stop Work: If the Project should be stopped under an order of any court or other public authority for a period of more than ninety (90) days due to no act or fault of Contractor or persons or entities within its control,or if the City should fail to pay the Contractor any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required pursuant Article 8, and if the City fails to make such payment within ninety (90) days after receipt of written notice from the Contractor identifying the Approved Application for Payment for which payment is outstanding, then, unless the City is withholding such payment pursuant to any provision of this Agreement which entitles the City to so withhold such payment, the Contractor shall have the right upon the expiration of the aforesaid ninety (90) day period to stop its performance of the Work, provided that Contractor has sent a Notice to Cure to the City via certified mail, allowing for a 7 day cure period. In such event, Contractor may terminate this Agreement and recover from City payment for all Work executed and reasonable expense sustained (but excluding compensation for any item prohibited by any provisions of the Contract Documents). In the alternative to termination, Contractor shall not be obligated to recommence the Work until such time as the City shall have made payment to the Contractor in respect of such Approved Application for Payment, plus any actual and reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory to the City. Except as set forth in this Section 16.8, no act, event, circumstance or omission shall excuse or relieve the Contractor from the full and faithful performance of its obligations hereunder and the completion of the Work as herein provided for. 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. Rights of Various Interests: Whenever work being done by City's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 20.- Differing Site Conditions: BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 33 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 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 whatsoever nature sustained until final acceptance by City, and shall promptly BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 34 repair any damage done from any cause whatsoever, except as provided in Article 29. 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 29. 24. Warranty: 1 � Contractor warrants to City that all materials and equipment furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by Consultant, 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. 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 non- defective 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 (1)year after the date of substantial completion or such longer period of time as may be-prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 35 � f 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 23 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 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 30% percent of the Contract Price. 29. Separate Contracts: 29.1. 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 • BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 36 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: 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 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 37 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: 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 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 38 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 after award of contract. Consultant will be the sole judge of acceptability,and no substitute will be ordered, installed, used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by Consultant shall not result in any increase in the Contract Price or Contract Time. By making 'a request for substitution, Contractor agrees to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request for substitution, whether or not the request for substitution is accepted by Consultant. Any substitution submitted by Contractor must meet the form,fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including Consultant review fees_and charges. If a substitutionls approved, the net dollar savings shall be shared equally between Contractor and City and shall be processed as a deductive Change Order. City may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract.. 35. Continuing the Work: Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 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 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 39 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$50,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $50,000 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 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: BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 40 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. I Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to thequantities 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 38.2 and 38.3, 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. 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 J 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, BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 41 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, arid 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. 39.2.5.3. Sales, use, or similar taxes related to the work, and for which Contractor is liable, imposed by any governmental authority. L 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. - BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 42 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 38.2. 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, 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 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 43 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 38.2 and 38.3, 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. 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 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 44 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 12 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 accordanca 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. 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 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 45 J • 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 38 hereof. (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 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 as such relates to the payment of interest, shall apply to valid and proper invoices. 45. Shop Drawings: - BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 46 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 ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to Consultant a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. 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. 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. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 47 45.9. Contractor shall submit the number of copies required by Consultant. Resubmissions of Shop Drawings shall be made inthesame 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. 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 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 48 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 29 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. 0 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 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 Sian: 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 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 49 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 non-compensable, excusable delay, and shall not give rise to a claim for compensable delay. 51.5. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to the Owner or Owner Representative a Hurricane Preparedness Plan. 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. 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 Services, the Contractor shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. Additionally, Contractor shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI-BEACH 50 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 the City the Department and the Federal Highway Administration, all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of five (5) years following acceptance of final payment of the Project. During the Project and the five(5)year period following Final Payment of the Project, Contractor shall provide City access to its books and records upon seventy-two (72) hours-written notice. 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: b. The chemical name and the common name of the toxic substance. 1 c. 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. d. 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. e. The emergency procedure for spills, fire, disposal, and first aid. f. 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. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 51 g. 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 no submission of any such documentation shall be deemed to be an affirmation by the Bidder that there are 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. Balance of Paqe Intentionally Left Blank BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 52 APPENDIX A Price Form, Bid Tender Form, & Supplements ATTACHMENT A-1: ITB Price Form & Unit Price Breakdown form ATTACHMENT A-2: Bid Tender Form ATTACHMENT A-3; Supplement to Bid Tender Form: Contractor Qualification Statement ATTACHMENT A-4: Supplement to Bid Tender Form: Non-Collusion Certificate ATTACHMENT A-5: Supplement to Bid Tender Form: Drug Free Workplace Certification ATTACHMENT A-6: Supplement to Bid Tender Form: Equal Benefits Ordinance ATTACHMENT A-7: Supplement to Bid Tender Form: Trench Safety Act ATTACHMENT A-8: Supplement to Bid Tender Form: Recycled Content Information ATTACHMENT A-9: Supplement to Bid Tender Form: Sub-Contractors ATTACHMENT A-10: Supplement to Bid Tender Form: Davis Bacon Act ATTACHMENT A-11: Supplement to Bid Tender Form: Bid Certification, Questionnaire & Requirements Affidavit FDOT Required Forms ATTACHMENT A-12: FDOT Form #525-010-46 ATTACHMENT A-13: FDOT Form #375-030-33 ATTACHMENT A-14: FDOT Form #375-030-40 ATTACHMENT A-15: FDOT Form #575-060-13 ATTACHMENT A-16: FDOT Form #375-030-32 ATTACHMENT A-17: FDOT Form#375-030-34 ATTACHMENT A-18: FDOT Form #375-030-91 Failure to submit the attached ITB Price Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 53 A-1 City of Miami Beach ITB Price Form The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,shoring, supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents.Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. SECTION 1 -BIDDERS PRICE: PROJECT TITLE: ITB NO.2019-002-DF Middle Beach Recreational Corridor(MBRC) Phase III-From 24th to 45th ST.) FM#436748-1 Cost 01-General Requirements $ 02-Site Work-Demolition $ 02-Site Work-Concrete and Asphalt $ 02-Site Work-Pavers $ 02—Site Work- Site Furnishings $ 02-Site Work Landscape $ 02-Site Work-Utilities $ 02-Site Work Irrigation $ 15-Plumbing $ 16-Electrical and Lighting $ Bond $ • Insurance $ - • Subtotal $ Allowance for City Indemnification $25.00 Permit Allowance $15,000.00 Lump Sum Grand Total (Total Based Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2- Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: • Email: Signature: Title/Printed Name: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 54 A-2 City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as ' principal are named herein and that no,person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: INVITATION TO BID (ITB) No. 2019-002-DF Middle Beach Recreational Corridor(MBRC) Phase III-From 24th to 45th ST.) FM#436748-1 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance. In the event of arithmetical errors between the division totals and the total base bid in the ITB Price Form, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division, which may disqualify bidder. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 55 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: AiiiimejtaiiviA nnf L)rl'`rl �3�1:';`�I 'b [ .1 ) I�jtI)d DigraTAmendment 1 Amendment 6 Amendment 2 Amendment 7 Amendment 3 Amendment 8 Amendment 4 Amendment 9 Amendment 5 Amendment 10 Attached is a Bid Bond ❑, Cash ❑, Money Order ❑, Unconditional Letter of Credit ❑, Treasurer's Check ❑, Bank Draft ❑, Cashier's Check ❑, or: Certified Check ❑ No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: Address Line 1: Address Line 2: Telephone Number: E-mail Address: Social Security Number: OR Federal I.D. Number: Dun & Bradstreet No.: If a partnership, names and addresses of partners: (Sign below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 56 -2 (Type or Print Name Signed Above) A (Sign below if incorporated) ATTEST: (Type or Print Name of Corporation) Secretary (Signature and Title) (CORPORATE SEAL) (Type or Print Name Signed Above) Incorporated under the laws of the State of: BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 57 A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN TWO (2) BUSINESS DAYS OF THE CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these ' licenses, certifications, and/or registrations. License/Certification#/Registration# #Years 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. 3. What business are you in? 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. List owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. 7. References & Past Performance. Bidder 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: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 58 A-3 8. Attach a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co-venturers): a. Name of Project b. Owner and Point of Contact (Minimum of Phone Number& E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent (%) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? ❑ Yes ❑No 10. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: B. The business is a: ❑ Sole Proprietorship ❑ Partnership ❑ Corporation C. The address of principal place of business is: D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 59 A-3 E. List all organizations which were predecessors to Bidder or,in which the principals or officers of the Bidder were principals or officers. F. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. • G. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5)years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s)during the last five (5)years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. I. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s)were defendants. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 60 A-3 J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5)years? If yes, please provide details. K. Under what conditions does the Bidder request Change Orders? L. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10%or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. M. Individuals or entities (including our sub-consultants)with a controlling financial interest: have have not 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. Please provide the name(s) and date(s)of said contributions and to whom said contribution was made. N. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? ❑Yes ❑No O. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? ❑Yes 111 No If the answer to either number N or O is yes, attach a written detailed explanation. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 61 A-3 - — A . e 9f- .- , - Veteran owned Bucinc c? ❑Yes El No Q. 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. R. 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. S. 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'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 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 with supporting 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, in addition to any damages that may be available at law and in equity. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 62 A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name of Firm Print Name Address Title: CONTINUED ON FOLLOWING PAGE IF CORPORATION: Signature Print Name of Corporation Print Name Address Title: WITNESS: Signature Print Name Title: (CORPORATE SEAL) Attest: Secretary BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 63 A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this day of , 20_. The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein;that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in goodfaith,without collusion or fraud. The Bidder agrees if this Bid is accepted,to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No. 2019-002-DF. SIGNATURE PRINTED NAME TITLE (IF CORPORATION) BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 64 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; • (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii).above, ,from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty(30)calendar days after receiving notice under subparagraph (4)of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1) through (6). BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 65 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION (Bidder Signature) (Print Vendor Name) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by as (name of person whose signature is being notarized) (title) of (name of corporation/company) known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTARY PUBLIC: (Signature) (Print Name) • My commission expires: BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 66 A-6 SUPPLEMENT TO BID TENDER FORM: — EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of • Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of"Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of"Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The"Benefits"defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section-62-XXX of the City Code]. Notwithstanding the definition of"Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who-is considered a "Domestic Partner" under the Ordinance? A"Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry,maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: • Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.), • Contracts valued at over$100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year, • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract(covered by the Ordinance). BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 67 A-6 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; • The City contract is valued at less than $100,000; • The contractor has less than 51 employees; • The contractor,does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, association, society or any nonprofit charitable or educational institution or,organization operated, supervised or controlled by or in conjunction with a religious organization, association or society; • The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; • Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; • Contracts for professional NE, landscape NE, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act"; • Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts; • Contracts where only one bid response is received; • Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents; • At the time of'entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance; BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 68 A-6 • The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an employee with the "Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non-compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract; • Termination of the contract; • Monies due under the contract may be retained by the City until compliance is achieved; • Debarment of contractors from City work, as prescribed by the City Code. Balance of Page Intentionally Left Blank BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 69 A-6 MIAMI BEACH • DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: Name of Company Contact Person: Phone Number: Fax Number: E-mail: Vendor Number(if known): Federal ID or Social Security Number: Approximate Number of Employees in the U.S.: (If 50 or less,skip to Section 4,date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? Yes No Union name(s): Section 2.Compliance Questions Question 1.Nondiscrimination-Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories listed below? Please note:a"YES"answer means your company agrees it will not discriminate;a"NO"answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. ❑ Race Yes No ❑ Sex Yes No ❑ Color Yes No ❑ Sexual Orientation Yes No ❑ Creed _Yes_No ❑ Gender Identity(transgender status) _Yes_No ❑ Religion _Yes_No ❑ Domestic partner status _Yes_No ❑ National origin _Yes_No 0 Marital status _Yes_No ❑Ancestry _Yes_No ❑ Disability _Yes_No ❑Age _Yes_No ❑AIDS/HIV status _Yes_No ❑ Height _Yes_No 0 Weight _Yes_No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note: you must answer this question,even if you do not intend to enter into any subcontracts. Yes No BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 70 A-6 Question 2.Nondiscrimination-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 pursuantto competitive bids, 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* dr 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 Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with 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: www.miamibeachfl.gov/procurement/ BID NO:2019-002-OF CITY OF MIAMI BEACH MIAMI BEACH 71 A-6 Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C.Without proper documentation,your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example,to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document;to document leave programs,submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist,attach an explanation. Have you submitted supporting documentation for each benefit offered? _Yes_No Section 4.Executing the Document I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this day of ,in the year ,at , Signature Mailing Address Name of Signatory City,State,Zip Code Title • • BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 72 A-6 MIAMI BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Department ONLY IF you: A. Have taken all reasonable measures to end discrimination in benefits; B. Are unable to do so; and C. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 9 The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 10 The dates on which such benefits providers were contacted; 11 Copies of any written response(s)you received from such benefits providers, and if written l responses are unavailable, summaries of oral responses; and 12 Any other information you feel is relevant to documenting your inability to end discrimination in benefits,including,but not limited to,reference to federal or state laws which preclude the ending of discrimination in benefits. I declare(or certify)under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company(please print) Mailing Address of Company Signature City, State,Zip Name of Signatory(please print) Telephone Number Title Date BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 73 A-6 Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits.A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide_equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor; and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner(or spouse, if applicable)in lieu of providing Benefits to the employees' Domestic partner(or spouse, if applicable).The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. B. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. C. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 74 A-6 MIAMI BEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits • This form, and supporting documentation, must be submitted to the Procurement Department by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply. Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Department evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits will be available: _ Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: • BID NO:2019-002-DF CITY OF MIAMI BEACH 75 MIAMI BEACH A-6 B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure.The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months.An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved: • If requesting extension beyond three months, please explain basis: C. Collective Bargaining Agreements(CBA) Ending discrimination in benefits may be delayed until the expiration of a City.Contractor's Current collective bargaining agreement(s)where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to_reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so,the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3) months - from the date the contract with the City is entered into. For a delay to be granted under this provision,written proof must be submitted with this form that: • The benefits for which the delay is requested are governed by a collective bargaining agreement; • All reasonable measures have been taken to end discrimination in benefits (see Section C.2, above); and • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH • A-6 I declare(or certify)under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company(please print) Mailing Address of Company Signature City, State,Zip Name of Signatory(please print) Telephone Number Title - Date BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 77 A-7 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BEiSUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety-standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Total $ Name of Bidder Authorized Signature of Bidder BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 78 A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 ❑ Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 79 J A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. 01' ;2o07010(1 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 80 A-9 INVITATION TO BID (ITB) No. ITB TITLE SUB-CONTRACTORS PROVIDING SERVICES TO THIS PROJECT Name of Subcontractor Work to be completed % of Work to be performed (Telephone and fax no.) Name: Tel: Fax: Name: Tel: Fax: Name: . Tel: Fax: Name: Tel: Fax: Name: Tel: Fax: Name: Tel: Fax: (Attach additional forms if necessary) BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 81 A-10 ❑ STATEMENT OF COMPLIANCE: DAVIS BACON ACT No. Contract No. Project Title The undersigned Contractor hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by the Davis Bacon Act and the applicable conditions of the Contract. Dated , 20 Contractor By: (Signature) By: (Print Name and Title) STATE OF ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20_; by who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20_. (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed;, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 82 A-10 ADDITIONAL ARTICLES: Federal Grant Projects 1. By virtue of the fact that the funding of this Project will be delivered in full or in part from the United States government through the Department of Housing and Urban Development, federal assurances must follow the grant application in addition to any and all supervening assurances set forth in Rules and Regulations published in Federal Register or CFR. 2. Clauses, terms or conditions required by federal grantor agency are hereby attached and made a part of this appendix (next page). BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 83 A-11 Solicitation No: Solicitation Title: 2019-002-DF Middle-Beach Recreational Corridor(MBRC) Phase Ill(From 24th to 45th ST) Procurement Contact Tel: Email: Danny Flores (305)673-7000,Ext.7490 dannvflores ot7.miamibeachfl.aov 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 Year 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 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. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMIBEACH 84 1. .. . . A-11 YES 140 - _ ._ - „ . • -,- - . ..••••: . - .. •- . . •. •- • - •-• . .• . - or United States federal government,as required pursuant to ordinance 2011 3718. 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)who is 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 had a contract cancelled due to non-performance by any 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 individual or 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 www.miamibeachfl.gov/procurement/. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 85 1 i A-11 7. wage- - - - - _ - - ratee Ceied helew• 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 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. D. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO E. 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 F. 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 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 86 A-11 decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachlgov/procurement./. 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, ,_ 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. 12. 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 addendum 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. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 87 A-11 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 deviate 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 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 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 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. 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. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 88 I ' A-11 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. 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; proposeragrees 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: • • BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 89 r — A-12 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-46 LAP CERTIFICATION OF CURRENT CAPACITY PROGRAM MANAGEMENT Pap lo!2 CONFIDENTIAL Fill in your FOOT Vendor Number For bids to be received'on (Letting Date) VF (Only applicable to FOOT pre-qualified contractors) CERTIFICATE I hereby certify that the amount of any proposal submitted by this bidder for the above letting does not exceed the amount of the Firm's CURRENT CAPACITY(maximum capacity rating less total uncompleted work). The total uncompleted work as shown on the"Status of Contracts on Hand"report(page 2) $ . I further certify that the"Status of Contracts on Hand"report(page 2)was prepared as follows: 1. If the letting is before the 25th day of the month,the certificate and report reflect the uncompleted work'as of the 15th day of the month,last preceding the month of the letting. 2. If the letting is after the 25th day of the month,the certificate and report reflects the uncompleted work in progress as of the 15th day of the month of the letting. 3. All new contracts(and subcontracts)awarded earlier than five days before the letting date are included in the report and charged against our total rating. I certify that the information above is correct. NAME OF FIRM Sworn to and subscribed this day By: of ,.20 Title BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 90 0 z 0 N 525.01045 Pi2AGRAR,f RANIAGEMEtT c STATUS OF CONTRACTS ON HAND 12t9 0 Pap!2of2 N o (Furnish complete information about all your contracts,whether prime or subcontracts; whether in progress or awarded,but not yet begun;and regardless of whom contracted with.) 1 2 3 4. 5 6 UNCOMPLETED AMOUNT TO BE DONE PROJECTS CONTRACT(OR AMOUNT BALANCE OF BY YOU OWNER,LOCATION AND DESCRIPTION SUBCONTRACT) SUBLET CONTRACT AMOUNT TO OTHERS AMOUNT AS PRIME AS CONTRACTOR SUBCONTRACTOR C) -=R 0 -n co m C) x NOTE: Columns 2 and 3 to show total contract(or subcontract)amounts. Column 4 to be difference TOTALS $0.00 $0.00 between columns 2 and 3. Amount in columns 5 or 6 to be uncompleted portion of amount in column 4. All amounts to be shown to nearest$100. The Contractor may consolidate and list asa single item all contracts which,individually,do not exceed 3%of total,and which,in the aggregate,amount to less than TOTAL UNCOMPLETED WORK ON -20%of the total. HAND TO BE DONE BY YOU $0.00 (TOTAL COLUMNS 5 AND 6) w 2 A-14 375.03043 PROCUREMENT 10/01 CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL-AID CONTRACTS (Compliance with 49CFR,Section 20.100 (b)) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any federal agency,a Member of Congress,an officer of employee of Congress,or an employee of a Member of Congress in connection with the awarding of any federal contract,the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement,and the extension,continuation, renewal,amendment,or modification of any federal contract,grant,loan,or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this federal contract,grant, loan, or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was,placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S.Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts,which exceed$100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Consultant:. By: Date: Authorized Signature • Title: BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 92 A-15 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-NJ}40 CERTIFICATION OF USE OF SUBS&ALL LOWER TIER PROCUREMENT SUBS Advertisement No.: Financial Project No.: Project Description: I,the undersigned,certify that I have disclosed all subs and lower tier subconsultants/sub-vendors proposed to be used by my firm to perform services on the subject FOOT contract In accordance with Section 7A of the Standard Professional Services Contract,I understand that The Consultant will not sublet,assign or transfer any work under this Agreement to other subconsultants/sub-vendors not specified in the Agreement Without the written consent of the Department I will comply with the aforementioned FOOT contractual requirement Additionally,I certify that all rates proposed by my firm in the fee proposal do not reflect blending of costs withsubs and all lower tier subconsultants/sub-vendors. I further certify that either. (Indicate choice by checking box) 0 There are no subs or lower tier subconsultants/sub-vendors to my consultant firm on this contract Or ❑ I have disclosed all subs and lower tier subconsultants/sub-vendors to my firm,and the full list of subs and all lower tier subconsultants/sub-vendors who may be utilized by my firm on this contract is provided below. • • • Firm Name: Signature: Name of Certifying Official(Print): Title: Date of Certification: BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 93 A-16 aTATE OF FLCRMA CEPAFM1ENT CETRANaPC TATSCLV 3:5CEO-1a NON-COLLUSION DECLARATION AND 7AY COMPLIANCE WITH 49 CFR§29 E eW°1 • ITEM/SEGMENT NO.: ( 1 FAP. NO:: 1 -1 MANAGING DISTRICT: ` 1 PARCEL Na: B " 1 COUNTY OF: €: I BID LETTING OF: '. '1 ,hereby declare that am (NAME) ' 7'.1 of`-7I (TITLE) (FIRM) of I (CITY AND STATE) and that I am the person responsible within myfirm forth e final decision as to the price(s)and amount of this Bid onthis State Project I further declare that 1. The prices(s)and amount of this bid have been arrived at independently,without consultation, communication or agreement,for the purpose of restricting competition with any other contractor,bidder or potential bidder. 2. Neitherthe price(s)nor the amount of this bi d have been disclosedto any other firm or person who is a bidder or potential bidder on this project,and will not be so disclosed priorto the bid opening_ 3. No attempthas been made orwill be made to solicit,cause or induce anyotherfirm orpersonto refrain from bidding on this project,or to submit a bid higher than the bid of this firm,or any intentionally high ornon-competifive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuantto any agreementor discussion with,or inducementfrom,any firm or person to submit a complementary bid. 5; My firm has not offered or entered into a subcontractor agreementregarding the purchase of materials or services from any firm or person,or offered,promised or paid cash or anything of value to any firm or person,whether in connection with this or any other project,in consideration foran agreementorpromise by anyfirm orpersonto refrain from bidding orto submit a complementary bid on this project 6. My firm has not accepted or been promised any subcontractoragreementregarding ttiesale of materials or services to any firm or person,and has not been promised or paid cash or anything of value by anyfirm or person, whether in connection with this or any other project,in consideration formyfirm's submitting a complementary bid,or agreeing to do so,on this project 7. I have made a diligent inquiry of all members,officers,employees,and agents of myfirm with responsibilities relating to the preparation,approval or submission of myfirm's bid onthis projectand have been advised by each of them that he or she has not participated in any communication,consultation,discussion,agreement,collusion,actor other conduct inconsistentwith any of the statements and representations made in this Declaration. 8_ As required by Section 337.165,Florida Statutes,the firm has fully informedthe Departmentof Transportation in writing of all convictions of the firm,its affiliates(as defined in Section 337_165(I)(a),Florida Statutes), and all directors,officers,and employees of the firm and its affiliates forviolation of state or federal antitrustlaws with respect to a publiccontractor for violation of any state or federal law involving fraud,bribery,collusion,conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees of the firm or affiliates who were convicted of contract crimes while in the em ploy of anothercompany_ BID NO:2019-002-DF _CITY OF MIAMI BEACH MIAMI BEACH 94 1 A-16 57sa_rna CF WAY coot Fear 2 ea 9. I certify that,except as noted below,neither myfirm nor any person associated therewith in the capacity of owner,partner,director,officer,principal,investigator,project director,manager,auditor,and/or position involving the administration of Federal funds: (a) is presently debarred,suspended,proposed for debarment,declared ineligible,orvoluntariiyexcluded from covered transactions,as defined in 49 CFR§29.110(a),by any Federal department or agency; (b) has within a three-year period preceding this certification been convicted of or had a civil judgment rendered against him orherfor_ commission of fraud or a criminal offense in connection with obtaining, attempting to obtain,or performing a Federal,State or local government transaction orpublic contract violation of Federal or State antitrust statutes;or commission of embezzlement,theft;forgery,bribery, falsification or destruction of records,making false statements orreceiving stolen property; (c) is presently indicted foror otherwise cri mina or civilly charged by a Federal,State or local governmental entity with commission of any of the offenses enumerated in paragraph 9(b)of this certification;and (d) has within a three-year period preceding this certification had one or more Federal,State or local government publictransactions terminated for cause or default. 10. l(We),certify that l(We),shall not knowingly enterinto any transaction with any subcontractor,material supplier,orvendorwho is'debarred,suspended,declared ineligible,orvoluntarily excluded from participation in this contract by any Federal Agency unless authorized bythe Department Where t am unable to declare or certify as to any of the statements contain ediin the above stated paragraphs numbered(1)through(10),I have provided an explanation inthe"Exceptions®portion beloworby attached separate sheet EXCEPTIONS: (Any exception listed above will not necessarily resultin denial of award,butwill be considered in determining bidderresponsibillty.For any exception noted,indicateto whom it applies,initiating agency and dates of agency action. Providing false information may resultin criminal prosecution and/or administrative sanctions.) I declare under penalty of perjurythatthe foregoing is true and correct CONTRACTOR: (Seal) BY: r---1 WITNESS: NAME AND TITLE PRINTED BY: — �1 WITNESS: SIGNATURE Executed on this day of FAILURE TO FULLY COMPLETE AND EXECUTE THIS DOCUMENT MAY RESULT IN THE BID BEING DECLARED NONRESPONSIVE BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 95 A-16 FV0.43- WAY Crt =fie a ara REQUIRED CONTRACT PROVISIONS This certification applies to subcontractors,material suppliers,vendors and other lowertier participants_ -Appendix B of 49 CFR Part 29— Appendix B—Certification Regarding Debarment,Suspension,lneligiblity and Voluntary Exclusion—LowerTierCovered Transactions Instructions for Certification 1. By signing and submitting this proposal,the prospective iowertier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered. If it is later determined that the prospective lowertier participant knowingly rendered an erroneous certification,in addition to other remedies available to the Federal Govern meat,the department or agency with which this transaction originated may pursue available remedies,including suspension andfordebarment 3. The prospective lowertier participant shall provide immediate written noticeto the person to which this proposal is submitted if at anytime the prospective lowertier participantleams thatits certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms"covered transaction,""debarred,"suspended,"ineligibie,""lowertiercoveredtransaction; "participant,""person,""primary covered transaction,""principal,"proposal,"and"voluntarilyexcluded,"as used in this clause,have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contactthe person to whom this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lowertier participant agrees by submitting this pro posalthatiftshall not knowingly enterinto any lower tier covered transaction with a person who is debarred,suspended,declared ineligible,orvoluntarilyexcluded from participation in this covered transaction,unless authorized bythe departrnentor agencywith which this transaction originated. 6. The prospective lower tier participantf utter agrees by submitting this proposal Malt%rill include this clause titled"Certification Regarding Debarment,Suspension,In eligibility and Voluntary Exclusion—LowerTierCovered Transaction,"without modification,in alllower tier coveredtransactrons and in all solicitations farIowertiercovered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective parUcipantin a lowertier covered transaction that it isnot debarred,suspended,ineligible,orvoluntarily excluded fromthe covered transaction, unless it knows that the certification is'erroneous.A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may,but is not required to,check the NonprocurementList 8_ Nothing contained in the foregoing shall be construedto require establishment of a system of records in order to render in good faith the certification required by this clause.The knowledge and information of a participantis rot required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except fortransactions authorized under paragraph 5 of these instructions,if a participant in a covered transaction knowingly enters into a lowertier covered transaction with a person who is suspended,debarred,ineligible,or voluntarily excluded from participation in this transa ction,in addition to other remedies available tothe Federal Government,the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment Certification Regarding Debarment,Suspension,lneligibriityand Voluntary Exclusion—Lower Tier Covered Transacii'ons (1) The prospective lowertier participant certifies,by submission of this proposal,that neftherit nor its principals is presently debarred,suspended,proposed for debarment,declared ineligible,orvoluntary excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lowertier participantis unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Ii BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 96 A-17 gra a OF FrLOHILIA OWN-MEW OF itWc3'URIAfION 375.1333-31 CERTIFICATION REGARDING DEBARMENT,SUSPENSION, nattleu r ,„r, INELIGIBILITY AND VOLUNTARY EXCLUSiON- LOWER TiER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) It is certified that neither the below identified firm nor its principals are presently suspended,proposed for debarment.declared ineligible,or voluntarily excluded from participation in this transaction by any federal department or agency. Name of ConsultantiContractor. By: Date: Title: instruction's for Certification Instructions for Certification-Lower Tier Participants: (Applicable to all subcontracts,purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost$25,000 or more-2 CFR Parts 180 and 1200) a.By signing and submitting this proposal,the prospective lower tier is providing the certification set out below. b.The certification In this clause is a material representation of fact upon which reliance was placed when this transaction was entered into.If it is later determined that the prospective tower tier participant knowingly rendered an erroneous cealtid cation,in addition to other remedies available to the Federal Government,the department,or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. c.The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed cirounrstances. d.The terms"covered transaction,""debarred,"'suspended""Ineligible.""participant,""person,""ptinclpal,"and"voluntarily excluded,"as used in this clause,are defined in 2 CFR Parts 180 and 1200.You may contact the person to which bids proposal is submitted for assistance in obtaining a copy of those regulations.'First Tier Covered Transactions"refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant(such as the prima or general contract(Lower Tier Covered Transactions"refers to any covered transaction under a First Tier Covered Transaction(such as subcontracte). "First Tier Participant"refers to the participant who has entered into a covered transaction With a grantee or eudhgrantee of Federal funds(such as the prime or general contractor).'Lower Tier Participant"refers any participant who has entered Into a covered transaction with a First Tier Participant or other Lower Tier Participants(such as subcontractors and suppliers). e.The prospective lower tier participant agrees by submitting this proposal that,should the proposed covered transaction he entered into,it shall not knowingly enter into any tower tier covered transaction with a person who Is debarred,suspended, declared Ineligible,or voluntarily excluded from participation In this covered transaction,unless authorized by the department or agency with which this transaction originated. f.The prospective lower tier participant further agrees by submitting this proposal that it will include this clause bled "Certification Regarding Debarment,Suspension,ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction."withotot modification,In all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred,suspended,ineligible,orVoluntarily excluded from the covered transaction,unless it knowslitat the certification Is erroneous.A participant Is responsible for ensuring that its principals are not suspended,debarred,or otherwise Ineligible to participate In covered transactions.To verify the eligibility of its principals,as welt as the eligibility of any lower tier prospective participants,each participant may,but Is not required to,check the Excluded Partlest ist System website (httpsjhvww.epls.gov/),which Is compiled by the General Services Administration. h.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause_The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. I.Except for transactions authorized under paragraph e of these Instructions.if a participant In a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended,debarred,ineligible,or voluntarily excluded from participation in this transaction,in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies,including suspension andlordebarmtent. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 97 A-18 STATE CF FLORIDA DEPARTMENT OP TRANSPORTATION 3T5.020.T4 DISCLOSURE OF LOBBYING ACTIVITIES PROCUREMENT 02116 Is this form applicable to your firm? YES 1:1 NO El If no,then please complete section 4 below for"Prime" 1.Type of Federal Action: 2.Status of Federal Action: • 3.Report Type: • a.contract a.bid/offer/application a.Initial filing b.grant - b.Initial award b.material change c.cooperative agreement c.post-award For Material Change Only: d.loan - Year. Quarter: e.loan guarantee Date of last report 1.loan Insurance (mm/dd/yyyy) 4.Name and Address_Of Reporting Entity: 5.1f Reporting Entity in No.4 is a Subawardee,Enter Name and 0 Prime ❑ Subawardee Address of Prime: -Tier ,if known: Congressional District,if known:4c _ Congressional District,if known: 6.Federal Department/Agency: 7.Federal Program Name/Description: CFDA Number,if applicable: • 8.Federal Action Number,if known: 9.Award Amount,if known: S 10.a.Name and Address of Lobbying Registrant b.Individuals Performing Services(including address if (if individual,last name,first name,Mt): different from No. 10a) (last name,first name,MI):. 11.Infatuation requested through!ilia form is authorized by title 31 U.S.C.section 1352.This disclosure of lobbying activities is a Signature: material representation of.fact upon which reliance was placed • by the lice above when this transaction was made'or entered print Name: • into.This disclosure is required pursuant to 31 U.S.C.1352. . . — — This Infoiinahon will be available for public inspection.Any person who fails to file the required disclosure shall be subject Title: • to a civil penalty of not less than S10,000 and not more than • S100,000[cc each such failure. Telephone No.: Date(mm/dd/yyyy): - Federal Use Only: • . - Authorized far Local Reproduction Standard Form LLL(Rev.7-97) • • • • BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 98 A-18 375.030.34 • PROCUREMENT 04,14 Page 2 or2 INSTRUCTIONS FOR COMPLETION OF SF-LLL,DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient,at the Initiation or receipt of a covered Federal action,ora material change to a previous filing,pursuant to title 31 U.S.C. section 1352.The filing of a form Is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection-with a covered Federal action.Complete all items that apply for both the initial filing and material change report.Refer to the implementing guidance published by. the Office of Management and Budget for additional information. 1. identify the type of covered Federal action for which lobbying activity is and/or has been secured.to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report.If this is a followup report caused by a material change to the information previously reported,enter the year and quarter in Which the change occurred.Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the fullname,address,city,State and zip code of the reporting entity.Include Congressional District,if known.Check the appropriate classification of the reporting entity that designates if it is,or expects to be,a prime or subaward recipient.Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks°Subawardee,then enter the'full name,address,city,State and zip code of the prime Federal recipient.Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment Include at least one organizational• level below agency name,if known.For example,Department.of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(Item 1).If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans,and loan commitments. 8. Enter the most appropriate Federal identifying number available far the Federal action identified in item 1(e.g., Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract, grant,or loan award number,the application/proposal control number assigned by the Federal agency).Include • prefixes,e.g.,'RFP-DE-90-001 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitment for the prime entity identified'n item 4 or 5. • 10. (a)Enter the full name,address,city,State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b)Enter the full names of the individual(s)performing services,and Include full address if different from 10(a). Enter Last Name,First Name,and Middle Initial(MI). 11.The certifying official shall sign and date the form,print his/her name,title,and telephone number. • According to the Paperwork Reduction Act,as amended,no persons are required to respond to a collection of information unless it displays a valid OMB Control Number.Tho valid OMB control number for this information collection is OMB No.0348-0046.Public reporting burden for this cotectionof information is.estimated to average 10 minutes per response,including lime for reviewing instructions,searching existing data sources, gathering;and maintaining the data needed,and completing and reviewing the collection of information.Send comments regarding the burden estimate a any other aspect'Millis collection of information,including suggestions for reducing this burden,to the Office.o1 Management and Budget,Paperwork Reduction Protect(0348-0046),Washington,DC 20503. • • • BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 99 APPENDIX B MINIMUM QUALIFICATION REQUIREMENTS • BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 100 MINIMUM QUALIFICATIONS AND REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bid Guaranty: Bidder shall submit, WITH ITS BID, either an original bid bond executed by a surety company meeting the qualifications for surety companies as specified in Section 0500, General Conditions, or by certified check, cashier's check, Bid Guaranty Form, Unconditional Letter of Credit(Form 00410), treasurer's check or bank draft of any national or state bank(United States), in the amount of 5%of the bid amount,payable to City of Miami Beach, Florida. FAILURE TO INCLUDE THE BID BOND WITH THE BID SUBMITTAL SHALL RESULT IN THE BID BEING DEEMED NON-RESPONSIVE AND NOT BEING CONSIDERED. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security of the successful Bidder shall be forfeited to the City of Miami Beach as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract, provide the required Performance Bond, Payment Bond and Certificate(s) of Insurance, within fifteen (15) calendar days after notification of the award of the Contract, or failure to comply with any other requirements set forth herein. Bid Securities of the unsuccessful Bidders will be returned after award of the Bid by the Mayor and City Commission. ANY BID THAT DOES NOT INCLUDE, WITH THE BID,A BID BOND SHALL BE DEEMED NON- RESPONSIVE AND SHALL NOT BE CONSIDERED. • 2. Licensing Requirements: Bidder shall be State of Florida Certified General Contractor in the State of Florida, Division of Business and Professional Regulations to be considered for award. The qualified bidder shall hold all required certified licenses at the time of the bid and throughout the term of the project in order to provide the scope of work as set forth in the bid documents. 3. Previous Experience of Bidder (Firm): Bidder shall have a total of three (3) similar projects in scope within the past five (5) years, two (2) which must be successfully completed, the third of which may be ongoing. Submittal Requirement: Bidder shall submit at least three (3)similar projects in scope within the past ten (10) years, two (2) of which must be successfully completed, the third of which may be ongoing. Of the three (3)submitted projects, one(1) must involve the construction of an on-grade ADA compliant pedestrian paver walkway with pedestrian lights, landscaping and irrigation,within environmentally sensitive areas and/or within proximity to sea-turtle nesting zones. Similar projects shall be interpreted to mean the construction of on-grade paver pathways or plazas, with a minimum gross paver area of 25,000 square feet. For all qualifying projects submitted, Bidder shall submit at a minimum the following information: 1) Firm Name, 2)Contact Individual Name&Title, 3)Address,4)Telephone number, 5)Contact's Email, 6) Narrative on Scope of Services Provided, and 7) Contract amount and completion date and Inability to verify project information may result in the submittal being found non-responsive. Balance of Pape Intentionally Left Blank BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 101 APPENDIX FDOT Supplemental Conditions C-1: FDOT Standard Specifications for Road and Bridge Construction C-2: Contractor Purchased Equipment for State or Local Ownership Q. Prequalification C-4: Public Agencies in Competition with the Private Sector C-5: Publicly-Owned Equipment C-6: Salvage Credits C-7: Standardized Changed Conditions Contract Clauses C-8: Davis-Bacon Wage Table(s) C-9: Patented/Proprietary Materials C-10: State (Florida or other) - Produced Materials C-11: State/Local/Owned/ Furnished/ Designated Materials C-12: Equipment Rental Rates BID NO:2019-002-DF-- CITY OF MIAMI BEACH MIAMI BEACH 102 MIAMIBEACH C-1: FDOT Standard Specifications for Road and Bridge Construction 6-5 Products and Source of Supply. 6-5.1 Source of Supply—Convict Labor (Federal-Aid Contracts Only): Do not use materials that were produced after July 1, 1991, by convict labor for Federal-aid highway construction projects unless the prison facility has been producing convict-made materials for Federal-aid highway construction projects before July 1, 1987. Use materials that were produced prior to July 2, 1991, by convicts on Federal-aid highway construction projects free from the restrictions placed on the use of these materials by 23 U.S.C. 114. The Department will limit the use of materials produced by convict labor for use in Federal-aid highway construction projects to: 1. Materials produced by convicts on parole, supervised release, or probation from a prison or, 2. Materials produced in a qualified prison facility. The amount of such materials produced for Federal-aid highway construction during any 12-month period shall not exceed the amount produced in such facility for use in such construction during the 12-month period ending July 1, 1987. 6-5.2 Source of Supply-Steel: Use steel and iron manufactured in the United States, in accordance with the Buy America provisions of 23 CFR 635.410, as amended. Ensure that all manufacturing processes for this material occur in the United States. As used in this specification, a manufacturing process is any process that modifies the chemical content, physical shape or size, or final finish of a product, beginning with the initial melting and continuing through the final shaping and coating. If a steel or iron product is taken outside the United States for any manufacturing process, it becomes foreign source material. When using steel or iron materials as a component of any manufactured product (e.g., concrete pipe, prestressed beams, corrugated steel pipe, etc.), these same provisions apply. Foreign steel and iron may be used when the total actual cost of such foreign materials does not exceed 0.1% of the total Contract amount or$2,500,whichever is greater. These requirements are applicable to all steel and iron materials incorporated into the finished work, but are not applicable to steel and iron items that the Contractor uses but does not incorporate into the finished work. Submit a certification from the manufacturer of steel or iron, or any product containing steel or iron, stating that all steel or iron furnished or incorporated into the furnished product was produced and manufactured in the United States or a statement that the product was produced within the United States except for minimal quantities of foreign steel and iron valued at$ (actual cost). Submit each such certification to the Engineer prior to incorporating the material or product into the project. Prior to the use of foreign steel or iron materials on a project, submit invoices to document the actual cost of such material, and obtain the Engineer's written approval prior to incorporating the material into the project 7-1.4 Compliance with Federal Endangered Species Act and other Wildlife Regulations: The Federal Endangered Species Act requires that the Department investigate the potential impact to a threatened or endangered species prior to initiating an activity performed in conjunction with a highway construction project. If the Department's investigation determines that there is a potential impact to a protected, threatened or an endangered species, the Department will conduct an evaluation to,determine what measures may be necessary to mitigate such impact. When mitigation measures and/or special conditions are necessary, these measures and conditions will be addressed in the Contract Documents or in permits as identified in 7-2.1. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 103 In addition, in cases where certain protected, threatened or endangered species are found or appear within close proximity to the project boundaries,the Department has established guidelines that will apply when interaction with certain species occurs, absent of any special mitigation measures or permit conditions otherwise identified for the project. These guidelines are posted at the following URL address: http://www.fdot.gov/programmanagement/Implemented/U RLinSpecs/files/endangeredwil dlifeguidelines.pdf. Take responsibility to obtain this information and take all actions and precautions necessary to comply with the conditions of these guidelines during all project activities. Prior to establishing any off-project activity in conjunction with a project, notify the Engineer of the proposed activity. Covered activities include but are not necessarily limited to borrow pits, concrete or asphalt plant sites, disposal sites, field offices, and material or equipment storage sites. Include in the notification the Financial Project ID, a description of the activity, the location of the site by township, range, section, county, and city, a site location map including the access route, the name of the property owner, and a person to contact to arrange a site inspection. Submit this notification at least 30 days in advance of planned commencement of the off-site activity, to allow for the Department to conduct an investigation without delaying job progress. Do not perform any off-project activity without obtaining written clearance from the Engineer. In the event the Department's investigation determines a potential impact to a protected, threatened or endangered species and mitigation measures or permits are - necessary, coordinate with the appropriate resource agencies for clearance, obtain permits and perform mitigation measures as necessary. Immediately notify the Engineer in writing of the results of this coordination with the appropriate resource agencies. Additional compensation or time will not be allowed for permitting or mitigation, associated with Contractor initiated off-project activities. 7-1.8 Compliance with Section 4(f) of the USDOT Act: Section 4(f) of the USDOT Act prohibits the U. S. Secretary of Transportation from approving a project which requires the use of publicly owned land of a public park, recreation area or a wildlife and waterfowl refuge, or of any historic site of national, state, or local significance unless there is no prudent or feasible alternative to using that land and the program or project includes all possible planning to minimize the harm to the site resulting from the use. Before undertaking any off-project activity associated with any federally assisted undertaking, ensure that the proposed site does not represent a public park, recreation area, wildlife or waterfowl refuge, or a historic site (according to the results of the Cultural Resources Survey discussed'in 120 6.2). If such a site is proposed, notify the Engineer and provide a description of the proposed off-site activity,'the Financial Project ID, the location of the site by township, range, section, a county or city map showing the site location, including the access route and the name of the property. It is the Contractor's responsibility to submit justification for use of Section 4(f) property that is sufficient for the Florida Department of Transportation and the Federal Highway Administration to make a Section 4(f) determination. Submit this notification sufficiently in advance of planned commencement of the off-site activity to allow a reasonable)time for the Engineer to BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 104 a , conduct an investigation without delaying job progress. Do not begin any off-project activity without obtaining written clearance from the Engineer. From Section 7 Legal Requirements and Responsibilities to the Public(FHWA 1273, Wage Rates, E-Verify, Title VI, DBE, and On-The-Job Training): The FHWA-1273 Electronic version, dated May 1, 2012 is posted on the Department's website at the following URL address http://www.dot.state.fl.us/procirammanagement/Implemented/URLinSpecs/Files/FHWA1273.pdf . Take responsibility to obtain this information and comply with all requirements posted on this website up through five calendar days before the opening of bids. Comply with the provisions contained in FHWA-1273. If the Department's website cannot be accessed, contact the Department's Specifications Office Web Coordinator at (850)414-4101. 7-16 Wage Rates for Federal-Aid Projects. For this Contract, payment of predetermined minimum wages applies. The U.S. Department of Labor(USDOL)Wage Rates applicable to this Contract are listed in table below, as modified up through ten days prior to the opening of bids. (For complete table(s) refer to F-8:Davis-Bacon Wage Table(s)). Wage RateAssociated Work Decision Number FL180221 Construction Type: Highway 1/4/2019 FL221• County: Miami-Dade County in Florida. Obtain the applicable General Decision(s)(Wage Tables)through the Department's Office of Construction website and ensure that employees receive_ the minimum compensation applicable. Review the General Decisions for all classifications necessary to complete the project. Requestadditional classifications through the Engineer's office when needed. For guidance on the requirements for the payment of wages and benefits and the submittal of certified payrolls,and for general guidance and examples of multiple wage rates when assigned to a,Contract, refer to the Department's Office of Construction website. Questions regarding wage rates and the applicability of wage tables should be submitted in accordance with 2-4. Contact the Department's Prevailing Wage Rate Coordinator at (850) 414-4688 if the Department's website cannot be accessed or there are questions. 7-24 Disadvantaged Business Enterprise Program. 7-24.1 Disadvantaged Business Enterprise Affirmative Action Plan: Prior to award of the Contract, have an approved Disadvantaged Business Enterprise (DBE) Affirmative Action Program Plan filed with the Equal Opportunity Office. Update and resubmit the plan every three years. No Contract will be awarded until the Department approves the Plan. The DBE Affirmative Action Program Plan is incorporated into and made a part of the Contract. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 105 i t r I i 1 7-24.2 Required Contract and Subcontract DBE Assurance Language: In accordance with 49 CFR 26.13 (b), the Contract FDOT signs with the Contractor (and each subcontract the prime contractor signs with a subcontractor) must include the following assurance: "The Contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted Contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the recipient deems appropriate." 7-24.3 Plan Requirements: Include the following,in the DBE Affirmative Action Program Plan: 1. A policy statement, signed by an authorized representative (president, chief executive officer, or chairman of the contractor), expressing a commitment to use DBEs in all aspects of contracting to the maximum extent feasible, outlining the various levels of responsibility, and stating the objectives of the program. Circulate the policy statement throughout the Contractor's organization. 2. The designation of a Liaison Officer within the Contractor's organization, as well as support staff, necessary and proper to administer the program, and a description of the authority, responsibility, and duties of the Liaison Officer and support staff. The Liaison Officer and staff are responsible for developing, managing, and implementing the program on a day-to-day basis for carrying out technical assistance activities for DBEs and for disseminating information on available business opportunities so that DBEs are provided an equitable opportunity to participate in Contracts let by the Department. 3.'Utilization of techniques to facilitate DBE participation in contracting activities which include, but are not limited to: a. Soliciting price quotations and arranging a time for the review of Plans, quantities, specifications, and delivery schedules, and for the preparation and presentation of quotations. b. Providing assistance to DBEs in overcoming barriers such as the inability to obtain bonding, financing, or technical assistance. c. Carrying out information and communication programs or workshops on contracting procedures and specific contracting opportunities in a timely manner, with such programs being bilingual where appropriate. d. Encouraging eligible DBEs to apply for certification with the Department. e. Contacting Minority Contractor Associations and city and county agencies with programs for disadvantaged individuals for assistance in recruiting and encouraging eligible DBE contractors to apply for certification with the Department. 7-24.4 DBE Records and Reports: Submit the following through the Equal Opportunity Compliance System: 1. DBE Commitments -at or before the Pre-Construction Conference. 2. Report monthly, through the Equal Opportunity Compliance System on the Department's Website, actual payments (including retainage) made to DBEs for work performed with their own workforce and equipment in the area in which they are certified. Report payments made to all DBE and Minority Business Enterprise (MBE) subcontractors and DBE and MBE construction material and major suppliers. The Equal Opportunity Office will provide instructions on accessing this system. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 106 1 t 1 Develop a record keeping system to monitor DBE affirmative action efforts which include the following: 1. the procedures adopted to comply with these Specifications; 2. the number of subordinated Contracts on Department projects awarded to DBEs; 3. the dollar value of the Contracts awarded to DBEs; 4. the percentage of the dollar value of all subordinated Contracts awarded to DBEs as a percentage of the total Contract amount; 5. a description of the general categories of Contracts awarded to DBEs; and • 6. the specific efforts employed to identify and award Contracts to DBEs. Upon request, provide the records to the Department for.review. Maintain all such records for a period of five years following acceptance of final payment and have them available for inspection by the Department and the Federal Highway Administration. 7-24.5 Counting DBE Participation and Commercially Useful Functions: 49 CFR Part 26.55 specifies when DBE credit shall be awarded for work performed by a DBE. DBE credit can only be awarded for work actually performed by DBEs themselves for the types of work for which they are certified.When reporting DBE Commitments, only include the dollars that a DBE is expected to earn for work they perform with their own workforce and equipment. Update DBE Commitments to reflect changes to the initial amount that was previously reported or to add DBEs not initially reported. When a DBE participates in a contract, the value of the work is determined in accordance with 49 CFR Part 26.55, for example: 1. The Department will count only the value of the work performed by the DBE toward DBE goals.The entire amount of the contract that is performed by the DBE's own forces (including the cost of supplies, equipment and materials obtained by the DBE for the contract work) will be counted as DBE credit. 2. The Department will count the entire amount of fees or commissions charged by the DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services or for providing bonds or insurance specifically required for the performance of a Department-assisted contract, toward DBE goals, provided that the Department determines the fees to be reasonable and not excessive as compared with fees customarily followed for similar services. 3. When the DBE subcontracts part of the work of its contract to another firm, the Department will count the'value of the subcontracted work only if the DBE's subcontractor is itself a DBE. Work that a DBE subcontracts to a non-DBE firm does not count toward DBE goals. 4.When a DBE performs as a participant in a joint venture, the Department will count the portion of the dollar value of the contract equal to the distinct, clearly defined portion of the work the DBE performs with its own forces toward DBE goals. 5. The Contractors shall ensure that only expenditures to DBEs that perform a commercially useful function (CUF) in the work of a contract may be counted toward the voluntary DBE goal. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 107 6. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing,and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible,with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material,and installing (where applicable)and paying for the material itself. 7. Contractors wishing to use joint checks involving DBE credit must provide written notice to the District Contract Compliance Office prior to issuance of the joint check. The Contractor must also provide a copy of the notice to the DBE subcontractor and maintain a copy with the project records. 8. To determine whether a DBE is performing a commercially useful function, the Department will evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors. • 9. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE ( participation. 10. If a DBE does not perform or exercise responsibility for at least 30% of the total cost of its contract with its own workforce, or if the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved, the DBE has not performed a commercially useful function. 7-24.6 Prompt Payments: Meet the requirements of 9-5• for payments to all DBE subcontractors. 7-25 On-The-Job Training Requirements. As part of the Contractor's equal employment opportunity affirmative action program, t raining shall be provided as follows: ' The Contractor shall provide On-The-Job Training aimed at developing full journeymen in the type of trade or job classification involved in the work. In the event the Contractor subcontracts a portion of the contract work, it shall determine how many, if any, of the trainees are to be trained by the subcontractor provided, that the Contractor shall retain the primary responsibility for meeting the training requirements imposed by this Section. Ensure that,when feasible, 25%of trainees in each occupation are in their first year of training. The Contractor shall incorporate the requirements of this Section into such subcontract. The number of trainees will be estimated on the number of calendar days of the contract, the dollar value, and the scope of work to be performed. The trainee goal will be finalized at a Post-Preconstruction Trainee Evaluation Meeting and the goal will be distributed among the work classifications based on the following criteria: 1. Determine the number of trainees on Federal Aid Contract: a. No trainees will be required for contracts with a Contract Time allowance of less than,275 calendar days. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 108 b. If the Contract Time allowance is 275 calendar days or more, the number of trainees shall be established in accordance with the following chart: Estimated Contract Amount Trainees Required $2,000,000 or less 0 Over$2,000,000 to $4,000,000 2 Over$4,000,000 to $6,000,000 3 Over$6,000,000 to $12,000,000 5 Over$12,000,000 to $18,000,000 7 Over$18,000,000 to $24,000,000 9 • Over$24,000,000 to $31,000,000 12 Over$31,000,000 to$37,000,000 13 Over$37,000,000 to $43,000,000 14 Over$43,000,000 to $49,000,000 15 Over$49,000,000 to$55,000,000 16 Over$55,000,000 to $62,000,000 17 Over$62,000,000 to $68,000,000 18 Over$68,000,000 to $74,000,000 19 Over$74,000,000 to $81,000,000 20 Over$81,000,000 to $87,000,000 21 Over$87,000,000.to $93,000,000 22 Over$93,000,000 to $99,000,000 23 Over$99,000,000 to $105,000,000 24 Over$105,000,000 to$112,000,000 25 .Over$112,000,000 to$118,000,000 26 Over$118,000,000 to $124,000,000 27 Over$124,000,000 to $130,000,000 28 Over$130,000,000 to* *One additional trainee per$6,000,000 of estimated Construction Contract amount over$130,000,000 Further, if the Contractor or subcontractor requests to utilize banked trainees as discussed later in this Section, a Banking Certificate will be validated at this meeting allowing credit to the Contractor for previously banked trainees. Banked credits of prime Contractors working as Subcontractors may be accepted for credit. The Contractor's Project Manager, the Construction Project Engineer and the Department's District Contract Compliance Manager will attend this meeting. Within ten days after the Post-Preconstruction Training Evaluation Meeting, the Contractor shall submit to the Department for approval an On-The-Job Training Schedule indicating the number of trainees to be trained in each selected classification and the portion of the Contract Time during which training of each trainee is to take place. This schedule may be subject to change if any of the following occur: 1. When a start date on the approved On-The-Job Training Schedule has been missed by 14 or more days; 2. When there is a change in previously approved classifications; BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 109 3. When replacement trainees are added due to voluntary or involuntary termination The revised schedule will be resubmitted to and approved by the Department's District Contract Compliance Manager. The following criteria will be used in determining whether or not the Contractor has complied with this Section as it relates to the number of trainees to be trained: 1. Credit will be rallowed for each trainee that is both enrolled and satisfactorily completes training on this Contract. Credit for trainees, over the established number for this Contract, will be carried in a "bank" for the Contractor and credit will be allowed for those surplus trainees in subsequent, applicable projects. A "banked" trainee is described as an employee who has been trained on a project, over and above the established goal, and for which the Contractor desires to preserve credit for utilization on a subsequent project. 2. Credit will be allowed for each trainee that has been previously enrolled in the Department's approved training program on another contract and • continues training in the same job classification and completes their training on a differentcontract. 3. Credit will-be allowed for each trainee who, due to the amount'of work available in their classification, is given the greatest practical amount of training on the contract regardless of whether or not the trainee completes training. 4. Credit will be allowed for any training position indicated in the approved On-The-Job Training Schedule, if the Contractor can demonstrate that made a good faith effort to provide training in that classification was made. 5. No credit will be allowed for a trainee_ whose employment by the Contractor is involuntarily terminated unless the Contractor can clearly. demonstrate good cause for this action. Training and upgrading of minorities, women and economically disadvantaged persons toward journeyman status is a primary objective of this Section. Accordingly, the Contractor shall make every effort to enroll minority trainees and women (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women trainees) to the extent such persons are available within a reasonable area of recruitment. If a non-minority male is enrolled into the On-The-Job Training Program,the On-The-Job Training Notification of Personnel Action Form notifying the District Contract Compliance Manager of such action shall be accompanied by a disadvantaged certification or a justification for such action acceptable to the Department's District Contract Compliance Manager. The Contractor will be given an opportunity and will be responsible for demonstrating the steps that it has taken in pursuance thereof, prior to a determination as to whether the Contractor is in compliance with this Section. This training is not intended, and shall not be used, to discriminate against any applicant for training, whether a minority, woman or disadvantaged person. No employee shall be employed as a trainee in any classification in which they have successfully completed a training course leading to journeyman status, or have been employed as a journeyman. The Contractor may satisfy this requirement by including BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 110 J ' appropriate questions in the employee application or by other suitable means. Regardless of the method used, the Contractor's records should document the findings in each case. The minimum length and type of training for each classification will be as established at the Post-Preconstruction Trainee Evaluation Meeting and approved by the Department. Graduation to journeyman status will be based upon satisfactory completion of a Proficiency Demonstration set up at the completion of training and established for the specific training classification, completion of the minimum hours in a training classification range, and the employer's satisfaction that the trainee does meet journeyman status in the classification of training. Upon reaching journeyman status, the following documentation must be forwarded to the District Contract Compliance Office: 1. Trainee Enrollment and Personnel Action Form 2. Proficiency Demonstration Verification Form indicating completion of each standard established for the classification signed by representatives of both the Contractor and the Department. The Department and the Contractor shall establish a program that is tied to the scope of the work in the project and the length of operations providing it is reasonably calculated to meet the equal employment opportunity obligations of the Contractor and to qualify the average trainee for journeyman status in the classifications concerned, by at least, the minimum hours prescribed for a training classification. Furthermore, apprenticeship programs registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau and training programs approved but not necessarily sponsored by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training shall also be considered acceptable provided it is being administered in a manner consistent with the equal employment obligations ,of Federal Aid highway construction contract. Approval or acceptance of a training schedule shall be obtained from the Department prior to commencing work on the classifications covered by the program. A voluntary On-The-Job Training Program is available to a Contractor which has been awarded a state funded project. Through this program, the Contractor will have the option, to train employees on state funded projects for"banked credit"as discussed previously in this provision,to be utilized on subsequent Federal Aid Projects where training is required. Those Contractors availing themselves of this opportunity to train personnel on state funded projects and bank trainee hours for credit shall comply with all training criteria set forth in this Section for Federal Aid Projects; voluntary banking may be denied by the Department if staff is not available to monitor compliance with the training criteria. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk-typists or secretarial type positions. Training is permissible in lower level management positions such as office engineers, estimators, etc., where the training is oriented toward construction applications. Training in the laborer classifications, except Common/General Laborer, may be permitted provided that significant and meaningful training is provided and approved by the District Contract Compliance Office. When approved in advance by the District Contract Compliance Manager, credit will be given for training of persons in excess of the number specified herein under the current contract or a Contractor will be allowed to bank trainees who have successfully completed a training program and may apply those trainees to a training requirement in subsequent • BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 111 project(s) upon approval of the Department's District Contract Compliance Manager. This credit will be given even though the Contractor may receive training program funds from other sources, provided such other source do not specifically prohibit the Contractor from receiving other form of compensation. Offsite training is permissible as long as the training is an integral part of an approved training program and does not compromise a significant part of the overall training. Credit for offsite training indicated above may only be made to the Contractor when it does one or more of the following and the trainees are concurrently employed on a Federal Aid Project: 1. Contributes to the cost of the training, 2. Provides the instruction to the trainee, 3. Pays the trainee's wages during the offsite-training period. The Contractor shall compensate the trainee at no'less than the laborer rate established in the Contract at the onset of training. The compensation rate will be increased to the journeyman's wage upon graduation from the training program for the remainder of the time the trainee works in the classification in which they were trained. The Contractor shall furnish the trainee a copy of the program they will follow in providing the training.The Contractor shall provide each trainee with a certification showing the type and length of training satisfactorily completed. The Contractor shall enroll a trainee in one training classification at a time to completion before the trainee can be enrolled in another classification on the same project. The Contractor shall maintain records to document the actual hours each trainee is engaged in training on work being performed as a part of this Contract. The Contractor shall submit to the District Contract Compliance Manager a copy of an On- , The-Job Training Notification of Personnel Action form no later than seven days after the effective date of the action when the following actions occur: a trainee is transferred on the project,transferred from the project to continue training on another contract, completes training, is upgraded to journeyman status or voluntary terminates or is involuntary terminated from the project. - The Contractor shall furnish to the District Contract Compliance Manager a copy of a Monthly Time Report for each trainee. The Monthly Time Report for each month shall be submitted no later than the tenth day of the subsequent month. The Monthly Time Report shall indicate the phases and sub-phases of the number of hours devoted to each proficiency. Highway or Bridge Carpenter Helper, Mechanic Helper, Rodman/Chainman, and Timekeeper classifications will not be approved for the On-The-Job Training Program. The number of trainees may be distributed among the work classifications on the basis of the Contractor's needs and the availability of journeymen in the various classifications within a reasonable area of recruitment. The Contractor will have fulfilled the responsibilities of this Specification when acceptable training has been provided to the trainee as specified above. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 112 7-26 Cargo Preference Act— Use of United States-Flag Vessels. Pursuant to Title 46 CFR 381, the Contractor agrees 1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this Contract, to the extent such vessels are available at fair and reasonable rates for United States- flag commercial vessels. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, 'on-board' commercial ocean bill- of-lading in English for each shipment of cargo described in paragraph 1 of this Article to both the Contracting Officer(through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590. 3.To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this Contract. 7-29 E-Verify. The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 7-31 Title VI Assurance— DOT 1050.2A, Appendix A and Appendix E. 7-31.1 Appendix A: : During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the US Department of Transportation (hereinafter, "USDOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Contract. 2. Nondiscrimination:The Contractor,with regard to the work performed by it during the Contract, shall not discriminate on the basis of race, color, national origin or sex in the selection and retention of sub-contractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for subcontractors, including procurements of materials and equipment: In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under subcontract, including procurements of BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 113 materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, or sex. 4. Information and Reports:The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the Florida Department of Transportation or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, order and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information the Contractor shall so certify to the Florida Department of Transportation, or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, the Florida Department of Transportation shall impose such Contract sanctions as it or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of this appendix in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Florida Department of Transportation or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as'a result of such direction, the Contractor may request the Florida Department of Transportation to enter into such litigation to protect the interests of the Florida Department of Transportation, and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 7-31.2 Appendix E: During the performance of this Contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor" agrees to comply with the following non-discrimination statutes and authorities; including but not limited to:- 1. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat.252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; 2. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired of Federal or Federal-aid programs and projects); 3. Federal-Aid Highway Act of 1973, (23 U.S.0 § 324 et seq.), (prohibits discrimination on the basis of sex); BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 114 4. Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; 5. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); 6. Airport and Airway Improvement Act of 1982, (49 U.S.C. 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color national origins or sex); 7. The Civil Rights Restoration Act of 1987 (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms"programs or activities"to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); 8. Titles II and III of the Americans with Disabilities Act, which prohibits discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; 9. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis'of race, color, national origin, and sex); 10. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; 11. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI,you-must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); 12. Title IX of the Education Amendments of 1972, as amended, which prohibits discrimination based on sex in education programs, or activities (20 U.S.C. 1681 et seq.). C-2: Contractor Purchased Equipment for State or Local Ownership (23 CFR 140; 2 CFR 200.313) Contractor Purchased Equipment for State or Local Ownership will not be acceptable under this contract. Refer to 23 CFR 140; 2 CFR 200.313. C-3: Prequalification (23 CFR 635.110, FS 337.14, F.A.C. Chapter 14-22) Local agency qualifications relevant to scope are listed in Appendix B Item No. 2 Licensing Requirements and Item No. 3 Previous Expereience of Bidder(Page 100) C-4: Public Agencies in Competition with the Private Sector(23 CFR 635.112(e) ) The City of Miami Beach does not allow other Public Agencies to compete with or bid on construction projects against the private sector. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 115 C-5: Publicly-Owned Equipment(23 CFR 635.106) Publicly owned equipment shall not compete with privately owned equipment on this contract.Public owned equipment is defined as equipment previously purchased or otherwise acquired by the City of Miami Beach involved for use in its own operations. C-6: Salvage Credits (2 CFR 200.313) The City of Miami Beach cannot accept any credits for salvaged materials. The contractor is to take ownership and dispose of all materials that are not designated as the property of other parties, in both roadway and structures,found on the right-of-way, and-all material in structures designated for removal. C-7: Standardized Changed Conditions(Contract Clauses (23 C.F.R. § 635.109) (1) Differing site conditions. (i) During the progress of the work, if subsurface or latent physical conditions are encounteredat the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed. (ii) Upon written notification,the engineer will investigate the conditions, and if it is , determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The engineer will notify the contractor of the determination whether or not an adjustment of the contract is warranted. (iii) No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice. (iv) No contract adjustment will be allowed under this clause for any effects caused on unchanged work. (2)Suspensions of work ordered by the engineer. (i) If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay,the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work.The request shall set forth the reasons and support for such adjustment. (ii) Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result-of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its • suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted. (iii) No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed. (iv) No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which,an adjustment is provided or excluded under any other term or condition of this contract. (3) Significant changes in the character of work. (i) The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered. (ii) If the alterations or changes in quantities significantly change the character of the work under the contract,whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 116 adjustment, excluding anticipated profit,will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable. (iii) If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. (iv)The term"significant change"shall be construed to apply only to the following circumstances: (A)When the character of the work as altered differs'materially in kind or nature from that involved or included in the original proposed construction; or (B)When a major item of work, as defined elsewhere in the contract, is increased in excess,of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent,to the actual amount of work performed. C-8: Davis-Bacon Wage Table(s) General Decision Number: FL190178 01/04/2019 FL178 Superseded General Decision Number: FL20180221 State: Florida Construction Type: Highway County: Miami-Dade County in Florida. HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order(EO) 13658, an hourly minimum wage of$10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least$10.60 per hour(or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply - BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 117 to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * ELEC0349-002 03/05/2018 Rates - Fringes ELECTRICIAN $ 33.11 12.31 SUFL2013-039 08/19/2013 Rates Fringes CARPENTER $ 17.84 0.00 CEMENT MASON/CONCRETE FINISHER, Includes Form Work $ 15.49 0.00 FENCE ERECTOR $ 12.82 0.00 HIGHWAY/PARKING LOT STRIPING: Operator(Striping Machine) $ 15.07 0.00 HIGHWAY/PARKING LOT STRIPING: Painter $ 12.13 0.00 HIGHWAY/PARKING LOT STRIPING: Operator(Spray Nozzleman) $ 11.16, 0.00 INSTALLER -GUARDRAIL $ 13.43 0.00 IRONWORKER, ORNAMENTAL $ 13.48 0.00 IRONWORKER, REINFORCING $ 18.43 0.00 IRONWORKER, STRUCTURAL $,16.42 0.00 LABORER (Traffic Control Specialist incl. placing of cones/barricades/barrels - Setter, Mover, Sweeper) $ 11.59 0.00 LABORER: Asphalt, Includes BID NO:2019-002-DF CITY OF MIAMI BEACH 118 MIAMIBEACH Raker, Shoveler, Spreader and Distributor $ 12.31 0.00 LABORER: Common or General $ 10.69 0.00 LABORER: Flagger $ 12.53 0.00 LABORER: Grade Checker $ 12.41 0.00 LABORER: Landscape & Irrigation $ 9.02 0.00 LABORER: Mason Tender- Cement/Concrete $ 13.91 3.50 LABORER: Pipelayer $ 15.02 0.00 OPERATOR: Backhoe/Excavator/Trackhoe $ 16.24. 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader $ 12.88 0.00 OPERATOR: Boom $ 18.95 0.00 OPERATOR: Boring Machine $ 15.29 0.00 OPERATOR: Broom/Sweeper $ 13.01 0.00 OPERATOR: Bulldozer $ 16.77 0.00 OPERATOR: Concrete Finishing Machine $ 15.44 0.00 OPERATOR: Concrete Saw $ 14.43 0.00 OPERATOR: Crane $22.46 0.00 OPERATOR: Curb Machine $ 20.74 0.00 OPERATOR: Distributor $ 13.29 0.00 OPERATOR: Drill $ 14.78 0.00 OPERATOR: Forklift $ 16.32 0.00 OPERATOR: Gradall $ 14.71 0.00 OPERATOR: Grader/Blade $ 20.22 3.85 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 119 OPERATOR: Loader $ 15.53 0.00 OPERATOR: Mechanic $ 18.03 0.00 OPERATOR: Milling Machine $ 14.67 0.00 OPERATOR: Oiler $ 16.32 0.00 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) $ 13.61 0.00 OPERATOR: Piledriver $ 17.23 0.00 OPERATOR: Post Driver (Guardrail/Fences) $ 14.45 0.00 OPERATOR: Roller $ 13.67 0.00 OPERATOR: Scraper $ 12.01 0.00 OPERATOR: Screed $ 14.15 0.00 OPERATOR: Tractor $ 12.19 0.00 OPERATOR: Trencher $ 14.74 0.00 PAINTER: Spray $ 16.52 0.00 SIGN ERECTOR $ 12.96 0.00 TRAFFIC SIGNALIZATION: Traffic Signal Installation $ 19.07 0.00 TRUCK DRIVER: Distributor Truck $ 14.96 2.17 TRUCK DRIVER: Dump Truck $ 12.19 0.00 TRUCK DRIVER: Flatbed Truck $ 14.28 0.00 TRUCK DRIVER: Lowboy Truck $ 15.07 0.00 TRUCK DRIVER: Slurry Truck $ 11.96 0.00 TRUCK DRIVER: Vactor Truck $ 14.21 0.00 TRUCK DRIVER: Water Truck $ 13.17 1.60 WELDERS - Receive rate prescribed for craft performing BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 120 operation to which welding is incidental. Note: Executive Order(EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member(or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member(or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have beenfound to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of"identifiers"that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or • "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 121 where applicable, i.e., Plumbers Local 0198. The next number,, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates_are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which , these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 122 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 123 U U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 124 C-9: Patented/Proprietary Materials (23 C.F.R. § 635.411) No patented processes or proprietary materials shall be used in this project. C-10: State (Florida or other)- produced Materials (23 C.F.R. 4 635.409) Materials or articles produced by Florida state forces shall not be favored to the exclusion of comparable materials or articles produced outside of the state. C-11: State/Local/Owned/ Furnished/ Designated Materials (23 C.F.R. 4 635.407) The City of Miami Beach shall not provide materials. All materials must be provided by the Contractor. C-12: Equipment Rental Rates (23 C.F.R. § 635.120) Rental equipment required to perform extra work as authorized by the Engineer, shall be paid for in accordance with the following: _ For any machinery or special equipment (other than small tools), including fuel and lubricant, the Contractor will receive 100% of the "Rental Rate Blue Book"for the actual time that such equipment is in operation on the work, and 50% of the "Rental Rate Blue Book"for the time the equipment is directed to standby and remain on the project site, to be calculated as indicated below. The equipment rates will be based on the latest edition (as of the date the work to be performed begins)of the"Rental Rate Blue Book for Construction Equipment"or the"Rental Rate Blue Book for Older Construction Equipment,"whichever is applicable,as published by Machinery Information Division of PRIMEDIA Information, Inc. (version current at the time of bid), using all • instructions and adjustments contained therein and as modified below. On all projects, the Engineer will adjust the rates using regional adjustments and Rate Adjustment Tables according to the instructions in the Blue Book. Allowable Equipment Rates will be established as set out below: (1)Allowable Hourly Equipment Rate = Monthly Rate/176 x Adjustment Factors x 100%. (2)Allowable Hourly Operating,Cost = Hourly Operating Cost x 100%. (3)Allowable Rate Per Hour=Allowable Hourly Equipment Rate + Allowable Hourly Operating Cost. (4) Standby Rate =Allowable Hourly Equipment Rate x 50%. The Monthly Rate is The Basic Machine Rate Plus Any Attachments. Standby rates will apply when equipment is not in operation and is directed by the Engineer to standby at the project site when needed'again to complete work and the cost of moving the equipment will exceed the accumulated standby cost. Standby,rates will not apply on any day the equipment operates for eight or more hours. Standby payment will be limited to only that number of hours which, when added to the operating time for that day equals eight hours. Standby payment will not be made on days that are not normally considered work days on the project. The Owner will allow for the cost of transporting the equipment to and from the location at which it will be used. If the equipment requiresassembly or disassembly for transport, the Owner will pay for the time to perform this work at the rate for standby equipment. Equipment may include vehicles utilized on by Labor, as define above. • BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMIBEACH 125 APPENDIX D Required Forms for Bid-Submittal (Note: Attachments below only apply if the adjacent box is checked) ❑ ATTACHMENT 0-1: Prevailing Wage and Local Workforce Participation Program Requirements ❑ ATTACHMENT 0-1A: Responsible Contractor Affidavit Form (PART A) ❑ ATTACHMENT D-1 B; Responsible Contractor Affidavit Form (PART B) ❑ ATTACHMENT D-2: Bid Guaranty Form; Unconditional Letter Of Credit ® ATTACHMENT D-3: Statement Of Compliance: Prevailing Wage Rate Ordinance BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 126 D-1 The Requirements of the Prevailing Wage and Local Workforce Participation Programs shall apply to the award of this project. The purpose of this appendix is to summarize,for clarity,the requirements of the City's Prevailing Wage and Local Workforce Program Requirements. In the event of any omissions or conflicts,the requirements of the City Code, with respect to these programs, shall prevail. I. MINIMUM WAGES AND BENEFITS 1. Employee Compensation. The rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by the contractor or subcontractor on the work covered by the contract, shall be not less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work asestablished by the. Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. (reference: Sec 31-27). 2. Notice Requirement. On the date on which any laborer or mechanic commences work on a construction contract to which this article applies, the contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article. (reference: Sec 31-29). 3. Certified Payrolls. With each payment application, Contractor shall submit a copy of all payrolls, including (at a minimum) the name and zip code for the covered employee, to the City accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the,work performed. Beginning, January 30, 2018, all payroll submittals shall be completed electronically via the City's electronic compliance portal, LCP Tracker. No payment application shall be deemed accepted until such time as the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in LCP Tracker. a. LCP Tracker Training.The Procurement Department offers ongoing training in LCP Tracker to all contractors. To schedule a training session, contact Alian Gonzalez at AlianGonzalez@MiamiBeachFL.gov or at 305-673-7490. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 127 D-1 II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit. As a condition of being responsive to the requirements of s. the solicitation and eligible to be considered for award, the bidder shall submit a Responsible Contractor Affidavit.The Responsible Contractor Affidavit(RCA) is comprised of two(2)forms —RCA-Part A and RCA-Part B. Both forms are required to be submitted with the bid or within 48 business hours of being notified by the Procurement Contracting Officerfor the solicitation. Failure to submit the RCA shall result in the bid being disqualified and deemed non-responsive. a. Part A—Commitment to Promote Local Workforce Participation.The contractor, and each subcontractor,shall submit RCA-Part A affirming that it will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents.The contractor shall also affirm that it will make its best reasonable efforts to promote employment opportunities for.Miami Beach residents.To download RCA-Part A affidavit, click here. b. Part B — Position / Employee Data. The contractor, and each sub-contractor shall submit RCA-Part B with the following sections completed: • Section 1 — Indicate the number of positions required to complete the contract work, the minimum qualification(s) for each position, the number of positions currently staffed, and the number of positions to be hired. • Section 2—For the positions indicated in Section 1,specify the name, address, and position of each current employee of the contractor or subcontractor. To download RCA-Part B form, click here. 2. Workforce Performance Report. Before its final application for payment, the contractor shall submit its final Certified Payroll in LCP Tracker, which shall be deemed its final Workforce Performance Report. If the project goal of thirty percent (30%) of all construction labor hours to be performed by Miami-Dade County residents is not met, the Contractor shall submit supporting documentation verifying"reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 128 D-1 Ill. PROCESS FLOW The following graphic outlining the major steps of the Prevailing Wage and Local Workforce Participation programs is provided illustrative purposes only. 6.Contractor submits Workforce Performance 1.Bidder submits a Report prior to submittal of final bid or proposal. payment application. 2.With its bid or proposal,Bidder 5.Project submits Completed. Responsible Contractor Affidavit-Parts A and B. 4.Prior to submitting every payment application, 3.Project Awarded. Contractor submits Certified Payrolls in LCP Tracker. Balance of Page Intentionally Left Blank BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 129 D-1 A THIS FORM IS REQUIRED TO BE SUBMITTED WITH THE BID OR WITHIN 48 BUSINESS HOURS OF REQUEST. LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part A — Commitment to Promote Local Workforce Participation In accordance with Article III, Section 31-40 of the Miami Beach Code,all contractors and subcontractors of any tier performing on a city contract valued in excess of$1,000,000 for(i)the construction, demolition, alteration and/or repair of city buildings or city public works projects,or(ii)a contract valued in excess of$1,000,000 which provides for privately-funded construction,demolition,alteration and/or repair of buildings or improvements located on city-owned land,and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami- Dade County residents and seek to achieve a project goal of having thirty percent(30%)of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach resident`s. To verify workers' residency, contractor(s) shall provide the residence address of each worker. Print Name of Affiant Print Title of Affiant Signature of Affiant Name of Firm Date Address of Firm State Zip Code Notary Public Information Notary Public—State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she;is personally known to me 0 or has produced identification 0 Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal BID NO:2019-002-DF - CITY OF MIAMI BEACH MIAMI BEACH 130 D-1 B THIS FORM IS REQUIRED TO BE SUBMITTED WITH THE BID OR WITHIN 48 BUSINESS HOURS OF REQUEST. LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part B - Positions/Employee Data , SECTION 1—REQUIRED POSITIONS.Specify the total number of positions that will be used by the Contractor(and by all subcontractors)to perform all of the construction trades and labor work of the contract,broken down by trade and labor category,minimum qualifications for each category,and the number of persons to be utilized in each category. Name of Contractor/Subcontractor: A B C D E Trade/Category Minimum Qualification(s) No.of Positions Required No.of Positions Currently No.of Positions to be for the Work Staffed Hired Total: SECTION 2—CURRENT EMPLOYEES.For those positions currently staffed by the contractor or subcontractor(Column D),identify each individual by name,address and trade category of all persons proposed to perform work under the contract currently on the contractor's or subcontractor's payroll who reside in Miami Beach and Miami- Dade County. Employee Name Address Trade/Category Performing • 1 certify that the representations contained in this Construction Workforce Plan are to the best of my knowledge true and accurate. Signature of Affiant Print Name Print Title Date BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 131 D-2 MIAMI BEACH ❑ BID GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiring: Date Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order of and for the account (branch address) of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: A signed statement from the City Manager of the City of Miami Beach, or his authorized representative, that the drawing is due to default in performance of obligations on the part of agreed upon by and (contractor, applicant, customer) between City of Miami Beach, Florida and (contractor, applicant, customer) pursuant to the Bid/Contract No. for (name of project) Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the. clause: "Drawn under Letter of Credit No. of dated (Bank name) This Letter of Credit sets forth in full terms of our undertaking, and such undertaking shall not in any way be modified, amended, or amplified by reference to any documents, instrument, or agreement referred BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMtBEACH 132 to herein or to which this Letter of Credit is referred or this Letter of Credit relates,and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. D-2 We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this Letter of Credit that such drafts will be duly honored upon presentation to the drawee. The execution of the Contract and the submission of the required Performance and Payment Guaranty and Insurance Certificate by the shall be a release of all obligations. (contractor, applicant, customer) This Letter of Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce(1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida la-+w should arise, Florida law shall prevail. Authorized Signature BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 133 ❑ -STATEMENT OF COMPLIANCE: D-3 PREVAILING WAGE RATE ORDINANCE NO. 94-2960 No. Contract No. Project Title The undersigned CONTRACTOR hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by City of Miami Beach Ordinance No. 94-2960 and the applicable conditions of the Contract. Dated , 20 (Contractor) By: (Signature) • By: (Print Name and Title) STATE OF ) ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20_, by who is personally known to me or who has produced - as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20_ (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) • (Serial number, if any) My commission expires: BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 134 AppEN ix E Required Forms (Post-Award) ATTACHMENT E-1: Form of Performance Bond ATTACHMENT E-2: Form of Payment Bond ATTACHMENT E-3: Certificate of Corporate Principal ATTACHMENT E-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit ATTACHMENT E-5: Certificate of Substantial Completion ATTACHMENT E-6: Final Certificate of Payment ATTACHMENT E-7: Form of Final Receipt BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 135 MIAMIBEACH E-1 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 succession of defaults under the Contract BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 136 E-1 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.: BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 137 1 E-2 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, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 138 E-2 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.: BID NO:2019-002-DF CITY OF MIAMI BEACH MIA/v\I BEACH 139 E-3 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s)was (were)duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA ) ) SS COUNTY OF MIAMI-DADE ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 140 E-4 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order (branch address) of and for the account of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part (contractor, applicant, customer) agreed upon by and between the City of Miami Beach, Florida and (contractor), pursuant to the (applicant, customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of'Miami Beach with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1)year term. Notification to the City that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 141 This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not E-4 in any way be modified, or amplified by reference\to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide. holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1)year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature BID NO:2019-002-DF - CITY OF MIAMI BEACH MIAMI BEACH 142 E-5 CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by Contractor under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by City is the date certified by Consultant when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by City. A Certificate of Occupancy must be issued Jor Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date thereof are not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected, prepared by Consultant and approved by City, is attached hereto. The failure to include any items on such list does not alter the responsibility of Contractor to complete all work in accordance with the Contract BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMIBEACH 143 E-5 J Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. Consultant BY DATE In accordance with Section 2.2 of the Contract, Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. Consultant BY DATE City, through the. Contract Administrator, accepts the Work or portion thereof designated by City as substantially complete and will assume full possession thereof at (time) on (date). City of Miami Beach, Florida By.Contract Administrator Date The responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: • BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 144 E-6 FINAL CERTIFICATE OF PAYMENT: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 5.2 of the Contract, and the final bill of materials, if required, have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective work, has been completed in accordance with the provision of the Contract Documents and is accepted under the terms and conditions thereof. Consultant BY DATE City, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at (time) (date) • City of Miami Beach, Florida By Contract Administrator Date BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 145 E-7 FORM OF FINAL RECEIPT: [The following form will be used to show receipt of final payment for this Contract.] FINAL RECEIPT,FOR CONTRACT NO. Received this day of , 20 , from City of Miami Beach, Florida, the sum of Dollars ($ ) as full and final payment to Contractor for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. Contractor hereby indemnifies and releases City from all liens and claims whatsoever arising out of the Contract and Project. Contractor hereby certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, Contractor may submit a consent of surety to final payment in a form satisfactory to City. Contractor further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 [If not incorporated sign below.] Contractor WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) day of , 20_ BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 146 APPENDIX F Sample Contract BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 147 MIAMI BEACH 00600. SAMPLE CONTRACT: @iTiE: Mfb Sample Co tract b informational' purposes Cleo o r ontrae [ based aiDa0r.DCIT in...,erests CA ii 9 C / THIS IS A CONTRACT, by and between the City of Miami Beach; a municipal corporation of the State of Florida ("City"), having its principal place of' business at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and ., a Florida corporation, having its principal place of business at ("Contractor"). 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 the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. Contractor shall commence scheduling activities, permit , applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed will not be issued until Contractor's submission to City o f all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by Contractor and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the Work. The Contractor shall submit all necessary documents required by this provision within twenty-one(21)calendar days of the issuance of the first Notice to Proceed. 2.1.2. The receipt of all necessary permits by Contractor and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule, and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the Work. The Contractor shall submit all necessary BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 148 documents required by this provision within (xx) calendar days of the issuance of the first Notice to Proceed. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within three hundred sixty-five (365) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within thirty(30) calendar'days from the date certified by Consultant as the date of Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Contract Contractor shall pay to, City the applicable liquidated damages amounts established in the following schedule and shall be assessed for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. Original Contract Amount Daily Charge Per Calendar Day $50,000 and under $956 Over$50,000 but less than $250,000 $964 $250,000 but less than $500,000 $1,241 $500,000 but less than $2,500,000 $1,665 $2,500,000 but less than $5,000,000$2,712 $5,000,000 but less than $10,000,000 $3.447 $10,000,000 but less than $15,000,000 $4,866 $15,000,000 but less than $20,000,000 $5,818 $20,000,000 and over $9,198 plus 0.00005 of any amount over$20 million (Round to nearest whole dollar), The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages,for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 149 Consultant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE 3 THE CONTRACT SUM [ ] This is a Unit Price Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [X] This is a Lump Sum Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 The Contract Price is $ , consisting of a base bid lump sum amount of $ ,and a separate line item in the amount of$ for the Owner's Contingency(to be used solely by the City at its sole discretion for the purposes described in the Contract Documents).The Contract Price,excluding the Owner's Contingency,shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1Contractor may make Application for Payment for work completed during the Project at ('. intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 150 shall include, but same shall not be limited to, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the Contract Documents, a release of liens and consent of surety relative to the work which is the subject of the Application for Payment. Following submission of an acceptable updated progress schedule and the other documents required herein a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in accordance with Section 218.735 of the Florida,Statutes.. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub-Section 43. Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and shall otherwise be at the sole discretion of the Contract Administrator, after considering any recommendation of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in, retainage, except as may be required herein or by Florida law. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a stand-alone document, separate from monthly applications for payment. All requests for release of retainage shall be made in accordance with,and shall be subject to, the requirements of Section 255.078 of the Florida Statutes, as may be amended. Except as provided by law, the City shall have no obligation to release or disburse retainage until Substantial Completion of the Project. Upon receipt by the Contractor of a Certificate of Substantial Completion pursuant to ITB Section 0500, Sub-Section 43, fully executed by the City establishing the Date of Substantial Completion,and after completion of all items on the punch list and/or other incomplete work, the Contractor may submit a payment request for all remaining retainage. It shall be the City's sole determination as to whether any of the items have been completed. For items deemed not to have been completed, the City may withhold retainage up to one and one-half times the total cost to complete such items. Any interest earned on retainage shall accrue to the benefit of City. City shall disburse the amounts withheld upon the.City's acceptance of the completion of the items for which they were withheld. 4.2 City may withhold, in whole or in part, payment to such extent as may be necessary to II protect itself from loss on account of: 4.2.1 Defective work not remedied. 4.2.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. BID NO:201;9-002-DF CITY OF MIAMI BEACH MIAMI BEACH 151 4.2.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.2.4 Damage to another contractor not remedied. 4.2.5 Liquidated damages and costsincurredby Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the City. When the above grounds are removed or resolved satisfactory to the City, payment shall be made in whole or in part. - ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1! Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (ITB Attachment D-6) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract; a consent of the surety to final payment; the final corrected as-built drawings; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor , and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a ( written evaluation of the performance of Contractor prepared by the Contract Administrator,, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. c BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 152 ARTICLE 6 MISCELLANEOUS 6.1 The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any 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.' 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases fora 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. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the'supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third-party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, I sent by certified United States Mail, postage prepaid, return receipt requested, or by hand- BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 153 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 I writing in the manner provided in this section. For the present, the parties designate the following: For City: Attn: I With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned,transferred,or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the 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 interimand final _ product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach BID NO:201'9-002-DF CITY OF MIAMI BEACH MIAMI BEACH 154 City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the-formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7)days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment,or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, ,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. I � BID NO:20119-002-DF CITY OF MIAMI BEACH 155 MIAMI BEACH 6.13 Public Records City of Miami Beach is a public agency subject to Chapter 119, Florida Statutes. As required by Chapter 119, Florida Statues, the Contractor and all sub-contractors for services shall comply with Florida's Public Records Law. Specifically, the contractor and ' sub contracts shall: 6.13.1 Keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service; 6.13.2 Provide the public with access to such public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed that provided in Chapter 119, Fla. Stat., or as otherwise provided by law; 6.13.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 6.13.4 Meet all requirements for retaining public records and transfer to the County, at no cost, all public records in possession ofthe contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the agency. 6.13.5 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Contract and the county shall enforce the Default in accordance with the provisions set forth in the General Terms and Conditions, Article 12. 7. Compliance with FHWA 1273 Contractors and subcontractors shall be at all times, in compliance with the requirements of FHWA-1273, attached hereto as Exhibit A. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 156 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the respective dates written below:. CITY ATTEST: THE CITY OF MIAMI BEACH, FLORIDA By City Clerk Mayor day of , 20 CONTRACTOR J . ATTEST: ( ) By (Secretary) (Signature and Title) (Corporate Seal) (Print name/Title Signed Above) day of r , 20 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAAAI BEACH 157 1 ! _ ATTACHMENTS Exhibit A FHWA Form # 1273 Attachment A Resolution Commission Items and Commission Memorandum Attachment B Solicitation and Addendums Attachment C Consultants Response Attachment D Insurance Requirements Appendix A: Required Forms Attachment A-1: ITB Price Form Unit Price Breakdown Form Attachment A-2: Bid Tender Form Attachment A-3: Supplement To Bid Tender Form: Contractor Qualification Statement Attachment A-4: Supplement To Bid Tender Form: Non-Collusion Certificate Attachment A-5: Supplement To Bid Tender Form: Drug Free Workplace Certification Attachment A-6: Supplement To Bid Tender Form: Equal Benefits Ordinance Attachment A-7: Supplement To Bid Tender.Form: Trench Safety Act Attachment A-8: Supplement To Bid Tender Form: Recycled Content Information Attachment A-9: Supplement To Bid Tender Form: Sub-Contractors Attachment A-10: Supplement To Bid Tender Form: Davis Bacon Act Attachment A-11: Supplement to Bid Tender Form: Bid Certification, Questionnaire & Requirements Affidavit Appendix A: FDOT Required Forms Attachment A-12: FDOT Form#525-010-46 Attachment A-13: FDOT Form #375-030-33 Attachment A-14: FDOT Form#375-030-40 Attachment A-15: FDOT Form #575-060-13 Attachment A-16: FDOT Form#375-030-32 Attachment A-17: FDOT Form #375-030-34 Attachment A-18: FDOT Form #375-030-91 Allladdenda and other modifications made prior to the time and date of bid opening shall be issued asIseparate documents identified as Addendums to the Contract Documents. BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 158 I ' I ' EXHIBIT A FHWA-1273--Revised May 1.2012 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS • • I. General 3. A breach of any of the stipulations•contaced in those II. Nondiscrimination Required Contract Provisions may be sufficient grounds for Ill. Nonsegregated Facilities withholding of progress payments,withholding of final IV. Davis-Bacon and Related Act Provisions payment,termination of the contract,suspension/debarment V. Contract Work Hours and Safety Standards Act or any other action determined to be appropriate by the Provisions contracting agency and FHWA. VI. Subletting or Assigning the Contract - VII. Safety:Accident Prevention 4. Selection of Labor:During the performance of this contract, VIII. False Statements Concerning Highway Projects the contractor shall not use convict labor for any purpose IX. Implementation of Clean Air Act and Federal Water within the limits of a constriction project on a Federal-ald • Pollution Control Act highway unless itis labor performed by convicts who are on X Compliant::with Govemmenlwide Suspension and parole,supervised release,or probation. The term Federal-aid Debarment Requirements highway does not include roadways functonally classified as Xl. Certification Regarding Use of.Contract Funds for local roads or rural minor collectors. Lobbying ATTACHMENTS II.NONDISCRIMINATION • • ' A.Employment and Materials Preference for Appalachian. The provisions of this section related to 23 CFR Part 230 aro Development Highway System or Appalachian Local Access applicable to all Federal-aid construction contracts and to all Road Contracts(included in Appalachian contracts only) related construction subcontracts of$10,000 or more.The provisions of 23 CFR Part 230 aro not applicable to material supply,engineering,or architectural service contracts. I. GENERAL • In addition,the contractor and all subcontractors must comply . 1. Form FHWA-1273 must be physically incorporated in each with the following policies:Executive Order'11246,41 CFR 60, construction contract funded under fate 23(excluding 29 CFR 1025.11127,title 23•USC Section 140,the emergency contracts solely intended for debris removal). The Re habilitalioh Act 011973.as amended(29 USC 794),Title VI contractor(or subcontractor)must insert this form in each of the Civil Rights Act of 1964:as amended,and related subcontract and further require Its inclusion in all lower tier regulations including 49 CFR Parts 21.26 and 27:-and 23 CFR subcontracts(excluding purchase.orders,rental agreements Parts 200,230,and 633. and other agreements for supplies•or services).. , The contractor and all subcontractors must comply with: the The applicable requirements of Form FHWA-1273 are requirements of the Equal Opportunity Clause in 41 CFR 60- incorporated by reference for work done under any purchase 1.4(b)and,for all construction contracts exceeding$10,000. order,rental agreement or agreement for other services, The ' the Standard Federal Equal Employment Opportunity prime contractor shall be responsible for compliance by any Construction Contract Specifications in 41 CFR 60.4.3. subcontractor,tower-tier subcontractor or service provider. Note:The U.S.Department of Labor has exclusive aulhcily to . Form FHWA-1273 must bo included in all Federal-aid design- determine compliance with Executive Order 11246 and the build contracts,in all subcontracts and in lower tier policies of the Secretary of Labor including 41 CFR 60,and 20 subcontracts(excluding subcontracts for design services, CFR 1625-1627. The contracting agency and the FHWA have purchase orders,rental agreements and other agreements for the authority and the responsibility to ensure compliance with supplies or services). The design-builder shall be responsible Title 23 USC Section 140,the Rehabilitation Act of 1973,as for compliance byany subcontractor,lower-tier subcontractor amended(29 USC 794);and Title VI of the•Civil Rights Act of • or service provider. 1964.as amended,and related regulations including 49 CFR Parts 21,26 and 27;and 23 CFR Parts 200,230,and 633. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents,however,the The following provision is adopted from 23 CFR 230,Appendix Form FHWA-1273 must bo physically incorporated(not A,with approp late revisions to con fern to the U.S. referenced)in all contracts,subcontracts and laver-tier Department of Labor(US DOL)and FHWA requirements. subcontracts(excluding purchase orders,rental agreements and other agreements for supplies or services related to a 1.Equal Employment Opportunity:Equal employment construction contract). opportunity(EEO)requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth 2. Subject to the applicability criteria noted in the following under laws,executive orders,rules,regulations(28 CFR 35, sections,those contract provisions shalt apply to all week 29 CFR 1630,29 CFR 1625-1627.41 CFR 60 and 49 CFR 27) performed on the contract by the.contractor's own organization and orders of Iho Secretary of Labor as modified by the and with the assistance of warkors ender the contractor's provisions prescribed herein,and imposed pursuant to 23 immediate superintendence and to all work performed an the U.S.C.140 shall constitute the EEO and specific affirmative contract by piecework,station work,or by subcontract. action standards for the contractor's project activities under 1 BID NO:201!9-002-DF -CITY OF MIAMI BEACH MIAMI BEACH 159 this contract.The provisions of the Americans with Disabititios 4.Recruihnent When advertising for employees,the Act of 1990(42 U.S.C.12101 et seq.)set forth under 28 CFR cenhactorwrll include in all advertisements for employees lIre 35 and 29 CFR 1630 are incorporated by reference in this notation:"An Equal Opportunity Employer."All such contract.In the execution of this c ntracf,the contractor advertisements will be placed in publications having a large agrees to comply with the following minimum specific circulation among minorities and women in the area from requirement activities of EEO: which the project work force would normally be derived. a.The contractor will work with the contracting agency and a. The contractor will,unless preduded by a valid the Federal Government to ensure that it has made every' bargaining agreement,conduct systematic and direct good faith effort to provide equal opportunity with respect to all reauitment through public and private employeereferral of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To of activities under the contract meet this requirement,.the contractorwiil identify"sources of potential minority group employees,and establish With such b.The contractor will accept as its operating policy the identified sources procedures whereby minority and women following statement: applicants may be referred to tie contractor for employment consideration. it is the policy of this Company to assure that applicants are employed,and that employees are treated during • b. In We event the contractor has a valid bargaining employment,without regard to their race,religion,sox,color, agreement,providing for exdusive hiring hall referrals,the. national origin,age or disability. Such action shall indude: contractor Is expected to observe the provisions of that employment.upgrading,demotion,or transfer,reauitment or agreement to the extent that the system meets the contractor's reauitrnent advertising;layoffs termination;rates of pay or compliance with EEO contract provisions.Where • other bins of compensation:and selection for training, implementation of such an agreement has the effect of including apprenticeship,pre•apprenticeship,and/or on•the- discriminating against minonties or women,or obligates the job training" contractor to do the same,such implementation violates Federal nondiscrimination provisions. 2. EEO Officer:The contractor will designate and make known to the contracting officers an EEO Officer who will have c. The contractor will encourage its present employees to the responsibility for and must be capable of effectively refer minorities and women as applicants tor etnpioyrnent ' administering and promoting an active EEO program and who Information and procedures with regard to referring sudr must be assigned adequate authority and responsibility to do applicants will be discussed with employees. so. •• 5.Personnel Actions:Wages,working conditions,and 3. Dissemination of Policy:All members of the contractor's employee benefits shall be established and administered,and staff who arc authorized to hire,supervise,promote,and personnel actions of every type,including hiring,upgrading, discharge employees,or who recommend such action,or who pranotion,transfer,demotion,layoff,and termination,shall be are substantially involved in such action,will be made fully taken without regard to race,color,religion,sex,national cognizant of,and wail implement,the contractors EEO policy origin,age cr disability. The following procedures shall be • and contractual responsibilities to provide EEO in each grade followed:, and classificatIon of employment. To ensure that the above agreement will be met•the following aconswill be taken as a a. The contractor will conduct periodic inspections of prefect minimum: sites to insure that working conditions and employee facilities do not indicate disauninatory treatment of project site a. Periodic meetings of supervisory and personnel office personnel. employees will be conducted before the start of work and then • not less often than once every six months,at which,time the b. The contractor will periodically evaluate the spread of contractor's EEO policy and its implementation will be wages paid within each classification to determine any reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices. the EEO Officer: c. The contractor will periodically review selected personnel b: All now superyiscry or personnel of1co employees will be actions in depth to determine whether there is evidence of given a thorough indoctrination by the EEO O(Gcer,covering discrimination.Where evidence is found,the contractor will all major aspects of the contractors EEO obligations within pranpty take corrective action.,If the review indicates that the thirty days following their reporting for duty with the contractor. discrimination may extend beyond the actions reviewed.such corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all complaints of contractor's procedures for locating and hiring minorities and alleged discrindnation made to the contractor in connection women. with its obligations under this contract,will attempt to resolve such complaints,and will take appropriate corrective action d. Notices and posters setting forth the contractors EEO within a reasonable tine_If the investigation indicates that the policy will be placed in areas readily accessible to employees. discrimination may affect persons other than the complainant, applicants for employment and potential employe . such-corrective action shall indude such other persons. Upon completion of each investigation,the contractor will inform e. The contractors EEO policy and the procedures to every complainant of all of their avenues of appeal. implement such policy will be brought to the attention of employees by means of meetings,employee handbooks,or 6.Training and Promotion: other appropriate means. a. The contractor wilt assist in locating,qualifying.and irncreasing the skills of minorities'and women who aro 2 T BID NO:201'9-002-DF CITY OF MIAMI BEACH • MIAMI BEACH 160 I ' applicants for employment or current employees. Such efforts with the requirements for-and comply with the Americans with should be aimed at developing full journey level status Disabilities Act and all rules and regulations established there. employees in the type of trade or job classification involved. under. Employers must provide reasonable accommodation in • • all employment activities unless to do so would cause an b. Consistent with the contractor'b work force requirements undue hardship. and as permissible under Federal and State regulations,the contractor shall make All use of training programs,i.e., 9.Selection of Subcontractors,Procurement of Materials apprenticeship,and on-the-job training programs for the and Leasing of Equipment:The contractor shall not geographical area of contract performance. In the event a discriminate on the grounds of race,color,religion,sex, special provision for training is provided under this contract, national origin,age or disability in the selection and retention this subparagraph will be superseded as indicated in the of subcontractors.including procurement of materials and special provision. The contracting agency may reserve leases of equipment.The contractor shall lake.all necessary training positions for persons who receive welfare assistance and reasonable steps to ensure nondiscrimination in the in accordance with 23 U.S.C.140(a).. administration of this contract c. The contractor willadvise employees and applicants to a. The contractor shall notify all potential subcontractors and employment of available training programs and entrance suppliers and lessors of their EEO obligations under tis requirements for each. con tract d, The contractor will periodically review the training and b, The connecter will use good faith efforts to ensure promotion potential of employees who are minorities and subcontractor compliance with their EEO obligations. women and will encourage eligible employees to apply for such training and promotion. 10.Assurance Required by 49 CFR 26.13(b): 7.Unions:If the contractor relies in while or in part upon, unions as a source of employees,the contractor will use good a The requirements of 49 CFR Part 26 and the State faith efforts to obtain the cooperation of such unions to DOT's U.S.DOT-approved DBE program are incorporated by increase opportunities for minorities and women.Actions by reference. the contractor,either directly or through a contractor's association acting as agent,will include the procedures sot b. The contractor or subcontractor shall not disaiminalo an forth below the basis of race,cola,national origin,or sex in the performance of this contrail: The contractor shall carry out a. The contractor will use good kith efforts to develop,in applicable requirements of 49:CFR Part 26 in the award and cooperation with the unions,joint training programs aimed administration of DOT-assisted contracts. Failure by the toward qualifying more minorities and women for membership contractor to carry out these requirements is a material breach in the unions and increasing the skills of minorities and women of this,contract,which may result in the termination of this so that they may qualify for higher paying employment contract or such other remedy as the contracting agency ' deems appropriate. b. The contractor will use good faith efforts to incorporate an • EEO dause Into each union agreement to the aid that such 11.Records and Reports:.The contractor shall keep such union will be contractually bound to refer applicants without records as necessary to document compliance with the EEO regard to their race,cola',religion,sex,national origin,age or requirements. Such records shall be retained for a period of disability. ihree•years following the date of the final payment to the contractor for all contract work and shall be available at c. The contractor is to obtain information as to the referral reasonable tines and places for inspection by authorized practices and polities of the tabor union except that to the representatives of the contracting agency and the FHWA. extent such information Is within the exclusive possession of Une labor union and such labor union refuses to furnish such a. The records kept by,the contractor shall document the information.to the contractor,the contractor shall so certify to (dewing'. the contracting agency and shall set forth what efforts have been made to obtain such information. (1)Tho number and work hours of minority and non- minority group members and women employed in oath work d. In the event the union is unable to provide the contractor classification on the protect; with a reasonable fow of referrals within the time limit set forth in the collective bargaining'agreement,the contractor will, (2)The progress and efforts being made in cooperation through independent reauilinent efforts,fill the employment with unions,when applicable„to increase employment vacancies without regard to race,color,religion,sex,.nalional opportunities for minorities and women;and origin,age or disability:making All efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union •(3)The progress and efforts being made in locating.hiring, • to provide sufficient referrals(even though it is obligated to training,qualifying,and upgrading minorities and women; provide exclusive referrals under the tens of a collective bargaining agreement)does not relieve the contractor from the -b. The contractors and subcontractors will submit an annual requirements of this paragraph. In the event the union referral report to the contracting agency each July fa the duration of practice prevents the contractor from meeting the obligators the project,indicating the number of minority,women,and pursuant to Executive Order 11246,as amended,and these non-minority group employees amenity engaged in each work special provisions,such contractor shall immediately notify th'e classification required by the contract work.This information is contracting agency. to be reported on Form FHWA-1391. The staffing data should represent the project work force onboard in all or any part of 8. Reasonable Accommodation for Applicants/ the last payroll period preceding the end of July. If on-the-job Employees with Disabilities: The con radon must be familiar training is being required by special provision.Ihe'canlractor • 3 - I BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMIBEACH 161 I " will be required to collect and report training data. The of paragraph 1.d.of this sedan:also,regular contributions employment data should reflect the work force on board during made or costs incurred for more than a weekly period(but not all or any part of the last payroll period preceding the end of less often than quarterly)under plans.funds,or programs July. which cover the particular weekly period,are deemed lobe constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate Ill.NONSEGREGATED FACILITIES wage rate and fringe benefits on the wage determination for the classification of%wuk actually performed,without regard to This provision is:applicabte to all Federal-aid construction skill,except as provided in 29 CFR 5.5(ax4).Laborers or contracts and loaf related construction subcontracts of mechanics performing work In more than are classification 510.000 01111010. may be compensated at the rate specified for each dassificatien for the time actually waked therein:Provided, The contractor must ensure that facilities provided for That the employer's payroll records accurately set Oath the employees are provided in such a manner that segregation on time spent in each classification in which work is performed. the basis of race.cola',religion,sex,or national origin cannot The wage determination(inducing any additional classification result The contractor may neither require such segregated and wage rates conformed under paragraph 1.b.of this use by written or oral policies nor tolerate such use by section)and the Davis-Bacon poster(W11-1321)shall be employee custom. The c ntractor•s.obligation extends further posted at all times by the contractor and its subcontractors at to ensure that its employees are not assigned to perform their the silo of the work in a prominent and accessible place whore services at any location,under the contractors control,where it can he easily seen by the workers. the families are segregated. The term"facilities"includes waiting rooms,work areas,restaurants and other eating areas, b.(1)The contracting officer shall require that any dans of limo docks,restrooms,washroans,locker roans,and other laborers or mechanics,including betpers,.which is not listed in storage or dressing areas,parking lots,drinking fountains, the wage determination and which is to be employed under the recreation a entertainment areas,transportation,and housing contract shall be classified in.confamance with the wage provided for employees.The connecter shat provide separate or single-user restrooms and necessary dressing or sleeping additional dddetermination,tl ls The liceconand officer shall approve an areas to assure privacy between sexes. additional classification and wage rate and fringe benefits therefore only when the following criteria have bear met: IV.DAVIS-BACON AND RELATED ACT PROVISIONS (i)The work to be performed by the classification requested is not performed by a classification in the wage This section is applicable to all Federal-aid construction determination:.and - projects exceeding S2,000 and to all related subcontracts and lower-tier subcontracts(regardless of subcontract size). The (ii)Tho classification is utilized in the arca by the requirements apply to all projects located within the right•of- censlructiah industry;and way ofa roadway that is functionally dassifed'as Federal-aid highway. This excludes roadways fuinctianally classified as m The r local roads or rural minor collectors,which are exempt ( ) proposed wage rate,including any bona Bole Contracting agencies may elect to apply these requirements to fringe benefits,bears a reasonable relationship to the other prejeals. wage rates contained in the wage determination. The following provisions are from the U.S.Department of (2)If the contractor and the laborers and mechanics to be Labor regulations in 29 CFR 5.5'Contract provisions and employed in the classification(if known);or their related matters-with minor revisions to conform to the FHWA- representatives,and the contracting officer agree on the 1273 formal and FHWA program requirements, classification and wage rate(including Ore amount designated fa fringe benefits.w here appropriate),a report of • the action taken shall besent by the contracting officer to the 1. Minimum wages Administrator of the Wage and Hour Division,Employment Standards Administration,U.S.Department of Labor„ a.All laborers and mechanics employed or waking upon Washington,DC 20210.TheAdministrator,or an authorized Ino silo of the work,will be paid unconditionally and not lass representative,will approve,modify,a disapprove every d • often than once a week,and without subsequent deduction or sadenolional the contracting action withina113days hef receiptac n rebate on any account(except such payroll deductions as are so advisor the contracting officer a will notify the contracting permitted by regulations issued by the Secretary of Labor officer within Ino 30-day period that additional time is under the Copeland Act(20 CFR part 3)),the Bull amount of necessary. wages and bona fide fringe benefits(a cash equivalents' • thereof)duo at time of payment computed at rates not less (3)In the event the contractor,the laborers or mechanics than those contained in the wage determination of the to be-employed in the classification or their representatives, Secretary of Labor which is attached hereto and made a part and the contracting officer done!agree on the proposed hereof,regardless of any contractual relationship which may dassitication and wage rate(induding the amount be alleged to exist between the contractor and such laborers designated fee fringe benefits,whore appropriate),the' and mechanics; antraeting officer shall refer the questions;including the views of at interested parties and the recommendation of the Contributors shade a'costs reasonably anticipated for bate contracting officer,to Oho Wage and Hour Administrate for Bolo fringe benefits undo sectiont(b)(2)of Ino Davis-Bacon determination.The Wage and Hour Administrator,or an Act on behalf of laborers or mechanics are considered wages authorized representative,will issue a delermirration within paid to such laborers or mechanics,subject to the provisions 30 days of receipt and so advise the contracting officer'or 4 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 162 will notify the contracting officer within the 30-day period that Bacon Act.the contractor shall maintain records which show additional limb is necessary. that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible,and that the plana program has been carununiaated in writing to the (4)The wage rale(inducting binge benefits where laborers or mechanics affected,and records which show the appropriate)doternuned pursuant to paragraphs 1.b.(2)or costs anticipated or the actual castincurred in providing such 1.b.(3)of this section,shall be paid to all workers performing benefits.Contractors employing apprentices or trainees under work in the classification under this contract from the first approved programs shall maintain written evidence of the day on which work is performed in the classification. registration of apprenticeship programs and certification of trainee programs.the registration of the apprentices and c.Whenever the minimum wage rate prescribed in the trainees,and the ratios and:wage rates prescribed in tine contract for a dans of laborers or Mechanics includes a fringe applicable programs. benefit which is not expressed as air hourly rate,the contractor shall either pay gm benefit as stated in the wage determination b.(1)The contractor shall submit weekly for each week in or shall pay another bona fide fringe benefit or an hourly cash which any centrad work is performed a copy of all payrolls to equivalent thereof. the contracting agency: The payrolls submitted shall set out accurately and completely alb(the information required to be d.If the contractor does not make payments toe trustee or maintained under 29 CFR 5.5(aX3Xi),except that full social other third person,the contractor may consider as part of the security numbers and home addresses shall not be included wages of any laborer or mechanic the amount of any costs on weekly transmittals.Instead the payrolls shall only need to • reasonably anticipated in providing bona fide fringe benefits iirdtide an individually identifying number for each employee under a plan a program,Provided,That the Secretary of e.g...the last four digits of the employee's social security Labor has found,upon Ihewritten request attic contractor. number).The required weekly payroll information may be that tire applicable standards of the Davis-Bacon Act(have submitted in any tam desired.Optional Form WH-347 is been met.The Secretary of Labor may require the contractor available fa this purpose Iran the Wage and Hour Divi ion to set aside in a separate account assets far the meeting of Web site al hltpilh*iw.dol.gov/esahrrhdlfarmstwh347iristr.htm ) obligations under the plan or program. or its successor site.The prime contractor is responsible for / the submission of copies of payrolls by all subcontractors. 2.Withholding Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency The Contracting agency s hallupon its own action or upon for traisinission to the State DOT,the FHWA alba Wage and writtenrequest of an authorized representative of the Hour Division of the Department of Labor for purposes of.an Department of Labor,withhold or cause to be withheld tram investigation or audit of compliance with prevailing wage the contractor under this contract,or any Other Federal • requirements.It is nota vitiation of this section for a prime contract with the same prime contractor.or any other federally. con tractor to require a subcontract&to provide addresses and assisted contract subject to Davis-Bacon prevailing wage social secrmty numbers to the prime contractor for its own requirements,which is held by the same prime contractor,so records,withou t weekly submission to Me contracting agency.. much of the accrued payments or advances as may be considered necessary to pay laborers andmechanics, (2)Each payroll submitted shat be accompanied by a including apprentices,trainees,and helpers,employed by the 'Statement of Compliance;signed by the contractor or contractor a anysnibcontractor the full amount of wages subcontractor a his or her agent who pays or supervises the required by the contract. In the event of failure to pay any payment of the persons employed under the contract and shall laborer or mechanic,Including any apprentice,trainee,or certify the following: helper,employed or working on the site of the work-all or part of the wages required by the contract;the contracting agency may,alter written notice to the contractor,take such.aclioh as (i)That the payroll babe parte period contains the may be necessary to cause the suspension of any further. Information required to be provided under§5.5(aX3Xii)of payment,advance;or guarantee of funds until such violations Regulations,29 CFR pert 5,the appropriate information is have ceased. being maintained under§5,5(aX3)(1)of Regulations,,29 CFR part 5,and that such information is correct and 3. Payrolls and basic records • a. Payrolls and basic records relating thereto shall be. (ii)That each laborer or mechanic(including each maintained • by the contractor during the course of me work and helper,apprentice,and trainee employed on the contract. weekly- preserved for a period of duce years Itrereator for all laborers during Ino payroll period has boeonnpaid the full wages Gamed,without rebate,either directly or Indirectly, and mechanics working at the site of the work.Such records and that no deductions have been made either directly or shall captain the name,address;•and social security number of indirectly from the full wages earned,other than each such worker,his or her correct classification,hourly rates of wages paid(including rates of contributions or costs permjssmle deductions as set forth in Regulations,29 CFR anticipated for bona fide fringe benefits or cash equivalents Pan 3; thereofor tie types described in section 1(bX2XB)of the - Davis-Bacon-Act),daily and weekly number of hours worked. (iii)That each laborer or mechanic has been paid not deductions made and actual wages paid.Whenever the less than the applicable wage rates and hinge benefits or Secretary of Labor has found under 29 CFR 5,50X1 Xiv)that cash equivalents for the classification of work performed. idhe wages of any laborer ormechanic include the amount of as specified in the'applicable wage determination any costs reasonably anticipated in providing benefits under a incorporated into the contract. plan a program described in section 1(bX2)(B)of the Davis- • 5 BID NO:2019.002-DF CITY OF MIAMI BEACH MIAMI BEACH 163 • • • (3)The weekly submission of a properly executed rate specified in tre applicable wage determination. certification set forth on the reverse side of Optional Form Apprentices shall be paid fringe benefits in accordance with WII-347 shall satisfy the requirement for submission of the the provisions of the apprenticeship program.If the 'Statement of Compliance'required by paragraph 3.b.(2)of apprenticeship program does not specify fringe benefits, this section. apprentices must be paid the till amount of fringe benefits listed an the wage determination for the applicable (4)The falsificafien of any of the above certifications may classification.If the Adhrhinistratcr determines that a different subject the contractor or subcontractor to civil or criminal practice prevails for the applicable apprentice classification, prosecution under section 1001 of title 18 and section 231 of fringes shall be paid in accordance with that determination. title 31 of the United Stales Code. In the event the Office of Apprenticeship Training,Employer C.The contractor or subcontractor shag make the records and Labor Services,a a State Apprenticeship Agency required under paragraph 3.a.of UhicsacU section available for recognized by the Office,withdraws approval of an inspection,copying,or transcription by authorized apprenticeship program,the contracts will no longer be representatives of the contracting agency,the State DOT,the permitted tn rateafathe apprenticesoe at less Ilan the applicable FIiWA, a the Department of Labor,and shall permit such predetermined fa the work performed until an acceptable representatives to interview employees during waking hours program is approved. • on the job.tithe contractor or subcontractor fails to submit the required records or to make them available,file FI IWAmay, b.Trainees(programs of the USDOL). after written notice to the contractor,tire contracting agency or Rhe State DOT,take such action as may be necessary to Except as-provided in 29 CFR 5.16,trainees will not be cause the suspension of any further payment,advance,a permitted to wok at less than the prede6.trai ees will rale for the guarantee ofrequest funds.For Corm ke failwo to submit the lreiluircd work performed unless they arc employed pursuant to and records upon dbaror to make such rereads available may individually registered in a program which has received prior be grounds for debarment action pursuant to 29 CFR 5.12. approval,evidenced by formal certification by the U.S. Department of Labor,Employment and Training 4.Apprentices and trainees Administration. a.Apprentices(programs of the USDOL). The ratio of trainees to journeymen on the job site shall not be greater Than permitted under the plan approved by the • Apprentices will be permitted to work al less than the Employment and Training Adrihinistratlon. predetermined rate fa the work they performed when-theyare • employed pursuant to and individually registered in a bona fide Every trainee must bo paid at not toss than the rate specified apprenticeship program registered with the U.S.Department of in the approved program for the trainee's level of progress, Labor,Employment and Training Administration.Office of expressed as a percentage of the journeyman howl ly rate Apprenticeship-Training,Employer and Labor Services,orwith specified in the applicable wage determination:Trainees shall a State Apprenticeship Agency recognized by the Office,crif a be paid fringe benetits.in accordance With me provisions of the person is employed in his a her first 90 days of probationary trainee program.If the trainee.program does not mention employment as an apprentice In such an apprenticeship fringe benefits,trainees shall be paid the full amount of fringe program,who is not individually registered in the program,but benefits listed on the wage determination unless the who has been certified by the Office ofApprenticeship Administrate of Ino Wage and flour Division determines that Training:Employer and Labor Services or a State there is an apprenticeship program associated with Rho Apprenticeship Agency(where appropriate)to bo eligible fa corresponding journeyman wage rate on the wage probationary employment as an apprentice. determination which provides for less than full fringe benefits for apprentices.Any employee listed on the payroll al a trainee The allowable ratio of apprentices to journeymen on the job rate who is not registered and.participating in a training plan site in any salt classification shall not be greater than the ratio approved by the Employment and Training rate c time liah shall ° permitted to the contractor as to the entire work face under be paid not less than the applicable wage an Rhe wage the registered program.Any worker listed on a payroll at an determination addition, anyfor the a pert cation of work actually performed. apprentice wage rate,who is not registered or otherwise In addition, trainee performing work on mejeb site in employed as stated above,shall be paid not loss than Rha excess of the rotothed under the registered program applicable wage rate on the wage determination fa the• shall be paid not less than applicable wage tato ah the dassification.of work actually performed.In addition;any wago.detertnination fa the work-actually pafamad. apprentice performing work on rho job site in excess of the • ratio permitted under the registered program shall be paid not In the event the Employment and Training Administration less than the applicable wage rate on the wage determination withdraws approval of a training program,the contractor will no for the work actually performed.Where a contractor is longer be permitted to utilize trainees at less than the performing construction ah a project in a locality other than applicable predetermined rate fix the work performed until an that in which its program is registered,the ratios and wage acceptable program is approved. rates(expressed in percentages of the journeyman's hourly rale)sped lied in the contractor's a subcontractor's registered c.Equal employment opportunity..The utilization of program shall be observed. apprentices,trainees and journeymen under this part shall be in conformity with the equal employment opportunity Every apprentice must be paid at not less than the rate requirements of Executive Order 11246,as amended,and 29 specified in tiro registered program for the apprentice's level of CFR part 30. progress,expressed as a percentage of the journeymen hourly • 6 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 164 / I d. Apprentices and Trainees(programs attic LLS:DOT). V. CONTRACT WORK HOURS AND SAFETY Apprentices and trainees working under apprenticeship and STANDARDS ACT skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not The knowing clauses apply to any Federal-aid construction subject to the requirements of paragraph 4 of this Section IV. contract in an amount in excess of S100,000 and subject to the The straight time horrtywage rates for apprentices and . overtime provisions otthe Contract Work Hours and Safely trainees under such programs will be established by the Standards'Act.These clauses shall be Inserted in addition to particular program.The ratio of apprentices and trainees to the daises required by29 CFR 5.5(a)a 29 CFR 4.6. As journeymen shall not be greater than permitted by the terms of used in.this paragraph,the terms laborers and mechanic s the particular program. include watchmen and guards. 5.Compliance with Copeland Act requirements. The 1.Overtime requirements. No contractor a subcontractor contractor shall comply with the requirements of 29 CFR part contracting for any part of the contract work which may require 3,which are incorporated by reference in this contract. or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any 6.Subcontracts. The contractor a subcontractor shall insert workweek in which he er she is employed c i such work to work in excess of forty hours in such workweek.unless such Form FHWA-1273 Si any subcontracts and also require the !abater Or mechanic receives compensation ala rate not less subcontractors to include Form FHWA-1273 in any lower tier than one and one-bedtimes the basic rate of pay for all hours subcontracts.The prime contractor shall be responsible for the worked in excess of forty hours in such workweek. compliance by.any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 2.Violation;liability Tor unpaid wages;liquidated 7.Contract termination:debarment. A breath of the damages..In the event of any violation of the clause set forth centrad clauses in 29 CFR 55 may be grounds for termination subcin paragraph(1)of this section,the shall b eta and any of the contract,and for debarment as a contractor and a unpaid aresponsible addition, Therefor be liable for the subcontractor as provided in 29 CFR 5,12. unpaid wages.In addition,such contractor and subcontractor shat)be table to the United States(in the case of work done • under contract for the District of Columbia or a territory,to such 8.Compliance with Davis-Bacon and Related Act Districtor to such territory),for liquidated damages,Such requirements.-All rulings and interpretations of Uro Davis- liquidated damages shall be computed with respect to each Bacon and Related Acts contained in 29 CFR parts 1;3,and 5 individual labors or mechanic,.indudmg watchmen and are heroin incorporated by reference in This contract. guards,.'employed in violation of the clause sot forth in paragraph(1.)of this section,in the,sum of 910 fa each • calendar day on which such individual was required or 9.Disputes concerning labor standards.Disputes arising permitted to work in excess of the standard workweek of forty out of the)abor standards provisions of this contract shall not hours without payment of the overtime wages required by the be subject Lorne general disputes clause of this contract Such clause set forth in paragraph(1.)of this section, disputes shall be resolved in accordance with the procedures . of the Department of Labor set forth in 29 CFR parts 5,6,and • 7:Disputes within the meaning of this clause include disputes 3.Withholding for unpaid wages and liquidated damages. between the contractor(or any of its subcontractors)and the The FHWA or the contacting agency shall upca its own action contracting agency,the U.S.Department of Labor,or the or upon written request of an authorized representative of the employees or their representatives. Department of Labor withhold a cause to be withheld.from any moneys payable on account of work performed by the • • contractor or subcontractor under any such contract or any 10.Certification of eligibility. other Federal contract with the same prime contractor,ccany other federally-assisted contract subject 10 the Contract Work a.By entering into this contract,the contractor certifies that Hours and Safely Standards Act,.which is held by the same neither it(nor he a she)nor any person or firm who has an prime contracts,such sums as may be determined to be interest in the contractor's firm is a person a firm ineligible to necessary to satisfy any liabilities of such contracts a be awarded Government contracts by.virtue of sedan 3(a)of subcontractor for unpaid wages and liquidated damages as the Davis-Bacon Act or 29 CFR 5.12(aX1). provided in the clause set lath in paragraph(2.)of this section. • • b.No part of this contract shall be subcontracted to any person • or fine ineligible for award of a Government contract by virtue 4.Subcontracts. The contractor or subcontractor shall insert • of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(aX1). in any subcontracts the clauses set forth in paragraph(1.) through(4.)of Ihis section and also a clause requiring the. subcontractors to include these clauses in any lower tier c.Tho penalty for making false statements is prescribed In the subcontracts,The prime,contractor shall be responsible for U.S.Criminal Code,.18 U.S.C.1001. compliance by any subcontractor a lower tier subcontractor with the clauses sot"forth in paragraphs(1.)through(4.)of this section. • • • 7 BID NO:2019-002-DF CITY OF MIAMI BEACH 165 MIAMI • • • evidenced in writing and that it contains all pertinent provisions VI.SUBLETTING OR ASSIGNING THE CONTRACT and requirements of the prime.contract. Ttris provision is applicable to all Federal-aid construction 5.The30%self-performance requirement of paragraph(1)is contracts on the National Highway System. not applicable to design-build contracts:however.contracting agencies may establish their own self-performance 1.The contractor shalt perform willrits own organization requirements. contract work amounting to not less than 30 percent(ora - greater percentage if specified elsewhere in the contract)Of the total original contract price,excluding any specialty items VII.SAFETY:ACCIDENT PREVENTION designated by the contracting agency. Specialty Rana may be performed by subcontract and the amount of any such This provision is applicable to all Federal-aid construction specialty items performed may be deducted from the total contracts and to all related subcontracts. original contract price before computing the amount of work required lobe performed by the contractor's own organization 1. In the performance of this contract the contractor shall (23 CFR 63016). cemply,wilh all applicable Federal,State,and local laws, governing safely,healOh,•and sanitation(23 CFR 635).The • a. The tern"perform work with its own organization'refers contractor shall provide all safeguards,safety devices and j to workers employed or leased by the prune contractor,and protective equipment and take any otter needed actions as it equipment owned or rented by the prime contractor,with cc determines,or es the contracting officer may determine,to be without operators. Such term-does not include employees or • reasonably necessary to protect the life and health.of equipment of a subcontractor or tower tier subcontractor, employees on the job and the safely of the public and to agents of the prime contractor,or arty other assignees. The protect property in connection with the performance of the term may include payments for the costs of hinng leased work covered by the contract. - employees fron'an employee leasing turn meeting at relevant • Federal and State regulatory requirements. Leased 2. It is a condition of this contract,and shall be made a employees may only be included in this term if the prime condition of each subcontract,which the contractor enters into contractor meets all of the following conditions: pursuant to this contract,that the contractor and•any subcontracts shall not permit any employee,in performance • (1)the prime contractor maintains control over the of the centrad,to work in surroundings or under conditions supervision cif the day-to-day activities of the leased which are unsanitary,hazardous s dangerous to his/her • employees; , • health or safely,as determined under construction safety and (2)the prime contractor remains responsible for the quality health standardls'(29 CFR 1926)promulgated by the Secretary of the wok of the leased employees: of Labor,in accordance with Section 107 of the Contract Work (3)the prime contractor retains all power to accept or Houm add Safety Standards Act(40 U.S.C.3704). f exclude individual employees from warren the pretect;.and (4)the prime contractor remains ultimately responsible for 3.Pursuant to 29 CFR 1926:3,it is a condition of this contract the payment of predetermined minimum wages,the that the Secretary of Labor or authorized representative submission of payrolls,statements of compliance and all thereof,shall have right of entry to any site of contract other Federal regulatory requiranonts. performance to inspect or investigate the matter of compliance with the construction safely and health standards and to carry b."Specialty Items"shall be construed to be limited to work enttte duties of the Secretary under Section 107 of the That requires highly specialized knowledge,abilities,a Contract Work Hous and Safety Standards Act(40 equipment not ordinarily available in the type of contracting U.S.G.3704). organizations qualified and expected,lo bid or propose on the contract as a whole and in general arc to be limited to mina • components of the overall contract. VIII.FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 2.The contract amount upon which the requirements set forth in paragraph(1)Of Section VI is computed includes the cast of This provision is applicable to all Federal-aid construction Material and manufactured products which are to be contracts and to all related subcontracts. purchased or produced by the*trader under the contract. provisions. In order to assure high quality and durable construction in car fsmitywith approved plans and'specifications and a high 3.The contracts shat furnish(e)a competent superintendent degree.of reliability on statements and representations made or supervisor whois employed by the firm,has hill authority to by engineers,contractors,suppliers,aind workers on Federal- direct performance of the work in acmrdance with the contract aid highway projects,it is essential that all persons concerned requirements,arid is in charge of all construction operations, with the project perform their functions as carefully,thoroughly. (regardless of Who performs the work)and(b)such otter of its and honesty as possible. Willful falsification,distortion,or own organizational resources(supervision,management,and misrepresentation with respect to any facts related to the engineering services)as the contracting officer determines is project isa violation of Federal law. TO prevent any necessary to assure the performance of the contract. misunderstanding regarding the seriousness of these and similar acts,Form FHWA-1022 shall be posted on each • 4.No portion of the contract shall be sublet,assigned or Federal-aid highway project(23 CFR 635)in one or more otherwise disposed of except with the written consent of the places where it is readily available to all persons concerned contracting officer,or authorized representative,and such with the project.` consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract.Writton'eonsontwill be given only atter the 18 U.S.C.1020 reads asfollows: contracting agency has assured that each subcontract is 8 ' • • CITY OF MIAMI BEACH BID NO:2019-002-DF IAAA1 BEACH • 166 I . ' 1 'Whoever;hemp an officer,agent,or employee of tie United covered transaction.The prospective first tier participant shall States,or of any State or Territory,or whoever,whether a submit an explanation of why it cannot provide the certification person,association,fine,or corporation,knowingly makes any set out below.The certification or explanation will be false statement,False representation,or false report as to the considered in connection with the department or agency's character.,quality,quantity,or cost 011ie material used or to determination whether to enter into this transaction.However„ be used,or the quantity or quality of the work performed or to failure of the prospective first tier participant to Famish a be performed.or the cost thereof in connection with the certification or an explanation shall disqualify such a person submission of plans,maps,,specifcations,contracts,or costs from participation in this transaction. of coislmction on any highway a related project submitted for approval to the'Secretary of Transportation;or c:The certification in this clause Is a material representation of fact upon which reliance was placed when the contracting Whoever knowingly makes any false statement,false agencydetermined to enter into this transaction:Mils'later representation,false report or false claim with respect to the determined that the prospective participant knowingly rendered character,quality,quantity,or cost ofany work performed or to an erroneous certification,in addition to other remedies' be performed,or materials furnished or to be furnished,in available to the Federal Government,the contracting agency connection with the construction of any highway or related may terminate this transaction for cause of default. project approved by the Secretary of Transportation;a d.The prospective first tier participant shall provide Whoever knowingly makes any false statement orfalse immediate written notice to the contracting agency to whom representation as to material fact Teeny statement,certificate, this proposal is submitted if any time the prospective first tier or report submitted pursuant to provisions of the Federat•aid participant learns that its certification was erroneous when Roads Act approved July 1,1916,(39 Stat.355),as.amended submitted.or has become erroneous by reason ofchanged and supplemented: circumstances. Shall be fined under this title or imprisoned not moria than 5 e.The terms"covered transaction,""debarred" years or both."- "suspended,"Ineligible,""participant,""person,"'principal," and'voluntarily excluded,"as used in this clause,are defined • in 2 CFR Parts 180 and 1200, 'First Tier Covered IX.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL Transactions'refers to any covered transaction between a • WATER POLLUTION CONTROL ACT granted or subgrantee of Federal lends and a participant(such as the prime or general contract).'Lower Tier Covered, This provision is applicable to all Federal-aid construction Transactions'refers to any covered transaction under a First contracts and to-all related subcontracts. Tier Covered Transaction(such as subcontracts). 'First Tier Participant'refers to the participant who has entered into"a • By submission of this bid/proposal or the execution of this . covered transaction with a grantee or subgrantee'of Federal contract,or subcontract,as appropriate,the bidder,proposer, funds(such as the prime or general contractor).'Lower tier Federal-aid construction contractor,er subcontractor,as Participant'refers any participant who has entered into a appropriate,will be deemed to have stipulated as follows: covered'transactien with a First Tier Participant or other Lower "Tier Participants(such as subcontractors and suppliers). 1.That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an C Tho prospective first tier participant agrees by submitting award due to a violation of Section 508 of the Clean Water Act this proposal that,should the proposed covered transaction be. or Section 306 of the Clean Air Act. entered into,it shall not knowingly enter into any lower tier •2.That the contractor agrees to include or cause to be covered transaction with a person who is debarred, included the requirements of paragraph'(1)of this Section X in suspended,declared ineligible;or voluntarily excluded fan every subcontract,end further agrees_to take such action as participation In'this covered transaction,unless authorized by the contracting agency may direct as a means of enforcing the department or agency entering into this transaction. such requirements. g.The prospective first tier participant furtheragrees by • • submitting this proposal that it will include the clause tilled X.CERTIFICATION REGARDING DEBARMENT. "Certification Regarding Debarment Suspension,Ineligibility SUSPENSION.INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion-Lower Tier Covered Transactions." EXCLUSION provided by the department or contracting agency,:entering into this covered transaction,without modification;in all lower This provision is applicable to all federal-aid construction tier covered transactions and in all solicitations for lower tier contracts,designbuildcontracls,subcontracts,lowertier • covered transactions,exceeding the$25,000 threshold, subcontracts,purchase aders,lease-agreements,consultant - contracts or any-other covered transaction requiring FtMWA ILA participant in a covered transaction may rely upon a approval or that is estimated to cost 525,000 or more-as certification of a prospective participant in a lower tier covered defined in 2 CFR Parts 180 and 1200. transaction that is not debarred.suspended.ineligible.or . voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous. A participant is • responsible for ensuring that its principals are not suspended, 1.Instructions for Certification—First Tier Participants: debarred,orotherwise ineligible to participate in covered transactions. To verify the eligibility of its principals,as well as a,By signing'and submitting this proposal,the prospective the eligibility of any laxer-tier prospective participants,each first tier participant is providing the certification set cut below. participant may,but is not required-to,check the Excluded Parties List System website(https- waw epls:gov/),which is b.The Inability of a person to provide the certification set out compiled by the General Services Administration. below will not necessarily result in denial of participation in this • 9 BID NO: 2019-002-DF ' CITY OF MIAMI BEACH MIAMI BEACH 167 • i. Nothing contained in the foregoing shall be construed to this transaction originated may pursue available ramifies, require the establishment of a system of records in oder to including suspension and/or debarment. render in good faith the certification required by this clause. The knowledge and infaimation of the prospective participant c.The prospective lower tier participant shall provide is not required to exceed That which is normally possessed by immediate written notice to the person to which this proposal is a prudent person in the ordinary course of business dealings. submitted if at any time the prospective lower tier participant learns that its certilcatian was erroneous by reason of j.Except for transactions authorized under paragraph(q of changed circumstances. these instructions,if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a d,The terms'covered transaction,"'debarred," person who is suspended,dobatred,ineligible;or voluntarily "suspended,"ineligible.""participant,""person.""principal' excluded from participation in this transaction,in addition to and"voluntarily excluded."as used in this clause:,are defined other remedies available to the Federal Government,the in 2 CFR Parts 180 and 1200.You may contact the person to department or agency may terminate this transaction for cause which this proposal is submitted fa assistance in obtaining a or default. ropy of those regulations..'First Tier Covered Transactions refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant(suds as the prime or general contract). 'Lower Tier Covered Transactions' 2. Certification Regarding Debarment,Suspension, refers to any covered transaction under a First Tier Covered Ineligibility and Voluntary Exclusion—First Tier Transaction(such as subcontracts). 'First Tier Participant" Participants: refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal.funds a. The prospective first tier participant certifies to the best of (such as the prime or general contractor). "Leiner Tier its knowledge and belief,that it and its principals: Participant'refers any participant who has entered into a • covered transaction with a First Tier Participant a other Lower (1) Are not presently debarred,suspended,proposed for Tier Participants(such-as subcontractors and suppliers). debarment,declared ineligible,or voluntarily excluded from - participating in covered transactions by any Federal e.The prospective lower tier participant agrees by department or agency, submitting this proposal that,should the proposed covered transaction be enteredinto,it shall not knowingly,enter Into (2) Have not within a three-year period preceding this any lower tier covered transaction with a person who is proposal been'convicted of or had a civil judgment rendered debarred,suspended,declared ineligible,or voluntarily against them for commission of fraud or a criminal offense in excluded fran participation in this covered transaction,unless connection with obtaining,attempting to obtain,or performing authorized by the department or agency with which this a public(Federal..State a local)transaction or contract under transaction originated. a public transaction:violation of Federal or State antitrust statutes a commission of embezzlement,theft,forgery, t The prospective lower tier participant further agrees by bribery,falsification or destruction of records,making false submitting this proposal that it will Include this clause filled statements,or receiving stolen property, "Certification Regartbng Debarment,Suspension,.Ineligibility • and Voluntary Exclusion-Laver Tier Covered Transaction' (3) Are not presently indicted for or otherwise aiminally or without modification.in all lower tier covered transactions and civilly charged by a governmental entity(Federal.State,a in all solicitations for lower tier covered transactions exceeding local)with commission of any of the offenses enumerated in the S25.000 threshold. paragraph(a)(2)of this certification:and • g,A participant in a covered transaction may rely upon a (4) Have not within a three-year period preceding this certification of a prospective participant in a lower tier covered application/proposal had are or more public transactions transaction that Is not debarred,suspended,ineligible,or (Federal,Slate or local)terminated for cause or default voluntarily excluded from i he covered transaction;unless it knows that the certification is erroneous.A participant is b. Where the prospective participant is unable to certify to responsible for ensuring that ifs principals are not suspended, any of the statements in this c rtincafon,such prospective debarred.or otherwise ineligible to participate in covered participant shall attach an explanation to this proposal. transactions. To verify the eligibility of its prindpals.as well as the eligibility of any lower tier prospective participants,each 2.Instructions for Certification-Lower Tier Participants: participant may,but is not required to,check the Excluded Parties List System website(hltps://www.epls.ndd/),which is (Applicable to all subcontracts,purchase eiders and other compiled by the General Services Administration. • . laver tier transactions requiring prior FHWA approval or estimated to cost$25,000 or more-2 CFR Parts 180 and h.Nothing contained in the foregoing shall be construed lo' , 1200) require establishment of a system of records in order to render in good faith the certification required by this dause.-The a By signing and submitting this proposal,the prospective knowledge and information of participant is not required to lower tier is providing the certification set art below, exceed that which is normally possessed by a pmdern person in the ordinary course of business dealings. b.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction I.Except for transactions authorized under paragraph e of was entered Into..If it is later determined that the prospective these instructions.if a participant In a covered transaction lower tier participant knowingly rendered an erroneous knowingly enters into a lower tier covered transaction wilt a certification,In addition to aper remedies available to the person who is suspended,debarred,ineligible,or voluntarily Federal Govomment,the departruenl,or agency with which excluded hon participation In Otis transaction,In addition to other remedies available to the Federal Government,the • • 10 BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 168 depa tment a agency with which this kansactrar originated may pursue available remedies,inducing suspension and/or debarment Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants- I.The pcospochve lowut tier par hdpant certifies.by submission of this proposal that neither Ana its principals is presently debarred,suspended,proposed for debarment. declared nelrpble,or voluntanly excluded horn participating in covered transactions by any Federal degas linehnl ix agency 2 Where the prospective lava her participants unable to certify to any of the statemaus in this Celblicahen,such prospective participant shall attach an explanation to this Proposal XI.CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal ad construction contracts and to all related subcontracts which exceed $100.000(49 CFR 20). 1 The prospective paftiapanl certifies,by signing and srrbnxtng tins did a proposal.to the best of his a her knowledge and beliefthat a No I ederal appropriated funds have been paid or sill be paid,by or en behalf o1 the undersigned.to any person to influencing or attempting to nhianec an officer Of employee of any Federal agency.a Member of Congress an officer or employee of Congress.a an employee of a Member of Careless in cxnncction with the awarding of any Federal carload,the making of any Federal grant the making of any Federal loan.the entering into 01 any cooperative agreement. and the extension contnualice renewal amendment.or modification of any Federal COO hdd.giant.loan or cooperative agreement b It any binds other that Federal appropriated funds have been pard or will be paid to any person tar influencing or attempting to intuence an officer or employee of any Federal agency.a Member of Congress an officer or employee of Congress.or an employee of a M mhber of Congress n cai nection with thus Federal contract.grant loam or cooperative agreement,the undersigned shall complete and submit Standard Form LLL."Disclosure lam to Report l obbyrng'in accordance with els instructions 2 This c ntricaham is a minimal representation of tat upon which retiano:was placed when tis transaction was made or entered into Submission of this catdicahon is a prerequisite for making or entering into this transaction imposed by 31 U.S C 1352. Any person who tails to Me the required cer titcahon shall be sullied to a civil penally of not less than $10.000 and not more than$100,000 la each such tache 3 The prospective participant also agrats by submitting its Did or proposal that the par hapant shall require that the Language of this cent htcahoh be included in at lower her subcontracts,which exceed$100,000 and that all such roapunls shall aunty and disclose aCMrdingly 11 BID NO: 2019-002-DF CITY OF MIAMI BEACH r1ki''J'11BEACH 169 ATTACHMENT A-EMPLOYMENT AND MATERIALS 6 The caenactor shall include the provisions of Sections 1 PREFERENCE FOR APPALACHIAN DEVELOPMENT Through 4 of this Attachment A in every subcontract for wok HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS which is,a reasonably may be,dale as on site work ROAD CONTRACTS Thus phovishoh is applicable to all Federal-aid protects funded under the Appalachian Regional Development Act 011965 1 Outing the perkxmance of this contrail,the contractor undertaking to do work which us or reasonably may be,date as at site wok shall give preference to Tallied persons who regularly reside on the labor lea as designated by the DOL wherein the contract work is situated.a the subregion.a the Appalachian counties of tie Stale wherein the contract work e situated,except. a To the extent that quashed persons regularly residing in the area are not evalebfc b.Fa the reasonable needs 01 the connector to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract wok c Fa the obligation of the ccnlracta to ofkx employment to present or former employees as the result ota lawful collective bargaining contract.provided that the number of nonresident persons employed under this subparagraph(1c)shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work,except as provided in subpeai apt(4)below 2 The contractor shall place a nob ceder with the Slate Fmployrnenl Service indicating(a)the ctassrtcahorhs of the laborers,mediae/a:arid aha anployers required to palate tie contract work.(b)the number of employees required in each classification,(c)the date on which the participant estimates such employees will be required,and(d)any other pertinent nlormehon required by the State Errtploymad Service to complete the lob order firm The)ole order may be placed with the State Employment Service in writing or by telephone If during the course of the meted work,the information submittal by the contractor in the anginal lob order is substantially modified.the participant shall promptly nobly the Slate Employment Service 3 The contractor shell give full consideration to all qualified lob applicants referred to him by the Slate Employment Service The connecter is not required to grant employment to any lab applicants who.in his opinion.are not qualified to perform the classification of work required 4 If,within one week following the placing of a lob ceder by the contractor with the State Employment Service.the Slate Employment Service is unable to refer any qualified lob applicants to the ccetractor.a less than the number requested,the Slate Fruploymerhl Service will lama a certificate to the cutbacks irdir:ahnq the unavailability of applicants Sods cehhicato shall be made a pat of the cautrada's permanent protect records Upon tempt of tis certificate.the contractor may employ persons who do not normally reside in the labs area to MI positions covered by the certificate.notwithstanding the provisions of subparagraph(1c) above 5 The proemial'of 23 CFR 633 207(e)allow the contracting agency to provide a contractual preference.tor the use of mineral resorce materials native to the Appalachian region 11 BID NO: 2019-002-DF CITY OF MIAMI BEACH /V',Ir;r'v1►BEAC H 170 APPENDIX G List of Plans and Specifications BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMIBEACH 171 MIAMIBEACH � LIST OF PLANS & SPECIFICATIONS CONTRACT DOCUMENTS AS DEVELOPED BY CALVIN GIORDANO & ASSOCIATES, INC. Page Sheet No/ Spec. Title/ Description ITB 2019-002-DF: Middle Beach Recreational Corridor(MBRC) Phase III (From 24TH to 46T" ) FM#436748-1 - SPECIFICATIONS 02010 CDB Subsurface Investigation 02050 Demolition 02100 Site Preparation 02110 CDB—Clearing and Grubbing 02200 Earthwork 02210 CDB- Excavation and Swale Grading 02211 CDB—Site grading 02212 Fine Grading 02220 CBD—Trenching, Backfilling and Compacting 02230 Stabilization 02240 Limerock Base 02260 CBD—Finish Grading 02276 Stormwater Pollution Prevention Greater than 1 acre 02484 Soil Preparation and Soil Mixes 02500 Surface restoration 02511 CDB—Concrete Sidewalks 02520 CDB—Concrete Curbs and Headers 02780 Interlocking concrete Pavers 03200 Concrete Reinforcement 03251 Joints 03300 CDB—Concrete 03350 Concrete Finishes 16051 Common Work Results for Electrical 16060 Grounding and Bonding 16075 Electrical Identification BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 172 16120 Conductors and Cables 16130 Raceways and Boces 16140 Wiring Devices 16160 Panelboards 16289 Transient Voltage Suppression 16500 Lighting ITB 2019-002-DF: Middle Beach Recreational Corridor(MBRC)Phase III (From 24TH to 46T" ) FM#436748-1 - DRAWINGS G000 Cover Sheet G001 Index of Drawings G002 Standard Abbreviations and Symbols G0033 General Notes G004 Property Ownership Schedule G005 Sheet Key Map 1-9 Map of Topographic Survey D100-D121 Demolition D201-203 Tree Canopy Schedule D300-D321 Tree Disposition Plan SP001-SP121 Site Layout Plan SP201-SP204 Details C101-C121 Grading plans C201-C205 Cross Sections SP500-SP517 Electrical SP601-SP602 Site Sections SD100-SD401 Details L100-L104 Planting Schedules L201-L221 Tree and Shrub Plan L316-L321 Understory Plan L901-L-902 Planting Details IR216-1R221 Irrigation Plan and Schedule IR901-IR902 Irrigation Details BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 173 APPENDIX H Specifications BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 174 APPENDIX I Plans BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 175 APPENDIX J FDOT Form No. 275-030-11 BID NO: 2019-002-DF CITY OF MIAMI BEACH t"v\IAMIBEACH 176 STATE C5 FLORIDA DEPARTMENT CC TRANSPORTATION 275-030-It DBE BID PACKAGE INFORMATION ECUAT OPPORTUNITY OFFICE tan Paas I ort DBE Utilization The Department began its DBE race neutral program January 1,2000. Contract specific goals are not placed on Federal/State contracts;however,the Department has an overall 10.65%DBE goal it must achieve. In order to assist contractors in determining their DBE commitment level,the Department has reviewed the estimates for this letting. As you prepare your bid,please monitor potential or anticipated DBE utilization for contracts. When the low bidder executes the contract with the Department,information will be requested of the contractor's DBE participation for the project While the utilization is not mandatory in order to be awarded the project, continuing utilization of DBE firms on contracts supports the success of Florida's DBE Program, and supports contractors'Equal Employment Opportunity and DBE Affirmative Action Programs Any project listed as 0%DBE availability does not mean that a DBE may not be used on that project A 0% DBE availability may have been established due to any of the following reasons: limited identified subcontracting opportunities,minimal contract days,and/or small contract dollar amount Contractors are encouraged to identify any opportunities to subcontract to DBE's. Please contact the Equal Opportunity Office at(850)414-4747 if you have any questions regarding this information. Forms may be downloaded at:www.dot.state.fl.usioroceduraldocuments/. DBE Reporting If you are the prime contractor on a project, enter your DBE participation in the Equal Opportunity Compliance system prior to the pre-construction or pre-work conference for all federal and state funded projects. This will not become a mandatory part of the contract It will assist the Department in tracking and reporting planned or estimated DBE utilization. Durinq the contract,the prime contractor is required to report actual payments to DBE and MBE subcontractors through the web-based Equal Opportunity Compliance(EOC)system. All DBE payments must be reported whether or not you initially planned to utilize the company. In order for our race neutral DBE Program to be successful, your cooperation is imperative. If you have any questions,please contact EOOHelpidotstate.fl.us. Bid Opportunity List The Federal DBE Program requires States to maintain a database of all firms that are participating or attempting to participate on FDOT-assisted contracts. The list must include all firms that bid on prime contracts or bid or quote subcontracts on FDOT-assisted projects,including both DBE's and non-DBEs. Please complete the Bidders Opportunity List through the Equal Opportunity Compliance system within 3 business days of submission of the bid or proposal for ALL subcontractors or sub-consultants who quoted to you for specific project for this letting The web address to the Equal Opportunity Compliance system is: https:l/www3.dot.state.A.us/EqualOpportunityCompliance/Account.aspx/LogIn?RetumUrl=%2fEqualOppor tunityCompliance%2f BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 177 STATE FLORIDA DEPAREENT OF TRANSPORTATION 275-030-11 DBE BID PACKAGE INFORMATION F.QIAL OPPORTUNITY OFFICE +an Puyr 2 o12 DBE/AA Plans Contractors bidding on FDOT contracts are to have an approved DBE Affirmative Action Plan (FOOT Form 275-030-116) on file with the FOOT Equal Opportunity Office before execution of a contract. DBE/AA Plans must be received with the contractors bid or received by the Equal Opportunity Office prior to the award of the contract Plans are approved by the Equal Opportunity Office in accordance with Ch. 14-78,Florida Administrative Code. Plans that do not meet these mandatory requirements may not be approved. Approvals are for a (3)three year period and should be updated at anytime there is a change in the company's DBE Liaison Officer and/or President Contractors may evidence adoption of the DBE/AA Policy and Plan and/or a change in the designated DBE Liaison officer as follows' • Print the first page of the document on company stationery ('letterhead-) that indicates the company's name,mailing address,phone number,etc. • Print the company's name in the space:next to'Date'pant the month/day/year the policy is being signed; record the signature of the company's Chief Executive Officer, President or Chairperson in the space next to'by-and pnnt the full first and last name and position title of the official signing the policy. • Print the DBE Liaison's full name,email address,business mailing address and phone number the bottom of email. E-mail the completed and signed DBE AA Plan to; eeoforms(a doLstate.tl.us. The Department will review the policy,update department records and issue a notification of approval or disapproval;a copy of the submitted plan will not be returned to the contractor. BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 178 APPENDIX K FDOT Form No. 375-030-33 BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 179 37503043 PROCUREMENT 10/01 CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL-AID CONTRACTS (Compliance with 49CFR, Section 20.100(b)) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency,a Member of Congress,an officer of employee of Congress,or an employee of a Member of Congress in connection with the awarding of any federal contract,the making of any federal grant,the making of any federal loan, the entering into of any cooperative agreement,and the extension,continuation, renewal,amendment,or modification of any federal contract,grant,loan,or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this federal contract,grant, loan, or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts,which exceed$100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Consultant: By: Date: Authorized Signature Title: BID NO:2019-002-DF CITY OF MIAMI BEACH IVIIAl1vA►BEACH 180 BID NO: 2019-002-DF CITY OF MIAMI BEACH 'V\1AMI BEACH 181 ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) Detail by FEI/EIN Number Page 1 of 2 Florida Department of State DIVISION OF CORPORATIONS )IYMCA r uj i,,�Ji .org fr. rj 4:1'1D t` an ofirial Iwo of Flo idtl wrGzftr Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Profit Corporation J.R.T. CONSTRUCTION CO. Filing Information Document Number P03000029680 FEI/EIN Number 01-0772259 Date Filed 03/13/2003 Effective Date 03/12/2003 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 10/19/2017 Event Effective Date NONE Principal Address 3050 NW 77TH CT DORAL, FL 33122 Changed: 03/22/2017 Mailing Address 3050 NW 77TH CT DORAL, FL 33122 Changed: 03/22/2017 Registered Agent Name&Address TARAFA, JEOVANNI R 3050 NW 77TH CT DORAL, FL 33122 Address Changed: 03/28/2017 Officer/Director Detail Name&Address Title PT TARAFA, JEOVANNI R 3050 NW 77 CT DORAL, FL 33122 Title SV http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 9/4/2019 Detail by FEI/EIN Number Page 2 of 2 TARAFA, ROBERTO C 3050 NW 77 CT DORAL, FL 33122 Annual Reports Report Year Filed Date 2017 01/30/2017 2018 02/15/2018 2019 02/11/2019 Document Images 02/11/2019--ANNUAL REPORT View image in PDF format 02/15/2018--ANNUAL REPORT View image in PDF format 10/19/2017--Amendment View image in PDF format 03/28/2017--Req.Agent Change View image in PDF format 01/30/2017--ANNUAL REPORT View image in PDF format 02/23/2016--ANNUAL REPORT View image in PDF format 03/18/2015--ANNUAL REPORT View image in PDF format 01/24/2014--ANNUAL REPORT View image in PDF format 02/22/2013--ANNUAL REPORT View image in PDF format 01/16/2012--ANNUAL REPORT View image in PDF format 02/24/2011--ANNUAL REPORT View image in PDF format 04/22/2010--ANNUAL REPORT View image in PDF format 04/17/2009--ANNUAL REPORT View image in PDF format 01/30/2008--ANNUAL REPORT View image in PDF format 04/18/2007--ANNUAL REPORT View image in PDF format 03/22/2006--ANNUAL REPORT View image in PDF format 04/15/2005--ANNUAL REPORT View image in PDF format 03/31/2004--ANNUAL REPORT View image in PDF format 03/13/2003--Domestic Profit View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 9/4/2019 J.R.NTE. T. CONSTRUCTION, Co. E N E R A L C O N T RIA C O R 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 MIDDLE BEACH RECREATIONAL CORRIDOR PHASE III (FROM 24TH ST. TO 45TH ST.) ITB NO. : 2019-002-DF SUBMITTED TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT 1755 MERIDIAN AVENUE, MIAMI BEACH, FL 33139 ATTN: MR. DANNY FLORES, CONTRACTING OFFICER SUBMITTED BY: J.R.T. CONSTRUCTION, CO. 3050 N.W. 77 COURT DORAL, FL 33122 Phone: (305) 557-9911 / Fax: (305) 557-9922 Federal Tax ID: 01-0772259 Qualifier/Corporate Officer: Jeovanni R. Tarafa, President jtarafa@tarafaconstruction.com DUE DATE & TIME: July 23, 2019 AT 3:00 P.M. [DIGITAL COPY] TAB A - IDENTIFICATION PAGE & TABLE OF CONTENTS IPJ.R.T. CONSTRUCTION, CO. G E N E R AL CONTR ACTOR TAB A.1 - COVER PAGE p " . 99"s:inYCTRI9"ITcPR.R .!1,,T E J .R.T. CONSTRUCTION, CO. G E N E R AL CON T R AC TOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 July 23, 2019 City of Miami Beach Procurement Department 1755 Meridian Avenue Miami Beach, FL 33039 Attn: Mr. Danny Flores, Contracting Officer Re: ITB No.: 2019-002-DF — Middle Beach Recreational Corridor (MBRC) Phase III (From 24th to 45th Street) Subj: Response to Section 0500— Bid Submittal Requirements & Format, Tab A— Identification Page, Item No. 01 —Cover Page Dear Sir or Madame: Herein below please find our response to Section 0500 — Bid Submittal Requirements and Format, Tab A— Identification Page, Item No. 01 — Cover Page as follows: 1. Name of Bidder: J.R.T. Construction, Co. 2. Address of submitting Bidder: 3050 N.W. 77 Court, Doral, FL 33122 3. E-mail address for the appropriate contact person at company: Jeovanni R. Tarafa, President 4. Phone number of submitting bidder: 305-557-9911 5. Fax number of submitting bidder: 305-557-9922 6. Federal Tax Identification Number for submitting bidder: 01-0772259 7. Declaration regarding company organization: For profit S-Corporation established in the State of Florida. 8. Signature of an officer or other individual submitting the bid: see below. 9. Printed name of authorized signing officer: Jeovanni R. Tarafa (see below) 10.Title of Authorized signing officer: President (see below) 11. Date of signature: July 23, 2019 If you have any questions or require any additional information, please don't hesitate to contact me at any time. Sincerely yours, J.R.T. Construction, Co. ovanni R. Tarafa, LEED AP, BD+C resident TAB A.2 - TABLE OF CONTENTS p- J.R.T. CONSTRUCTION, CO. G E N E R AL CONTR ACTOR J.R.T. CONSTRUCTION, CO. •• • G E N E R AL CON TR A C T OR. 3050 N.W.77 Court,Doral,FL 33122 • Tel:305-557-9911 • Fax:305-557-9922 TABLE OF CONTENTS ITB No. 2019-002-DF MIDDLE BEACH RECREATIONAL CORRIDOR (MBRC) PHASE III (FROM 24TH ST. TO 45TH ST.) A IDENTIFICATION PAGE & TABLE OF CONTENTS A.1 COVER PAGE A.2 TABLE OF CONTENTS B MINIMUM QUALIFICATIONS 6.1 PROJECT EXPERIENCE-COMPLETED&ONGOING PROJECTS I REFERENCES/LICENSES B.2 APPENDIX C -REQUIRED FORMS FOR BID SUBMITTAL(AS APPLICABLE) EiFINANCIAL STATEMENTS D PREVIOUS EXPERIENCE & KEY PERSONNEL D.1 CONTRACTORS TEAM -KEY PERSONNEL D.2 ORGANIZATIONAL CHART D.3 STAFFING PLAN © BID PRICE (APPENDIX A PRICE FORM, BID TENDER FORM, SUPPLEMENTS) & BID BOND © REFERENCES ElLEGAL DISPUTES LICENSES & INSURANCES ADDENDUMS TAB B - MINIMUM QUALIFICATIONS VNFINNT 99"ST!CONSTRUCTION,T COR. TAB B.1 - PROJECT EXPERIENCE - COMPLETE AND ONGOING PROJECTS / REFERENCES / LICENSES . 99LIST, Y9TRI9"ITc.°R.R PPI'NT E R.T. CONSTRUCTION, CO. __ GENERAL CONTRACTOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC) PHASE II—SECTION 2 Project Location: 46th Street thru 53"d Street(between condominiums and beach) Type of Project: Conventional Construction/Prime Contractor Owner: City of Miami Beach Owner Contact/Reference: Mr. David Gomez—786-719-5616- DavidGomez(c�miamibeachfl.Qov Mrs. Paola Vega—786-314-8385—Paola(a.miamibeachfl.aov Architect: Calvin Giordano &Associates, Inc. Architect Reference: Gianno Feoli—954-921-7781 —gfeoli@cgasolutions.com Project Amount: $3,117,445.56 (including allowances and contingencies) Project Duration: 300 Calendar Days from Notice to Proceed Date of Completion: June 6, 2019 Project Disposition: Project has been successfully completed. Description of Work: The project consists of the construction of a 65,000 square feet on-grade ADA compliant pedestrian paver beach walk with new concrete curbs and headers, 240 bollard light fixtures, new trees, landscaping, dune vegetation and irrigation. The beach walk path will run on the beach side (between the condominiums and the beach) north from approximately 46th Street to Beach View Park at 53rd Street. Existing invasive dune vegetation will be removed and replaced with dune enhancements such as native dune vegetation species and beach compatible dune fill and irrigation will be provided for the landscaping. The proposed path lighting shall meet Florida Fish and Wildlife Commission's marine turtle nesting requirements. OAK GROVE PARK—FATHER GERARD JEAN-JUSTE COMMUNITY CENTER Project Location: 680 N.E. 159 Street, Miami, FL 33162 Type of Project: Design Build Owner: Miami-Dade County Parks & Recreation Department Owner Contact/Reference: Mr. Guillermo Pena—305-755-7914—williep@miamidade.gov Architect: S.R. Architects, P.A. Architect Reference: Ernesto L. Santos, AIA—305-661-8572—srarch aabellsouth.net Project Amount: $9,283,938.13(including allowances and contingencies) Project Duration: 840 Calendar Days from Notice to Proceed Date of Completion: April 19, 2019 Project Disposition: Project has been successfully completed Description of Work: The project consists of designing and building a new 23,000 square foot Community Building and Center that includes staff offices, multipurpose room, exercise/fitness room, cultural enrichment afterschool program rooms, media room, locker rooms, restrooms, storage rooms, mechanical and electrical rooms, on-site parking lighted parking lot, a 13,000 square foot lighted aquatic facility consisting of a new pool and splash pad, and all associated utilities. Also included is a 3,000 square foot standalone restroom building. The project will attain LEED Silver Certification. The project includes demolition of existing tennis courts, erosion control, new water and sewer main extensions, a new lift station, lighted asphalt parking lot for 111 cars including drainage, new landscaping and irrigation, new sidewalks, fencing, access gates, cast-in-place concrete, railings and handrails, wood trusses, standing seam sheet metal roofing system, doors, frames, windows, stucco, drywall, ceramic tile, epoxy flooring, acoustical tile ceilings, VCT flooring, sports flooring, carpet, toilet partitions and accessories, splash pad with interactive spray 'n play features, a new lap pool, plumbing, fire protection/sprinklers, fully automated HVAC system, and electrical work including site pathway lighting. JR.T. CONSTRUCTION, CO. G E N E R AL CON T R A C T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC) PHASE II—SECTION 1 Project Location: 53rd Collins thru 64th Collins (between condominiums and beach) Type of Project: Conventional Construction/Prime Contractor Owner: City of Miami Beach Owner Contact/Reference: Mr. David Gomez—786-719-5616- DavidGomezemiamibeachfl.gov Mrs. Paola Vega—786-314-8385—Paola@miamibeachfl.gov_ Architect: Calvin Giordano &Associates, Inc. Architect Reference: Gianno Feoli—954-921-7781 —afeoli ancgasolutions.com Project Amount: $4,823,204.58(including allowances and contingencies) Project Duration: 300 Calendar Days from Notice to Proceed Date of Completion: October 31, 2018 Project Disposition: Project has been successfully completed Description of Work: The project consists of the construction of a 110,000 square feet on-grade ADA compliant pedestrian paver beach walk with new concrete curbs and headers, 450 bollard light fixtures, new trees, landscaping, dune vegetation and irrigation. The beach walk path will run on the beach side(between the condominiums and the beach) north from approximately 53rd Street to Allison Park at 64th Street. Existing invasive dune vegetation will be removed and replaced with dune enhancements such as native dune vegetation species and beach compatible dune fill and irrigation will be provided for the landscaping. The proposed path lighting shall meet Florida Fish and Wildlife Commission's marine turtle nesting requirements. VIRGINIA KEY CLOSURE ENHANCEMENT—CLEARING &GRUBBING Project Location: N.E. Corner of Sewage Plant Rd. &Arthur Lamp Jr. Road, Virginia Key, FL Type of Project: Conventional Construction/ Prime Contractor Owner: Miami-Dade County Department of Solid Waste Management Owner Contact/Reference: Luis Moreno—(305) 297-9845— Imoreno(c�miamidade.gov Patricia Cicero—(305) 305-1503—patricia.cicero@miamidade.gov Project Amount: $1,609,206.00 Project Duration: 270 Calendar Days from Notice to Proceed Date of Completion: June 29, 2018 Project Disposition: Project has been successfully completed Description of Work: The project consists of the complete clearing and grubbing of 65 acres of property that is on a closed landfill in Virginia Key, FL. The project includes the installation of approximately 6,000 linear feet of 6 foot high chain-link fence, two 16'-0" swing gates, installation of erosion control, and the removal, mulching, and hauling of over 1,000 existing trees monitored by a full time on-site ISA Certified Arborist. All waste encountered during the execution of the work or from the disturbance during the clearing and grubbing is being disposed at a Class I landfill. JACK D. GORDON ELEMENTARY&OFF-SITE PRIMARY LEARNING CENTER'S Project Location: 14600 Country Walk Drive, Miami, FL 33186 Type of Project: Construction Manager at Risk with a Guaranteed Maximum Price Owner: Miami-Dade County Public Schools Owner Contact/Reference: Juliette Hinsey-Pinder —(305) 995-4270—jpinder@dadeschools.net Architect: Rodriguez Architects, Inc. Architect Reference: Lourdes Rodriguez, AIA—(305) 527-6219—lourdesprodriquezarchitects.com JRIIaaRTCONSTRUCTIONCO. G .E N E A L C O N T R A C ,T O R 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS Project Amount: $2,094,000.00 Project Duration: 555 Calendar Days from Notice to Proceed Date of Completion: July 31, 2017 Project Disposition: Project has been successfully completed Description of Work: The project consists of renovations to an existing school and off-site primary learning centers. The renovations include new aluminum covered walkways, replacement of existing concrete walkways, renovations to the existing media center, renovations to existing restrooms, new toilet accessories and partitions, new paint thru-out the exterior of the entire school and off-site primary learning centers, concrete restoration consisting of crack and spalling repairs, waterproofing of existing windows, sealing and striping of the existing basketball courts, a new electric water cooler at the P.E. Shelter, new CCTV at the off-site primary learning centers, replacement of all chilled water piping insulation, replacement of existing pneumatic air conditions control to digital controls, replacement of all air handler units, replacement of existing chiller pumps, new condensate drainage for new air handling units, replacement of existing exhaust fans, new storm drainage and paving at the bus drop off area, and replacement of existing exterior doors. PINECREST VILLA TOWNHOMES Project Location: 11833 S.W. 81st Road, Pinecrest, FL 33156 Type of Project: Design Build Owner: Pinecrest East, LLC Owner Contact/Reference: Roberto M. Tarafa, Managing Member—305-557-1122 Architect: Pascual Perez Kliddjian &Associates Architect Reference: Mario Pascual, Principal—(305) 592-1363—m pascual@ppkarch.com Project Amount: $3,400,000.00 Project Duration: 470 Calendar Days Date of Completion: May 31, 2017 Project Disposition: Project has been successfully completed Description of Work: Project consists of the design and construction of seven two-story luxury 4 bedrooms, 4 1/2 bathroom town homes ranging from 3,703 to 4,870 square feet for a total gross square feet of 19,684 square feet. Each town home has a two car garages, individual private gated entrances and backyards, impact windows, custom wood closets, kitchen, and bar, landscaping and an irrigation system. TIG HOLDINGS, LLC—INTERIOR& EXTERIOR OFFICE BUILDING RENOVATIONS Project Location: 2700 South Bayshore Drive, Miami, FL 33133 Type of Project: Design Build Owner: TIG Holdings, LLC Owner Contact/Reference: Roberto C. Tarafa—(786)412-1832—rtarafa2@bellsouth.net Architect: Hamed Rodriguez Architect, Inc. Architect Reference: Hamed Rodriguez, R.A. —(305) 529-9967—hamed@hr-architects-inc.com Project Amount: $1,300,000.00 Project Duration: 365 Calendar Days from Notice to Proceed Date of Completion: February 28, 2017 Project Disposition: Project has been successfully completed Department of Environmental Protection permitting &oversight included: No. Description of Work: J.R.T. CONSTRUCTION, CO. __ GENERAL CONTRACTOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS The project consists of the interior and exterior office building renovations for J.R.T. Construction, Co.'s headquarters in Doral, Florida. The interior office renovations include renovations of over 8,000 square feet of office space with terrazzo floors, private offices, open office cubicle spaces, reception/lobby area, copy area, men and women restrooms, kitchen/breakroom, conference rooms, state of the art work collaboration spaces, warehouse space, Access Control Systems, CCTV system, Burglar Alarm System, and Telephone/Network systems. The exterior renovations consisted of new additions and renovations to the façade entrance of the building, new drainage, water systems, on-site septic disposal system, sidewalks and curbs, fencing, asphalt paving, traffic marking and signage, landscaping, and irrigation. DINNER KEY MARINA DOCK MASTER BUILDING & PLAZA— PHASE I & II—(COMPLETED) Project Location: 3400 Pan American Drive, Miami, FL 33133 Type of Project: Conventional Construction/Prime Contractor Owner: City of Miami-Capital Improvements Owner Contact/Reference: Richard Pope—(305)416-1285—rpope@miamigov.com Architect: Kimley-Horn and Associates MC Harry and Associates Architect Reference: George Puig, PLA—(305) 535-7756—georae.puigekimlev-horn.com Javier Torres, AIA—(786) 527-4227- jtorres@mcharry.com Project Amount: $896,551.00 Project Duration: 150 Calendar Days from Notice to Proceed Date of Completion: December 22, 2016 (Plaza) and August 02, 2017 (Dock Master Building) Project Disposition: Project has been successfully completed. Description of Work: The project consists of the demolition of the existing Dinner Key Dock Master Building and the construction of a new 20,000 sq. ft. waterfront plaza at Dinner Key Marina. The project includes site clearing, earthwork, new irrigation, new storm drainage system, new landscaping, transplanting of trees, tree removal, tree pruning, new trees/shrubs/palms, site lighting, new decorative sidewalks, new stone pavers, custom pre-cast concrete benches with foundations, new asphalt paving, new concrete curbs, traffic marking and signage, and flagpole. The project also including the completion of the Dinner Key Marina Dock Master Building, a LEED Silver Certified project. REGATTA PARK—PHASE II —(COMPLETED) Project Location: 2700 South Bayshore Drive, Miami, FL 33133 Type of Project: Conventional Construction/Prime Contractor Owner: City of Miami-Capital Improvements Owner Contact/Reference: Richard Pope—(305)416-1285—rpope@miamigov.com Architect: Kimley-Horn and Associates Architect Reference: George Puig, PLA—(305) 535-7756—george.puiq a(�.kimlev-horn.com Project Amount: $2,192,021.00 Project Duration: 180 Calendar Days from Notice to Proceed Date of Completion: September 30, 2016 Project Disposition: Project has been successfully completed Description of Work: The project consists of the construction of two new parking lots on over 2 acres of property adjacent to City Hall and Regatta Park in the City of Miami. The project includes site demolition, site clearing, earthwork, new irrigation, new landscaping, transplanting of trees, tree removal, tree pruning, new J.R.T. CONSTRUCTION, CO. G E N E R AL CON TR AC TOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS trees/shrubs/palms, site lighting, new decorative sidewalks, new stone pavers, installation of coral stone boulders, new asphalt paving, storm drainage, new concrete curbs, and traffic marking and signage. REGATTA PARK—PHASE III Project Location: 2700 South Bayshore Drive, Miami, FL 33133 Type of Project: Conventional Construction/Prime Contractor Owner: City of Miami-Capital Improvements Owner Contact/Reference: Richard Pope—(305)416-1285—rpope(a�miamigov.com Architect: Kimley-Horn and Associates Architect Reference: George Puig, PLA—(305) 535-7756—george.puiaakimlev-horn.com Project Amount: $943,884.00 Project Duration: 180 Calendar Days from Notice to Proceed Date of Completion: February 29, 2016 Project Disposition: Project has been successfully completed Department of Environmental Protection permitting &oversight included: Yes Description of Work: The project consists of the construction of a new parking lot adjacent to City Hall and Regatta Park in the City of Miami. The project includes site demolition, site clearing, earthwork, new irrigation, new landscaping, transplanting of trees, tree removal, tree pruning, new trees/shrubs/palms, site lighting, new decorative sidewalks, new stone pavers, installation of coral stone boulders, new asphalt paving, storm drainage, new concrete curbs, and traffic marking and signage. REGATTA PARK—PHASE I Project Location: 2700 South Bayshore Drive, Miami, FL 33133 Type of Project: Conventional Construction/ Prime Contractor Owner: City of Miami -Capital Improvements Owner Contact/Reference: Robert Fenton—(305)416-1002—rfenton(c miamigov.com Architect: Kimley-Horn and Associates Architect Reference: George Puig, PLA—(305) 535-7756—george.puiq a( kimlev-horn.com Project Amount: $6,136,725.00 Project Duration: 182 Calendar Days from Notice to Proceed Date of Completion: September 23, 2015 Project Disposition: Project has been successfully completed Department of Environmental Protection permitting &oversight included: Yes Description of Work: The project includes site demolition, site clearing, earthwork, new irrigation, connection to existing underground services, new storm drainage system, new landscaping, transplanting of trees, tree removal, tree pruning, new trees/shrubs/palms, site lighting, new decorative sidewalks, installation of water color gravel, new drivable grass paving system, new stone pavers, new sculptural bench, installation of coral stone and Oolite stone boulders, custom pre-cast concrete benches with foundations, custom sculptural bench, a new children's playground with synthetic turf and pour in place rubber surfacing, a pre-fabricated metal building, new asphalt paving, storm drainage, traffic marking, new fencing, tubular access gates, new concrete curbs, traffic marking and signage, and new monument signage. AMELIA EARHART PARK SOCCER COMPLEX- PHASE I Project Location: 401 E. 65 Street, Hialeah, FL 33016 Type of Project: Conventional Construction/ Prime Contractor R.T. CONSTRUCTION, ca G E N E R AL CON TR AC TOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS Owner: Miami-Dade County Parks & Recreation Department Owner Contact/Reference: Mr. Byron Dowell—(305) 755-7810, —bdowell ..miamidade.pov Architect: Miami-Dade County Parks & Recreation Department Architect Reference: Fernando Marquez, R.A. —305-755-7847— mar01(c�miamidade.pov Project Amount: $3,387,324.00 Project Duration: 450 Calendar Days from Notice to Proceed Date of Completion: July 28, 2015 Project Disposition: Project has been successfully completed Department of Environmental Protection permitting &oversight included: No Description of Work: The scope of the work consists of furnishing all labor, equipment and materials required to build a new soccer complex consisting of two new Bermuda sod soccer fields with athletic sports field lighting, a 6,000 square foot recreation building consisting of a snack bar, restrooms, office, meeting room, and storage rooms. The project includes removal of existing utilities, existing trees, tree relocation, tree protection, relocation of fire hydrants, a new picnic pavilion, a flag pole, soil mixing stations, three bleacher pads with shade structures for the new bleachers, new landscaping, wood access control fencing, storm drainage system, new water and sewer systems, over 15,000 sq. ft. of new sidewalks, decorative concrete plaza and breezeway, new asphalt driveways and approaches, traffic marking, signage, and wheel stops, new irrigation system, irrigation well, new irrigation pump system, soccer goals, chain link fencing, structural steel, trusses, architectural woodwork, sheet metal roofing system, insulation, doors, frames and hardware, overhead rolling doors, impact windows, stucco, drywall and framing, acoustical tile ceilings, painting, louvers, toilet partitions and accessories, fire extinguishers, plumbing, mechanical/HVAC, electrical and lighting protection systems at the new recreation building and picnic pavilion. PELICAN MARINA UTILITIES REPLACEMENT—(COMPLETED) Project Location: 1275 NE 79th Street, Miami, FL 33138 Type of Project: Conventional Construction/Prime Contractor Owner: Miami-Dade County Parks & Recreation Department Owner Contact/Reference: Mr. Byron Dowell—(305) 755-7810, —bdowell@miamidade.gov Architect: Stantec/Corzo Castella Carballo Thompson Salman (C3TS) Architect Reference: Javier Salman—305-445-2900—jsalman(c�c3ts.com Project Amount: $2,151,014 Project Duration: 440 Calendar Days from Notice to Proceed Date of Completion: January 23, 2015 Project Disposition: Project has been successfully completed Department of Environmental Protection permitting &oversight included: Yes Description of Work: The scope of work consists of furnishing all materials, labor, services, supervision, tools, permits, equipment, and all other items necessary thru out the marina including but not limited to repairing and replacing existing utilities, performing concrete restoration work to existing cracking and spalling concrete, replace existing double tee pre-cast joists with new double tee pre-cast joists, new fire hose cabinets, new boat cleats, new power pedestals with hose bibs and lights, new decorative light poles with concrete bases, and concrete slab on grade, asphalt and sod restoration as required for the installation of the new utilities. The existing utility replacement being performed in Piers A, B, C, D, the Courtesy Dock and the Fuel Dock consists of replacing existing water and fire lines with new water and fire lines. The concrete restoration work is being performed thru-out the entire marina based on a unit price basis for concrete cracks and spalling concrete. The existing double tees at Pier A are being demolished and replaced with J.R.T. CONSTRUCTION, CO. G E N E R AL CON TR AC TOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS new precast concrete double tee joists with a new concrete topping over the new double tees precast joists. The work is being performed in stages/phases to provide for public convenience and avoid disruption to use of adjacent areas of site and adjacent properties. GOULDS PARK AQUATIC CENTER& FACILITY RENOVATIONS— (COMPLETED) Project Location: 21805 SW 114 Avenue, Miami, FL 33170 Type of Project: Conventional Construction/Prime Contractor Owner: Miami-Dade County Parks & Recreation Department Owner Contact/Reference: Mr. Guillermo Pena—305-755-7914—willieg@miamidade.gov Architect: Corzo Castella Carballo Thomposn Salman (C3TS) Architect Reference: Javier Salman—305-445-2900—jsalman@c3ts.com Project Amount: $1,753,580 Project Duration: 300 Calendar Days from Notice to Proceed Date of Completion: November 08, 2013 Project Disposition: Project has been successfully completed • Department of Environmental Protection permitting & oversight included: No Description of Work: The scope of the work consists of furnishing all labor, equipment and materials required for the renovations and additions to the existing 10,000 square foot pool house building, a new swimming pool with new pool equipment, water play feature and pool deck. Also included is the refurbishment of the existing swimming pool inclusive of new pool equipment, a new pool heater, lifeguard chairs, aquatic lifts, ADA Aqua trek ladder, and new diving blocks. The work includes new fencing around the new swimming pool, a new fenced pool equipment enclosure room, new walkways and concrete pads, new site lighting for the existing parking lot and pools, traffic marking for the existing parking lot, shade structures, electrical work, HVAC work, plumbing, and new landscaping and irrigation. NARANJA PARK AQUATIC CENTER& FACILITY RENOVATIONS—(COMPLETED) Project Location: 14150 SW 264 Street, Miami, FL 33032 Type of Project: Conventional Construction/Prime Contractor Owner: Miami-Dade County Parks & Recreation Department Owner Contact/Reference: Mr. Joel Arango-305-755-5453— jaranco aC�.miamidade.gov Architect: Corzo Castella Carballo Thomposn Salman (C3TS) Architect Reference: Eleane Navarro—305-445-2900—enavarro@c3ts.com Project Amount: $1,621,607.10 Project Duration: 270 Calendar Days from Notice to Proceed Date of Completion: June 8, 2012 Project Disposition: Project has been successfully completed Department of Environmental Protection permitting &oversight included: No Description of Work: The scope of the work consists of furnishing all labor, equipment and materials required for the new landscaping improvements, renovations and additions to the existing 10,000 square foot pool house building, a new water activity pool with a water play feature and new pool equipment that is to be installed inside a new steel picket enclosure, new pool deck, modernization of the pool equipment for the existing pool, selective demolition of the existing bathhouse building as required to perform new renovations of the 10,000 square foot pool house building, supporting facilities, walkways, a lighted parking lot, new canopy structure and all associated utilities. J.R.T. CONSTRUCTION, ca G E N E R A L CON TR AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS MIAMI METRO ZOO—PLAYGROUND EXHIBIT& LAKESIDE PAVILION—(COMPLETED) Project Location: 12400 S.W. 152 Street, Miami, FL Type of Project: Conventional Construction/Prime Contractor Owner: Miami-Dade County Parks & Recreation Department Owner Contact/Reference: Mr. Guillermo Pena—305-755-7914—williep(a�miamidade.aov Mr. Joel Arango—305-755-5453—jaranaoCa miamidade.gov Architect: Forbes Architects Architect Reference: Scott Matheny—305-446-0849, ext. 118—smatheny@famiami.com Project Amount: $2,106,872.00 Project Duration: 270 Calendar Days from Notice to Proceed Date of Completion: May 25, 2012 Project Disposition: Project has been successfully completed Department of Environmental Protection permitting & oversight included: No Description of Work: The scope of the work consists of furnishing all labor, equipment and materials required to relocate existing trees, demolish the existing dry and wet playground equipment, existing walkways and existing concrete splash pad as required to construct a new dry and wet playground, lakeside pavilion, splash pad complete with a new automatic filtration system and new spray'n play features. The project also includes new exhibit signage, resilient poured in place play surfaces, shade canopies, custom fabricated exhibit features, new playground equipment, fencing, colored concrete walkways, Lithocrete concrete sidewalks, concrete curbs, asphalt paving, landscaping and irrigations improvements and other associated elements. The scope of work also includes the construction of a new lakeside pavilion canopy, which includes the demolition of the existing canopy and construction of a new structural steel canopy. The construction of the new canopy includes new footings, concrete slab restoration, landscape restoration, standing seam roofing system complete with new gutters, downspouts and rain water leaders, tongue and groove decking with a stain finish, plywood decking, an acid stain finish floor system to over 12,000 square of existing concrete walkways and new electrical work. TGK CORRECTIONAL FACILITY—COOLER& FREEZER REPLACEMENT—(COMPLETED) Project Location: 7000 N.W. 41st Street, Miami, FL 33166 Type of Project: Conventional Construction/Prime Contractor Owner: Miami-Dade County Corrections Department Owner Contact/Reference: Mr. Timothy Wright—786-469-2758, wriatt an.miamidade.gov Mr. Patrick Brown—pbrown a(�.miamidade.gov Architect: General Services Administration Design and Construction Services Division Project Amount: $1,239,423.29 Project Duration: 267 Calendar Days Date of Completion: June 22, 2011 Project Disposition: Project has been completed successfully Department of Environmental Protection permitting &oversight included: No Description of Work: The scope of the work consists of the removal of two (2) existing freezers and nine (9) existing coolers, condensing units, evaporators, compressors, refrigerant lines and supports inside the kitchen of the Turner Guilford Knight Correctional Facility. Demolition of the existing freezers and coolers requires the cutting and capping of the existing fire protection, and the removal of the existing light fixtures, outlets, and all associated electrical work inside each of the different coolers and freezers. Project requires the demolition of the existing slabs on grade and construction of a new concrete slab on grade over new rigid 1..") R.T. CONSTRUCTION, CO. G E N E R AL CON T R AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS urethane floor insulation for each of the coolers and freezers. Furnish and install two (2) new freezers and nine (9) new coolers, new condensing units, evaporators, compressors, refrigerant lines, fire sprinklers with vandal guards, new light fixtures with security guards, and other electrical work to provide power to the new evaporators, condensing units, and compressors. MIAMI-DADE COLLEGE—BUILDING 3000—CODE COMPLIANCE PROJECT—(COMPLETED) Project Location: 11011 S.W. 104th Street, Miami, FL 33176 Type of Project: Design Build Owner: Miami-Dade College Owner Contact/Reference: Ms. Gloria Baez—Project Manager-305-237-2598—gbaez@mdc.edu Architect: J.R.T. Construction, Co. Project Amount: $122,441.81 Project Duration: 140 Calendar Days Date of Completion: July 18, 2011 Project Disposition: Project has been successfully completed Department of Environmental Protection permitting &oversight included: No Description of Work: The scope of the work includes providing all architectural and engineering services necessary to secure a building permit for the work. Provide a new automatic shut-off valve that will be interlocked with the existing fire alarm system to cut off the gas supply lines serving student and faculty occupied spaces in the west wing of Building 3000. Provide a new chain link fence with gates on the walkway roof in the west wing of Building 3000 so that the roof area is not accessible to students and faculty. Furnish and install a new aluminum canopy walkway cover system (including footings, electrical grounding and rain water drainage) over a new ADA compliant concrete paver sidewalk, and connect the sanitary waste of the portable classrooms to Miami-Dade College's existing sanitary sewer system. Also includes restoration of all landscaping, asphalt and sodded areas as required. GWEN CHERRY PARK—NEW FOOTBALL BLEACHERS& SITE LIGHTING—(COMPLETED) Project Location: 7090 N.W. 22 Avenue, Miami, FL 33128 Type of Project: Conventional Construction/Prime Contractor Owner: Miami-Dade County Parks and Recreation Department Owner Contact/Reference: Mr. Joel Arango—Project Manager-305-755-5453—jarangoamiamidade.gov Architect: Ferguson Glasgow Schuster Soto, Inc. Architect Contact/Reference: Mrs. Natividad Soto, AIA—305-443-7758 Project Amount: $1,141,725.00 Project Duration: 120 Calendar Days Date of Completion: December 31, 2009 Project Disposition: Project has been completed successfully. Department of Environmental Protection permitting & oversight included: No Description of Work: The scope of the work includes removing and disposing of approximately 2,700 tons of contaminated soil, import approximately 2,700 tons of limerock fill to prepare the pad for the installation of two new concrete slabs on grade and two (2) new sets of pre-engineered custom galvanized steel bleachers of 400 seats each, new concrete sidewalks, new site lighting throughout the park, site clearing and associated earthwork, tree protection, chain link fencing, asphalt restoration, traffic marking and signage, and R.T. CONSTRUCTION, ca GENER AL CON TR AC TOR 3050 N.W. 77 Court, Dora], FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS landscaping. MIAMI-DADE COLLEGE—BUILDING 3000—SCIENCE LAB RENOVATIONS—(COMPLETED) Project Location: 11011 S.W. 104th Street, Miami, FL 33176 Type of Project: Conventional Construction/Prime Contractor Owner: Miami-Dade College Owner Contact/Reference: Ms. Gloria Baez-305-237-2598—gbaez@mdc.edu Architect: Gurri-Matute, P.A. Architect Contact/Reference: Mr. Jose Matute, AIA—305-661-0069,jmatutet aurrimatute.com Project Amount: $2,581,325.00 Project Duration: 150 Calendar Days Date of Completion: November 10, 2009 Project Disposition: Project has been completed successfully. Department of Environmental Protection permitting &oversight included: No Description of Work: The project includes renovations and upgrades to the existing laboratories of approximately 14,500 gross square feet of interior space occurring at the first and second floors of the building's west quadrant, plus impacted roof areas. The project includes selective demolition as required for the new work, a new roof- top structural steel structure to support the new mechanical equipment which includes new exhaust fans and roof top air conditioning units, new HVAC controls, upgrades to the existing Fire Alarm system, roof patching and roof repairs as incidental to the work, new interior finishes, new mechanical, electrical, and plumbing installations, furnishing and installation of new fume hoods, and repairs and closure of existing fire-rated partitions. FLAGLER GROVE PARK&CONCESSION BUILDING—(COMPLETED) Project Location: 7551 S.W. 104th Street, Pinecrest, FL 33156 Type of Project: Conventional Construction/Prime Contractor Owner: Village of Pinecrest Owner Contact/Reference: Mr. Leo Llanos, Chief Building Official—305-234-2121 - Ilanos a( ..pinecrest-fl.gov Architect: The Russell Partnership, Inc. Architect Contact/Reference: Mr. Terry Holt, R.A. —305-663-7301 Project Amount: $1,200,000.00 Project Duration: 180 Calendar Days Date of Completion: April 22, 2008 Project Disposition: Project has been completed successfully Department of Environmental Protection permitting &oversight included: No Description of Work: Construction of a new restroom building and park manager's office and storage room, installation of two Bermuda turf soccer fields, athletic sports lighting, two pre-engineering aluminum bleachers, a 30'-0" x 42'-0" tot playground, new asphalt parking lot to serve the above facilities, new landscaping, new irrigation system tied to a water well and city water system supply, construction of new walkways, installation of exterior lighting at parking lot and tot playground, construction of a septic tank and drain field for restroom building, water utility connections, tree removal, site clearing, and other related improvements. A.D. BARNES PARK POOL ROOM UPGRADE—(COMPLETED) 1 •44. J.R.T. CONSTRUCTION, CO. G E N E R AL CON T R AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS Project Location: 3401 S.W. 72 Avenue, Miami, FL 33128 Type of Project: Conventional Construction/Prime Contractor Owner: Miami-Dade County-Parks& Recreation Department Owner Contact/Reference: Mr. Jose Hernandez, Project Manager—305-755-5465 Mr. Jay Forni, Project Manager—305-755-5465,jfornk miamidade.aov Engineer: A&A Arnold &Associates, Inc. Project Amount: $219,000 Project Duration: 90 Calendar Days Date of Completion: March 28, 2008 Project Disposition: Project has been completed successfully Department of Environmental Protection permitting & oversight included: No Description of Work: The project consisted of the modernization of the existing pool equipment for a 191,000 gallon commercial swimming pool. Construction included the removal of the existing steel filter tanks, steel beams supporting the tanks, and all existing pumps in the pool pump room, restoration of the existing 1,207 gallon concrete collector tank, installation of new galvanized steel beams to support the new fiberglass EPD filter tanks, installation of new fiberglass EPD filter tanks with a pressure amplification system, new main circulation pump, new sump pump, sodium hypochlorite solution feeder, BECS System 7 automatic swimming pool controller, new strainer, enzyme feed station, water level controller, solenoid water make-up valve, and eye-wash station. Install piping and fittings for new pool equipment. Install high voltage and low voltage power to the new pool equipment. Install new aluminum platform deck and aluminum handrails. Install epoxy paint to the new installed piping. BACARDI ELEVATOR MODERNIZATION—(COMPLETED) Project Location: 2100 Biscayne Boulevard, Miami, FL 33137 Type of Project: Conventional Construction/Subcontractor Owner: Bacardi USA, Inc. Owner Contact/Reference: Jose Semper, Facilities Operations Manager—786-402-1212 Construction Manager: C. Tarafa Contracting, Inc. Construction Manager Contact/Reference: Carlos F. Tarafa, P.E. —305-803-5535 Architect: A. Taquechel &Associates, Inc. Project Amount: $470,000.00 (Including owner direct purchase of elevator equipment) Project Duration: 180 Calendar Days Date of Completion: March 28, 2008 Project Disposition: Project has been completed successfully Department of Environmental Protection permitting &oversight included: No Description of Work: Project consisted of the modernization of two elevators at the 2100 Biscayne Boulevard Building at Bacardi USA, Inc. headquarters in Miami, FL. Construction included demolition of the existing elevator equipment in the elevator machine room, installation of the new elevator equipment, construction of a 2- hour fire-rated enclosure at the elevator machine room, installation of electrical power to the new elevator equipment, interfacing with the existing fire alarm system for the elevator recall, interfacing with the existing emergency generator, and installation of new light fixtures with emergency power at the elevator equipment room. HAMPTON VILLA TOWNHOMES—WASA Main Extension—(COMPLETED) Project Location: S.W. 117th Street and S.W. 81st Road, Pinecrest, FL 33156 PJ •R.T• CONSTRUCTION, CO. G E N E R AL CON TR AC TOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS Type of Project: Conventional Construction/Prime Contractor Owner: Pinecrest East, LLC Owner Contact/Reference: Roberto M. Tarafa, Managing Member—305-871-0555 Engineer: CAS Engineering, Inc. Project Amount: $225,000 Project Duration: 180 Calendar Days Date of Completion: April/2008 Project Disposition: Project has been completed successfully Department of Environmental Protection permitting &oversight included: No Description of Work: Project consisted of the construction of approximately 1,162 linear feet of a new 8" gravity sewer line along S.W. 117'h Street and S.W. 81st Road and approximately 425 linear feet of a new 8" Ductile Iron Pipe water main along S.W. 81St Road, installation of two fire hydrants, and restoration of the S.W. 117'h Street and S.W. 815t Road in the Village of Pinecrest. GABLES EDGE RESIDENCE—(COMPLETED) Project Location: 5821 S.W. 56 Terrace, South Miami, FL 33143 Type of Project: Design Build/Design Builder Owner: Covemont Co., LLC Owner Contact/Reference: Roberto Tarafa, Managing Member—305-876-1443 Architect: Roberto M. Tarafa, R.A. Project Amount: $960,000.00 Project Duration: 365 Calendar Days Date of Completion: June/2007 Project Disposition: Project has been completed successfully Department of Environmental Protection permitting &oversight included: No Description of Work: Project consisted of the design and construction of a two-story 5,000 square foot single family residence in South Miami with a pool and a two car garage. Construction consisted of a concrete masonry structure with wood trusses, impact windows and doors, marble floors, custom wood closets, kitchen, and bar, an emergency back-up generator, clay tile roof, a 12,000 gallon pool, landscaping and irrigation connected to a well. JAE'S JEWELER'S—(COMPLETED) Project Location: 237 Miracle Mile, Coral Gables, FL 33134 Type of Project: Conventional Construction/Prime Contractor Owner:Alee, Inc. Tenant: Jae's Jeweler's, LLC Tenant Contact/Reference: Bruce Hornik-305-443-7724, iaesiewelers(a)bellsouth.net Architect: Paul Buzinec, AIA Architect Contact/Reference: Paul Buzinec, AIA-305-444-7411 Project Amount: $130,000.00 Project Duration: 60 Calendar Days Date of Completion: November/2006 Project Disposition: Project has been completed successfully Department of Environmental Protection permitting &oversight included: No Description of Work: PJ.R.T. CONSTRUCTION, CO. G E N E R AL CON TR AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS Project consisted of the interior renovations of a 900 square foot jewelry store in Miracle Mile. Construction included demolition of the existing furniture, walls, carpeting, and acoustical tile ceiling. Asbestos abatement to the existing VCT flooring that was discovered under the existing carpeting. Demolition of the existing slab on grade for the installation of several floor mounted junction boxes, installation of new HVAC duct work and linear diffusers, new drywall ceiling, new light fixtures, new carpet flooring, and new store fixtures with lighting. FASTKIT CORPORATE OUTFITS WAREHOUSE—(COMPLETED) Project Location: 11250 N.W. 25th Street, Suite 101, Doral, FL 33172 Type of Project: Conventional Construction/Prime Contractor Owner: AMB Codina Beacon Lakes, LLC Tenant: Fastkit Corporate Outfits, Inc. Tenant Contact/Reference: Jose Fernandez—305-338-6278, jfdez(a..fastkit.com Architect: Angels Saqui, FAIA Architect Contact/Reference: Angels Saqui, FAIA—305-445-4544 Project Amount: $170,000.00 Project Duration: 60 Calendar Days Date of Completion: October/2006 Project Disposition: Project has been completed successfully Department of Environmental Protection permitting &oversight included: No Description of Work: Project consisted of the interior renovations of a 30,000 sq. ft. warehouse including the construction a lunch room, four offices, a conference room, and a workshop room with fire sprinklers, fire alarm, new acoustical tile ceilings, installation of a new overhead rolling door with a fusible link separating the office space from the warehouse space, and installation of electrical power for the new offices, conference room, and workshop including light fixtures and receptacles, and installation of electrical power thru-out the warehouse for the tenants machinery. BAYSIDE BRUSH CONCESSION—(COMPLETED) Project Location: Concourse G at Miami International Airport(Landside), Miami, FL Type of Project: Conventional Construction/Prime Contractor Owner: Miami International Airport(MIA) Owner Contact: Douglas Jorge, MDAD Project Manager—305-876-7470, diorge an,miami-airport.com Tenant: I. & J.C. Corporation Tenant Contact/Reference: Jorge Castillo, Tenant—786-423-8883 Architect: Roberto Valencia, P.A. Architect Contract/Reference: Roberto Valencia, P.A. -954-763-8445 Project Amount: $200,000.00 Project Duration: 60 Calendar Days Date of Completion: February 21, 2006 Project Disposition: Project has been completed successfully Department of Environmental Protection permitting &oversight included: No Description of Work: Project consisted of the interior renovations of a 1,000 square foot concession in Concourse G (landside) at Miami International Airport. Construction included demolition of the existing terrazzo flooring, installation of a acoustical tile ceiling, installation of HVAC ducts and diffusers, installation of a security grille gate, structural support for the security grille gate, installation of drywall, fire protection, fire alarm J.R.T. CONSTRUCTION, CO. G E N E R AL CON TR AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — COMPLETED PROJECTS system interfaced with MIA's fire alarm system, sound communication system interfaced with MIA's sound communication system, installation of new floor tile with granite accents, installation of electrical power for the concession including a new electrical panel, new receptacles, emergency lights, exit lights, and light fixtures, and installation of the concession's store fixtures. �f' A«e.' .,...4',..,,-,..,,,4-1-1,:,..,, i*, r 41:.,ts.t Sly h7''',.',,,, ~ 4I .y i ; 1- ^fi_:' 4'ti 'a 'r::-:.•414#)'V'' ot.,'-‘7•,, .-li,'36 " .+4;•,,,. - „titi ., , . fi ,•NII?X 3, MIDDLE BEACH RECREATIONAL CORRIDOR (MBRC) PHASE II —SECTION 2 CONTRACTOR J.R.T. CONSTRUCTION, CO. ARCHITECT: CALVIN GIORDANO&ASSOCIATES, INC. OWNER CITY OF MIAM BEACH CONTRACT AMOUNT: $3,117,445 The project consists of the construction of a 65,000 square feet on-grade ADA compliant pedestrian paver beach walk with new concrete curbs and headers, 240 bollard light fixtures, new trees, landscaping, dune vegetation and irrigation. The beach walk path will run on the beach side (between the condominiums and the beach) north from approximately 46th Street to Beach View Park at 53rd Street. Existing invasive dune vegetation will be removed and replaced with dune enhancements such as native dune vegetation species and beach compatible dune fill and irrigation will be provided for the landscaping. The proposed path lighting shall meet Florida Fish and Wildlife Commission's marine turtle nesting requirements. ., r H g,s,.. , . _ _ ... ..,..„, , , .,:'," ,,,,., ' - ' ' .�( fes. " 114''jR ! . -Ad •t} +L"1U w�it ktfi w'l a !S lw�$ iii "� rite";k!-1-: - - 4, • t r t i rre``rt\it'liralp1\a si���s�T`E ��,•••:.,=;.-,...,......;(`�r\ �lte`\=, — = fir; d# r��i(�—Lt _: CPf''��►�'` ''L�• ��11.7-14:7:'';‘..14:111111/113:gp‘ o�� . ..�J `�P� - �::i::.� `I ' 4\1��\ i�`+ L;; 1 .:7 ...///� . a_____rf,_____ i x; [' ( , t tlL ll ll l�4 ...�� " se n s m s s�e1a�r7ia'i Y, . . ., 77 i r >, �j );,. '�.. 't 1 �.� ��,g,Ma {I�� Q t [ C C C /IC�tl it ii t?!� r• F' t3 3 ;3 E . . ? It: ?l 1i• l�� ri ..,:...::,...t..:_::_:,..;:,..::\..:_... ry�`x ..r i�i�`1��! w.. .s LI i. f t ► A ..7 - Mia c�c tm , � ! F�ri`a� z . r , }„ ' � r. • L _ " � _ ` Gs ` � S � � .� i = 733! t� if01,1,::7::! ' ` i' • ijF ) , teli a �"r4- .Y�• 'tt f r =•'f ..'Y.' +G..' ,. .� ' • ill •, �a - r .`� r - K : Y !r- � �t , a 1� . • ' i + T�Vr � '” • � 3 �-k„-.7-,..1.4.- i � •..14.0..14.04. :_ *, , e � • ,11r • P t� #„,?1 ,::,;',,'s� "j.�:, J �. ��� .Y .ir v / ` � f t i.: a , t ? ll ttC ; .'f • ,r ' .� . ? t , r • "�jJi' r � t{ ' 6. .• • ii yi [ V� t :` 3 • '- ' , . *y,i + ,' •-•',,,,t-r? .tr.t. °t.IJ . .,...1.01-.. '7R G i � C.ti ; yt-. ° �i i _I # • _ yKi} y ir '4:.'' ' ' i '1 � + 7 ` t4 rtv .14 f , aft 7' .ip.f ., f- -: y r :.' X ' r • . ” LT ` vItt ."4. y ,-- :* r . i, tA ', r '` 4. I ' I •' ••} , 11lt • t` 1t► •. R a ✓. .•'s _• • • 71.:• . a •' 1t f Sv.,.,.,,,^ iy it- .- ,r h _ �■R i' Print #190624039 Middle Beach Recreation Corridor (MBRC) Date: 06/24/19 CON51 RUCTION,CO. Phase II - Section 2 Lat/Lon: 25.820583 -80.12041 1 Order No. 65427 Aerial Photography, Inc.954-568-0484 :v i • " / 1111 . .f ( 1 =` ' ' •` . t ' '� Vii. r ! • /f/1111I11l1 :::::Mit:3 i.pru :'�1 1 i` 9 r v .r; v _' !! e! :d i�'!! .: ,.4,Mfr R er: • 1 1;0 :I y� v �1 y1y' _evm , I. '► / 157Fr1."g ,`,''{F�:X . ` .fy ,.,,,,r rose," -. �F ` i'{ _, .:m C r •Z .r.......• ■.....r. . ,, 1 „fl ai_ 14,)-1 y -. 14 . . , r . II 1' -4,7713;:70,,,:- � ”- '�•..r..~• -. , • . yrt ' ,,-..--s, � Y... • L 1'� t j __ _i.. :.r1r-r l���� •�11F�,11,IIlil `!'fr . ' n , .,i 11 * - ■ijit//i Y . yrttf ty y >rf ' 11111 .a , ! 4' :� �Ift 1F 1 f7 a• • ',I y„•. ' yt' 1 . O Iv tR 4 4,1 • It,,•.y t x 1',l At '� lf- t "' �h• .1. �., �i 1 = *, --J".f y,.. ; .I I4,18 1 " • 1� •._ *---•i I. f-, t = � ^tet , , •,.. k , 4 ,. .104 ,. I . gt r? • i 'r M AI , c ~ .44c, )�q ' --!.e.,,,,„ .„.... ..,._ . — _.. �.• Vit.•. .•1. ,_ ..w'i. ...,t_ .rte* ,.t,t I a„...r y-t• • r {///4� r- w. '-r,,* ', A f l 1, . t .. 4.yf4 / .) l` r.. 4, a./` r f ♦. t1,.i' �t�,'C,,r , J,, :1 -. �✓ ,� ySYf ...rr..1•'! • t 44 3'.•,, ,r1 { 1 ta .1 1i I. `: t '� ,..i.;'' , ,r';,i't l s 14,4ke :h1'�11;:iri is k 'e 1 r :,4� f:� 1 I - . " i f • f , ,. • .,,F. _� c �! rc. jrft' ..,1 r • ' I i`1£` : • 'gi'.nr I.Y .:..0 } ! �* ` y�, d 4— •f ht.� ,. L4, 'i I' ' i '''— ‘) Print #190624040 J.R.T. Middle Beach Recreation Corridor (MBRC) Date: 06240 0 CONSTRUCTION,CO. Phase 11 - Section 2 Lat/Lon: 25.820583 -80.120411 Order No. 65427 Aerial Photography, Inc.954-568-0484 k _. :—its~-. • ffi •.i �: 't�."— r • s► 4 a,, % %y r F 1 l MY' '+ i. RSA � ' r 7i4 ' �- l , i 1,4 •0 i' i "'-ii, ..,..-,,,, ,: .% I �..� r �� , I T• +■err i.4611 fit � a '~' (� r 1 I I ► I ! plc, 1 j . - O- 1"r z a r tilt _ •�Yb r u,K�,c tl t a= r e r•IITTIII ` : ! .' 3 �. V' xi jt 9! ;!!iIf ism 11)14, S.11111,1 :;1;' ; 1i e• t 4 1 - , 1`/•44$ i, t :.., : , ..%4 - �t p kt � . es rsant•r►aorsa :1;:t y . .. ,_464K, , •Ir . • Wit„ i Y {1 t { `f '� Al ,� uY `'�. ' je" it J 5".''. k +t •t i` � �� G "t \i,..t itriA4 \ - , L_ a:. d�' '', k ;k� 7 A')'r r a ;-- '•M Fil1/t4ttr. - •..a l . , . . .. , ai\ \\\ r ' ...a..,,,„.„.„,.4}4, s- ' ' ,1 e K✓'v uitii' r- `rFSr ' t` i i f •• . . e .„ �a,-ne+ r,:a' • , „ v 1 A .8 .y�, w ', . . ..:-;z:/,',:20.-...Pt' ',0 -, f ' i. --•:1-. . tkil.- '7f,:,,-;•-•.r- 4, ' '•1#'#j'. • '. .. _ , _ o _ ._ 1 ti,: `. Print #190624041 � `�I. T Middle Beach Recreation Corridor (MBRC) Date: 06/24/19 Phase II - Section 2 Lat/Lon: 25.820583-80.120411 Order No. 65427 Aerial Photography, Inc.954-568-0484 pm- r k ' ," It'' + }2 1 —"Ii/ ? ( ' : ''' At ' ' 0 'lig. , - s� x.. Ff ' f erk' N�r ' }4 4.1., .„ 1 `4• i e •2* �i> , 0 d 17- 70, ti + � s ,5. i, ‘o: \ * N 04 ,,. .., i., ., . 4$0-)1.11,4 s fi # �* tX' y�Iy ' *", l * ♦ w.• Ga. s .a;* - igss- 0 t•• ;It' r tr* .. ♦ an"�N . y C! . .f y �� o w `+ e R t I f ..�, ��yS, a v. .. S�rt ',1y S• "7Mir ;1• �'„ . f , ' # +r ' fi•dIlk ,"Y _�•i,'.,.• e.•, 1 )14" '" -...r,'44F en . .t '+ :,•.i.„. -. 93 �7{ 4 a , ;i. ,S' .,r 4 1 .. .. - f n r .- r� y 4,, :y., J' a` jr le .s0.411 ..r V e i p /l i rte ` ,. r 'I,, .,y. •• }_/ ,,' y,! ' ;!/ , i 214 S • . .. . . ire ` .. r ' •• (: F „ .I 1 ' r � . ,.; • ^ >E'er .c• 4”7 . • 'l' i° ,, 74it.1,.. :14k.,, . t ,F w r �. 4 •-`t • /i ' . r � ii ._ , ...., ,•, . •\ . •,....„, .. • ,,, .'F. - .. .. . .,• r je ;� ,, • 7-.,.... _ & r cit • .. . 1 '. ... d , r 1 � 1- ",*, :.:14...` * :Ali _+ a a a.. • ••••••• i ..y ... ems. SYt. t �� ; , , qt „�,� ��/ t' ` � 1, •',',1','.:„.";:i ' 9-c , If' , a- .;;{14 z °cr3-.'•1 ri s:a,.- ..w. xnt:.. ,. 4' r. �• y s x 3. - - / '' .' '�`�Y t3 til a ,.' - '� . - .„t , is• '''"4. Imo . P t.- 1 "Tj `- W < 4 .. * i7 : 1 - 'o l r _ r . 1 , � .y � C_ eye* It(4t v •- + ' • ., k iy,y ' f_ _ .�7 �' p•- 7' .6���ms� `s ♦ K .3- .Y .' -,.,--i ' e 1 .o. r aal e • /�y x •f 1., ,i. t • .4t.y-, .44* ,— t + ... — 5. 44ib l + + • . . ' T's'i'+ ;. • + . 44 : '114'.cir+ if. ' '+.+4'...4% 44r-•1 1 ++,4 , _ • - . , . • + 1.1.1r •: 1 . , • ' 4:0 ... • !--) ' • . t. 4 , . - •ik+ ' _ . . — ., .., . , -.!.• • .....-k. — . .-, ' -• Y:-..- • '"'"'"...--....„,,,..: ..;,,,,,,,, . .,.. . .... . . . 1...... • . • • _ 0 I . ''',.',.'-, . .. .:•...... ."-- I 4 )42-4"'' Am 111111114 .. . f- - ..-• -1 i iiiii‘i.' Il. .... 1 , •,...0.,,x I •, P.* o ,1,- / • ,:N,f t i ti 4 - 4 / . - ' -i'.:, P . • . t --. ' . ' -. ' -•ste---- - I , T ' • 4 ',I, ' . I'• '. .,,;:, 'II•al.•?''4.41/14, 4 ' ' 1 1 , •,-f .••- 1 N • .... -.... i _...4 1 . • '• ... ,:.: -,. -,,r1.4. ./`'1 .. . ‘,1 .., . - ,flp !• , '7 'I I . .. , i ..... ii I r - r Or , 9 , I ,.. , . . ..... , -, $ . . . 0 . . , . • 1' 'all 1 '- ,. • ,........- .40., r. • , ‘. , ... , •' 4 f - ..., , A 0. , , . ••--4T , t f •% . ., 1 A 4. ,t,v,A A • \ ,....1, , A 1 . ,. . .., . - .4. 0 •%.,....°' • 4 . , ,t,„ • - • . 1, i • k • l', mor. 1 ` , . • '• i - ., ._J..,. ......1...„,... _ .. i , , ,,,.' I riii`..-I '• i $ . 1 . i - - t sr . , , r _ ' :It 4 � --i•-'4- /; P, . e : ti: t r i -, '. 410 to '` # / �, `y. , . �_ OAK GROVE PARK COMMUNITY CENTER CONTRACTOR: J.R.T. CONSTRUCTION, CO. ARCHITECT: S.R.ARCHITECTS, P.A. OWNER: MIAMI-DADE COUNTY PARKS&RECREATION DEPARTMENT CONTRACT AMOUNT: $9,283,938.00 The project consists of designing and building a new LEED Silver Certified 23,000 square foot Community Building and Center that includes staff offices, multipurpose room, exercise room, enrichment afterschool program rooms, media room, locker rooms, restrooms, storage rooms, mechanical and electrical rooms, on-site parking lighted parking lot, a 13,000 square foot lighted aquatic facility consisting of a new pool and splash pad, and a 3,000 square foot standalone restroom building. The project includes demolition of existing tennis courts, erosion control, water and sewer main extensions, new lift station, lighted asphalt parking lot for 111 cars including drainage, landscaping and irrigation, sidewalks, fencing, cast-in-place concrete, railings and handrails, trusses, metal roofing system, doors, frames, windows, stucco, drywall, ceramic tile, epoxy flooring, acoustical tile ceilings, VCT flooring, sports flooring, carpet, toilet partitions and accessories, splash pad with interactive spray 'n play features, a new lap pool, plumbing, fire protection/sprinklers, fully automated HVAC system, and electrical work including site pathway lighting. " N _� t 1 _^•'_ ', �.. ` •r..' t ` a n y' *. _ - 1 . .%* . r4Ta ilk,..' , , , . '' % • PI^ ,. a.INgait. ' •• _. _ • • 1 if .- • ik ....--" ' • - A" lefliareek. i& i p M rte.. r C 2r• . • lA ^ :•.,,, • •‘,A . 2 1' ' I • ' '^7. •••*' •,,i• 4.•'• .,3t.i.r. . NEkts,„ , ' •• 't - .1. A. , - ' • • t4, 4.0,‘ ' „ ,-,.. „... - f -.' ' .,4;..- .. ,, ',N,,;, :4141.452,. ".••• . * . .,* •.' ...2 2,* e ., - . .0 O. ' •.. S -- - -. - • , -,. - - - . . •• , . „,.., .,,,- - , ..-. w ..,„ . ‘ ....v. ,jr 4,1.,.... . it,.:,,, ' - . .41 •.-t..1' •411k. •, . : ••• . ..$ • .- .• • ,s.- • . _,,,,, ,,t. -sr.1.41„. r, ,' . '.9,, lt , ', 1, "2„,s, , L, .:- ,* .lkito,',* . ,,„.. ' ',:74,,,4,f4, '." ., '‘..•7", •`..•4 ' t - ,w.tr '‘ * 1 ',, 7 .0.- :' ''' • -•'' ' ° .' '' ' ' ' • - . ••„' . '.. -,...' 4fr''''', 4IV - -;pit-. 47;..,. .... A , ,: '-, ' ,.. , . , t,..,_ ,,,„s,;•.• .,:f •,,+., , , .,„ ,•,., , ..4,. , . 1 , . „ 44 - • i , '•,,,„Ai ,,,,., •. r - ' '46.; If , , , ' At ,, . l',,A;..- ,,, , . "I ;...'• ' -* ' 1 - 0 ,.. i, 44 . 1 f,, d• IP ,02 , A •AI.. • 4. .. * •-*' 'i •'•.- • • l '''' •11r r* el „,7 `. '7 '-' ,...',..- . - i • ' 61 -, ' - : i . . 1 v . ...- 0., ' 1 .,„ • .. -.1 ...._ 0 ',11* qt. . . ,-- , ,. In . .r:'' • -'4*”' ' 4 1r ' .0. . . .: . •- .1 .;,, -1,- t- -1 :. , „,.,, „ iii• 3tA.".1.g" • e* ,i , .. l'-- i .-1! ti,: „•"' ' ... ' --- .. . t ilk -..t- ' . . tr,t. -.„. - ' ' 11,4 , ,L.- ,, ;• ,. . - , ' . stir t , 4-4* .... ,,., .. .• ... ,) •4.• 41/4. ' : 4 1.,/,-,t.' ' • , i .. • •-• --,:l.....44_, ,..;Y,..-1 - ....--•; . !If .. .. . . .. .... , ..: ...0.4. % — : *).4r ' " It .,' 4-,',",i , 7 - * .'A • ' , c . , ',.,IV• •Ast . • 2 i A. *J. . '''-4 ,.•:., •- •-,1 ' °— '"'•*' - -,•-, .... .,,,.. .,,, , •• , ,,1 ,. - ,.,"" . - ' ' ' '' .. t ::!'„1.,r .. - . .4,-*I.,' *. • '..' .._ . ''''''.'16. PI' , , ••••'''•••t' "„. .. i - --• • # ',L•*,",..!,,;.,, •.. - - '-:•.°;.• • * 1:.44,4&'' st,,- : : ' ii,..,,,, * -. •• *,-. -• - . - .,,, „ ,,., .'it' , . . °',..4-44,, v , •:: —vr,..4 , ,” ,,,'*I'. -- , "or"' - %I.,'44 .,, 1 .' .r- • r, • 1 ' • . , - ., 4 ;' :1,..... ,4 :L. 4..,,, - ,,...r,rt. ,• .. , , , . , --.4e. • • _ 4 r i•f:„. ,:, , r. ,,,,, „ It ' ' „..„.. . -*•••...., . . illli. .„i,,,. • —t - 14.. .• 4- 4 ' *e ' ,.„ .... t , . _ ,-,, - .. i ..„,, 4 • ,i'. L... :. „'v.. .. • -4. . .' •*.,..” ' , ... _ ,. .e itri'• , , i i ...i, •,ill - 4 ,i am .4 , ,741.. ' '{4,411. 4'..' . ' 'i',..r I , , 4 At _ , . .i „ Si •*. -..f .. ..r. „,4 • . , , , , . .1• - •. "44;-*---;,,,;$,'.. -,;'•” '„r- '' .''' i -411q -t - , fcC,:,,., - 't k."207, '•'2'1 A • .4 4 ' -4 r.. -'S.,-:.,::Iitif ',-4- •••• :,Z4K,„... it, ..: ,A,.^- ' .;`4,4,. •4 4/, 111*'t t., •i' t ..,t I / r I. ' , . t'/ %. ' ,i't;'. .' '.•.,it 19 '... ---,' 441 - , • , 4 rt. ' • 1 . '4,.. -., ltifk . ', '...1 , 'i • , 41' '" - •• ' A• -• ..-, .., • 1,.., , - 1 .-... • lit '4:1,..„..... ',,,' i.. .1 -.,t,„•„. 4 '" -:4 I • ,A-ler!*2 • ,.•2` .-'• kr,11 't '^^'14 ' ,;4%•;44,'‘• •^ • •N' 1 .4127'-:•*-*: , ,..C•' 7•4#rr .. . •-' • 2 4 .''.1 . '1 - .-,. e . . I •, t.,•,r. , 4 , ,.,,, A.,.. ,. i ' , .:%..10...: -,.1.). • - ,„,,... —, N4 ..'' •-•4•11," •• ,, .. 0 '411 . .„ ., ..• ...14 .. .,., • 4: . . , . .„....-x, • . *•• t' \ ii .4 ,, .4 --4 . .,.., , 44i •r. _ ,-_,,,, , . •••140. VA 1." Si N -,,..„..„ .-r• 1. IV, ...!,• 1 4:z i ..-, ;'i i ,k,...:t.,.. ;,,, ;..... ,ii.,, ..,,!.. 4,1 , , ,,.,...,24,si,.:::.•,.:ri.,.,g.•!' ,..,ott, - 'i...'+ , , '7,.. •• - , ;:, r''':,, -;..,1,',•' _4 • .., t 1%.7p.., ,.,,,,,,,,,: '. I ,,,,; ''`,,r,•,. ., r,,' "":., . 4 ,,, ,•, bti ,, A-- i cr flak.-'4"'2.--;;;:. -4 t Ni.." ,,.. , • • .,, .,„ 4 ^ ' 4, •''''. • ' N li, - -1, i . ,.. • , A '•*** . .• • I Iii ,..•47, :• .- i••1411t -.4.,,,,,, •• ' Ar''' -. , : ' ''. ' ' ' , ;'. i ,.:.,- . . , i 1 '„) V4}r',•.,...-..A"t,.:".'S.,.,'2., :,_,,N,I-•.„---„-,,•„.,. '. h-i1 , : • ,',.w„.'',i',e,:.'4,r•,tt..-•,:,v•,,A,.,„4,1-k'•r4,'*_,,4A,....-.A,-,,-.•.-,,..'f2:"i-- ..-:• ck * -* A N ' • 4' I',•k$--,27:g,.h.,'-'Sit•r,i....4',,'tc,,,l-•,'_,W-.!.-2,,'..1-142,44'..•••.'--•44•4''=•"2,.A-.;•1 V,r''i'g2••r• .;..- ,i0. r4 It *-.. . ' it,:te • . . ,; ,, ..#tl ,,I1, , *. ,, *•'"•`• '' rr 4 ••1 .1/4,....,• i. 4, . . to 6.1.- . e .., , ., • .i.,.,, , , . .1 1 ft ' . . /A .4'...r A t . ' r • ''•?'"'• - %it- - ''''• :' \ • --t. 1 * • Jo) 4 :4 •i 4 r ' . 4 . \ • t.t 1 -^ N 441 re- . . ill ...� = , -.......40....• ...4- if • „4' A4 1! f i % ., • e w #` '� .11 3 ' — . . { y . 1..I Ar '' k.9#_. "MABQ`. 5x k> — • fit, r „ 1 - + • - 1 41,4' t. A ,a 4� 3 . al ' .., • ` a'` • ." 1 -� - -,fir _a - r � •� i''. r , r __ r = JA� •' Y f . +' ' ,� + +. fir ., 1n �- ,. '3 *i • ., .. • 4 .j.. FI g0044 ,Kfi � �y. .rx1' 4 �6P •a •j .sem. ' w H y r_ — `' t 7 4-v* . ' { g.;,q. gip! 4�r- Y ay,. 1 :n .�a ,•!‘\'•-,,..„...,• •. • 4 ,,, . ,,, •,-. ....,-.7 '4,... ,, ,• . , , , , , N— i , / ' „ t, • • Lro .. . ,„ i•,. K V „ r . , ,-, . ... ,' •• • ., -.' ) V ' ' .t . , ' ' - .'.' ,1' r A', • . /0 • A % •.r.. i. , . . . it ... .... , „,,-.... .- ....,, a—4- ... ••- t,:\\.,i,•itie , . a.,;1 7:.,•-i-.4., '!....",. . :, •, , ... , •# - 1 : r.... , t, - '• ''.- , At ti.1 '''.' •1. ' k op . i k •0 '4' 4.11'' \ • ';I} . dr4' '.41 , - #144/014* •.'';• • '... ., • • k :4,,k,„ IN• ,, , -...- ,. ,... .. .......,,.: . . -...e.,.4.. . .. .....,x;z1 . ...s..„, . . „,..i., . . . , .. 4 - r, k 1 :— , I -4-ik ',.. ...t...- - . .k. - . -... . 11 :, ', ' - ,t ... : 1,... ....!. .. ti 1.• , 1•. . .,k .- 4. - - '** 1,,,,,,\''' : ij'. ,/ • 4 !' •• "..„,,,, '•lAt.„4.4. ...,.., •,, , . IA , ,,,I.`, „[1%ii.- *.4*... • -0 ,... • . • ; -' • • ' •- , .. .--•.• ,..-,--i-, '•,. 1, -... ..„ .., -„ -- p:.:.,..- ,4 4.1,- 4 . •• '•-..%,. •4' • ,4 )..-•-:-•-• --- • . , , , '•••• ../: it ' is. ,,. ' • ,,- _ - ^ ‘• . 4. 'N • . \. , .A. . :,.-..,-,, I-” -2 A ,) - - • 4 0 • .44' -I'.: _ , , k-...t.,' ';:.4..., .. 2 ,) .. , • - ' • - -4. - 4.•'..' . 4 •,,, .,tAl .•:.• 4-, ' ''''.:*. A -„0 •, ,, . . ,„ . • .,„„„•_ ,.,••10, .,,, „,,t • t',"!", 0 • .. ... , . ... • . . :„:. . .......,. - 4,',Nr \:.:,... 7 . A- st ,!' ,. ..••-..4‘.1, .....4. • r*-.' -•' -,.' 1 ,. -A- * 000 - ! °-II ', '.''' ' • ..--. -:. ,..-e. .?* •• ..--'.:..,.. ° : ...".2141 ' - '''....ft "*•* 41/' -; '''. ,4.., ,."4.•, ..r.-F•. 'A -7 ,'.- ..'4.- it, , . ,.'s if 01.4tii • ....., , ..--. .. . . . . ...-.* . '4, - - . ...: , a .....,.. .1.•.. ..- . , . ."- 4.-414 . i 4* - .0 4 •• ''',. . .1 .• azy.t.,,$: 4. •., - :40 ft. - :„,..,, t . „. ; _ ,- . ...,.....•, , v.. , .., •• 1* ' ".16 11",, ,r 4 * • 144404 ' I ' . 4' )'::' ' ''' 4 ' 14.,,,,,fl. i, 'f " ••• '01„, 4,,,,,s_'4.' ,-. --I•4*,,* ;••••....„ -1-'0 .f./,';'.4'.4.• .. Ilk • ..•-' '''''' •7. / • 44' •• .... - ,..?"',• ,,-... -.,:iraif, --,. ,-p4. v- - t .,.. ......--. ) • -..,.• . • ?*,,,; - . --.- 1 , .7,.' .,... ,, --• ...... ,,. t. - #410 - 4. • -. •: -t 4.0,.10• . '•''''. ' 4..,... „ . ,* 44.. .. %. ,...., . , ' ... •',,7 •::..4- ', -1, ,!....,4* f .,,,...1.4-41 , 4 • , ,. „.?". .'•,. .. .,. .ar. '7.-*J .-.4., .. .•;....? „. /1,:* '' .*•`16.•”'*'. ik f-/, ". ,4,•• •.-ki`: ----,4. •• h ...e..•.., , i,. . ,. ,•••4 *.••.' • ,,,,',444 .f?,ti.V.... • -.111‘•-•4•-..tt .. .-7• ••••••••!”, k • • 0 1,i /i .,,.!7 ' '". '' .3!*- ', , • fietot/ 4„, • 1 ,,a. '--,4141F-',....••„c — , .R. fIC•1 P. ..• i /1 4?i' '4 • ' +it , • 4A, ,..• ,, 04•• •••••:,'"1,4 • .--,,,,• !!.) ..4•4-',: ' 'S , --, . ,4.4••,' .101- 4••• '•;',,•,.,,.4•4k ,4; .- •#• • 1:4:' , , 0: ,,•„ , ,,,f , c•S•, ..,v1. •---,: .. „, ••••NA.. .... ,,,,,, • :„...,;,--.-4,..- '•-••••' '" .L ..4 4.4; / `", '. „. _, • - • • ... •. . . . .„„ _....- 17- 'et- • .,,;•-',, 1 . . • . '-•-•, .-,),.....•40e,14, .. •-,..... -..._-•'•.• . • '"4 i '4 i kg ' '.f.V4i. — . "• -e 7.. 47. ... • - -.44.' --V . - .4. • ' It ir ., .-., , ... i -, , i,•• ''• ''''," ' ';•••,.., f.,I ip ,,,,i• :,----,-- , , • , , •• -V , _ „.-... , • , :4 iLL-47.,•••..,'. • . ' 1:•--;'_°: •,;4,r,-- '5- .....,,,....,, , .,,,,,_,,,,, .,. • 00000,00e 1- • • ... •• . -'!..:', -- .. . ':gob•. ,rt'''•• - •., 1 , .- •., .., . -:. • - .,,.., . * 1 .," ..• ••.„,... • . , .. .. . . ,,.- ...-- , '1-*,,•••• ... .1 .... „, t. ' . - . 4. . .. . . 1' . '-'')1 =,,,, ----• :t.E.4.e:-4, .,..,.:, _ . . . o ''- .• 1, ".`:" '.;.- '-11. . t , ; • 9 • * I 11 ' ..... . — 1 4, #-, -,,,,e, - • 1 if '' :. is; .. . . ,. , 7..it 1,1.0 ......', .4 .N• • 7 • • ;,..,'I1,,",Ir4„':,..-',.„..,-,• .,,,;.A, ''. ,..',..i.'-, of,, 4•* 'v.)'',•,' '. t.'; 4, ' t . „ - - 34 ,' . io ! ,,..,,..,.....,...2' 1,. 1_,t:'.i•s.-.....t-I.-t'',.. .•. •1 . 11, • 4,11/4 .. re;''' ,Ii. , , .: '',...,.4 . .. '. . . t , . 40.• - - • • ': `,,y y,➢T111111P1 . II , , 0 ., .. , „ph it ' tt .."Y a - J r w• '� . 4# /2 4:: '.'2; e' ' l i .:e,. _. 1_ lt: 4' ' . 0 • .. , 1 '''.‘ 31\'• . ' I„,.',0 .:,' I, t _. it ' ' ' . . t v Ili .1,..). . •. , .._, , s'"f" tt . { a 3, 7 , _ ., . r• .Jr? • ' 14 .'i fp +t.7�•'' 1 r�,•e p. .. .,, ` • pry '} , ..• . „. . - .... . .. .....,.. ". . ,,. . .,,.. 4. A. _,. ,..s..., . 4 ,j� 5.t 4J4 �♦y ct ' \\111.\‘' ,..„ 1. est t � ; ..{ x-•!f r. A ,� �• Z ✓a '+• Ir..,.,' .fie .}'A f r eir tr ',4. a 4i"'4' l'' 4, • . . . , If. , ts.1 , /. '.P*• - r .; it , `t., V -r. A, • ,1 - ' • .V 't +� -yfl a 4., • .. .., •,, 1,,,,,,..-tNi. .„.,.. trat .> y' f. n S. v, ., • ,y•., .. .•r .. ,+ j1 t f '' .. J Y • A. <4 - • % s 1 ; ..xz s , I ' r '• • ,,,'# • e. S. 'F� - '� .i.7•' • r • 1, .• • M ' r'1 14 .:.1.71'"; t lqj r,,, f r "1 , y .� I: I-. � A"11tl�)� Tyr 4. No . ' r , }X e. r n. 1 y , .'.�°0., 0-r. 4 , A 4 w N y� rJ,q.,`? �Z t itilitlit 3 ' { . 11.4..:. ::::',, I i,.is':III:1 --',4':,„ 1:4 4 -1 , 0 . • ::". ... ticy i:.,,, � ' I i , t " •\ . ., i 4:c ,, ,.• .... -4 1 � , . , [, t %, } •x • ,• , i , I -...kk. '' •' , 414 ' 11 z `, 1 ' i0\ • t. r. ' + `. % 1. , ,,,,,,-, ,,,,,,,3:44.7,57; ie.,. ..,,r,.. , . ' t V I + ta ar ,,. i r• ;tea L.i a a i � py sta br J - »$ ; //F I j 11111C • t {fire,_ < x fi M 1 I1r a 4 °' ._. ♦tl16.v. • ,j.jp a ..a.. " ` L . 777111 F. i' •g" e°":". X id t. a _ y /ia X y Y _ •1::::, $.. ■ 4' .c.._ :t • r$ 1. ref' t : v 41)10. • 0.0 ,4141.„(i 't. ..i'lliC r -:;• ,,.p..,:„. T.. ' aa ; 41 r y� ,f s i � [ '111(.1f:40' •.., r f • iAi r� - 1, - } •', rpm � I ! � �' (y.. —w> y 'r v j- .a�_ s t, j 1 i . laS�, -4`..a 1 Ir - !7.1 .'11'4' .. a r~ _. +, ' _: .. ?a, '•} ` -#### a'•. nam- ' , t r '• 441.44. — r - y - ., - - K • `r iJ.a.. r Y " 4* , kor4. .0 a f, - ,-- •> �1 ./ID'S tt •�•11Z� � ' bM1 _ Qom... •S•, '-. tilofY)ji ,f ' \41101‘77.„4' . J • 4. t4 w L' f • ,r P t.e , a ate ' _ F -„ ,..—i, a ,,•• m._. • t - 7 • • w •�. x t ?i +y 3 4 . , i - N�• >, n.r`F,,-11 Mrd 'cif 1 •. • 4 ” .T.. t►". �,a J.3I.{ �. , R w • },•. e r. •�R tkfie r , 5 • VfLL • 'r tot � F" r. t` .� h• ir I.t 1..d , , 4. ♦ w . a, ♦ '4 i ...:A ,...„. � G a kY ` t v A .to , , .... • , r. , . „ . ..... .r. sr .; i W 4 .Th .g er •Y fillir • �t se '!1 ti r'.7 -7-% ik , ' „.4.. : -, ti , ._„, ... ...Oppot • - Ali''2!.0- ,r,,, IN.L.71. .. Aireiti, -'41,- f ! 1 , '�7 48 I 'Llittb.. , Arliki:o." � . , r`•- t - r 4 I�ir� ._ /77/17 l'". ' ter{. *.I 4.P 4 L-.•Ili' ' Ill ' ..•.. i.„..r 1#:;11::; „le: r'1_.._....,__...,7.i........,,,,''": ///,00, ,„:..,..,,, _ i r < �f /Lars r/(//,T r,,-...,-,- t t P r. ; WI / , 41/ k 11�wr, r^'r,.,itr �, /// . • .... ten! -• 7 • ".• r °.4 ' t +.. * , ... �, 4 t t;y • ir- '++iT ar` . t' r{�t �,/r !to i► :,•�: ]/ IG• s ... p~ , VT,',.' 7 • 1 t� ,�1 �` tj( �/�'.} k / rl Y .1..t~ ♦ '4�. .hr..', �• it, '=.ir5 svf'. , . ?'•' omar � i. *r",, rkYft +' f: t � . 0S •+h, r ,'a j. 'x iti. r .g .,� F • h. I h.- 7 .. /',S. , • • ., . 16 t• • " '• 4 ' .1 '• 4. ''i . ,r,-,11-• . , IL t • r . • ;# - i • . - , •• • • . • ) .•,, % ...,;./.--- ' . 'i• ' ' 1. ' '01' . 1, . it. . \ 0 • • . t'i yi,. .4., fr. ` '. 11 .. .. ',... ' .: 4' . • 'in, ''::7 ...,- , . ,.• .4 7.i• 4 - - ...-. • ••••• 5..r , 4P.P• - ...1'.. . ...'\ ,„ I , ,,.40 • ..•f ._ U.. . 10 - • / ::-.4 rc • .. 1 r 'It '; 44.4'' .1..' .. .fC'..• .." ' ... , -. 4o• A '-.-• .,.,4 ,' ^,. • ." - i' , . , . . '4 '. al,""';'• ' ;4,, t. I * ' ,.... .7 , Trit ...),:,•-"-• 1,1•1, • , 1 1 " 9 1 r • , - 16...- . A-an • Z 1 t ,, •" .... ., i - a• . ..• . 1 k i4 4. .4 „ . •/S. if' 4 • • • •. 4 .... ,is-.t..ly•. ..4//• 4,111Ir ,' ,, 4 4 • 44.'e.1.:, 4 .; 4;;‘;ri ;',• ;:alt ."..• . , l' . --, • 1 ..-- 7. , ,:is,- . . ,,. . -,.. • - , . . . s ‘'., ,,\ , . ,, \ ,.-.1„.. .•--- s' ' ‘ e •(, ' 1 ,-,,e. :t-,....fr" 10, • „ . ,... , .,...- 11414 " •' , L. ‘ ''.....?'.....t4. ...1` ... 11. 1, . ..•- ,"......:;,.:,..."),..:;; 1 ''• .."Ot ,e " • , . 4 ..f.4,' ' 1 A •A , t . ., . A . ' • -4,. .,•. .! I'•‘•it' - ..-7,--- '., , , \ - ''A. •- t ' -•‘ -, ---- • U •+ , . . ... . •:. .., -, -.• ii.1' ' , , I. • , • I , .. .- .3 . •.,-.. -,,,,,-_. ,: . - ... 1 1 -• - -; - , ..• , - •.--- -...-- v. • la . - t , - ..• • #4, :•-•-',..-3 •• , I . :••,. • ,. .• ... Qt- ....--=, „.. , • . ,,; , - ..4,;:. ,i.,..1:„.„7:„... ... , , -...--, ..,„ •, •• „-• _., ,...• , p.,,,, •;.. , • „..._ , . -, .. _ _ •_, -.• ....„..-„,-, ..„0-:-.:-.,-,--. -...• . ...._ . . ,• - ; - •••• .--•••.41.. . . ' .r' ^---. .....2..4":")e..- ,. ,......,......../!...../.;',......, .......... .............„„..............; -.....'":..."- : .....}.. • : .' ' ,•,..t. 4t. '.1 lit ' I' 47/, 1 t • •---- -,.-- • • %,t • :•„. -.4.• .., ,$ tt ; . , • ,., ---„,...-_-- ..-- „......_1____ ........;„:„.„....-- ______.- -• '1 . , :..•A . . -;---- ,- --;------...---- 1.:'<:";--.---- • 4t. .7. • It, r .. -..,., . ' ' • 7S';'‘. ----:--------- _ , _.._ "or . . . ,. • ._ .. . ,I.. , 14 ,." t• ' -„0; , '' .-4. 1.- ' ' .-. .„, , ..- , . , 11.'1 ,, '-H,..•• '-' ..- ' ' ' ' ' • 1. " 0 ,L.,* .- ,..1 /, .. .I. I ..! ' -- . -•-• - • „ _.... , 1 ' ..• •.." f.;''''". •.., ." it .... _ -,.i '• _ .., .. ... . 4.• 111 . '• *4 • ' ' .. ''.5' . .. ' `. .1„.1.-J•• ' "‘"' ,,,,,t 100P" _t••)--I'. - •Veft" ' ,tit x.. i' " • '... 4. • ? ' „ • • I 1. • ' .,11 ..0".. 01 • .•:, .,-", . r:\_..v.V...\_...,.\ ., 1. ., - • 4 ' , , _ - i . • 1 ._ s, ' 11''‘' ilk ' ,„.• wit- 11.\\\ . ',,.. 64,0. .. 1 ; • c, 1, "Nialti , . , ,,,,....,„ ,...., ...._ t; . • .„ ,, 0 *1-•••••-:"2.2-,-- 1, i\,\-"A 11 . .. ..., . _- • 4 • • ., L -r"--1-,,s, y rm ••• - . - • -...••• ... . "I - • ' , . . ., 411 • .., 1. , - .- ..-4- --• , 1-. . , , -:• ,,,,, . ,... . . \ . 1 ✓ ' .• ' , , , ,;,- 4•,. ..0-10•.08.,,,..1 r,,.....,..,,,II . \ t F. '''' . 1 . •4 ' ' ,4 . * .... .1 t I I 1 1 ' ,•1 . • • *- t - - t.f• ,„ .•. 2‘.... ••701.;' ' , -.• '1,.711 .. i4-I 4.;`•,. i tt 4.11k li . .. -1FAMIMalli U1 1 ."' ,1 a, . • .. ... , . / . • , .,••••?let.-"'".•••.•. . ,It 110,-. .. • . „„ • .11.;• „„, .4 ••••1. _ „ , . ;',,-,,,-: • `s,.. --__ l ,s "�.c° A . a fir. �y . q " rr- g.„-°....,S-N-7, R• "1,- h' ""°at i . 4 ,fr Cr y t' f T TTT 0. 2 ..ted — C '� s * '�L �• - • a } flYT s- . 1+• `. , -r L..'-- N n 1• • ' ;'YaA�>r F } i+.` >_�, r� Ya �1 .lidN�, ..• . ,i/77 ,.f.7,7 . , / /7/' ', ,./.• -ip - . ir.z...1,1 ,.._,F, 4, 4 / /p 4 / . , /////:// I / ' ify T.„ . -----'• ; 41,- , ..//// •/ " i ' ti. /' ' ,.... . : _R, jjjjjj HI • 4 ... . ... s - ' --- -- • • 4 : . - ��"�"'+a,�„a ^� �s` ,•77�?)r�i�1]{)i�fjf�jll'..i.'-'.,2.1-•11-1.`•.//1/14//441q1-41-.17t �1+` .r -' 11111.111.11111 Mau mu. \ ,." . '-• �I /" •; hili t� ..' 'I Illd ;t 1 !a�uaa ti f...44;- ...feitillaNiiid - itatif,./T /' ` � l ��; "iHi 11 ' , �►r ' l -,, ii 1, //1/11/1/ �� I �//If �' �/ j 1 ;� j�'o' ." S - NNW11,1+,j �! �•(f �ifii 1 lil i � 1,� � I 1 1 // /// / . .011111 :••,,,t _ -4.-.1- ..,,,,_ . .,, '! . hi k . . ..... , . • Y= �-• 4 .t' • 4.1 MJF j "•,,,«. ��� "4 / r --- `1 R b-a Pi i} l'.. " . . � ~ ' ~ ., : ' r'1 v.-- , s ,ti„ -. ... . f -.- 12,....._z_ „.".'. - .-. .. . MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC) PHASE U—SECTION 1 CONTRACTOR: J.R.T. CONSTRUCTION, CO. ARCHITECT: CALVIN GIORDANO&ASSOCIATES, INC. OWNER: CITY OF MIAM BEACH CONTRACT AMOUNT: $4,823,205 The project consists of the construction of a 110,000 square feet on-grade ADA compliant pedestrian paver beach walk with new concrete curbs and headers, 450 bollard light fixtureo, new trees, |andacaping, dune vegetation and irrigation. The beach walk path will run on the beach side (between the condominiums and the beach) north from approximately 53rd Street to Allison Park at 64th Street. Existing invasive dune vegetation will be removed and replaced with dune enhancements such as native dune vegetation species and beach compatible dune fill and irrigation will be provided for the landscaping. The proposed path lighting shall meet Florida Fish and Wildlife Commission's marine turtle nesting requirements. '~ -,�r , + _ �°° � - ` -- . __, 11*.—-—"-----. _„,,,-.,:.''--:ri!r -.•0.""--- 1-4--?'71i , A oil i ..... v i ,. 1 i . e ........._ , , / • , I z .. / 1 , . . / k . -.------- . -.*.V....................a.. . ,4. • - / • _ ' K , , • 1•til . , .., . . . . 112' illu , t - ., . , ,- .. (6 1 1 1 HH I . .. • 4, 1.' 1 1 1 , ,.,,. , i I • a,'"' ,.1 I 410; a . • , 1 , ,,,,,,, ...,..„,,,,,..„ :„.„ •., L .... •• . , , . • . ..... .,- , ...., .....- g- **•• • '* i ,IL 1 •11Pre , *V, 4* .7" . *WI, 1-• 4. •, . •"..,Z • ;'' '- '.. .* ,...„: 'W.,. '..it .1,1*);,. , ;, . . 4- • . -.. • .;:tir.,.. *..,„ t.v •• . • . ,,,... • _ 7. * • : -.'• .: .•-, '1Ve ,e.'•• ›*N••-- s. • '..-. .. —.......1' It • kootr• • • •,„ • '..„0 i r - . -- ,:-... . -s. ., - %''t e • '' 1 4.'.741,iltk. .... . ' I '.s. •- 4-''..34 . 4 4 ',' ' - •-•"-% •..,r ". .. '. • ....,• -, .111k,t_. 4,. 4.,7.... '• , ...evil' . , ao--.7.•••-,..... .,; _ -......tietiks.10,.,4:q; V?, iik, • . . _ _ -.,.. 7.0..« ,;'11', .. - •,• • ''t .,•,"••-•;,"• IP ' ;• •'• , • ' ,- 4,6 • -:•••• ! . ...../4- '•-•N . '4- , .,,,.. " " it,ci• , . .. .,... • • , AI .,.., - _. . f•14.• :`.- i... . 4, r •'-'( ' ,,,,,, ,,, , - , . - t, , ,g , ......, J,‘IA-- :,„..), • , i 1 _ .4..,....,. , _••••,t4,-,,--1•444-0,-;.,. It' .-: .• ••••• ''A c' ......,t. ta , , ' '' - ''' • _ . ...... --• — ----'-'4•:: • '.- ••• •- :. :1 -• "4-, -; r --, • .. .-1.,.. 44 ,,, .• '7'.;,4-•, .i.%. '" ' , I,;, 1,1; -, ,,,,44.!,.,„....... , ""). ^ • ,t :k • __ 1.."*.‘ &I.T. , - ' • ' 4" e!`" ---- ° .....-. ,, ,..,._„ ;.. .,..it .,„... ,._ / i . , „....„ ,.- __ , , ., j, I' ' , i _ X . ' a'cl . , ,, ,, • . , , ... . - • . , a* . ;It fr ;., • ; .,,,, - . sr ,,,,,, ' . ..„ •- 4 4 • ,,,, , „ a' 4 li. f. i sglo•-,I .., ....f.:.,it . .44, ,. ,4 ,., 1. i• ••.:711,4... ,04 . - '..• Art_ a• J., ' . 0 0 . . # t .:*1 0- -1?•.; . • , 14t4t4tF 1 • il.'an . 1 • 4 , 0"74t 0 .. # ' '”. i 6, , •, . .-s ' .ct,r,!c, , c .,. c • .cc, lc,. f • . • i . _lh: . • . . • 40 ik- • . .4,-- 4,• •,e, irk 149, , , '. 4,.•,,.--- ilk,. , .; ,..--. • • .. . ., ,„. .. *i• + 6 7 -,x,f iit, 7 _ .' 41 , ." . . . ...,.,, .e.._ :. . .k.i. t.,. t•••• c.. Ni, •. .. 4, ..iilk",1-,f.1 . .• . t .1 cr. ••••mo• +. V ,• n s'.: , „, .. ,,, lik...„ ,41 . -' ,.' ......,..1 .,'4, "" -•,., ,, ..t.. ...j• '40 J, I # 4 ,,,,,r :,„..r- \tii, ' 7 i, , 4.1:,..-, , .--iiT - ,.. .. rr 5 . Mr - • I IC -3 4t.l'.4 t . .4.• ,,4..,yr+ '.!, -.•. ".'. . •,X.' '' •• -f -,-,a., . ''' - ••41." .i''-it ' TW•••` • •;,-,, -."1- • %•.,— p ' .7-1 . '. • 4 -`"t , ' k..4'.41,14* 1/0. &NI ' 7 ' • ' I,, 111. , , , ,V,,,,,..14,.;)•,,,, t, v, it ',. 4.4- ,.. Y•s^ , '4 lic,:. ....if.,•3.--1(.. .A*0 . -::- ' , r.. "it " . -. 4:- -' -.*-41k.7" ' ,c - -•,,s. . x,...• ..s., ,;,,,.',. .• . wit ' -.'''-{,• •' ' - ' :•.•"., ' 4- 'i 4. '''44,^ ^ ki'' . . .• t' ': '''... P, . %•":0; • ' ' . .1 - . , '' f'',...c.i• . • . • • • ' .2% "i,4` * - • •.* ' • t 7,- •-\,., , . • , • ; - - • .... ,„...,•:*- •,,,, ••1•04, ••• ,•4•.":,,,. ,-,,, ...0 olth„I , '_ ,,,.• 4' "''''''' '-.. '''.. ' •.. * „t 'll''' ,t,, . .•.ftkiliv ; ,' i •• -.41114.1), .•a .." .... IP • •••• " 'L''.. V •' 'af ' .•.' 41 'f •• - *• ..c - ' • •-• • It d*it" •• ...... 6 ' .* '' ' 4:,' *,- , kr : , ' / • .V% - . ...• , ..' • * ..• R �a i ' �''.� "• 14 ... .4134. •-44 �• RIS i.; . ` w4.,' ie 111;- . i„, 4 -. . . . . . • ,,,, i Op i, a' 1 t N + t :: 4 F;.1 r :. 1.,”"'S. 1: }. ♦ .Ahs'.., ''v Q.. i, 1+ - d •N i N A l 1_ r' .. L. • I. �. s • .4 i- • ..sLI/'kif..".V-yP:k •'� • •••• y. ,•.. Com` ,. it , h _4 "� 1 . r • f p ; ` 4•ti'- ' 4n ' fit. ..- . f. • A,4 - 7,414.1 1r• k Ffy t ' 1 0,4c, x r✓ • f . ,r ,111.4-4't,4?",' • rpt, ),-.,7:, �„� I oe a Y 4 Jr v R e� �` 7Cs Y e ti ' `./. 4 '''-••t'..4•• 1'-4.' a• ' i ; ''• • , *„ 4'0£.,,4-. 1 tie` i • • '` k^•r -i R 7M • ' • �_ `.. . . ,ti_ PP-- r • • ,'fit ice • r • • •Ll7 'kilt . ' '. 1 r t s a v r -.e? \• r . .•, ,..„..„,,,,,,,„...4. ,,,,, , : „. • ��' t, t '' • 4wt....,_... } ., i'4;,1 ,ee Y ."‘‘,-':'"ir _ * . .. , , , ,, • ': ...1, -,••N. •...-•-••:.. 'CC,.•••• ,.. : ;„; .: - .,.. 'f, t ''.-• ,:,,' , .t N ;of -i ci;T• ''• 111411/4 t' .+ • K `" Via„,... .....•..,,.. .: �1 �' . .. .. Fs � / ..,,,L ••,... . . . • . .. / / / 44' y�• 2.5.:.:..,1". A ' 364:7. ',..•. ::C.:0,, * +ar .�1r.. CLa '.. "1• yyY-�y ; • • • � ^rY 4.� y YR 4 : : : . -, • y `i! - a. b, i i: .4V� .'' C. . ,, `11 i,ryaf,J , .. , �a ,�� Ay.j . ••• . `fi •� VA • i "."-' , --•-•• • r.i+r vitslak I. ti. .kM r• • ,,o• �%ot.PN, .1''' M' '• � - ` a , � is � ;' `•. °-�' ,i� hJ4t • . r.q' �. r . .i � y. f` `+s y` + � ]F�. 1. . :J 1 `1. ' �?-/ i, k ll' ,/ -a. „,p. • • .1:43 4, . ray • .•,.,- - i‘••••.•,'.: ,t *�., ' �xr -t. s... w '` �. { '�. ze '�Z"i: .}'t ,,,,ik,• � •o ✓::+N ♦,•, , k'fit' yy A'4'_`R,4 �� '3a 4 -tiy/ i-v Nt L6` t'+'*1.'''..%•,); .,_T _ t To .+tom/• ` ` r 't`�• p qs s zr; Nq 0., ,;. "kt.• . : r- '.. .i.# ' .1 '..' , ....°112: ..,e:r_f."'7";"; ;1-'"r"::,.'3°1/4.:::. :1 , , N th f ' vR/ f,+". ,4#'.cY Yy I r4 t 1,ti A f4M ant, �'1 k t« 1. ! Dir a N''1 •' i.' - $ ' . . .,,,, - °w, Ila :r ty r t 4. ; i - ; Pi „t. NIP ilia II 1 • r s#1f! r 4,,.. • 4' 1 t SW D If ., * . ....■■ II * • ''..i% ,..7."", N,1 II 1 h . �' • 9F..ss, a i 4 j p•, i le'' :-. ti: 10 4 ., .. c.i._ ails ` 11 , 1. .R 1 .AY •. ' ` ' • 1 Iv Y }r"°qx...;^: `. r r ' 14,1' ,- rIf - + r7T y�itc +# . • s :� ... Rz'. * 4%,1,14.1 1.;.*„4:t " I)+ - _ I; • -4._.:* . r ,• r�Ry" Fi. • -.1 , t ` {.. tpi R4' y �ri_. .0 t Y. .,71: 'it'.Y • l r ' 1 • 1t , , .A t ' 4- MYf • 13 .�.; K 4 ,%,y4. i • I- a rf 1 L Y i 3 _ . . ..., . . ... .. ..,,, ,,,,, . ., 1 ..F 1 4. t .40 .fi I „,„ r ..'' k.. -'46,,t49hir ,34, - --4 . 4.. - .0 > IIII _ r _ e if 1.116 . i.�f y ai'�. • •; W M\ t. a ei• 11 ■r,.. .(� -�. 1+Q1 a. '•tom .. - - Z *••s I M It f3 , . a! . S`i .ter xis 'i• 1 YI M i.i- *Il kit 1 ��.. i-c •It - UI M S\lir tII . _ _tz a.r 7.12 •L•.`, ala ..."al ''.7:Z —may --,11,i •tz4 1Y\ it t, Y\ las X111-S_ Nu, *vs vir•-. hie oak It Ms '^-4 , t 4a 1e $: Y* 0 " a t m sail r Ftp 4 :are1 " ,.. '.. ,:;-bilaw........------!•- . ! , „ ..., .. .. .... . .... , ....... ii . .. . ..... , ‘. . ....• - -, - -r._ .....•7,- -, i c , • . . . iha...:,•;V-1.- -.9 —la seat I . .... _. - 1 4N - Atipir • ,-*._. . • , • .. I. , 1 i - x - -.__ _ !• Ai, „A,. 401-•-. 1----4... -- _ — _ Illt... . • i lr ,•. i ii fr ii . . ....A.- _ -- - ...........400.---- _ _,..--..-...._--.....:._ _mp 1 f ..'s. .0 i" . , , t# ' 1 . ------------_- r- ,.. -:,--.7 — 2 i _ ‘ .......-:----Ap...7...,.. , ._ - „„,..,.. ..aa* I ' *.• .41-""- ' '' ' --' '• - ''' _ - . 41.---',. ..-,. i -k ''-' - , --4r.• - ,,, . ... . ----- •."40110..4,........- - —Jaz ----- ------___-;--....— ' ,.. -‘s • _....._ -------.....,.: ,.. t ,..,..,„ =II.: • 0 -4.... :.- -.. ...4.--i". 145, 'I, .-- -I - -4, • „ , T '-'1V3. • . _ 4 i , '.‘ • -- ,:. -,,...::„.....,-.,),..;-:.:;,..: ,,,,, ,..' :::, * 4. .1:' ..:::10k4:11ff,„..," . 4 •,t , . • 4. Mir , f• 2.• ,, 'A,7±',,,4St.t? - • ,1,_00`..,-Z.,.a.;4- .4 gr.4..i 'C..'- t' . 0.- t I '.... – V,':t-1•%. -,r. 1.-?, 4,., ' ,,) i,,4 4.-•-'1,••• •° 4''' eque., -..11/4. 4'''' - .t..• .1.1 • .r•.4.,.• . .. ...'"1"........-.1t,e, ". • :NI 4.,, • ...44° • ,, v, 4 .415111,1g4 -A. ° 4'‘.!•11X P.7•4':,' s.' ,, 4,41, -• - 4- ".^•• ...4.' • ••••• , #r 4 .1...': .••''I ,,•2.• '. ' •• _ ''.' • ••••...•.4......- ., , .• 4. ";;..... , ". .. ....4:,4,'4,,f'-,.,, , 7.),_ _ 4, •r" ' a, .. ., 4..- 4.-- / ..,-. , ,.:t.-.t.7.,..- , .-- \t- - , -, -41., '4 "- • 1/ • • PP '.. .: .a...' t . "•&'•. :: ' .. • •1''•-'+' 74*A.'' r , •• .t, s'., •Ai 1.•1.. 1 1" ,••' : -,4 ,1' Os. /i 1.,.• ,.•s, . .., ., .,' .• ° ... : •••••,. ..". A.'1*?, 4 .. , , , 1.,,....s - . -J.4, -- --r-\ tlis! *!:.: ip -,......,_ • t . ... . . . ... ... , ,,..3,„,.. I . ....iak _./ .,,,- . .... ..• . - . .. (. .4 • -.ow- - . .-!...:;'`- • • •;... ay‘* .., • E.;• '.-,„„,.• - .-•i , -, •° -, . , ,t,,,, . f. .. . , i, .1' . ,;' 'Yjer.,.'•*•-. --ialI'..-e-`•-• ,. - • ,,, -.' ;• .'"•• '2 ,a 2•• --,• •'''Iv.:-..• f', ,' ..43 ; ‘...- .. "7.1.•••---''.-:' . ,. . • a: 4 .•' g..., . , .,, ,Ire. -: , • r :.-••• ••.•• 1---:. -- t „lit .. • --,- 't, •• , , .---• •.!. • , • , % . i4. ,--••• It. -;•• • • • -,..•• • - --* • '64 • . • .•-..N. "4-`,... ,fr •. . -. ..'‘.. ., . 407 • . • . ..' ., =1 t 'S • 4141;•• V-, . . 1,I, , .;' .44;•1,, '• ....titiol.. .,.. • 1 .. .• V • il&, = :t ... '.' ' .'e' . ..Vr:* 1 ''''' • ; 1 ,.. , ' ' ' ' t)h,,,'.... ' % • . ' . ,. • . . .4•144 % * • . 'It • ,,4e:.. A :, l:40,10.,, , -•.- .---, •• .:..-.!, ...•' •-c:••----' - ' ' --•.,:ittk,.-4... '' ' .., - • ... Lt\ • pa tk•''"' ' • . ' ' 00", 1 • , - °, • ...,• -: : -,,,-., v , . , ...:,......,_ 4 —...!, -. , ....... ...,,,k w 4 • , t— ... " ' % 1 $.'t•' - .. .4'' . „,4 • 1 , -r. ' • N.,. • h• . . „ . . , - ,... 4 -• • .... . , . .. • r _ �^ I L r t ..4rj; z n • JJ ✓ P . p .... ,�i�i. . , : - /y-. a 1>4.t ' i .Ir . •. 410.i• � � ,FMy mo / s: ' � itit;°1 it%,..4t1;:'; . .r x,» -f+ 111✓���• �!• • �' ° •••••• ` .. "fy VIRIGINA KEY CLOSURE ENHANCEMENT-CLEARING &GRUBBING CONTRACTOR: J.R.T. CONSTRUCTION, CO. OWNER: CITY OF MIAMI CONTRACT WITH: MIAMI-DADE COUNTY-PUBLIC WORKS&WASTE MANAGEMENT CONTRACT AMOUNT: $1,609,206.00 The project consists of the complete clearing and grubbing of 65 acres of property that is on a closed landfill in Virginia Key, FL. The project includes the installation of approximately 6,000 linear feet of 6 foot high chain-link fence, two 16'-0" swing gates, installation of erosion control, and the removal, mulching, and hauling of over 1,000 existing trees monitored by a full time on-site an ISA Certified Arborist. All waste encountered during the execution of the work or from the disturbance during the clearing and grubbing is being disposed at a Class I landfill. �.+ ,y _ $.,1j fir., q v y 1 /' sik 4 "': .r++" y` i. 4:0,, : • ...- ;,, . ..1- .. a • rf ►.+ ��''� - .,.. • r• ' 1t 1 i 1� 4. i a, / . . r $ i . ,„ .) . ., 0,>,i0i...; . . ..4".• .., • •,' A . ,• ... 4,.... ,. , . . ., ' ...- .:: .:. :N:*::: 1 /,0 j* > f - n __.. 'ems 1 :11 r 4- 4 - -.41 v,',,)sk;- , • . ;rk.? .,. -a---. : -7,,,,,,m 1) , ':k,• IN,./ r.,41 I!.... /./ _4_1,v. .. _......, _ -''',4;•,„ 7‹. ,--: it: kst 0. '''‘ E .i.t�. I ,•� I ,,, . .,-,, z , • ..A." • , t4.• i! - t. �' J "ham. • 1. : /t 1* /4' '' \ . A / / ' 1 - . t .r.' ' , .to,- " .:4'1.-3.1"' I 11/4' ili —lb.,- • II e Id, 4 . .„. , ir , _ - .. .. .. ,,.. *A . , -) - 4.,• _. ..._. • , .... . .t., ,. f ,t, ,, ,. t , 1 ,-4.".. z 4.0.- I r #77r 1 r. _' Ry s. J • . Sar ' ,'ti t r• A 1F • �x. ° H;r -' 9 _ ; 1 4:‘ ..v— )i,,,),,, , ,, i it 1 rii 1•."'4'• , • , •r • 4 L. 1 `r pe ''')/.-34, . ... ;-, '' ' - i . .'3 f1+ ...> •k_ •Jw» ot. { ..r> t If •-.", ate, .T- �r�1}7"I`�i�.'a wY ,,, r'r 4.}"°r' > .#tr • Ff ...�, i'' fix L• • • $tt�5 i, e. p .allr �"',r '�4 yf ,.' a ,� •t r 1 ^V r r r, or .' 4. -• `'of .'r>'...44.4-...r.r ,r 7 f Ji'µ" �. t 0,00. .. r • a f w a t ,er ,4, t - of a v • 644k �7 "' ::r. ' f " 4 '` t"'' ','flet'-'41 . / 5 . . .A0i ►� , tr 4y4p. $ '�r � ayc . p ` ..4F .a- A . , 'L ,. A '. l. ,.7W' , iS •7 d * ! ' 7:to 4, 7 +: i iy , k 4 _r - 16(" .. .:.4.10. 1 f`:. 'a14the,--,—4c l •,, x' '-;:;---•? •� • "Y-'i ''"• • c ` S:.` ;.��►. .�.> %. i . 'i. '� 4. r , -- ✓ ,mow I 00eAr , .....,..41:1,114pk.,,1 ./ t :, 4 • r - ..4* '' IL, ,-k\- '65` d ... •- .- • JACK D. GORDON ELEMENTARY&OFF-SITE PRIMARY LEARNING CENTER'S CONTRACTOR: J.R.T. CONSTRUCTION, CO. OWNER: MIAMI DADE COUNTY PUBLIC SCHOOLS CONTRACT AMOUNT: $2,094,000.00 The project consists of renovations to an existing school and off-site primary learning centers. The renovations include new aluminum covered walkways, replacement of existing concrete walkways, renovations to the existing media center, renovations to existing restrooms, new toilet accessories and partitions, new paint thru-out the exterior of the entire school and off-site primary learning centers, concrete restoration consisting of crack and spalling repairs, waterproofing of existing windows, sealing and striping of the existing basketball courts, a new electric water cooler at the P.E. Shelter, new CCTV at the off-site primary learning centers, replacement of all chilled water piping insulation, replacement of existing pneumatic air conditions control to digital controls, replacement of all air handler units, replacement of existing chiller pumps, new condensate drainage for new air handling units, replacement of existing exhaust fans, new storm drainage and paving at the bus drop off area, and replacement of existing exterior doors. • ii` _ ` ;` w .. 4., , 71.,. ...:.,, . - • 16 wl Mk_, 41. ...i.. .r JIB Ya.. r `tom- . • _. aP' 4i> . .• .l.4 - (Wow .--- ri , -P.,' " .r - - •S. i .'. • '+�a•r ? wr �! 7:-4..." �.r+.+ '«y f[':-• • 'v. 1'_4 y .e.v -;',1,14 +9?;t P . r 4:-. ,�-5' 'eS' �" 9, t S;• ;,t_ .� ,M r V• �, .-% Jai : ?1 13 �t.7TMLI. 1. } f r! S' it '. +'r • - .- s .v .w . i }fiJ� .1- � .+� t♦;'!# s j^?'...:': ,... = '..!"•.4‘w- ''.''... ''' - IV: _ f r - .. . • ,t}a " 11,1. ,• • kVA. �_ ;_w- L'.� . Y. ,.• r '♦ f. ;,,,�_ _ � •ti . "'y� : �� . ... • Y..+. �—�. �! 1 '1 . �4, +_ � .e rpt'. • g+ .-'•>.--.•.-.'` , ,- }� l:i, _ ',t eM. t f js - .f• i r,ri-ritj} a ,t I 5 y r 4t-y-0.:,1 .741-.,•.,i(` •,. +. - _ -- _ _ ..kat,.,'� t+71��'. j _ • ;PY`r`' }r.. '. , , a{ ,nth «�' M- ,,.i .'. a s �.4.. h.f y .1-• ,,Y---•�� _ • _ � • �`i� , • • • "y\. Irl Pi#` Tr' •♦ %' i ir+f yrr __- _ _ :.x ,•,mss - • `R 1 t 1' v/ t Y 3 ° 'M I. . a 1` a 4 Y , � ��++ t • .- t4.�'yti r • ,,4,4147-...,-rr_.4' #`�a_iai • rt ► ti 1�1�1f3 �f � P r jyc . Y• a 1 f f li,iii N ka .,.... • \ 41---7-. . ,.-- .-=-4111, I* • , ,r \ / . , . • . ,- .. - r.• . ""%-•-...... ..,) , ...._ . 7 .. ..). '.....k,:::'''...- :44:-I , .. , • .. , .•• , . N 4. ,,,, .:.• ,, . _ . _ s , _ . , . ...___ , .• . ..._.... _ . . . r.„,,, . , . y,, . . ,. . .... . 40‘.% ,...„,,,,. .,,,....\„\. ( - - - • • `'• - , ,mak ♦ i / ,ri r• b f 1,- ••."'!T rj' • 4 ; 1r/ ;sir, �� V yv 11 1w , I► .a . P1.I . , 1.11111111111t: '".- ' sit., , ,E4 • .., . .7. .. . . -i.,,-1. r .3. , . ... .. - , ,',4;• ;,2::;*:: ' .: -,#;1141**: , . 1. ' ,,0. , . . 41 j'tiy ,L 4, l'r '•y .. PINECREST VILLA TOWNHOMES CONTRACTOR J.R.T. CONSTRUCTION, CO. ARCHITECT: KPASCUAL, PEREZ, KILLIJIAN&ASSOCIATES, INC. OWNER: PINECREST EAST, LLC CONTRACT AMOUNT: $3,400,000.00 The project consists of the design and construction of seven two-story luxury 4 bedrooms, 4 '/2 bathroom town homes ranging from 3,703 to 4,870 square feet for a total gross square feet of 19,684 square feet. Each town home has a two car garages, individual private gated entrances and backyards, impact windows, custom wood closets, kitchen, and bar, landscaping and an irrigation system. . , S ��'1 .�' ," 4' -2- , - ,* t ' _ .. ? . ....,,, /. i 1 L i X11 II \ -., i II . 7444.- . ' -49-:•.:,4; ` 1 011i i A ``. mevlimioppr. -iorpoolizipx!,-,,-,Ifi ' '4•'''• 1144'1 ' . . . ,, , ' . 4.0''','g• f: • ". . ... . A s .• , ',..' , --": .-141..-'''44itt4.::,•••'W •'• • `14.:. 1'1" 4 til....../.'N,..li.!:,., ...:• •• .0 ,si. -, . is te- 4'11. N'W ' -.411; 'A ' C. •-C• t' -; ''': "• 'ti.'c 2.,,,f0:-: ..a 'A.14.':‘ :.'"'i' t,..4);t11,r4" lik.i.,2-^,;4, ,- . 2 •---- : . , - • ...'''bi•43',14'-'-. . ) ' k,\Ni ..-:-. •-•.- : -• ••„ •,. , ,::,- rs- , ,.11- • :. ... . ' ., ...:4`44, rf' .' •.• . .,,i••i,-- 41-fr it04.-'-- '' ' :•-4-'-'-'‘44-- Iv' _ • • .. , - ' It- fv.--•• ._ ... .); ,r•-/-•••• • -.!,`" -,,, 1;6? -.-• 1 ' 'lit-1A 3. c, .--`• ...i.,..t — .- •''•4-,. .-•-\,, - , ,. • . - ., ,, • -,,..0 • •- • • . _ ..... -,-- .• ,- 'O.:.A .,.• .• • -,-—. ,:, -er - , , -...Y.1‘ '. 'A 14.:4k, ..-.0--,.4-...6..'1,..tk-2,-.., - .- • .-, .. . • .• . , , .,, ,i,-. , , •:•N'NI ' +• ' • /- , -r" '' •-• ' 'i,":-..11-;,.4.4 .•':-...•.4. ‘'',‘Y.'. ..:-....;.„,,,ir0-7"';•:•::-',•,:'I .. , k. ,: ‘„ •.' „_ . : : ,.. 1.., .,. -- •' ik= - • .6 --....,..i -,4, ' ' :: -4: .%*?..1.:V,:re• .4'.1.i-l'.•;*44,4. '''' .` . .. .... . ,„,, , •„:_ir, ;. . . ...= .`. ',. ..;(,''7.1.:iii•41,..V.,7$?,..-r:.).. 3.4.,:. • . • . -.. ....., i-- ' -. I...-\`‘.,•-?.•to:L.:, r . tAr. — .. l'ilit'' • • . )7 -; \ ' 9.,,.. , . /. • _-.-...." • • •;••:-It.**7-'-....., •A,,..., •' .. .....=-.. / 2_ r" ., ...•_, .. • -,,, -,,,•kit.,-v. „ . -.-- ;-,' ... • -,. 0.i .,.-_-Ss, _,...-' ,....,•, ....,,,,.,• .•, s ...v.? ..,..h,._ i.,- 4.-. - - ,a.-‘,..•ti-,,,•=%,•,,-..-,,,t- -I, - . t . •-,,... : — . a - 1 .1 iy,..'"7 ' *.t : /0, ,\\\\ . rf •. -4 '.:1•.,'.':'''''t.'?' t, -.., .v.,,--t • •.-... . . a s' ''' •ar t`, kt. 4:-.. = . If , et ''' ••:t , f ' et ,:. - *.4.'`.''• ;.4,1 ^• 7 .7, ' ,,ii..., 'itioN;1 :',...*:' .. '1. :• • * ' 't '''''...r. ;-,... ....T..* 1, ,. i',' *At'p a V,+ ,. ..i. .i ..4.:,.t. .....t,, •I''.7' •It I. •41:: . . . ,t - . '..,'.. -••, 2:-.,.• . "-.s.!:.:),.."..-.,-..-.-c". )••• 4",-' . ' . J. - id': ',;./2•.•:;:!-, -r,ti,...1 ' Vr '.4rs -. .., . t . . .. e 1 4, ..,-.)'•4- : t):: l'7,7',,,-; • - , ,v A'..'*,"- 4 .21' r.e7;.-.s.'5' •••,1,7',. '** . .!...„;',.."4.--. • . ,,, .-. N.,.M-1. N .A‘\\\I\\\\ 1 4 '1,• .. '-1t,:*- 1.. .:•'4' i Ni...... ‘ i • . *4:.''.,'?: , ."-..? 1- •• .— *---fti* •,-N•417,1:.,-1 '''' „ . ,. ..r-*:.%:.,,-,. • '''fr-:,'CC -'' 1.4.' ''/- '. • - •, et- ' •-, - 1„,-!. • .i... +" , -.L.'''.2.. .. , ,'•. ' '. , "4 Si ILAISPt',' " 4.- .:, •..--., 1 -,. ,•. .. •.,t 16$4.-4 — . •:::4 • ';.'"ki *.... ''.7"fip'1'". ..:''. ..I eV ., ,. •17-,zi #::••,...0,,1-n-i,;,-- I. t,;;;•'. •-, 3-E.- - 0.Y.".A •'•• 474, -". • .4., ' •<1,....,.,' - kr,4...)4*'‘\'' .'.:1,!,v;k:‘,-,-,,• • ,, ; 4\\ I • .1 4 , •.....:..A.i..4. , / ,. .. . 1,74 ,e-fi" x , ',-,•',,,,i,•••••,. •t.:., — ',..A.... y I :',...4tre,-:, , / r u. ; ,•.r."• ,,../.-•,-.. i)> • .. '..k - ,e 4 c. .- ..A-2.., :1E4- 's •'_.4'g. s ' ) ''' i.,.it at,"`" • .. 40/. _, 7:., A / . • . / „7- 'wet • , c, I. ! •47--/T: • Al,•, %I ....... .. , # . ' •\ \\ ” ,.. , \ ...r.,, :... -- , , , 0 •I '4'''' ,-, 'it'A-. 411)P. i.i ‘•'' -.4 ,.."'..•.• •it - ' ‘ • : -•,.. .1-44 .'" ii, , \....• . , i.-1 ,.-. `..:...-,.,... ..,..,„...!,...;,„..i• ,,;••. / • •"4.',.. °.,...-:.141'' ' '- • , \ii.., Itl i s'.... • •L'flv.;' '' '' ,H' /i%_''r-:c. ' ,v;:;;I: . •".'", ‘ `A -..?.. . '.-/ \ r 4' •.10, °e 4..14);T:••."!' ,4, , \\\\\ . . _. , ,, -.:. J .,. ,,,,.^ \ ' „:9 .„, ' •,t,IVI) I , — IL& • —: 1 ',...,•.f- , , i 4.,..,. ;•-:44vi,2-. '4 - , , t• • 'ik'fil..* ••'-% '' ik : . ' . H. . ......4, ' '.,. '' _ • ,,,`: , ' t,•' . :gr. -'-' 'c''.' - 'ell'•.f SAk.)::1- •.,i i'i' ...:-..p..., •,.., .....0-,•". . 1,:',.. • . -. ;LI, .V. rl'i.-",,;.;:.';''..-; : _,-,‘ 0, ,.t: • .,, 11111114'4 • _ .i." 4 7. %fr, ',,, ..4 ,.:.......;414„2-"e ri4.7‘ 4 . •.- „ N-1.V, ; • 4;i,*.2:- ; -•,i•-;r. , k -4. , ../ • (1,-...,;\ ;'"....... . As..` -: .., ',. ma \\ ,,I.,: , ,• •:-.•.'-VF.14,-. '' -. .. Ot: Y.'"ek, P p4.1,1, V II' ' --. de:-' .1' •;:'•:-,'*. -P;'',04. ' VZ,,,,,\ , 4,.. . , ..... I ,A41'411' •• - .„,i •e,..• T. --.•,,‘,‘ , r. 4- i"''''\...., ' 4''' '.'s•- e •f• • • • \ Ati / e.: . - -, ,t el•. '' —, ... ..,*.4 , . 9 • i , V ' /4 .,, ,... r. ,. :II \A• II, . • I V", i • ." ,''• • ;4:?.4_:i•". ' , — - - . • . t•,..-,.• !.07.:!>.",*: . ' =.• 1-- 1-'-'' ' '• `,).,410:,.-..b.,..c. ,... ..,,.. ...14741, .,. .,.....4 ,. . " _ .... 1• r ,,,,,,,, .•`4•4,, -4 , ,• • ..' . ‘I't . . •- 1,* ' , _ ..t.1._ ,./. 4e...... ,,.- .- '. •.4,;'..6'.'.1.0,0. k . , ' . ' • .•-'lb' ' :\ I. 141404(:'''.•. ''' '.:1•A'`,ri'' 0 4",'. ,' 4 V-a ...IV . , . ., - 2, -, * , e ''.•.:; s .k. i',Y.',5'n- e-ir-' • " '14. 1,14 •,,, • At:tie,: ;':'..;,• ,,,....4p.•,e,.:`,..ii") -t,, i , - ,. . t•., .,..0:t ... . 4 ,,, .fr f.. ,.„,,,-,. , .....,.„„rti, ‘,. 7:4 • n .., • *it ....?......, ) 1 ,I • ' ' '• N JO' f `V •itgo • i -,1 .0*4,A •, ..o.,••. 4.• ,. ., .,. ' ...t, r '4 4.:.-1 ; -. ,411.A .." Itg: V'...‘1\; ,..., .:r":,. 4* fl ....4. '14.'*..');''.-r'''' •• r"•*? ''.!•r .!4• -•':. ..ill , • %.., .. 4%4 • ., , ' • - - ' - i'... : .: - . . 1.. , i, .-. ,..•'. .0 NI,. - ,-,--. 'It ,. - 44. ' . ' et ''e• ' i''•4 .."' ' ' ."'''• .if :0 .4'.' f ` ..„.:0.,... ...., ,.,,,, '&: ',.T.: . ''' ''. '' • . ' •'''.Or' lilt' . k . .. I 'Ilk - r Ai . ACNIYf A,OM.*CPO, ,,I 1 A Q f .a ,x,. 4., ;... - TIG HOLDINGS, LLC-INTERIOR&EXTERIOR OFFICE BUILDING RENOVATIONS CONTRACTOR: J.R.T. CONSTRUCTION, CO. OWNER: TIG HOLDINGS, LLC CONTRACT WITH: TIG HOLDINGS, LLC The project consists of the interior and exterior office building renovations for J.R.T. Construction, Co.'s headquarters in Doral, Florida. The interior office renovations include renovations of over 8,000 square feet of office space with terrazzo floors, private offices, open office cubicle spaces, reception/lobby area, copy area, men and women restrooms, kitchen/breakroom, conference rooms, state of the art work collaboration spaces, warehouse space, Access Control Systems, CCTV system, Burglar Alarm System, and Telephone/Network systems. The exterior renovations consisted of new additions and renovations to the façade entrance of the building, new drainage, water systems, on-site septic disposal system, sidewalks and curbs, fencing, asphalt paving, traffic marking and signage, landscaping, and irrigation. 1 f . ..ow! i61 A , __..-- A►_-, ` --._ :WA t if . , . _ -t ri) I ` t .R.T. 1, • • — , Ammimm=.:. 1 1 N.----77-1-TT l'"...,' J .11 is _ ...,, ' „tp„,........ miii - --- . Bow 0 J @ ... , .. s'-'141t,!"-•, '40,1%41,°7440.1."11SIL ift.:4 •... '-'41---.."----t---i ."ZP47.... ..i.A.:.4. ,.. • .,.4,11-4.0 . . "diatita44% • ..- ., ... 4: , ',,4,f .1 / / I 1 \ \\\ 1 . s.:, / - ,' 'LA- •' '' - / , f - 1 i .... '• A I . • i I \ Ii .., . . . .. , '-'—'111111101 i 1 i 11 „o .. . imit , . , . .,.. . . _..._ t iiii - 1 \ , I i -Th "-• . ..,-, , () \ \ \ , ii:-......—; , 1 - , ..._. . .• , ' . 1 .., ':---. . •1 i(V l , • • 4: a t 0 44° ' . . 41; Ao .,, . CP t's 0,— ' t . • - 1 I . \ , { ' ...--- - . . - - • ' - ---- , , <Dims if . / I\ . 11 ,‘ 4 , i i , / _ 1 ,_ . Am, , illetr. . e , :: OM Ai ut 1 ., , i, . 114 mos ...i 1 1 ' , ;''' ! .t•-• III mi. .... - V1*-•-•-1/4..::, - r": 11.311111.111111111 ' 40.',,t, all row I ., , •. - -wad , 1. ., . . c :-A , t 1 Leg-l- •'-‘'....1; • r ilk 8 ., ,,.._ vow - ....2.4. hi-...-0.-- 4- 0%.&- . ! 4i,.....,, • ,-;3. • • - -- - 1 :�. ice ./n ' a. i .jJ*' , _,\ ,..-it-;. 10L. ..^ iaaii _� ::: ! . r Ilt- 0 ' . - j . 'S% 1 s' J ": .-.fl� , V.f "'� • . WAIIIKI-14-/ 111111L411161104 WV ' ,Il Valk I 4 Vr•a. ... DINNER KEY MARINA—PHASE I, II CONTRACTOR: J.R.T. CONSTRUCTION, CO. ARCHITECT: KIMLEY HORN OWNER: CITY OF MIAMI CONTRACT AMOUNT: $896,551.00 The project consists of the demolition of the existing Dinner Key Dock Master Building and the construction of a new 20,000 sq. ft. waterfront plaza at Dinner Key Marina. The project includes site clearing, earthwork, new irrigation, new storm drainage system, new landscaping, transplanting of trees, tree removal, tree pruning, new trees/shrubs/palms, site lighting, new decorative sidewalks, new stone pavers, custom pre-cast concrete benches with foundations, new asphalt paving, new concrete curbs, traffic marking and signage, and flagpole. 0 . . _ , . , . .-Ns„ . ,. „,„..., ,, . ..fi., r --'ti f 1 ,, ,, . .....„.,, 1 , ortsAiretw . iiii . „,,,., v . ;,. . - ,164 •- _ . -,:,.;.7. : ' ' .7' )111100 7 - . ' 1' • , I ''' ... i . 044 . _ ' A. 11 � wry i X .✓u es 4"r f �• s r vy „wit.; . , ate, ' ;� .1 .. ,i � J ,'r p'.. r .. • ,,a' .):;,4,, i • f,. i• . y--"" 't i t • Z ',. T. \' REGATTA PARK-PHASE I CONTRACTOR: J.R.T. CONSTRUCTION, CO. ARCHITECT: KIMLEY HORN OWNER: CITY OF MIAMI CONTRACT AMOUNT: $6,136,725.00 The project includes site demolition, site clearing, earthwork, new irrigation, connection to existing underground services, new storm drainage system, new landscaping, transplanting of trees, tree removal, tree pruning, new trees/shrubs/palms, site lighting, new decorative sidewalks, installation of water color gravel, new drivable grass paving system, new stone pavers, new sculptural bench, installation of coral stone and Oolite stone boulders, custom pre-cast concrete benches with foundations, custom sculptural bench, a new children's playground with synthetic turf and pour in place rubber surfacing, a pre-fabricated metal building, new asphalt paving, traffic marking, new fencing, tubular access gates, new concrete curbs, traffic marking and signage, and new monument signage. .. c . . s _ ♦ r _'1..:112. � __ , _, . ... .111111111: " '7,fs..'-:1' '... . j r' e, , ,:2.- -,Z4-' - • •,,,, ..a. •• .,' ) . - , - .... . y f Kr` ,;:'., 4t-. ler, • • • �..- viik — #17;11111_141, 1-v vir • . 1 e ....... - _writ imp 41 A*. i; • ' # : ..... r • • : i , 1 4 p',/. , 'I' .." .... ..,- ,j.,,,,er....,,,,,. ,,, z.----, -..*-• , , , ----; ' # ---- I a H • 1 1;-4 ' . . - k-'.. -•----=-14.___ ---44.1 .. ' ,t. Ali , - - , , / - es,. , . „. , , ,., .. - , lf '• ' I I . ..-?..i..„, , - 4• ji".4.. 1 A -.4 • 11 7' 11 • 4,---- 1 • ..-..1, ''V •1 t II 1 '-•O. .el T• , I 5 il ab --t , re IT-1, t 1 - c•-"ri . .. 1-- ' ' ii i ‹., •-•.'-,-* g - f . --;I , . .. 1....- :.) fr, ,, -,f - . ) .-,,,,,-•-,... 1 - . dei.,0,4„A , . _ . ,..., , .I. . if* rig-4--' • 4 ' ,•,.( .•: ' e'' ' ' f i ...b . , % . 4 ' • ,'•1 4 i • . . , -'•• *i"'• .Y/ / > . ' '` i 1 i ", s" . ..* C/ 1 ..* : lritr ••j% IV' s• ' il . 4 ,1" , - ..'''' . .,' , I 1 .: ‘ . k't p' It 4'1- ' •-' " •ry/, "••• • •; - ',7 • i r: , ,', - !: • iii //1/. .','\ * ' II :... , 1 - bi \ */.A7,;. . •• ' • le .4t, • - 1± . • . 6 c, I f •..,.; ,,, „, \ 4.,p; ,..44, ').ti ' . ..- ' 1 r' ,1'. , •N '•• •• -•••.,...-, • 1 f , t ' . ' •-A‘.'"- • 3 ;*41.1 41,0i, A.. r; ,-.. _ i , ..t I •.„„ja,-,.„i 1 , • ''' •Itit . .. At s ''' ' ' . I:,‘ 'OW I •% '''t ' l' t ., . 1 • l' 2' ' ' tc. -I • r • i 4 , : ; . • •• . ; , . . .„ ,‘,it, , / . 1 .. a'14, le : I 7 ' t, , 4' ' . / • ' 'V i' '4. ‘ i ' • 0 • 'i • . , 4 'i . i X . ' I . .4 ..! ' • T,6 . .• . ...1. 1 . - e , Ii .• \I ,Pk....\ - .; ett •' 4 . • ' • -:.\ \ • ' ' A „ .,, A •r, • *, 1! . A , , A . 4. '•1 t • - •' l'-e — flls .1 .•1 .' 44, - ' illi . 1411 ) ....- : k ..... IL . ,. : 1 4' , ir , '' '1 •' 1 4 'Illi AA ..'': •,:\ta. 4 ' '. 4 NAL2 t ... -.Rm.- r,im.• .. ., lir-4V Wile- •. l'i 7, --"IC, •••• s', . • ). ' , ' .1. ••• * 1 , • i• , ....... i -.. 1., . ,,ik14", pilpf - 144 t ...pl,'„, . • e -.. • .• . , 1 • ir •r0 -''r; .- 4044444,. • :-. k ,,,,. 1/, ,,, , -:— . •0'..A c 1 ., • • „, • .,•,x,-,;44 17 t -, -1,3 • , -..% ‘1 a. rs.11. ,,,,, ,., 7,.‘.4 .:1://0 7 .". ' .....,.sv,.:.:- ,.; ",,,' ,• :.,` . v,..". )-7. .' . ;- : ' ". i ) ) )0,. ri. • .. ',4' . #7 . , - A --I - hi; I ' - I • . -. A ' ' A, -4 .. " si ,p.,' ,..14 ' VII i .t •• • If* , 4:2 . ..- , .,11-(' . A... V , . ,, . : :" ...., .i t . ' ‘,1-. ,; ,, 411, ..›, • ",- , it .1" t ,T, ,..: , —. . - . - 4 111., . • ' , • 'elf'4. I t 4,•;:4 ,73,. . i,k • .le ' ' •r• ti '., - . 4. *.- *7- ,-.. 1 'f Mk F.:::".a , •,. i/ • -./ ' -„, - i ... .ma '- . 4':rr.V.11111111. ' '''%; ::; 11443 . -.' ., • 4S.4 ,, „ .--.. .1„,,,74: • /,.. 0 ht. 4b 1 n 1 4,Ar i,s._ ti:4,' V.'....' ' '%<, Pit . .'',r '''. '-...--‘4''-*-4 41 , - ...', i.1;4,L7.i.:. ! i* 'W-t ,.'*4; 'i,,, `,1.t.':', t•' ,'''. • 'II, t 4* .j , it Dr • ;.!...'''-1 I'll t,. 4s- •'t A -it* .1.,•• '''a."' . $0 44: ..,7 . • • 7 1 . ' "`4, • - - . '4.1 44 '' r t 41 ' i • .3 v. -' ' -0- , 0.,•-, 41 '' .% - ''''''li!..*1 ''' ' ....' " 1 ' IIIL • I '"$ ' "--.. -• ' 44- tl ; 7 N4 4 tale riiii Ps 4 '•'..C...` , ./ . ,-ti" '01,..1 ,/, , ." ci• - 1 • o •-", .. -,..-, .. , .. .. ,,4. s it .•, • ..„,. rut - If .. ‘• 114 111:4141i414,7°'''' t 4\iluni. .1 r. , .1-, , • i ' :.. \ ' I • -/ ,7 ,. Oil i. , t , \ '4 ) .A4.1; te • - . ' 1• 4,•-• 4 ' ‘'• ',- .' .ri 1 '1\ il ilf, 4 .01 .1k, j • i a I-t _)4 .,, , •y• 3 , , .1,f• . ' 1:„.• i ,-1,..,.. A , , 514,.... .1. , • i, t, -,, ,: • , 1 . - ..- ...., 4 1 ,, :-I,i t •rwtilf 1 - .' ' . . .. , 4., t "I-vv c# ...i 4"01,4101.1.11.11%111 4 1,4 N . ., 111I1110."' ‘.'..; ' ..4, r' •4 ''t • , -. ) % 0:" a N.., • ,r. . : - . • . I N :,*-1). 1 ' • ' ii141.21..T017., tivtlAl'-- Icir;,, , s. -*It& . -4_,... ,'-e.d,4.;,. , 1,.._. ... 11 '� - �. / I: s. /4 ,, % ,, / ,e6 . A ^1. 1:'...,'Y' 1 'Ww 4r REGATTA PARK-PHASE II CONTRACTOR. J R T CONSTRUCTION. CO. ARCHITECT: KIMLEY HORN OWNER CITY OF MIAMI CONTRACT AMOUNT: $2.192.021.00 The project consists of the construction of a new parking lot adjacent to City Hall and Regatta Park in the City of Miami. The project includes site demolition, site clearing, earthwork, new irrigation, new landscaping, transplanting of trees. tree removal, tree pruning, new trees/shrubs/palms, site lighting, new decorative sidewalks, new stone pavers. installation of coral stone boulders, new asphalt paving, storm drainage, new concrete curbs, and traffic marking and signage. OptobttalkAle, 4.rie jr " Yw } 0,31x1.1% /C r Q1 � 1F' - -` + * « 4r -x . fit pikit l C1 k Q ;,— /. yam.* ,y;'�y' : o � .�:' 1.` itil.. dam' P y ... _, �r --t1 j",s1k* ., — ..,,, 4 / .'` �. . R ? s-.--' - .a + . e•w 6 � . + ' 'p y`4' at k4 !a ; ,r k iit REGATTA PARK-PHASE III CONTRACTOR J R.T. CONSTRUCTION, CO. ARCHITECT: KIMLEY HORN OWNER. CITY OF MIAMI CONTRACT AMOUNT: $943,884.00 The project consists of the construction of a new parking lot adjacent to City Hall and Regatta Park in the City of Miami. The project includes site demolition, site clearing, earthwork, new irrigation, new landscaping, transplanting of trees, tree removal, tree pruning, new trees/shrubs/palms, site lighting, new decorative sidewalks, new stone pavers, installation of coral stone boulders, new asphalt paving, storm drainage, new concrete curbs, and traffic marking and signage. • •411;:t- : w _ -�� �: .'1 .'.rte �`/ • • s�py��rtr •stir f e = ../7 411111S 4 .' . • . , .r fA .. �. 1" • �'7� �. jL • • .. e � 1 'e'r.� . �. . ' ` , .. ` • l , 11 - / . .,,i. - • --...‘e.„ , . .,,,‘ ,.. .,,<,:„..... . , . . . :.,-- , .„ a <,/ �..�C/ 4r%, =.�� ` //' / b . Ci4 ° i ti .t . / ,,, 1,:\ - �u mow, ,. -4. i• ",,,s • +ma y 1- ' v Aro ' . w* w Y v "• AMELIA EARHART PARK SOCCER COMPLEX-PHASE I CONTRACTOR: J R.T. CONSTRUCTION, CO. ARCHITECT: MIAMI-DADE COUNTY PARKS&RECREATION DEPARTMENT OWNER: MIAMI-DADE COUNTY PARKS&RECREATION DEPARTMENT CONTRACT AMOUNT: $3,387,324.00 The scope of the work consists of furnishing all labor, equipment and materials required to build a new soccer complex consisting of two new Bermuda sod soccer fields with athletic sports field lighting, a 6,000 square foot recreation building consisting of a snack bar, restrooms, office, meeting room, and storage rooms. The project includes removal of existing utilities, existing trees, tree relocation, tree protection, relocation of fire hydrants, a new picnic pavilion, a flag pole, soil mixing stations, three bleacher pads with shade structures for the new bleachers, new landscaping, wood access control fencing, storm drainage system, new water and sewer systems, over 15,000 sq. ft. of new sidewalks, decorative concrete plaza and breezeway, new asphalt driveways and approaches, traffic marking, signage, and wheel stops, new irrigation system, irrigation well, new irrigation pump system, soccer goals, chain link fencing, structural steel, trusses, architectural woodwork, sheet metal roofing system, insulation, doors, frames and hardware, overhead rolling doors, impact windows, stucco, drywall and framing, acoustical tile ceilings, painting, louvers, toilet partitions and accessories, fire extinguishers, plumbing, mechanical/HVAC, electrical and lighting protection systems at the new recreation building and picnic pavilion. 4. 040/0,,er" .. 4 di. .le.. i i� I Ji P :.. .14.....:C.•,,..... .,,,,2l ' „ / a • . . 1 A o• �� r ii., , r , - i4 -. .- 41111‘, \` i *l u -- �,� :' /,..... ^".y.\\ . J ' 1 .>v GOULDS PARK AQUATIC CENTER & FACILITY RENOVATIONS CONTRACTOR: J.R.T. CONSTRUCTION, CO. ARCHITECT: STANTEC OWNER: MIAMI-DADE COUNTY PARKS & RECREATION DEPARTMENT CONTRACT AMOUNT: $1,753,580.00 The scope of the work consists of furnishing all labor,equipment and materials required for the renovations and additions to the existing 10,000 square foot pool house building, a new swimming pool with new pool equipment, water play feature and pool deck. Also included is the refurbishment of the existing swimming pool inclusive of new pool equipment, a new pool heater, lifeguard chairs, aquatic lifts, ADA Aqua trek ladder, and new diving blocks. The work includes new fencing around the new swimming pool, a new fenced pool equipment enclosure room, new walkways and concrete pads, new site lighting for the existing parking lot and pools, traffic marking for the existing parking lot, shade structures, electrical work, HVAC work, plumbing, and new landscaping and irrigation. . , ,, lit: , . .., js - ,I. ' f I l m - �a .. 61 * , . ...,- .." --.,.....,,,,4.,_ „ .,.. 40_ , _. . , , *.., et l' , r 144 .w✓: w. r 4 d' e. wv,f -0 'E1. .•2 .. A J .°1 , 1 7- .^4.4:r•-:' It , 4.1 ' ..-- • ' i.* ' .r,' --7•--, -, • ,••' t., / ' - •• flti . t • ,..•*23, r.....' lk • • . 1 if „ _ / . v . ... ,_ ...„..,..... .0-- , . .•.i.I,. , ..',. ike,•t i 1 i •*t:„\..- ;.-. ,.--.:. ...- • •'-. ..e .. , .-..,. • \,... I...-.. ' -:r'..,•„, •4.7 .., .:. „.'-.'''..r•I ,".,..4. .v. .,. '.,:.. '.• •,..,.,. ••.....1 .•.;-0%. 4.........,,,.‘ ... ....4\ .„. t . - 4 • - i/ - .. .., ,.-. - /1 / , . /, .';.;'.-'•.-,.s••A-—1.7.',i..01 ;d:::.:-:2-",1.-c.7r.•.,,--,.i_,4i-.-'.-_.- ,.. •. I•l• 1-.t,,.••.,...•. _.,-..... r...... -2 -..- ..„! :.. •- .•. "cl..- '''' 16..%iit•. • .1,,.. i *.,..'. . //4 ''''-k.."‘.k.;',' .:,;.1. .E3-. .• , 4 i -.•''. - ;”. .!--.6-;-;ie-A- •. „422711It•'!•‘.' ,.'Ir-r . . ': ..: , , ...'". .''''.t'•'' ' , . -:‘,141r • . , .-,,r ..41/ . IV • •..,.4.17, ,I, ''''' r ....„ . . •• ... 4.:9,,..?,-,..4.' .,-- _. - ... „ . . 3/4,• •.” . .'1';i,....'40, ,1 lir , .., , .,:, .._• _ ...,..., "?..1',...,'117,,-.1 : -4 lit .^ -./, • ' A 1 . , . . .... , . ,' P. It; :r7...:.r ..4.v" k 4r,. • ,--:•< % " . 0. t • , . / •I,, . • • .. •.• ... :--:.• ..- ..., ,• v ... . , % ' ' IF •'• .• ,, :..e.,:r., ".•..;"'''A•0 .. : AO ., .. . .. : .•'i - .,.' . . •• -+ ' ?- • , ... . . . A 1 i r- , •.,. •--;:jtri lc , . , -e1.1.2,,.7.e„• ...... - 04; '--...-. . -e•Pe '.0..‘ J.,• l'i • 0 •,...•t 3..•,.: . -• , • g. -;• .4-,. / / ,,,4110 - 1, AA, ••• ..... . ,k.. • •, IP , • • „ . , . 4 ..,• ,. � W ?� j -rte _ . ....-r -v 'EM ' Vii. _— . _ f°C`"`,: ,,, , ) - ;,e 9 - - . it —'� 3 i,-_ ,-„--., "c� ? ALL, - - _ __,_, • ., / _` tom' .,.4...- 4."L.- ` ^± l 'T' r — -'`-.ac,' '�7.."14','�! "•,. • . :.4'...c �'t:'i j - .+ SXR` C— O � r • r 11V • r • NA f*\yam "i. \ AV , - l, ) � ! Ilk r i• s �Et 1 '�al. ilillt - „, .1'N'INI, / / .. , cilltitat • Qom '\�```c #+ . . ..... ..,. . ., , : ... • • •,.. .• .. •\... , „,-, -.,. ......„ 0 r AP.: -..--1- 111, - •-.MIN ./ • 'dr t• J-.��' ,e. \ Or .-arillittz,„ ".mss`- V " ... _'lf• t---7-------, P 1� •. a .. • 4 , 1 • wg_ NARANJA PARK AQUATIC CENTER & FACILITY RENOVATIONS CONTRACTOR: J.R.T. CONSTRUCTION, CO. ARCHITECT. C3TS OWNER: MIAMI-DADE COUNTY PARKS & RECREATION DEPARTMENT CONTRACT AMOUNT. $1,621,607 10 The scope of the work consists of furnishing all labor, equipment and materials required for the new landscaping improvements, renovations and additions to the existing 10,000 square foot pool house building, a new water activity pool with a water play feature and new pool equipment that is to be installed inside a new steel picket enclosure, new pool deck, modernization of the pool equipment for the existing pool, selective demolition of the existing bathhouse building as required to perform new renovations of the 10,000 square foot pool house building, supporting facilities, walkways, a lighted parking lot, new canopy structure and all associated utilities. k Ir` _ t-= -' •:74 , ',..e.1;.,f.r,,,, ,. . .. \\ ' '''`1/4'\ r r_ ,"\\\ \ ' .,, --,00fr" \\\\".:4A. , - ,. .._.. . . \ , J n r f✓ - / tt -....-.:14- : . * - • vc * e • .,. ,--'- 2,11.i. -•, . \ . .- ....1, . - •- :I „„,,,,,,. • ...- 0 1 .....--.` . . .• ....,"` •••-•"" ..*-- " .''?,,._N....7 ' ' •-. • ''' ..4- *-4 * ..• . e ., . -4'; • • PIP tr , , f • " 'TO' A • ...- . ,, -.• ,, ..• , ...-- 4 i.I •'1 :•1 I-\, :). -'''.....• .. *o1.6t' 4 • •. - ..le " - j it 2,• ,4nr ..., , • .. .. . • 0 d. i'` . ''. -.• •,%. ? .•r ‘ le&, iVIV i:?;i i.::. '. ,', .:., ,..•:...°4.V ,.4 *(•, Aro' ' ..- ' it ' 1/•IF 'Jt'c. 1•• °I• ,. ‘. V. S. .1.. •• , , - . 41.•'" . *...._ .. . .. • • .- ' ,z . ;.'" tio, ..• .....i• , .. iiii....40b . . ; • ..... • ... • ....'.. 1. . " .. • .4 ',.... .4'' "•. : ' •'.; ' • ••• ••/ . c ,r :.. jire. 11:: ; . • , .. , 1;4-'4.••'. - - ,-',; '• ' ' . --11 . _ e. 1 v. • e .10 4 -• . - :. Jo goole.:(d :f.„ ../ ,°..„ :,,,, , . ;-/:, .. . . . 0 iti,.,„,.# ..- ,44 • dziti-- -4'- *" I ,.. (7. 'P. 41, . -,• It ;;; , ,.• . .4 ro ...--. . . ., S'. .• . • \ .. . , ) • J •. i ,,......•••" ' • .4• 1 . - • < ." • "1. -r 4-- • Ir. ... r . ..---"" -1 , A - _ •••,.-z- .. . .4, , , ..... 11 4 - laiik .4...X •• 4 i --\ ' •"I ;I Oft.• .J. • 1° il Olt je-. 4. . .'W ••• 2 lir -- ...e'i,00' .." • .'0 .. •••i„:- J_lev,_ _ NoSi to- 'Ne . -..- • ` ie '' ,"'..• - „ . . - • ' s` . 1.2Y. , .. • • • .. ' ' -.'''' .- ,= ' ,N, . , •.,,, ates, , ii -ti..- ••••10"i.' II( j'o,AA , ... ' i 4114 . .... ...,.,Ak-..- 0, •,, . .44, I' -.. • . • .. ........- „4,,,,,, •••,, .- _ 'I Nlik. 4 , ,.. 47 slitv:.,-_-.10...(• . ._ . • • .„lc ,,...„0. 4' . • . . .41141111.1 3 4,. •••*'''' . ..... ,. ''''..• ...--.^- -4. , t•• sr10'. '-,-- ., .. ••- -' .• "..* * • • .. .. , . . . , . . . . . , . _ . ' r 46r•,*' 4 r • , . 4 .. 4 .•• . leil,,, 1,.. . , .. .. t ,., - 't • .< , ,1 . . ^ ':3 41 , V't 1 4 i'.•4 • I ......+:. ::......"- V .,, PELICAN MARINA UTILITIES REPLACEMENT CONTRACTOR: J.R.T. CONSTRUCTION, CO. ARCHITECT: STANTEC ARCHITECTS,INC. OWNER: MIAMI-DADE COUNTY PARKS & RECREATION DEPARTMENT • CONTRACT AMOUNT: $2,151,014 The scope of work consists of furnishing all materials, labor, services, supervision, tools, permits, equipment, and all other items necessary thru out the marina including but not limited to repairing and replacing existing utilities, performing concrete restoration work to existing cracking and spalling concrete, replace existing double tee pre- cast joists with new double tee pre-cast joists, new fire hose cabinets, new boat cleats, new power pedestals with hose bibs and lights, new decorative light poles with concrete bases, and concrete slab on grade, asphalt and sod restoration as required for the installation of the new utilities. The existing utility replacement being performed in Piers A, B, C, D, the Courtesy Dock and the Fuel Dock consists of replacing existing water and fire lines with new water and fire lines. The concrete restoration work is being performed thru-out the entire marina based on a unit price basis for concrete cracks and spalling concrete. The existing double tees at Pier A are being demolished and replaced with new precast concrete double tee joists with a new concrete topping over the new double tees precast joists. The work is being performed in stages/phases to provide for public convenience and avoid disruption to use of adjacent areas of site and adjacent properties. vim '' :0;CN..., v - a r� ,tilt". - ,(...,,,,„ izi,k,i ,_ • ,.. -{ 4 , 4 ''' 41, ....' ' .,q,..:V_:...: . , _,i ,., . 1. • 1,1),,,.'4 If' " ,,,'''''' I, ' ,., ;: 2..-) 7... / • ,.. 7„...; - , , ti � t ,lio,ill ....,.:,, .,..„ . . , ,,, • ./ • . , . . ittv: ,,f . ... . ,,, . le -, Oil \L" .. . -,, :4,.:(' ....„ illf • ✓ ,1 ,;r ♦1 . . ' - „ .A. lir . 14i) 1 � ..... ( � � „ , ,. ,-.. , ,$ : ik ° " ) *A i rli •-• 0 7 y I. j . . _____,A, ______ , : „. , ,„ \\ - , \,),,,,,/.4. , . ,v>0 : 4,, . • , V V. : , c 'n\ • / .:,,;. ;9 -,,. 11 "vie ''" N, ,..:,, ,,� ,ice * ._, n ' IP '7t'' y ... ,. > t ! ZOO MIAMI—PLAYGROUND EXHIBIT& LAKESIDE PAVILION CONTRACTOR: J.R.T. CONSTRUCTION, CO. ARCHITECT: FORBES ARCHITECTS OWNER: MIAMI-DADE COUNTY PARKS & RECREATION DEPARTMENT CONTRACT AMOUNT: $2,106,872.00 The scope of the work consists of furnishing all labor, equipment and materials required to relocate existing trees, demolish the existing dry and wet playground equipment, existing walkways and existing concrete splash pad as required to construct a new dry and wet playground, lakeside pavilion, splash pad complete with a new automatic filtration system and new spray'n play features. The project also includes new exhibit signage, resilient poured in place play surfaces, shade canopies, custom fabricated exhibit features, new playground equipment, fencing, colored concrete walkways, Lithocrete concrete sidewalks, concrete curbs, asphalt paving, landscaping and irrigations improvements and other associated elements. The scope of work also includes the construction of a new lakeside pavilion canopy, which includes the demolition of the existing canopy and construction of a new structural steel canopy. The construction of the new canopy includes new footings, concrete slab restoration, landscape restoration, standing seam roofing system complete with new gutters, downspouts and rain water leaders, tongue and groove decking with a stain finish, plywood decking, an acid stain finish floor system to over 12,000 square of existing concrete walkways and new electrical work. - A _ L • ..."") A t ✓ ..r i. :sem' ! r�..x' * 4 ' -;. ._ : ‘ ,• itt43„P kA -, ''',' ,.,,...i.I.., A .44 f r. ii . .. „ 4.,\ y - .. . •.....-;f. •I ...his ,y 7 • 11. ".- 4"ei ;la ^s• _ . t• a. ' , ,�'� •*. 4 " .`��.i' 1�: ?• ,4 .!'vii* t '••':'L���C` ,_ ,*', +' • s� . IF . V....i..... . ' "'m " _=,,".!:: . r.;..•.*.et:AO.:..., .7. .•• 'i -• - - *Pt :•1 r r]Yi. ... ,' .4, . '� 1 , "i �, X.'.) • . \,-3-( .4z4ii . c,•.:‘.,7,1 --ikr7r: •.,-, , t 'Zi., .. ` L� r ,)•_,"'• .0 go . , .."Ake.-- .''..- --4.0111...,• ; - . '‘i. :* _ �} , , < N. \ *. J���'••�_\�(,, 1 ! .v lz 'r�r- -'r;:'', �• S ..44‘.' r� ., gyp,. _ �, . v. ItM r r'I2S 114 Of ID 41; I , \ r .. J . 1 ..s- .j s Y r..—' _ "� '• +[jam, \ �• \ � . �• .1•.. �-1 1 � • fit' ' ._ �¢ •i" •: . •Mtet r t • ' a ' •"4,• • A ' I's,: 't" 4 e(1.4,0:,:'''' _ fly•, , ,I �' l , �. , �+' '� fir • •" ♦, 9a r2; e�s_rC- - lf;,, ;_ 1 .. c- . la . lk • .* i 4 V ..I#` / ., ~ •\ ,,`yam ,.-j , 1 - 1 , \ . , e ,, F GWEN CHERRY PARK BLEACHERS & LIGHTING MIAMI, FL 33147 CONTRACTOR: J R T CONSTRUCTION, CO. ARCHITECT FERGUSON GLASGOW SCHUSTER SOTO, INC. OWNER. MIAMI-DADE COUNTY PARKS & RECREATION DEPARTMENT CONTRACT AMOUNT: $1141,725.00 The scope of the work includes removing and disposing of approximately 2,700 tons of contaminated soil, import approximately 2,700 tons of limerock fill to prepare the pad for the installation of two new concrete slabs on grade and two (2) new sets of pre-engineered custom galvanized steel bleachers of 400 seats each, new concrete sidewalks, new site lighting throughout the park, site clearing and associated earthwork, tree protection, chain link fencing, asphalt restoration,traffic marking and signage, and landscaping. riiiiiiiiiii05.,1 i . 1 ••• / 0ley * '11 , „k • 1 „,. . . . : -..:0' - '' ' ',•„,i, ' . i I` • ':'Y —....rik_ . .. . . .... 'N•ii.,..;it'i.t, •-,,;.„ `• ' r ...''''....,...., ' ..” - ..... / I i . . 1. • ,,... ..t.Li. ...,:i.'7,,'T..•' -7''',„ , ir ,i'' t•-•,.. 1. ':.•• se , ' : '' ' ,,,,,. ., • ' , 0 ....._ . . , . . .stV 4 '\ . , •_ , ., .-,-,-,,,, .. -, f ;'• , t '., : * ., •.a......, .. . ,. ..,. -. ! ' . ..,., . It.::•' . '''''',, , • ii-,•''.' • : . . . i • . , . . . .„ .....:/, .... .. . , . . .. , tliN ' .. ..'I.'''. •," 1/4 .1% ‘1'.. t . , ,.', .. '.•...-.. . .ii, .r.'"'''' ''''• . ..÷.• ;', _ _ 4 t . .„, t • -• -' II 11 • ,. , ‘, ,Ork n' • •,,• * - ' - — .— •• 1 ' , _ . J ite , • n.,) i ` * • . ? . It, 11„ ,.• ...- - .._ S.. ._ „.--,/, :-?. ••••-.,•z),i • , . 7 ' *. ii• -\_---- ..0„..:,...,' ", . '7•1'!:',.'$1.:' . -- Ill - . •., I . , ),•-• • . . . '.' .... . ,,---- .Jr' „.. ..E !.-. ,..., • . , .. .. . .,. f I .-.--' '''''''' -I.- .._. /- 41' • H. A ,. i - -. -1,, _ ., • _ ... _ „... , •• , . , .....,,_ • . soleitehoe . .. ... . , .. . ., _ ... ,A\ . ,. 4- _ .. , , c• . .. . • . ... ., •, / , 4 . / --• . _ or . ••• 'hs•: N ,, F: \ ti . r ',/ MIAMI-DADE COLLEGE -BUILDING 3000-SCIENCE LAB RENOVATIONS MIAMI, FL 33176 CONTRACTOR: J.R.T. CONSTRUCTION, CO. ARCHITECT: GURRI-MATUTE, P.A. OWNER: MIAMI-DADE COLLEGE CONTRACT AMOUNT: $2,144,580.00 The project includes renovations and upgrades to the existing laboratories of approximately 14,500 gross square feet of interior space occurring at the first and second floors of the building's west quadrant, plus impacted roof areas. The project includes a new roof-top structural steel structure to support the new mechanical equipment which includes new exhaust fans and roof top air conditioning units, new HVAC controls, upgrades to the existing Fire Alarm system, roof patching and roof repairs as incidental to the work, new interior finishes, new mechanical, electrical, and plumbing installations, furnishing and installation of new fume hoods, and repairs and closure of existing fire-rated partitions. f3. $ iM .Y 41\\ uiy Jl/ v "Ir - ---,_---- - .... ::::). - 4'' • C - - . 1 ' / - ....14-4; :4'.' 4- ° `/ ',.,., . • r P: l, . 5 , .,.. , ' .7.' I. ilit . 1 " . - - 4 . . i ...... moss,m . ws, .. . . , r , . ‘ ,... ' *; / 44 S , ... s i ..., . . 0 ' '4.... 11 :: ./ itit, k -.',S -. .. „., 4, -•.. -, N ,A .,4 . -........, ',ill , .,„„ .. ..., . ' I. 11 i alk •LI, t.-. _• .. . •4 ' if i ' '4PliaCk.a„ ‘4'4 i .-- ..... . r ..., ' Arlik co, , . ,. • V . 0°4 . : ,-,. ..-7•••••... v '7.• ..„ • ..f. / - ‘1116.. ', :A• „.. A , . ., ......, •,,,,A;,A, .' Ns,t‘4 ,,., I i it I"' .„0 -. • t, * i e*; 4r/ • '4:-' i ' 1Vit \4• '.'., '. , 4 • . , ,4 / \ ‘ 4;.- .. `-- • , ti ' ..-. _ ... . /.• di vi e ;....... le illb _; , .. ar .....-.4_, / / Ni_p..00., -......,,„-, i . . ...-- ,-,us: I \ . -Irr ", U ' / . ,• . .),I, •.. WI ! t Ji, ,t.-- •IVA • • JO* t•,,,, - - • 111 i a'''. ! // ,...., 47'•Nlit‘,/ / III 1 - 110...,Ilk \ . ‘.,. Qirt; ' a al Irk ,.. illI ,p/ - --. ......... / _ . r 'Am' 11ititio 4' .-.... ' . , . t I,.,,, ,... , . .,.. . ' k ; --:---,. ., li ifie- , , . . ', — __J._ ' leer ari_ —-: I • 4.e`, \ •s ..:4 14\Niki# ; .' . —__::.% ,.... .. . \ ................. ..................... 4.......... .... ........ ... ......... '4.'4. .........'"...'.:"*.. 44'44..-•'''....,..'".......'"'".....""''. ......,,-. V 4 /..\(4111. e' 4 4 N • , I ....... . _ i ••-. ---.4\ II ? 7-- . _ _ Ali f •••=111/01118 iif / ; - . . . ... • •, . 111Ir • II . . . .... . ' .. i 4 • . ..... - 1.„••••7 .- 4; , ...,- '•It' ., . 41.•ifirld: . ..iflytt.;:..:' Alr .•.. Iftf 411.14 ^ t ' / . % • 'oral -1. 4e.,•=4.•4•:- rif .' -: -4 .." . , ..t..o4 • .. -% I 'V y fr .,1 400 i . .-44 „. . , . , ,:,. •• ..-II" — ,,. ....-_,......-....y, • -...1;07,.... .:s,/,,t,.. ..,..,....)i . .4.... ,.....4_ ..... . „„,.. •.,.70. . . .•• •-e ,•••).0-ro...,• . 4 3 .f, .,, k1„, 64.: . - ...••• *7s:0 • • ' '' ''' .,e, -.4f•Gr. ---..:,•• - ,r .....3 - •"14,4 '''Or. • --' 4--;7. • .." r ". ;,..,01. • ilP4 • . • • 4 ,. t , :.•.' 4••• - • -440. ..s IV ..4. 4.: . '•. / / v '; .." ' ., 4,- --• 7,, v",,•10, •.1*'''' ............. o •.si..,,, :II:• , ki, v.,. ..„. , ,..., , , .. . . A . ' 1 • ' • ••-4., „, ...i.p• ....out. . ,,: .:...i• . -1, /11"/ -r/C. • 17 ". '4,1` 7 - .,- e - , • , i . 40 .. . s , 1 - ' . • ..,'... ,.f. ALAA:..iiit NMI , 14 - •--' - , e40* \\41 . .00e I • s „korro,..,- , _ i '. 'f''' lir FLAGLER GROVE PARK PINECREST, FLORIDA CONTRACTOR: J.R.T. CONSTRUCTION. CO. ARCHITECT: THE RUSSELL PARTNERSHIP, INC. OWNER: VILLAGE OF PINECREST CONTRACT AMOUNT. $1,200,000.00 Construction of a new restroom building, park manager's office and storage room, installation of two Bermuda turf soccer fields,athletic sports lighting,pre-engineered aluminum bleachers,a 30'-0"X 42'-0"tot playground,new asphalt parking lot to server the above facilities,new landscaping,new irrigation system tied to a water well and city water system supply,construction of new walkways, installation of exterior lighting at parking lot,construction of a septic tank and drain field for restroom building, water utility connections,tree removal,site clearing,and other related improvements. w e l _ 4 . Jr.!. vee{ �a - ii / 'b ' _ J' K ` :% a — . ... .. -. ... - a�ny.,,, /WA \ 1 . 4 .,. o — ,,. , , • lrr. .. i '- :.- � _ate r . e • r AVIL 9 _ If t I_ ('frit]►' ,, I ll*tl • '. '7.. � '�' , ..J i -. ..j. .r I 1L » it. jr moi" -1 ft. diii4: 4110010v t A ., . fJ V J i.. ...• 1 )1J 1, A 14 ) itfillinimmillinimil — _ .wa --.0--.....-7_11., .s s _n�! °(( !I tl ! ii—1-1 11 6 d Il Il I., �u ' " .0`t ' 1 1 t I 1 Lil .7, .1. i ill I r )1____1( _11 „ 1 ._rd_i C .. : - t — ,r , }.} ! �i y� • 4•: R = .• ,,4 - Le. Y may. - s } ht. } `' ..ti; ; to - . t '., J.R.T. CONSTRUCTION, ca - GE NER AL CON TR AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — ONGOING PROJECTS BEN SHEPPARD ELEMENTARY SCHOOL-(ONGOING) Project Location: 5700 West 24th Avenue, Hialeah, FL 33016 Type of Project: Conventional Construction/Prime Contractor Owner: Miami-Dade County Public Schools Owner Contact: Israel Rodriguez-Soto—(305) 995-2235— israel.rodriquez-soto c dadeschools.net Architect: Laura M. Perez &Associates Architect Reference: Laura M. Perez—(305)642-9494—laura1 an.lmptc.com Project Amount: $5,055,897.42 Project Duration: 405 Calendar Days from Notice to Proceed Date of Completion: May 22, 2019 Project Disposition: Project is ongoing and currently 90% complete. Description of Work: The project consists of the demolition of existing portables structures, selective demolition of some areas, renovation work of selective areas and construction of a new single story building. The civil work includes new bus drop-off improvements, new storm drainage, paving, stripping, sidewalks, covered walkways, new sewer utilities, irrigation, and landscaping. The new building includes a single story 12,000 sq. ft. structure consisting of structural shell, CMU walls, pre-cast joist, Lightweight Insulating Concrete, Miscellaneous Metals, Cabinetry, SBS Roofing, Waterproofing, Fire stopping, Gutters and Downspouts, Insulation, Windows and Storefronts, Hollow Metal doors, frames and hardware, Stucco, Drywall Partitions, Ceramic Tile, Painting, Resilient Floor Finish, Louvers, Plastic Toilet Partitions, Bathroom Accessories, Roof Hatch, Fire Extinguishers, Tack boards, Marker Boards, Plumbing, Plumbing Fixtures, new HVAC, new Light Fixtures, Intercom, Fire Alarm, Data and Phone, and new Electrical systems(including Burglar Alarm, Fire Alarm, CCTV, etc.) The Project also includes various other buildings on-site that are to receive minor renovations to AC Systems,ACT ceilings and light fixtures. TAYLOR PARK REM EDIATION -(ONGOING) Project Location: 15450 W. Dixie Highway, North Miami Beach, FL 33162 Type of Project: Conventional Construction/Prime Contractor Owner: Miami-Dade County Department of Solid Waste Management Owner Contact/Reference: Luis Moreno—(305) 318-8185—Imoreno(a.miamidade.gov Patricia Cicero—(305) 305-1503—patricia.cicero@miamidade.gov Architect: E Sciences, Inc. Architect Reference: Maria Paituvi Bonet—(305) 984-9162—mpaituvit�c'D,esciencesinc.com Project Amount: $1,758,840.60 (including allowances and contingencies) Project Duration: 365 Calendar Days from Notice to Proceed Date of Completion: February 28, 2020 Project Disposition: Project is ongoing and currently 20% complete. Description of Work: The project consists of the clearing and grubbing of all vegetation and the demolition of above-ground features within the designated engineering control area. The project also includes installing temporary sheet pile to a depth of 32 feet in order to excavate, remove and haul excavated trash debris and soil to a depth of 16 feet. All excavated trash debris, soil mixed with trash debris and contaminated soil will be hauled to a Class I Landfill. The project also includes removing contaminated soil to a depth of 36" within the baseball in-field. New import fill shall be furnished, installed and compacted at the excavated trash debris area and at the baseball in-field area. In addition, new import fill shall be furnished, installed and compacted 2 feet above grade at the designated engineering control area, a new chain link fence shall be provided around the property along with new sod and landscaping. PJ.R.T. CONSTRUCTION, CO. GE NER AL CON TR AC T OR 3050 N.W. 77 Court, Dora!, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 PROJECT EXPERIENCE — ONGOING PROJECTS PALMETTO MIDDLE SCHOOL—RENOVATION (PHASE I)-(ONGOING) Project Location: 7351 S.W. 128th Street, Pinecrest, FL 33156 Type of Project: Construction Manager at Risk with a Guaranteed Maximum Price Owner: Miami-Dade County Public Schools Owner Contact/Reference: Peter de la Horra —(305) 995-2638—phorra&dadeschools.net Architect: Gili-McGraw Architects, LLP Architect Reference: J. Gary McGraw, R.A. —(305)663-1263—aili-mcoraw anatt.net Project Amount: $4,094,000.00 Project Duration: 570 Calendar Days from Notice to Proceed Date of Completion: TBD Project Disposition: Project is currently in Pre-construction Description of Work: The project consists of the new covered walkways and sidewalks, selective interior and exterior painting, full renovation of the existing Auditorium and P.E. Lockers, Renovation to four group toilets (2 male and 2 female), Repair/Replace HVAC components and energy management system (at Buildings 1 and 4), Window replacement (at Buildings 1, 4 and 5), Remove exterior lockers, selective water fountain replacement,selective roof repairs and exterior door replacement. The exact scope of work is being defined during Pre-construction work. _ ..,, 111 BEN SHEPPARD ELEMENTARY SCHOOL—ADDITION AND RENOVATIONS CONTRACTOR. JR.T. CONSTRUCTION, CO. ARCHITECT: LAURA M. PEREZ&ASSOCIATES OWNER: MIAMI-DADE COUNTY PUBLIC SCHOOLS CONTRACT AMOUNT: $5.055.897.00 The project consists of the demolition of existing portables stmctumo, selective damo|ihon, renovation work to twelve existing buildings and construction of a new 12.000 sq. ft. single story classroom building. The work includes a new bus drop-off, new storm dnminago, paving, sthpping, oidewo|ko, covered walkways, new sewer main ox\onoion, irrigation, and landscaping. The new building consists of a single story 12.000 sq. ft. structure consisting including pre-cast joist, Lightweight Insulating Concrete, Miscellaneous Meta|n, Cabinetry, SBS ' Roofing, Waterproofing, Fire stopping, Gutters and Downspouts, Insulation, Windows and Shmefrnnto, Hollow Metal doors, frames and hardware, Stucco, Drywall Partihono, Ceramic Tile, Poinhng, Resilient Floor Fininh, Louvam, Plastic Toilet Partihona, Bathroom Ac0000nhoo, Roof Hatch, Fire Extinguishers, Tack boards, Marker Boordo, Technology Centers at each duoomom. Plumbing, new HVAC and EMS Controls, new Electrical Systems including new Light Fixtures, Intercom, Fire Alarm, Data and Phone, Burglar Alarm, CCTV. and Lightning Protection. The renovation work to the existing building includes new HVAC and EMS Contm|n, Acoustical Tile Cei|inga, Light Fixtures and Paint in 37 different classrooms in 12 existing buildings and a playground with new playground equipment, shade canopy and synthetic turf. _�' � ' 000. ..,... . ....,"*"." Ill 4. 71 -%'.. ‘h.,,, 0 0 ` ``` ,. 41 � 1 r �_ • / i -4. ,.. 1 41 M , b ° \ ./ V4111 • 41 j i �1 x" *, ...1 ,, L s. * f /A , y' I , • it y• (` i • 'b` WI w . - ite. .411! ,,• f. 1� ,,j i~to �S 44140 �r , '4. # ....r 7 _it f -r, i * i',''`,,, 4/114p ...—e.7", IFA --- .' N.- . , it .! ..."- ',Iv\ / . i . \ • '.- . � ' r - • :/ ' , '1a 1 i, p ilk� • •^a ' 1A i�, / /►. l ;kip "�4 f* .., fr,. - . ... .. : '1:-.' V I k.• ., , ',� _�� 'moi 7.. j :it , Iii „ i ., e e � fel t, , ``+. / - 6 . : • y . , ,.' ..,‘. . . t , , Y�x:riD - ,i .1f. ,rf ..V t Ilk - • r ' � ,� ` .,_ . 4181 K Ai `moi � * fj of, • , is ` : , > ` a.' a f • ,i t. l t I •s , r �.. v./ Y' , /./. ."' -* ;,,. I ' 1/'4 / .I -7./ It' .. ---- ..... f ', rite. •, ' if, , . , 4 .,•1 / L , ....04,141,,{ - / { j� ,alt c ' ,� ,tike' •i��'!i Rt � # f� �J L f�7 • �J f,' 'p; , „i ,fir 1 ' tAPT `r qt., h 4... It M.may �f,, F 'Y ' _ • a '! Y •fii',.'„ - .,: 'll,21:!. . A ''' I' * ' '4\ . , . it, S r . a . ,,••,_. „f* '' t� �: fiis tt a n r,t • t/ 4,•y ?�� 9P' ! r ..\\ , N k,„:\...„ ,., ,, \ .1.*".• ,, _ , .. .•• 1. , - / t.--, ,..;• . ; kii:,.„, .„,... _ , t • , .-. - • t `'R ,,Nk, _ i- --.i. •L,i ,44,• it -.. -,*,4 ,r 0. , ,,o., , , , #e;%4,s '4 . ' 't. . 41;.\\: 1 .' '.' '' • } . # .; . .o - t • • J - i z f , � � ow� • r . f ... j3, ip .,i0v, . / „. ..,, * ,, ,a . ,, . . .. / + 9 •,h + f .,,. i,„rI,... , 1 • • o // * r.. ' •• 4".•.„ --411t4 r yr ,. b' 4114 1 1: i i ' a ..7.: .,..„, ..... . . r -. ( it + t4, j•,;-... 1�' 46 . dr a '. ' �, ''i y . �' ° 47 a . ,r 1 p '; ; ' r ',;' i < ✓. �, 3 ` '.:4,t.y Y �4 :VIi • ,{ , IYl '�M '^y� QA'' ... . , , Ail ili ., . . fit' a. -: r . � { �� A ___.,r .4' ' " ,. 1, '4,4,4 4,. 111 I iv ---- ' i ii: / ' f,•j. .1-,*• /*t"1. a" l'"' '-.s.-' 1 I r ft ''ir..,11(41P ,r IN' * .• i..1 1 N . '4 ..,.41/ .,,. :*., ' ,1,:.,..i.:....1 ' ili, . - e 1..' " II , - . t '' * / It 1u ` ✓� A1C F °~ z 'w. I 4 illt4 . , ,,, .. .7,... , .ii, ..... .....i. - ,. .. 7, .... IF... __ .. ..L. . . ,,,,,, {xit A :� "I - .II; .',"0- tt • ,. It t '. N., ' 41 • . M ,At,,r ii.ittH(it,' 1 •, - . N , , ., , or tilir:°X \ • i ' l' k. r ,,y - f •-' a ( l i r J , • Au r \ S 4 Allair/, d/ • ....440 4ro 111 , `� _ ??1777 f -,.... .4:k11---4 t ‘, •"ti L "1 „ t ir •'. moi" r lit t'fq ' r `�. / -,,,41 .^ lty 1 f tt. . ' i SII 'N , ,,fit ' .., 'i I/ ,,7-. ••41i- .., , , I . liN'.4f'' ,. I :ogr• ..,.t. , 4::"?. ,..tilt,-,,..,. .„ 1 • ,,r , ,,,, , ,, : .... . ., . .,: . 41- , ; • ..... g-' i %,Mo..1p .41 )4. ' .. : , f , . , 1 ,. . , .. . , . ;or ii : , .,. .4.re 4 , ' . ... . t.:.:41 • ..... . ,. _ . , 1 lik :1 .... at If:- k ' T14", ''':• ._ , . , 1 .. , ..,.., ,� #z"•l, , ���„N *.., ..41.) L. '. rill , # / ,,,, 4 / * V • 1. 4. ...;.•- f x a" Y fr 41 r ill\k,. A 4 n r. t ti •A ". *, I.,, 4 • . ' ' - .4,- N,L. • • '; . : .e.41::**Tf.. ... , ‘,.,,,41,,,\ .A. - , i ,,./. r 111 , , .. , '*C." t . :'*,1 . , .... , . ..._. , .....'ff.„ ..% f 1141440'' i A ,, / , ,, :_ +� • 1 s' ilk , r * • • i IN . , . ..:. Y - .71) I '.0Y4'-'b' ''' ,,4441I'' tV . 14.4K ,..: .-..011 i ,. ''r....,,.5. ....te, $ . 1- . • tt.4•4 . ,•,,.I-!...-,t,' , . °' ',/,,• .'• !.'" '4' ,••'•' c00 ,, . . -01 ":.1. ,* 1r t . . ,kt , ' •i.li.:4..?1•tr ". •,'":1,. •A. ,, • ,, •:'-''''' —, ,i,.4,1 2'-' .'' a . I 1 3.•O. .•''A. •• '''''.. . ';, ', •; ' 1 t;. • ... ., •:,.,ip , -I , '' i'i ...4.• . . . tf.. 41 e ' , • , • • 4,014.'" / .,,,,,,,-,, • ,..r..., ,...:41, t /. , ?it / 11 '41.0„. ..... . • er 1 ' / I / i, ..., -. it', • . r . r.,.. .., .k,• \ .. .....,...i....4 .. ' / - • . . i ilk . - . / mi r. , . • ...'• .::•*•:, '..,' t . . I ,/ 0 '•• : 4 :.''if'. No, • . .. __: / i A‘ . f •. , iir A .1. , . • / , • .6 .--4. , 4 . •,— ,,' . 1 , ,..:,:li r il;,/ ; rt• ...,... -... .• • , ° 1 V j . -",. . , ..,... t*: Alk''_ *.- •,, . / AP , ,•• __ . , At. 1 1 - ,. . 04 i Ar ''. ' . ''.. • ,: r Arrar.47 6.i:),./..,./.2,iit...4....v..::,;21.,•,s., . . • I ‘..1 •1 ... ,, 1 • ' 1....!,. , . ': ' . i. • ,:...., .. 1. -... ..*/r/ MI' . • .I. . ,/ .•••••• • ; IS. ..1 1 ..I ,..7.*, .• 4 ' .- •,,:, AL.. ..... ,.... a.) ,;,...„ . . •• -,,,,,,-. 1 4'. ....'"'.. •t" •• .y'r 4$ ''''' — ..,..'.'C'•-....,,,:4,, / / • 1 ..r: $. . ... s ..•/,;( • . ,: ",. . _ .. • -,.. It * 1if I\ - ,' . .f I,..r ' . 1 ' Art // . '4%'''' .' • . . _ . 1 ' , \ \\\41111)11, ..., \ ' ..,.., — 4 -', . - I/ ' , . • • .t • .. . . '''"t . ' 1 A.4 • ' . ... 4 ' ..„ • I . ' ' • ' .. ,, t5P • 1 . • -,,i• r ' e illit . , .,„ r 4 / A ^ • .. i • AnD ', ' ,. 1 ••-•'.. ii. 4 , .. ,,... , , / ey4i--** - 0. ' . r 1 ` i + r�ar. --+• ` Cdr" -1 IftgA St-k4. � i r a ► - • -a• r t,- • x r L " tr . Ai ISI v. ........iim • / .!1: lila . I,iiiiiiiiiiiiiip. 1 , , ,-... _ , .,. ,.... i __,................vi :kilt t., -,,,,,, .e Y y ..... '°`--", \ : . Oa / ....-- as 4. . --may - [?},_• r / CO { '.y�' -. �. . ' _ ®N ■, ■■ ■� z 1:J yak- rt s.... .'..: •0.a Y, / _ s SI. r a+ AY.7 I _ J- +ra bait tf '� a • t 4 �. ,X t �. I, t� c . a 11 ..}. • mAkifor _ Lit _ ,- -,,, , .,:. , : r aft y, -, + -. ..., ...,,,, . .. ... ... , • .: „„...„.._It— ir.,..... 1.,l'k 4 Wali ll 1 ^"4 _... _ _ �i� ~ +- P.. .i. , ..., ii, ii, . .....:„,"",,,,:„...t.,,,--,, . ,. .,„:...:.;„ i, — _ ....- t . • - . , - . .. . ..— ii,„ '' 0 - 1 OF Iri)ti• , *"..• -Of • - . 4 . 2 41=4044,44.-44 / ‘• ' • it P . . , . / .., 11. / • --4 •„ _ .. ' 1* ,. "• 4 • ''' '. 111110 a , 440:• 1* ,,,,,,.. lirriiih, •'• f,` '* .., ., , . , . . J ' 7 - • • ..' fr • ., . . . ". •0 '- . . . . ._ , ..•?; .; - . , 4 . . 44 '. • , « "' •*Ii '‘• lip • . , .t. ... . , . . 1 0 4 i 4 • ' 4 114 411 . i• 1 ' / ! \ , ., tilt . '' • N / l •,« . .,. • . . , . - . . , .. 1 r'• r----:;::4"."\--/,.:4,.‘.\‘-.17,0.4.4t'aini,,;%‘ . I• iv • ....40C-•....V •r - ' k , ,4 . .4 • . * ' . 0. ' . •• *•. . 'I .4- •- , s ., . . , )% I.°. . *. „ ., .„ 1 clik •t ‘. . -. lt li ... • , :`• .40; :t 1 t .. ...-..' t 4 ---,• ', e''.'' .‘ . `f44%. ..„ . 'v..;. • . *,/' • , 1 e — '` . It:, j '',.. ' 4 ,., , 4,.: k,. , . :• , • ..,, ..,,h,„ .., , • -.4. 4 i'. :s..,%,, s- . Nig,. '‘ '•.-4k ''•'N '.. s''-=< .. 4, , • -• . -- -,., -s, , _ • ._,. . op , . Y -- 11' ' ltiki.•&' - ,;•.441' ' i. il- ' i tt• . . . .. • . q :- ..V•t,'•• t4, i. - ' t,%.'.. $ ,, ,,,,::it.' . A , i r. 4 •4,- '4 , 4 t0.‘411' 'Il , ":".; " 4 - , I • ti..j - . '\-... '. ,. •i r- * • 4.0.V.,.. •. . . • t44 04.4•4-.•, '*. , •.44 . Vi • •* \ .' , . • 'd,.''''.,','i'..t..*,, lc .",'.''...'"°,t'''.4;'. ,.•44 , 1111hiti.:;4 .._.•' ',..-', -.,i,sz,4,.,,•0' AC ,i. um.....1-wr. , ,• ;•-• 9P—v,,,,,,,.-,,:. . iti, 4 „, , ,. bt.‘: ,,,- '••.4. .:• '4.=,, '.•„,";•.•..?.'."::*-I4!"..' . * •/ ::-.4.'''' l': ^: 0 • . . . _. . . ., it ' ' .,.4 44 !..4.4,t*,..•.%•te.,..,,.'4'..`.. - , ' i `4'.-., '* t" . 4/...:. ' k' r , . f ..,. .,,,'. . 4:,, t,';f,,:',,,,,.,.,:;7. ,,, A , . ) ,:', Z. • •..k. , • . X t # , i , e., . / 1 . . • 1:: X't , 4,,,,. . . ,„ ,,... ..„ ..„, ,. ;. • ,„ ,, , ..\., .:4, • , ;...,...„, ..„. ,.., ...„ ...,, . „ :,,,,,...,. .„..., . . . , • . , • „. • I. - V. ,, .‘ ''0,'...4.'?•N*It' 4.,• .• • „ - \•,1.4444•4411.. *.S 4' . irsiiiiiirorp, , 4, .,7%14144 iii it, efir 1 i. li ...;. , .s,„, ...1 •, , 7.-„, 111111111t!!%tat •' .. ,jjr. 4,t. .11SV ,,,,,„4 ; s, ,• 711Wil , 4 . _ ‘ i •'r . 4-- , ef . • 4 4-, '4.-. Ar•-•41„, -,. - ' • '!.• or ,• '? •Nfif •.., ,• '. ' 1 1 f.. ,. . '.1:7‘...4 ' ir. ff .' '.: 4 ',..: 4.:'. •• •• '. ?fi‘l ' •••• r I' 1 r . t *, 4411 ..• ". A ri-1 :-.7.its • it 4 , ' 1. •- • ':."44:'',-.. ; 4 , ' 40.. t, . .4 , \ 4,11 1 a.v 'Ct * \ 44 . ..,„. - its\t... \I. • . . r , 1 . ."- d ,i? , • -...... ' -i ti, •• 't / . 4/-4 ' • i ' 1 . ' 4,11 .t. t4'44; • •.•,. .. / • : .•• l'''.'-,.• ( e - •• • *.0 .,,, • • • 1 , • , ' I 1 • • ..., .:: ..'. '•• ". , •- .• . ,,---- .1.: 41* . . . . Ir .. , ' 4- . 7'r -;".4;.,....., ••-•'•0 ". • ' t , • . . tir ... ...... . .., . . / , Ai .1 , ii, ,. .11t i it • . , ., - 4 . ;di a , . ..... 4. ., 1 t. 4 .. , , • I en A . ..- ,0 , i , ots . , ,.. . . ...,.., ,„ • .it,...:...1; .„,....4. .. „ il e : 1/4._',. , It., I ',S. tlfrtlh. . , ' , • .. , „.. , ;4? , ,4,67,I, . .0; k,. .7....kirNh ' . . I N ' •.;,' , .t f \;,61.; ...t -. , - w- '..1. I # i ,-. .. ., . .a _I .i• : '1k1 . ,, ..• 4, '',•"---' 0 ,1 . i 4 1 -,..`,44 t,., &I 44 if i ' • '. • „:•' Ns,,...„. • I / ,..., - . . -,\.. . . . • .,, • . . 4. , I . , _ , * ,* 0 i 1 t '''.v. ' ' 4 • 4) • . • , I i ... 1111, .. Ille 1 ' 4.g . 04. • '.i.' . .:.I -_ 1 f i ..., # 4116 - • .i 1 1"I , ..„.• ,,,, . • -..-, - ....," A'. • \ • \.\\\• ,•' c.,- .. ' , . , . • _.. _ • . , •.‘ .... i. . . , . . , / )1, • '.,' k ''a ' .14-1"v NI Ilfw 0.‘ . . t I. ‘'.' ,;..!.% , ' ' 1' r''' \"4 . .,. . - .- . : 1 'Litali i ' v . k i. ,, ., - v......„. . -, 4. ...:. e. . id ;;,;* 's ' , r. r ''-y• !l''' ' St' .. . ,'''r'tr.l':. :%*/ • �a kms,52 r . ` [+�"{ k f V .1111, .:.•:',4'‘':.:,,''''.0' ‘,..4 ' if III,,,,,, •\ "kt* ' ',7'''''''''', 41' '' 1r44 ., . , ,., -,,---..,,. , ..,„, , . .„ • iyj t ,,,,, , ....,.'7,c--- , •.,4.„. 4,..: , .... , „„ , ,.. 4 . ,,,, ‘, .. .A.: P. , ••f fi 4 +�y`- +�. 7•}, `"'ate ' / 4 T !f f M ' • •r x ' t L• .J , d f ,� '... o tit r `. ., • \��' \� , :p :w m • " • . ,# ky 4 - r a., ,.. . ., \,... ,. . . ,,, , .. , 4. i ,..„\.. 4 t, '+, r, a AM , \• , • �, -. /4 . ,... .,., k . , ‘i. lop tr. V . fi '," i. i _. 1 c\\ ; A :` ,;.. tl' 1 ,i Nto 0C' a i.0 ,I) / ..& 4 4 ' * : ' . it 7.1 * i f.. #P . , ' , ) e . f4.... fr • .. •, , , ,,.. / . \ ,,. ,- . . . , • ..„, . , , ... ... 4 • .310,I ....4 J . , . \ \ • , ki.\ ..._ . I *411, 4 . . _ \ , , ; ifir .\ — likk . , . /;O:00110 i • / .i• ° /Air A It. /ay ,' • X, '‘' Villit 111. ,' 4 . % . t „ I. — : A• /IIIII , .,. ft ' ", --— 3: ,,. , Irk A 4-44, \ , yr Am- # ,,,,h,` 1 * 7' r'-1 • e /A, ,\, /Asir• \ . • . . 4 .... Mir ./ %.. •• .p:il.:, 11111( ° x .,-,_ •,,: t . 4 , \ • - \ ../ ' s 's ' 4 , \ .. f S., % • .... 0 \ . , 1 0 ' ,,,'?•,..'...„-, • '1 1 f': , f 40P . , '4110k-tikl, i ', :914/14914Aylk, .... . , . . _ .... . , ....,, „h.. • vg J .R.T. CONSTRUCTIONCO G E N E R AL CON TR A C ,T OR. 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Project Reference: Ben Sheppard Elementary School Owner: Miami Dade County Public Schools Owner Contact Person: Mr. Israel Rodriguez-Soto, Project Manager Owner Address: 1450 NE 2nd Ave., Suite 207, Miami FL 33132 Owner Telephone No.: (305) 995-2235 Owner Facsimile No.: (305) 995-4750 Owner Email: Israel.rodriguez-soto@dadeschools.net Architect: Laura M. Perez&Associates, Inc. Architect Contact Person: Laura M. Perez, AIA Architect Telephone No.: (305)642-9494 Architect Email: 'aural aalmptc.com Project Reference: Oak Grove Park—Father Gerard Jean-Juste Community Center Owner: Miami-Dade County Parks Recreation & Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Mr. Guillermo"Willie" Pena, Construction Manager 2 Owner Address: 275 N.W. 2nd Street, 4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-5453 (Joel Arango) (305) 755-7914 (Guillermo"Willie" Pena) Owner Facsimile No.: (305) 755-7995 Owner Email: jarango@miamidade.gov williepamiamidade.gov Architect: S.R. Architects, P.A. Architect Contact Person: Mr. Ernesto Santos, AIA Architect Telephone No.: (305) 661-8572 Architect Email: srarch(a)_bellsouth.net Project Reference: Middle Beach Recreational Corridor(MBRC) Phase II—Section 1 and 2 Owner: City of Miami Beach Owner Contact Person: Mr. David Gomez, Sr. Project Coordinator Mrs. Paola Vega, Project Coordinator Owner Address: 1700 Convention Center Drive, Miami Beach, FL 33139 Owner Telephone No.: (786) 719-5616 (David Gomez) (786) 314-8385 (Paola Vega) Owner Facsimile No.: (305) 673-7073 Owner Email: DavidGomez(c miamibeachfl.gov Paola at miamibeachfl.gov Architect: Calvin Giordano &Associates, Inc. Architect Contact Person: Mr. Gianno Feoli J .R.T. CONSTRUCTION, CO. G E N E R AL CON T R AC TOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST j Architect Telephone No.: (954) 921-7781 Architect Email: gfeoli a(�cgasolutions.com Project Reference: Taylor Park Remediation Owner: Department of Solid Waste Management Owner Contact Person: Mr. Luis Moreno, Project Manager Ms. Patricia Cicero, Project Manager Owner Address: 2525 NW 62nd St., 5th Floor, Miami FL 33147 Owner Telephone No.: (305) 514-6680 Luis Moreno (305) 514-6683 Patricia Cicero Owner Facsimile No.: (305) 474-7224 Owner Email: luis.moreno(a�miamidade.gov patricia.cicero(a�miamidade.gov Architect: E Sciences, Inc. Architect Contact Person: Mrs. Maria Paituvi Bonet Architect Telephone No.: (305) 984-9162 Architect Email: mpaituvi a(�esciencesinc.com Project Reference: Jack D. Gordon Elementary School & PLCs Owner: Miami Dade County Public Schools Owner Contact Person: Mrs. Juliette Hinsey-Pinder, Project Manager Owner Address: 1450 NE 2"d Ave., Suite 207, Miami FL 33132 Owner Telephone No.: (305) 995-2409 Owner Facsimile No.: (305) 995-2050 Owner Email: jpinder(cr�dadeschools.com Architect: Rodriguez Architects, Inc. Architect Contact Person: Lourdes Rodriguez, AIA Architect Telephone No.: 305-448-3371 Architect Facsimile No.: 305-448-3374 Architect Email: lourdes(a�rodriquezarchitects.corn Project Reference: Dinner Key Marina Dock Master Building & Plaza — Phase I & Phase II Owner: City of Miami Owner Contact Person: Mr. Richard Pope, Project Manager Owner Address: 444 S.W. 2nd Avenue, 8th Floor, Miami, FL 33130 Owner Telephone No.: (305) 416-1285 (Richard Pope) Owner Facsimile No.: (305) 416-2153 Owner Email: rpope(cr�miamigov com ' Aa ' %. iiii. J .R.T. CONSTRUCTION , CO. G E N E R AL CON T R A C T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Architect: MC Harry Associates Architect Contact Person: Javier Torres, AIA Architect Telephone No.: (786) 527-4227 Architect Email: jtorres@mcharry.com Architect: Kimley-Horn Architect Contact Person: Mr. George Puig, PLA Architect Telephone No.: (305) 535-7756 Architect Email: georqe.puig(@kimley-horn.corn Project Reference: Regatta Park— Phase I, II & Ill Owner: City of Miami Owner Contact Person: Mr. Robert Fenton, Sr. Project Manager Mr. Richard Pope, Project Manager Owner Address: 444 S.W. 2nd Avenue, 8th Floor, Miami, FL 33130 Owner Telephone No.: (305) 416-1002 (Robert Fenton) (305)416-1285 (Richard Pope) Owner Facsimile No.: (305) 416-2153 Owner Email: rfenton@miamigov.com rpope@miamigov.com Architect: Kimley-Horn Architect Contact Person: Mr. George Puig, PLA Architect Telephone No.: (305) 535-7756 Architect Email: georqe.puig( kimley-horn.com Project Reference: Virginia Key Closure Enhancement Owner: Department of Solid Waste Management Owner Contact Person: Mr. Luis Moreno, Project Manager Ms. Patricia Cicero, Project Manager Owner Address: 2525 NW 62nd St., 5th Floor, Miami FL 33147 Owner Telephone No.: (305) 514-6680 Luis Moreno I (305) 514-6683 Patricia Cicero Owner Facsimile No.: (305) 474-7224 Owner Email: luis.morenoamiamidade.gov patricia.ciceroamiamidade.gov Architect: AECOM Architect Contact Person: Mr. Michael Powell. P.E. Architect Telephone No.: (786) 299-4220 Architect Facsimile No.: (305) 261-4017 Architect Email: michael.w.powell(aaecom.com IJ .R.T. CONSTRUCTION, CC. GENER AL CON TR AC TOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Project Reference: Amelia Earhart Park Soccer Complex - Phase I Owner: Miami-Dade County Parks Recreation & Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Mr. Bryon Dowell, Construction Manager 2 Owner Address: 275 N.W. 2nd Street, 4'h Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-5453 (Joel Arango) (305) 755-7810 (Byron Dowell) Owner Facsimile No.: (305) 755-7995 Owner Email: jarango(a�miamidade.gov bdowell(a�miamidade.gov Architect: Miami-Dade County Parks Recreation & Open Spaces Architect Contact Person: Mr. Fernando Marquez, R.A. Architect Telephone No.: (305) 755-7847 Architect Facsimile No.: (305) 755-7995 Architect Email: mar01 @miamidade qov PProject Reference: TIG Holdings, LLC — Interior and Exterior Office Building Renovations Owner: TIG Holdings, LLC Owner Contact Person: Mr. Roberto C. Tarafa, Owner Owner Address: 3050 N.W. 77 Court, Doral, FL 33122 Owner Telephone No.: (786)412-1832 Roberto C. Tarafa Owner Facsimile No.: (305) 557-9922 Owner Email: rctarafa(a�tarafa.com Architect: Hamed Rodriguez Architect, Inc. Architect Contact Person: Mr. Hamed Rodriguez, R.A Architect Telephone No.: (305) 529-9967 Architect Email: hamed(chr-architects-inc.com Project Reference: Pelican Marina Utilities Replacement Owner: Miami-Dade County Parks Recreation & Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Mr. Bryon Dowell, Construction Manager 2 Owner Address: 275 N.W. 2hd Street, 4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-5453 (Joel Arango) (305) 755-7810 (Byron Dowell) Owner Facsimile No.: (305) 755-7995 Owner Email: iarango(a�miamidade.gov bdowell miamidade.gov 1 J.R.T. CONSTRUCTION, CO. GENER AL CONTR ACTOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Architect: Stantec Architect Contact Person: Mr. Sean Compel, P.E. Architect Telephone No.: (305)445-2900, ext. 2300 Architect Facsimile No.: (305)445-0869 Architect Email: sean.compel@stantec.com Project Reference: Goulds Park Aquatic Center& Facility Renovations Owner: Miami-Dade County Parks Recreation & Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Mr. Guillermo"Willie" Pena, Construction Manager 2 Owner Address: 275 N.W. 2nd Street, 4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-5453 (Joel Arango) (305) 755-7914 (Guillermo "Willie" Pena) Owner Facsimile No.: (305) 755-7995 Owner Email: jarango(a�miamidade.gov williep(a�miamidade.gov Architect: Corzo Castella Carballo Thompson Salman, P.A. (C3TS) Architect Contact Person: Mr. Javier Salman, AIA Architect Telephone No.: (305)445-2900 Architect Facsimile No.: (305) 774-6277 Architect Email: jsalmanec3ts.com Project Reference: Zoo Miami—Playground Exhibit& Lakeside Pavilion Owner: Miami-Dade County Parks Recreation &Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Mr. Guillermo"Willie" Pena, Construction Manager 2 Owner Address: 275 N.W. 2nd Street, 4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-5453 (Joel Arango) (305) 755-7914 (Guillermo"Willie" Pena) Owner Facsimile No.: (305) 755-7995 Owner Email: jarangoemiamidade.gov williep(a�miamidade.qov Architect: Forbes Architects Architect Contact Person: Mr. Scott Matheny Mr. Erik Myers, AIA Architect Telephone No.: (305)446-0849, ext. 118 (Scott Matheny) (305)446-0849, ext. 111 (Erik Myers) Architect Facsimile No.: (305)444-5557 Architect Email: smatheny@famiami.com emverse.famiami.com J111 . . RRT. CONSTRUCTION G E N E A L C O N T R A C ,T O Rca 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Project Reference: Naranja Park Aquatic Center& Facility Renovations Owner: Miami-Dade County Parks Recreation & Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Owner Address: 275 N.W. 2nd Street, 4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-7936 Owner Facsimile No.: (305) 755-7995 Owner Email: jarango@miamidade.gov Architect: Corzo Castella Carballo Thompson Salman, P.A. (C3TS) Architect Contact Person: Mr. Javier Salman, AIA Architect Telephone No.: (305)445-2900 Architect Facsimile No.: (305) 774-6277 Architect Email: jsalman(c c3ts.com Project Reference: Turner Guilford Knight Correctional Facility Cooler&Freezer Replacement Owner: Miami-Dade County Corrections Department Owner Contact Person: Mr. Timothy Wright, Construction Manager 2 Mr. Patrick Brown, Construction Manager 3 Owner Address: 3501 NW 46 Street, Miami, FL 33142 Owner Telephone No.: (786)469-2758 (Timothy Wright) (786)469-2762 (Patrick Brown) Owner Facsimile No.: (305) 637-1749 Owner Email: wrigtt@miamidade.gov pbrown at miamidade.gov Architect: Miami-Dade County Internal Services Department Architect Contact Person: Mahmood Rezaie Architect Telephone No.: (305) 342-1318 Architect Email: rm3932@miamidade.gov Project Reference: Miami-Dade College—Building 3000 Science Laboratory Renovations Owner: Miami-Dade College Owner Contact Person: _ Ms. Gloria Baez Owner Address: 11011 S.W. 104'h Street, L-105, Miami, FL 33176 Owner Telephone No.: (305) 237-2598 Owner Facsimile No.: (305) 237-0568 Owner Email: gbaez@mdc.edu Architect: Gurri Matute, P.A. Architect Contact Person: Mr. Jose Matute, AIA Architect Telephone No.: , (305)661-0069 IIIuR. CONSTRUCTIONCO. G E N E A L C O N T R A C ,T O R 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST ' Architect Facsimile No.: (305) 661-0089 LArchitect Email: jmatute(c�r qurrimatute.com Project Reference: Miami-Dade College—Building 3000—Code Compliance Owner: Miami-Dade College Owner Contact Person: Ms. Gloria Baez Owner Address: 11011 S.W. 104th Street, L-105, Miami, FL 33176 Owner Telephone No.: (305) 237-2598 Owner Facsimile No.: (305) 237-0568 Owner Email: abaez(vmdc.edu Project Reference: Gwen Cherry Park—New Football Bleachers & Site Lighting Owner: Miami-Dade County Parks Recreation & Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Owner Address: 275 N.W. 2nd Street, 4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-7936 Owner Facsimile No.: (305) 755-7995 Owner Email: jarango(a�miamidade.gov Architect: Ferguson Glasgow Schuser Soto, Inc. (FGSS) Architect Contact Person: Ms. Natividad Soto Architect Telephone No.: (305) 443-7758 Architect Facsimile No.: (305)445-9957 Architect Email: nsoto(a)fgss.net Project Reference: Flagler Grove Park & Concession Building Owner: Village of Pinecrest Owner Contact Person: Mr. Leo Llanos, Chief Building Official Owner Address: 12456 Pinecrest Parkway, Pinecrest, FL 33156 Owner Telephone No.: (305) 234-2121 Owner Facsimile No.: (305) 234-2131 Owner Email: Ilanos a(�pinecrest-fl.qov Architect: The Russell Partnership, Inc. Architect Contact Person: Mr. Terry Holt, AIA Architect Telephone No.: (305) 663-7301 Architect Facsimile No.: (305) 663-5411 Architect Email: tholttrp-inc.com Project Reference: —1 A.D. Barnes Park Pool Room Upgrade R.T. CONSTRUCTION, CO. G E N E R A L CONTRACTOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Owner: Miami-Dade County Parks Recreation & Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Owner Address: 275 N.W. 2"d Street, 4'h Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-7936 Owner Facsimile No.: (305) 755-7995 Owner Email: jarango(a�miamidade.gov Project Reference: Bacardi Elevator Modernization Owner: Bacardi USA, Inc. Owner Contact Person: Mr. Jose "Pepe" Semper, Facilities Operations Manager Owner Address: 2100 Biscayne Boulevard, Miami, FL 33137 Owner Telephone No.: (305) 573-8600, ext. 1124 (786)402-1212 (cellular) Owner Facsimile No.: (305) 576-6195 Owner Email: jsemper(a�bacardi com Project Reference: Jae's Jewelers Interior Renovations Owner: Jae's Jeweler's, LLC Owner Contact Person: Mr. Bruce Hornick Owner Address: 237 Mircale Mile, Coral Gables, FL 33134 Owner Telephone No.: (305) 443-7724 Owner Facsimile No.: (305) 445-1760 Owner Email: jaesiewelers(a�bellsouth.net Architect: Paul A. Buzinec, F.A.I.A. Architect Contact Person: Mr. Paul A. Buzinec, F.A.I.A. Architect Telephone No.: (305) 444-7411 Architect Facsimile No.: (305) 444-7538 Architect Email: buzinecarch(cDaol.com Project Reference: Fastkit Corporate Outfits Warehouse Interior Build out Owner: Fastkit Corporate Outfits, Inc. Owner Contact Person: Mr. Jose Fernandez Owner Address: 11250 N.W. 25th Street, Suite 100, Doral, FL 33172 Owner Telephone No.: (305) 599-0839 (305) 338-6278 (cellular) Owner Facsimile No.: (305) 592-9591 Owner Email: jfdez(a�fastkit.com Architect: Angel Saqui, F.A.I.A. Architect Contact Person: Mr. Angel Saqui, F.A.I.A. 111 .R.T. CONSTRUCTION, CO. G E N E R A L C O N T R A C T O R 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Architect Telephone No.: (305)445-4544 Project Reference: Bayside Brush Concession at Miami International Airport Owner: Miami-Dade County Aviation Department Owner Contact Person: Mr. Douglas Jorge, R.A. Owner Address: P.O. Box 592075, Miami, FL 33159 _ Owner Telephone No.: (305) 876-7470 Owner Email: dioraeemiami-airport.com Tenant: I &J.C. Corporation Tenant Contact Person: Mr. Jorge Castillo Tenant Telephone No.: (305) 594-4953 (786)423-8883 (cellular) Tenant Facsimile No.: 305-594-4903 Tenant Email: jorgec@iandjccorp.com Architect: Roberto Valencia Architects, P.A. Architect Contact Person: Mr. Roberto Valencia, R.A. Architect Telephone No.: (954) 763-8445 Architect Facsimile No.: (954) 763-9557 Architect Email: mailevalenciaarchitect.com ck:v. . F� STATE OF FLORIDA 4'\ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 44E.:,1 c j CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 ct ---'17 2601 BLAIR STONE ROAD • TALLAHASSEE FL 32399-0783 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com.There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! STATE OF FLORIDA DEPARTMENT dbpr ROF EGULANION AND PROFESSIONAL CGC1505433ISSUED:06/12/2018 GENERAL CONTRACTOR �~ Y _ TARAFA,JEOVANNI ROBERTO J R T CONSTRUCTION CO Signature LICENSED UNDER CHAPTER 489,FLORIDA STATUTES EXPIRATION DATE: AUGUST 31,2020 • RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY 4 t.- ' %•*%,141 d Florida r .,„,s, „.,...,,,,, ,,T ,:.,, : .. „ , .. -:.I.. �U WE C STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1 THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES TARAFA, JEOVANNI ROBERTO ;..:- J R T CONSTRUCTION CO _!4. 3050 NW 77 COURT =, I.'�a/ DORAL --. FL 33122 ' f ' r LICENSE NUMBER: CGC1505433 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com El P:'-'30 j sit Do not alter this document in any form. II • ain V ••• ici ; This is your license. It is unlawful for anyone other than the licensee to use this document. IJ 4. _ t Flai.�Gcy fa1.wic... r5„,,s1 RightHere. Right Now cou K E S� State of Florida Department of Business and Professional Regulation This document hereby certifies that Jeovanni Roberto Tarafa has successfully completed the State Certification: General Contractor Examination this nth day of February 2003. Secretary Board lair THIS IS NOT A LICENSE OR A LOCAL CERTIFICATE OF COMPETENCY PURSUANT TO CHAPTER 489,FLORIDA STATUTES. GREEN BUSINESS CERTIFICATION-INC. CERTIFIES THAT LEED AP JeovanniTarafa HAS ATTAINED THE DESIGNATION OF BD+C LEED AP® Building Design + Construction by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED green building program. 10423267-AP-BD+C CREDENTIAL If 15 SEP 2011 ISSUED 12 OCT 2021 VALID THROUGH koist4L. row MAHESH RAMANUJAN PRESIDENT&CEO,U.S.GREEN BUILDING COUNCIL PRESIDENT& CEO,GREEN BUSINESS CERTIFICATION INC. r 'ICRO PRIN IGNA - LI IID.41/ UP UN• = A NI ATI.", 2018-2019 �� ,. 08536 LOCAL BUSINESS TAX RECEIPT CITY OF DORAL, FLORIDA 8401 Northwest 53rd Terrace MACHINES: Doral, Florida 33166 SEATS: &i‘ \ \\", _\ � \ (305)593-6631 STATE LIC.#. wo �� SP IALTY BUILDING CONTTOR EMPLOYEES, 13 ac• ' LICENSE FEE: $69.00 FOR THE PERIOD COMMENCING QGTOI H I,2018 AND ENDING SEPTE''•\ f3\ ,. b° I ENGAGE IN THE FOLL �\ G\ SL `' \�I ' Business Name JFtT CuN UCTION CO - , \� \\\\ \,,J OVANNI R. TARAFA R \" -\; ,3050 NW 77 CT '-. A\ s '\,-•DORAL, FL 33122 SS' \\� QUAL'-_'�,.J; ANNI R;'$' . :FA,NO RETAIL SALES,NO Chief Icensing Official Conditions: OUTS\, T \\ GE OR�\\i< YS,DRY USE ONLY. .\ .M401 N W 53rd Terrace, Doral,'Etilleal4 e,; ,www.ci ofdoral.com•305-593-6631 • Fax 305-593-6616 ART FI IAL WAT.- •RK SCR N DONT• : . • •• „ENT CERTIFICATE OF USE 04/03/2017 2017010260 t ' ,, f JRT CONSTRUCTION �0 J I iFr --..`. .... .r vt it / • CERTIFIED GENERAL COI TRACTQR 1. . .,- litri iiAt i 3050 NW 77 CT DORAL, FL 33122 \ \ -' THE BUILDING ERECTED AND/OR ALTERED UPON THE ABOVE PREMISES HAS BEEN COMPLETED IN ACCORDANCE WITH ZONING AND CODE REQUREMENTS AND WITH PLANS AND/OR SPECIFICATIONS SUBMITTED TO THE CITY OF DORAL COMMUNITY DEVELOPMENT DEPARTMENT. THIS CERTIFICATE IS ISSUED TO THE ABOVE NAMED APPLICANT FOR THE ABOVE NAMED LOCATION ONLY UPON THE EXPRESS CONDITION THAT THE APPLCANT WILL ABIDE BY AND COMPLY WITH ALL APPLICABLE ORDINANCES AND/OR BUILDING CODES PERTAINING TO THE ERECTION, CONTRUCTION,ALTERATION,REMODELING, OR USE OF BUILDINGS OR STRUCTURES. RESTRICTIONS: Square Footage: 4,000 QUALIFIER JEOVANNI R. TARAFA, NO No. of Seats/Rooms: 0/ 0 �� --/---- - RETAIL SALES, NO OUTSIDE STORAGE OR DISPLAYS, DRY USE ONLY. Julian H. Perez, AICP, CFM Planning and Zoning Department Director DPR3020CU PLANNING AND ZONING DEPARTMENT 003790 Local Business Tax Recei1pt a,~ p Miami—Dade County, State of Florida -THIS IS NOT A BILL-DO NOT PAY 5105887 BUSINESS"NAM E/LOCATION RECEIPT NO. EXPIRES JRT CONSTRUCTION CO RENEWAL SEPTEMBER 30, 2019 3050 NW 77TH CT 5333547 Must be displayed at place of business DORAL FL 33122 Pursuant to County Code Chapter 8A-Art. 9 & 10 OWNER SEC. TYPE OF BUSINESS PAYMENT RECEIVED JRT CONSTRUCTION CO 196 GENERAL BUILDING CONTRACTOR BY TAX COLLECTOR C/O JEOVANNI R TARAFA QUALIFIER CGC1505433 $45.00 09/11/2018 Worker(s) 2 CREDITCARD-18-067804 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit,or a certification of the holder's qualifications,to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade Code Sec 8a-276. r For more information,visit www:miamidade.gol xcollector TAB B.2 - APPENDIX C - REQUIRED EXECUTED FORMS FOR BID SUBMITTAL kJ.R.T. CONSTRUCTION, CO. G E N E R AL CON TR A C T OR PJ .R.T. CONSTRUCTION, ca G E N E R AL CON TR AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 July 23, 2019 City of Miami Beach Procurement Department 1755 Meridian Avenue Miami Beach, FL 33039 Attn: Mr. Danny Flores, Contracting Officer Re: ITB No.: 2019-002-DF — Middle Beach Recreational Corridor (MBRC) Phase III (From 24th to 45th Street) Subj: Response to Section 0500— Bid Submittal Requirements & Format, Tab B.2— Appendix C — Required Executed Forms for Bid Submittal (as applicable) Dear Sir or Madame: Per the Bid Submission format listed in the ITB, Tab B Item No. 2 requires the submittal of Appendix C—Required Forms for Bid Submittal (as applicable). However,Appendix C includes FDOT Supplemental Conditions for this project and does not require forms to be completed and executed for the bid submittal. Please refer to Tab E of our bid proposal/submittal for the fully completed and executed bid forms found in Appendix's A, D, J & K, including the Price Form, Bid Tender Form and supplements. If you have any questions or require any additional information, please don't hesitate to contact me at any time. Sincerely yours, J.R.T. Construction, Co. I Ire ., -ovanni R. Tarafa, LE AP, BD+C resident TAB C - FINANCIAL STATEMENTS . 99". STRUCTION, CO. P .L'EINT EC O N T R A C T O R '"--****) J .R.T. CONSTRUCTION, CO. v E N E R AL CON T R AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 July 23, 2019 City of Miami Beach Procurement Department 1755 Meridian Avenue Miami Beach, FL 33039 Attn: Mr. Danny Flores, Contracting Officer Re: ITB No.: 2019-002-DF — Middle Beach Recreational Corridor (MBRC) Phase III (From 24th to 45th Street) Subj: Response to Section 0500 — Bid Submittal Requirements & Format, Tab C — Financial Statements, Item No. 01 & 02 — Financial Statements Dear Sir or Madame: Please consider this letter our response to Section 0500 — Bid Submittal Requirements and Format, Tab C — Financial Statements, Item No. 01 & 02 — Financial Statements. J.R.T. Construction, Co. (JRT) will submit a D&B Supplier Evaluation Report upon request of City Administration as stipulated in Section 0500—Bid Submittal Requirements and Format,Tab C — Financial Statements. If requested by the City, JRT will submit financial statements for each of the last two complete fiscal years within ten (10) calendar days upon request. JRT is not co-venturing with another firm on this project. If you have any questions or require any additional information, please don't hesitate to contact me at any time. Sincerely yours, J.R.T. Construction, Co. ---44^6 ----- / Jeovanni R. Tarafa, LEED AP, BD+C President TAB D - PREVIOUS EXPERIENCE & KEY PERSONNEL PJ.R.T. CONSTRUCTION, CO. GENER AL CON TR AC TOR 11 . . IHRRTCONSTRUCTIONCO G E N E A L C O N T R A C ,T O R. 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 July 23, 2019 City of Miami Beach Procurement Department 1755 Meridian Avenue Miami Beach, FL 33039 Attn: Mr. Danny Flores, Contracting Officer Re: ITB No.: 2019-002-DF — Middle Beach Recreational Corridor(MBRC) Phase III (From 24th to 45th Street) Subj: Response to Tab D—Previous Experience and Key Personnel Dear Mr. Flores: Attached herein please find J.R.T. Construction, Co.'s (JRT) proposed Team (see Tab D.1), organizational chart with key personnel and subcontractors proposed for the project (see Tab D.2), and a staffing plan illustrating the key elements of JRT's proposed organizational structure (see Tab D.3). The name of the individuals who will serve as primary contact with the City will be: 1. Jeovanni R. Tarafa, President 2. Jose Arana, Project Manager 3. Carlos R. Tarafa, Sr. Project Manager 4. Felipe Rodriguez, Superintendent 5. Roberto C. Tarafa, Vice-President/Chief Financial Officer The primary contact for the City of Miami Beach(City)to ensure high quality service is provided to the City will be Jeovanni R. Tarafa,who is JRT's President and Chief Executive Officer, and Jose Arana,who served as JRT's Project Manager for the MBRC—Phase II—Section 1 and 2 projects consisting of over 9,000 linear feet of beach walk between several condominium buildings and the beach. Jeovanni manages and supervises all operations for JRT and issues all firm assignments to JRT staff. Jeovanni is JRT's Contract Administrator for all projects and contracts of the firm. Please refer to the enclosed Staffing Plan identifying staff members/position and the responsibilities (of each member/position) for administering the Contract and providing high quality service to the City. In addition please find an organization chart for our firm and resumes for other members of the JRT team who are highly qualified construction and business professionals readily available to assign work to work on this project. We are also including JRT's Work Methodology Plan for Construction and Post-construction services. If you have any questions or require any additional information, please don't hesitate to contact me at any time. Sincerely yours, Jr.T. Constr .on, C eovanni R. Tarafa, LEED P, BD+C resident TAB D.1 - CONTRACTORS TEAM & KEY PERSONNEL PPTR. C9 . S:riYCTNTION, CO. Z R R A C T O R Jeovanni R. Tarafa, AIA, LEED AP - President \ IIP J ■ ■ Mr. Tarafa has twenty-four years of experience in .. T \ ■ :7 4 N I the field of construction and contract administration, CONSTRUCTION, CO. and has personally been involved in the decision making process of over $85 million worth of institutional &governmental contracts. Relevant Project Experience Includes the Following: Years of Experience Ben Sheppard Elementary, Miami, FL 24 Years Valuation: $5,050,000 I Size: 125,000 SF Owner: Miami-Dade County Public Schools Education Bachelors of Architecture, Miami Beach Recreational Corridor—Section 2, Miami Beach, FL University of Miami Valuation: $3,100,000 I Size: 500,000 SF Owner: City of Miami Beach Registrations & Licensing Miami Beach Recreational Corridor-Section 1, Miami Beach, FL Certified General Contractor, Valuation: $4,900,000 I Size: 500,000 SF State of Florida Owner: City of Miami Beach LEED AP Building Design & Oak Grove Park Community Center, North Miami Beach, FL Construction Valuation: $9,300,000 I Size: 260,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Professional Affiliations Associate, American Institute of Pinecrest Villa Townhomes, Pinecrest, FL Architects Valuation: $3,400,000 I Size: 47,000 SF Owner: Pinecrest East, LLC Certifications Jack D. Gordon Elementary School, Miami, FL OSHA 30 Valuation: $2,300,000 I Size: 127,000 SF Owner: Miami Dade County Public Schools JRT Construction, Co. TIG Holdings, LLC Office Building Renovations, Doral, FL 3050 NW 77th Court. Valuation: $1,300,000 I Size: 38,000 SF Doral, FL 33122 Owner: TIG Holdings, LLC Regatta Park(Phase I, II, Ill) & Dinner Key Marina Plaza, Miami, FL Valuation: $10,170,000 I Size: 305,000 SF Owner: City of Miami Amelia Earhart Park Soccer Community Complex, Hialeah, FL Valuation: $3,250,000 I Size: 516,000 SF Owner: Miami Dade County Parks, Recreation & Open Spaces Pelican Marina Utilities Replacement, Miami, FL Valuation: $2,150,000 I Size: 250,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Goulds Park Aquatic Center& Facility Renovations, Miami, FL Valuation: $1,750,000 I Size: 135,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Naranja Park Aquatic Center& Facility Renovations, Miami, FL Valuation: $1,620,000 I Size: 218,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces 1 Jose Arana, B.A., M. Arch. — Project Manager At %•N Mr. Arana has seven years of experience in the field ` J . R■T. of construction and contract administration, and has111 CONSTRUCTION, CO. personally been involved in the decision making process of over $5 million worth of construction contracts. Relevant Prosect Experience Includes the Following: Years of Experience 7 Years Miami Beach Recreational Corridor—Section 2, Miami Beach, FL Valuation: $3,100,000 I Size: 500,000 SF Owner: City of Miami Beach Education Master's in Architecture, Miami Beach Recreational Corridor—Section 1, Miami Beach, FL Florida International University Valuation: $4,900,000 I Size: 500,000 SF Owner: City of Miami Beach Registrations & Licensing TIG Holdings, LLC Office Building Renovations, Doral, FL Certificate of Competency— Valuation: $1,300,000 I Size: 38,000 SF Swimming Pool Contractor, Owner: TIG Holdings, LLC Miami Dade County Regatta Park (Phase I, II, Ill) & Dinner Key Marina Plaza, Miami, FL Valuation: $10,170,000 I Size: 305,000 SF Certifications Owner: City of Miami OSHA 30 Amelia Earhart Park Soccer Community Complex, Hialeah, FL JRT Construction, Co. Valuation: $3,250,000 I Size: 516,000 SF 3050 NW 77th Court. Owner: Miami Dade County Parks, Recreation & Open Spaces Doral, FL 33122 Virginia Key Clearing and Grubbing, Key Biscayne, FL Valuation: $1,600,000 I Size: 999,999 SF Owner: Miami Dade Division of Solid Waste Management Olinda Elementary Playground Valuation: $103,000 I Size: 8,000 SF Owner: Miami Dade County Public Schools Banyan Elementary Playground Valuation: $105,000 I Size: 10,000 SF Owner: Miami Dade County Public Schools Emerson Elementary Playground Valuation: $81,000 I Size: 8,000 SF Owner: Miami Dade County Public Schools Sunset Park Elementary Playground Valuation: $94,000 I Size: 7,500 SF Owner: Miami Dade County Public Schools Felix Varela High School Playground Valuation: $26,000 I Size: 2,500 SF Owner: Miami Dade County Public Schools Carlos R. Tarafa, CGC— Project Manager PIIIJ Mr. Tarafa has twenty-four years of experience in R■T. the field of construction and contract administration, CONSTRUCTION, CO. and has personally been involved in the decision making process of over $50 million worth of construction contracts. Relevant Project Experience Includes the Following: Years of Experience 24 Years Miami Beach Recreational Corridor—Section 1, Miami Beach, FL Valuation: $4,900,000 I Size: 500,000 SF Owner: City of Miami Beach Education Bachelors of Science, Oak Grove Park Community Center, North Miami Beach, FL University of Miami Valuation: $9,300,000 I Size: 260,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Registrations & Licensing Pinecrest Villa Townhomes, Pinecrest, FL Certified General Contractor, Valuation: $3,400,000 I Size: 47,000 SF State of Florida Owner: Pinecrest East, LLC Real Estate, State of Florida Jack D. Gordon Elementary School, Miami, FL Valuation: $2,300,000 I Size: 127,000 SF Certifications Owner: Miami Dade County Public Schools OSHA 30 TIG Holdings, LLC Office Building Renovations, Doral, FL JRT Construction, Co. Valuation: $1,300,000 I Size: 38,000 SF 3050 NW 77t'' Court. Owner: TIG Holdings, LLC Doral, FL 33122 Regatta Park(Phase I, II, Ill)& Dinner Key Marina Plaza, Miami, FL Valuation: $10,170,000 I Size: 305,000 SF Owner: City of Miami Amelia Earhart Park Soccer Community Complex, Hialeah, FL Valuation: $3,250,000 I Size: 516,000 SF Owner: Miami Dade County Parks, Recreation & Open Spaces Virginia Key Clearing and Grubbing, Key Biscayne, FL Valuation: $1,600,000 I Size: 999,999 SF Owner: Miami Dade Division of Solid Waste Management Pelican Marina Utilities Replacement, Miami, FL Valuation: $2,150,000 I Size: 250,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Goulds Park Aquatic Center& Facility Renovations, Miami, FL Valuation: $1,750,000 I Size: 135,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Naranja Park Aquatic Center& Facility Renovations, Miami, FL Valuation: $1,620,000 I Size: 218,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Miami Metro Zoo Playground & Lakeside Pavilion Valuation: $2,100,000 I Size: 130,000 SF Owner: Miami Dade County Parks, Recreation & Open Spaces Roberto C. Tarafa —Chief Financial Officer Mr. Tarafa has 22 years of experience in the field of J R■TM accounting, construction & contract administration, \CONSTRUCTION, CO. and is responsible for all project related financial I matters, subcontract awards, affirmative action programs&Minority Business Enterprise procurement. Relevant Project Experience Includes the Following: Years of Experience Ben Sheppard Elementary, Miami, FL 22 Years Valuation: $5,050,000 I Size: 125,000 SF Owner: Miami-Dade County Public Schools Education Bachelors of Business Miami Beach Recreational Corridor—Section 2, Miami Beach, FL Administration, Valuation: $3,100,000 I Size: 500,000 SF Florida International University Owner: City of Miami Beach Miami Beach Recreational Corridor—Section 1, Miami Beach, FL Registrations & Licensing Valuation: $4,900,000 I Size: 500,000 SF Real Estate, State of Florida Owner: City of Miami Beach Oak Grove Park Community Center, North Miami Beach, FL JRT Construction, Co. Valuation: $9,300,000 I Size: 260,000 SF 3050 NW 77th Court. Owner: Miami Dade County Parks, Recreation & Open Spaces Doral, FL 33122 Pinecrest Villa Townhomes, Pinecrest, FL Valuation: $3,400,000 I Size: 47,000 SF Owner: Pinecrest East, LLC Jack D. Gordon Elementary School, Miami, FL Valuation: $2,300,000 I Size: 127,000 SF Owner: Miami Dade County Public Schools TIG Holdings, LLC Office Building Renovations, Doral, FL Valuation: $1,300,000 I Size: 38,000 SF Owner: TIG Holdings, LLC Regatta Park(Phase I, II, I11) & Dinner Key Marina Plaza, Miami, FL Valuation: $10,170,000 I Size: 305,000 SF Owner: City of Miami Amelia Earhart Park Soccer Community Complex, Hialeah, FL Valuation: $3,250,000 I Size: 516,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Pelican Marina Utilities Replacement, Miami, FL Valuation: $2,150,000 I Size: 250,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Goulds Park Aquatic Center& Facility Renovations, Miami, FL Valuation: $1,750,000 I Size: 135,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Naranja Park Aquatic Center& Facility Renovations, Miami, FL Valuation: $1,620,000 I Size: 218,000 SF Owner: Miami Dade County Parks, Recreation & Open Spaces TAB D.2 - ORGANIZATIONAL CHART P '.!' . 99"sTic:,(Y9TRI9"ITcPR. -NT E J.R.T. CONSTRUCTION, CO. __GENERAL CONTRACTOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 ORGANIZATION CHART City of Miami Beach I J.R.T. Construction, Co. 1 Architect/Engineer of Record Principal:Jeovanni R.Tarafa,LEED AP BD+C ___l_ Laura Guerrero Jeovannl R.Tarafa,Assoc.AIA,LEED AP BD+C Architect/Engineer Project Manager Administrative Assistant President/Chief Executive Officer \ / 11 - I l 1 Roberto M.Tarafa,R.A.,CGC Luis B.Pasos,CGC Roberto C.Tarafa 1 Sr.Project Manager Sr.Estimator Chief Financial Officer Architect/Engineer Staff 8 Consultants r Carlos R.Tarafa,CGC Michael Vichot,CGC Vicky Perez Sr.Project Manager Bid Coordinator/AutoCAD Operator Office Manager 1 Jose Arana,MArch Felipe Rodriguez Fernando Tarafa On-Site Project Manager On-Site Superintendent On-Site Foreman \ i \ --- J \ -- I - All Green Nursery,Inc. CSE Paving of Florida,Inc. Nabuc Plumbing,Corp. F&L Fire&Electrical Systems,Inc. Landscape Subcontractor Paver Subcontractor Plumbing Subcontractor Electrical Subcontractor i —J Jeovanni R. Tarafa, AIA, LEED AP - President P .CONSTRUCTION, Mr. Tarafa has twenty-four years of experience inJR■t■ dr the field of construction and contract administration,40. and has personally been involved in the decision CO. making process of over $85 million worth of institutional &governmental contracts. Relevant Project Experience Includes the Following: Years of Experience 24 Years Ben Sheppard Elementary, Miami, FL Valuation: $5,050,000 I Size: 125,000 SF Owner: Miami-Dade County Public Schools Education Bachelors of Architecture, Miami Beach Recreational Corridor—Section 2, Miami Beach, FL University of Miami Valuation: $3,100,000 I Size: 500,000 SF Owner: City of Miami Beach Registrations & Licensing Miami Beach Recreational Corridor—Section 1, Miami Beach, FL Certified General Contractor, Valuation: $4,900,000 I Size: 500,000 SF State of Florida Owner: City of Miami Beach LEED AP Building Design & Oak Grove Park Community Center, North Miami Beach, FL Construction Valuation: $9,300,000 I Size: 260,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Professional Affiliations Associate, American Institute of Pinecrest Villa Townhomes, Pinecrest, FL Architects Valuation: $3,400,000 I Size: 47,000 SF Owner: Pinecrest East, LLC Certifications Jack D. Gordon Elementary School, Miami, FL OSHA 30 Valuation: $2,300,000 I Size: 127,000 SF Owner: Miami Dade County Public Schools JRT Construction, Co. TIG Holdings, LLC Office Building Renovations, Doral, FL 3050 NW 77th Court. Valuation: $1,300,000 I Size: 38,000 SF Doral, FL 33122 Owner: TIG Holdings, LLC Regatta Park(Phase I, II, Ill) & Dinner Key Marina Plaza, Miami, FL Valuation: $10,170,000 I Size: 305,000 SF Owner: City of Miami Amelia Earhart Park Soccer Community Complex, Hialeah, FL Valuation: $3,250,000 Size: 516,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Pelican Marina Utilities Replacement, Miami, FL Valuation: $2,150,000 I Size: 250,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Goulds Park Aquatic Center& Facility Renovations, Miami, FL Valuation: $1,750,000 I Size: 135,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Naranja Park Aquatic Center& Facility Renovations, Miami, FL Valuation: $1,620,000 I Size: 218,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces _.. 4, STATE OF FLORIDA 4 :, _ ____-_-,:,%„ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION e c ,:,4'.,-1 CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 Y`$ 2601 BLAIR STONE ROAD ''" TALLAHASSEE FL 32399-0783 COD ti; to Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com.There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly.We constantly strive to serve you better so that you can serve your customers.Thank you for doing business in Florida, and congratulations on your new license! STATE OF FLORIDA DEPARTMENT d bpl OF BUSINESS AND PROFESSIONAL REGULATION CGC1505433 ISSUED:06/12/2018 GENERAL CONTRACTOR TARAFA,JEOVANNI ROBERTO J R T CONSTRUCTION CO Signature LICENSED UNDER CHAPTER 489,FLORIDA STATUTES EXPIRATION DATE: AUGUST 31,2020 LEEDIA GREEN BUSINESS CERTIFICATION INC. CERTIFIES THAT Jeovanni Tarafa HAS ATTAINED THE DESIGNATION OF BD+C LEED AP(') Building Design + Construction by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED green building program. 10423267-AP-BD+C CREDENTIAL ID 15 SEP 2011 IS)UEL 13 OCT 2019 VALID THROUCI KILlb MAHESH RAMANUJAN PRESIDENT& CEO, U.S. GREEN BUILDING COUNCIL PRESIDENT& CEO, GREEN BUSINESS CERTIFICATION INC. Roberto C. Tarafa —Chief Financial Officer PIIli Mr. Tarafa has 22 years of experience in the field of • R■T■ ' accounting, construction & contract administration,and is responsible for all project related financialONSTRUCTION, CO. j matters, subcontract awards, affirmative action programs&Minority Business Enterprise procurement. Relevant Project Experience Includes the Following: Years of Experience Ben Sheppard Elementary, Miami, FL 22 Years Valuation: $5,050,000 I Size: 125,000 SF Owner: Miami-Dade County Public Schools Education Bachelors of Business Miami Beach Recreational Corridor—Section 2, Miami Beach, FL Administration, Valuation: $3,100,000 I Size: 500,000 SF Florida International University Owner: City of Miami Beach Miami Beach Recreational Corridor—Section 1, Miami Beach, FL Registrations & Licensing Valuation: $4,900,000 I Size: 500,000 SF Real Estate, State of Florida Owner: City of Miami Beach Oak Grove Park Community Center, North Miami Beach, FL JRT Construction, Co. Valuation: $9,300,000 I Size: 260,000 SF 3050 NW 77th Court. Owner: Miami Dade County Parks, Recreation &Open Spaces Doral, FL 33122 Pinecrest Villa Townhomes, Pinecrest, FL Valuation: $3,400,000 I Size: 47,000 SF Owner: Pinecrest East, LLC Jack D. Gordon Elementary School, Miami, FL Valuation: $2,300,000 I Size: 127,000 SF Owner: Miami Dade County Public Schools TIG Holdings, LLC Office Building Renovations, Doral, FL Valuation: $1,300,000 I Size: 38,000 SF Owner: TIG Holdings, LLC Regatta Park(Phase I, II, Ill)& Dinner Key Marina Plaza, Miami, FL Valuation: $10,170,000 I Size: 305,000 SF Owner: City of Miami Amelia Earhart Park Soccer Community Complex, Hialeah, FL Valuation: $3,250,000 I Size: 516,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Pelican Marina Utilities Replacement, Miami, FL Valuation: $2,150,000 I Size: 250,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Goulds Park Aquatic Center& Facility Renovations, Miami, FL Valuation: $1,750,000 I Size: 135,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Naranja Park Aquatic Center& Facility Renovations, Miami, FL Valuation: $1,620,000 I Size: 218,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Roberto M. Tarafa, R.A., CGC — Sr. Proj. Mgr. Mr. Tarafa has forty-four years of experience in construction and contract administration, and has ■t personally been involved in over$500 million worth ST CONRUCTION, Co.■ of institutional & governmental contracts. Relevant Project Experience Includes the Following: Years of Experience Oak Grove Park Community Center, North Miami Beach, FL 44 Years Valuation: $9,300,000 I Size: 260,000 SF Owner: Miami Dade County Parks, Recreation & Open Spaces Education Pinecrest Villa Townhomes, Pinecrest, FL Bachelors of Architecture, Valuation: $3,400,000 I Size: 47,000 SF University of Miami Owner: Pinecrest East, LLC Jack D. Gordon Elementary School, Miami, FL Registrations & Licensing Valuation: $2,300,000 I Size: 127,000 SF Certified General Contractor, Owner: Miami Dade County Public Schools State of Florida TIG Holdings, LLC Office Building Renovations, Doral, FL Registered Architect, State of Valuation: $1,300,000 I Size: 38,000 SF Florida Owner: TIG Holdings, LLC N.C.A.R.B. Certified Architect Regatta Park(Phase I, II, III)& Dinner Key Marina Plaza, Miami, FL Professional Affiliations Valuation: $10,170,000 I Size: 305,000 SF Associate, American Institute of Owner: City of Miami Architects Amelia Earhart Park Soccer Community Complex, Hialeah, FL Valuation: $3,250,000 I Size: 516,000 SF JRT Construction, Co. Owner: Miami Dade County Parks, Recreation &Open Spaces 3050 NW 77th Court. Doral, FL 33122 Miami Metro Zoo Playground & Lakeside Pavilion Valuation: $2,100,000 I Size: 130,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Florida Memorial College Valuation: $7,800,000 I Size: 87,120 SF Owner: Florida Memorial College Ft. Lauderdale Fire Station Valuation: $5,370,000 I Size: 32,000 SF Owner: City of Ft. Lauderdale Kinloch Park Middle School Valuation: $5,600,000 I Size:40,000 SF Owner: Miami Dade County Public Schools Ponce De Leon Middle School Valuation: $4,879,000 I Size: 38,000 SF Owner: Miami Dade County Public Schools Shenandoah Middle School Valuation: $5,850,000 I Size: 40,000 SF Owner: Miami Dade County Public Schools 6/13/2019 DBPR-TARAFA,ROBERTO M,Architect 11:53:34 AM 6/13/2019 Licensee Details Licensee Information Name: TARAFA, ROBERTO M (Primary Name) Main Address: 3050 NW 77TH COURT DORAL Florida 33122 County: DADE License Mailing: LicenseLocation: License Information License Type: Architect Rank: Architect License Number: AR0007701 Status: Current,Active Licensure Date: 05/12/1978 Expires: 02/28/2021 Special Qualifications Qualification Effective Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road,Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer.Copyright 2007-2010 State of Florida.Privacy Statement Under Florida law,email addresses are public records.If you do not want your email address released in response to a public-records request, do not send electronic mail to this entity.Instead,contact the office by phone or by traditional mail.If you have any questions,please contact 850.487.1395.'Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S. must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public. https://www.myfloridalicense.com/LicenseDetail.asp?SID=Bid=26B6C57E17F4E4F61611 B4D77BF505C8 1/1 - RICK SCOTT,GOVERNOR pk:; .,<. �TE;•. JONATHAN ZACHEM,SECRETARY 4=14, ' -��-�:o�, dbrH t. .,„, i., : ,,,,,: ..,. . s . : co -.., STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES ! TARAFA, ROBERTO M TARAFA CONSTRUCTION INC :.-. --. 3050 NW 77TH COURT :-- _,•'� , ,►` DORAL ,, to,,. FL 33122 A► % I •ii,,,,, * -'. - 4I.., .t ti I��. ,..., , , * i ^�„. r r LICENSE NUMBER: CGC009633 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com El IE-f.AEI Vr••.T-,' Do not alter this document in any form. - .4*.4;47i.:13 • This is your license. It is unlawful for anyone other than the licensee to use this document. Carlos R. Tarafa, CGC— Project Manager \ Mr. Tarafa has twenty-four years of experience in J • R■1 the field of construction and contract administration, \CONSTRUCTION, CO.. and has personally been involved in the decision making process of over $50 million worth of construction contracts. Relevant Project Experience Includes the Following: Years of Experience 24 Years Miami Beach Recreational Corridor—Section 1, Miami Beach, FL Valuation: $4,900,000 I Size: 500,000 SF Owner: City of Miami Beach Education Bachelors of Science, Oak Grove Park Community Center, North Miami Beach, FL University of Miami Valuation: $9,300,000 I Size: 260,000 SF Owner: Miami Dade County Parks, Recreation & Open Spaces Registrations & Licensing Pinecrest Villa Townhomes, Pinecrest, FL Certified General Contractor, Valuation: $3,400,000 I Size: 47,000 SF State of Florida Owner: Pinecrest East, LLC Real Estate, State of Florida Jack D. Gordon Elementary School, Miami, FL Valuation: $2,300,000 I Size: 127,000 SF Certifications Owner: Miami Dade County Public Schools OSHA 30 TIG Holdings, LLC Office Building Renovations, Doral, FL JRT Construction, Co. Valuation: $1,300,000 I Size: 38,000 SF 3050 NW 77th Court. Owner: TIG Holdings, LLC Doral, FL 33122 Regatta Park(Phase I, II, Ill) & Dinner Key Marina Plaza, Miami, FL Valuation: $10,170,000 I Size: 305,000 SF Owner: City of Miami Amelia Earhart Park Soccer Community Complex, Hialeah, FL Valuation: $3,250,000 I Size: 516,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Virginia Key Clearing and Grubbing, Key Biscayne, FL Valuation: $1,600,000 I Size: 999,999 SF Owner: Miami Dade Division of Solid Waste Management Pelican Marina Utilities Replacement, Miami, FL Valuation: $2,150,000 I Size: 250,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Goulds Park Aquatic Center& Facility Renovations, Miami, FL Valuation: $1,750,000 I Size: 135,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Naranja Park Aquatic Center& Facility Renovations, Miami, FL Valuation: $1,620,000 I Size: 218,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Miami Metro Zoo Playground & Lakeside Pavilion Valuation: $2,100,000 I Size: 130,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces ek.., TE, RICK SCOTT,GOVERNOR JONATHAN ZACHEM, SECRETARY Florida t.*7c- /20\,b.1 r 11?"50) gad%4 T� STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES , ~ Ij TARAFA, CARLOS ROBERTO J.R.T. CONSTRUCTION '. 8857 NW 117 STREETS C's' HIALEAH GARDENS FL 33018 .. * `a ' i '4/ 1►��J a.r. .+...,':e* * I LICENSE NUMBER: CGC1506636 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Elk14,11:A El ;I• • t \. _. Do not alter this document in any form. 4!!Ifj �+=-.4,•• o This is your license. It is unlawful for anyone other than the licensee to use this document. Luis Pasos, CGC -Senior Estimator \ , Mr. Pasos has thirty four years of experience in the ` J • R■�� field of construction, engineering, and contract \ CONSTRUCTION, CO. administration, and has personally been involved in the decision making process of over $100 million A IF worth of construction contracts. Relevant Project Experience Includes the Following: Years of Experience Ben Sheppard Elementary, Miami, FL 34 Years Valuation: $5,050,000 I Size: 125,000 SF Owner: Miami-Dade County Public Schools Education Bachelors of Science & Civil Miami Beach Recreational Corridor—Section 2, Miami Beach, FL Engineering, Case Western Valuation: $3,100,000 I Size: 500,000 SF University Owner: City of Miami Beach Miami Beach Recreational Corridor—Section 1, Miami Beach, FL Registrations & Licensing Valuation: $4,900,000 I Size: 500,000 SF Certified General Contractor, Owner: City of Miami Beach State of Florida Oak Grove Park Community Center, North Miami Beach, FL Certified Renovator, Valuation: $9,300,000 I Size: 260,000 SF State of Florida Owner: Miami Dade County Parks, Recreation &Open Spaces JRT Construction, Co. Pinecrest Villa Townhomes, Pinecrest, FL 3050 NW 77th Court. Valuation: $3,400,000 I Size:47,000 SF Doral, FL 33122 Owner: Pinecrest East, LLC Jack D. Gordon Elementary School, Miami, FL Valuation: $2,300,000 I Size: 127,000 SF Owner: Miami Dade County Public Schools TIG Holdings, LLC Office Building Renovations, Doral, FL Valuation: $1,300,000 I Size: 38,000 SF Owner: TIG Holdings, LLC Regatta Park(Phase I, II, Ill) & Dinner Key Marina Plaza, Miami, FL Valuation: $10,170,000 I Size: 305,000 SF Owner: City of Miami Amelia Earhart Park Soccer Community Complex, Hialeah, FL Valuation: $3,250,000 I Size: 516,000 SF Owner: Miami Dade County Parks, Recreation &Open Spaces Virginia Key Clearing and Grubbing, Key Biscayne, FL Valuation: $1,600,000 I Size: 999,999 SF Owner: Miami Dade Division of Solid Waste Management Pelican Marina Utilities Replacement, Miami, FL Valuation: $2,150,000 I Size: 250,000 SF Owner: Miami Dade County Parks, Recreation & Open Spaces Emerson Elementary Playground, Miami, FL Valuation: $81,000 I Size: 8,000 SF Owner: Miami Dade County Public Schools DBPR- PASOS, LUIS B; 2:23:28 PM 9/17/2018 Licensee Details Licensee Information Name: PASOS, LUIS B (Primary Name) Main Address: 12286 SW 122 STREET MIAMI Florida 33186 County: DADE License Mailing: LicenseLocation: 12286 SW 122 STREET MIAMI FL 33186 County: DADE License Information License Type: Certified General Contractor Rank: Cert General License Number: CGCO23808 Status: Current,Active Licensure Date: 11/08/1982 Expires: 08/31/2020 Special Qualifications Qualification Effective Construction Business 02/20/2004 Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road.Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer.Copyright 2007-2010 State of Florida.Privacy_Statement Under Florida law,email addresses are public records. If you do not want your email address released in response to a public-records request,do not send electronic mail to this entity.Instead,contact the office by phone or by traditional mail.If you have any questions,please contact 850.487.1395.'Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee.However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public. https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=C08866ADD5C245DCC... I Jose Arana, B.A., M. Arch. — Project Manager t+af Mr. Arana has seven years of experience in the field \ J R■�� of construction and contract administration, and has ST \ CONRUCTION, CO. personally been involved in the decision making process of over $5 million worth of construction contracts. Relevant Project Experience Includes the Following: Years of Experience 7 Years Miami Beach Recreational Corridor—Section 2, Miami Beach, FL Valuation: $3,100,000 I Size: 500,000 SF Owner: City of Miami Beach Education Master's in Architecture, Miami Beach Recreational Corridor—Section 1, Miami Beach, FL Florida International University Valuation: $4,900,000 I Size: 500,000 SF Owner: City of Miami Beach Registrations & Licensing TIG Holdings, LLC Office Building Renovations, Doral, FL Certificate of Competency— Valuation: $1,300,000 Size: 38,000 SF Swimming Pool Contractor, Owner: TIG Holdings, LLC Miami Dade County Regatta Park(Phase I, II, Ill) & Dinner Key Marina Plaza, Miami, FL Valuation: $10,170,000 I Size: 305,000 SF Certifications Owner: City of Miami OSHA 30 Amelia Earhart Park Soccer Community Complex, Hialeah, FL JRT Construction, Co. Valuation: $3,250,000 I Size: 516,000 SF 3050 NW 77th Court. Owner: Miami Dade County Parks, Recreation & Open Spaces Doral, FL 33122 Virginia Key Clearing and Grubbing, Key Biscayne, FL Valuation: $1,600,000 I Size: 999,999 SF Owner: Miami Dade Division of Solid Waste Management Olinda Elementary Playground Valuation: $103,000 I Size: 8,000 SF Owner: Miami Dade County Public Schools Banyan Elementary Playground Valuation: $105,000 I Size: 10,000 SF Owner: Miami Dade County Public Schools Emerson Elementary Playground Valuation: $81,000 I Size: 8,000 SF Owner: Miami Dade County Public Schools Sunset Park Elementary Playground Valuation: $94,000 I Size: 7,500 SF Owner: Miami Dade County Public Schools Felix Varela High School Playground Valuation: $26,000 I Size: 2,500 SF Owner: Miami Dade County Public Schools Arturo O. Salow, R.A., CGC —Project Manager j Mr. Salow has 33 Years of experience in construction and contract administration and has personally been involved in over$100 million work of 1 11111i1 • R III TII -CONSTRUCTION, CO. ' institutional, commercial, retail, and multifamily • projects. Relevant Project Experience Includes the Following: Years of Experience Ben Sheppard Elementary, Miami, FL 33 Years Valuation: $5,050,000 I Size: 125,000 SF Owner: Miami-Dade County Public Schools Education Master's in Architecture, Oak Grove Park Community Center, North Miami Beach, FL Tulane University Valuation: $9,300,000 I Size: 260,000 SF Owner: Miami Dade County Parks, Recreation & Open Spaces Registrations & Licensing Christopher Columbus School Renovations Certified General Contractor, Valuation: $250,000 I Size: 3,500 SF State of Florida Owner: Miami-Dade County Public Schools Registered Architect, State of K-12 Charter School Development Florida Valuation: $9,500,000 I Size: 100,000 SF Owner: Miami Dade County Public Schools Professional Affiliations Associate, American Institute of Crystal Lake Middle School Architects Valuation: $5,500,000 I Size: 6,000 SF Owner: Miami Dade County Public Schools Certifications Merrick Point Office Building OSHA 30 Valuation: $23,000,000 I Size: 380,000 SF Owner: Private Enterprise JRT Construction, Co. Professional Bird Road Office Building 3050 NW 77th Court. Valuation: $17,000,000 I Size: 110,000 SF Doral, FL 33122 Owner: Private Enterprise Villa Matti Apartments Valuation: $5,500,000 I Size: 24,300 SF Owner: Private Enterprise Malibu Gardens Apartments Valuation: $55,000,000 I Size: 344,200 SF Owner: Private Enterprise MIA Airport Retail Store— Michael Kors Valuation: $275,000 I Size: 2,800 SF Owner: Private Enterprise Mike's Ice Cream Parlor Retail Renovation Valuation: $350,000 I Size: 3,000 SF Owner: Private Enterprise 6/13/2019 DBPR-SALOW,ARTURO OSCAR,Architect 11:51:34 AM 6/13/2019 Licensee Details Licensee Information Name: SALOW, ARTURO OSCAR (Primary Name) Main Address: 10634 NE 10TH COURT MIAMI SHORES Florida 33138 County: DADE License Mailing: LicenseLocation: License Information License Type: Architect Rank: Architect License Number: AR0013232 Status: Current,Active Licensure Date: 03/26/1990 Expires: 02/28/2021 Special Qualifications Qualification Effective Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road,Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer.Copyright 2007-2010 State of Florida.Privacy Statement Under Florida law,email addresses are public records.If you do not want your email address released in response to a public-records request, do not send electronic mail to this entity. Instead,contact the office by phone or by traditional mail.If you have any questions,please contact 850.487.1395. *Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S. must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public. https://www.myfloridalicense.com/LicenseDetail.asp?SID=Bid=790C643B4AC30307F 1 B0D6811 CA8C31 F 1/1 DBPR- SALOW, ARTURO OSCAR; 2:21:56 PM 9/17/2018 Licensee Details Licensee Information Name: SALOW, ARTURO OSCAR (Primary Name) Main Address: 10634 NE 10TH COURT MIAMI SHORES Florida 33138 County: DADE License Mailing: LicenseLocation: 10634 NE 10TH COURT MIAMI SHORES FL 33138 County: DADE License Information License Type: Certified General Contractor Rank: Cert General License Number: CGC057032 Status: Current,Active Licensure Date: 07/14/1993 Expires: 08/31/2020 Special Qualifications Qualification Effective Construction Business 02/20/2004 Alternate Names View Related License Information View License. Complaint 2601 Blair Stone Road,Tallahassee FL 32399 :: Email:Customer Contact Center:: Customer Contact Center:850.487.1395 The State of Florida is an AA/EEO employer.Copyright 2007_2010 State of Florida.privacy Statement Under Florida law,email addresses are public records.If you do not want your email address released in response to a public-records request,do not send electronic mail to this entity.Instead,contact the office by phone or by traditional mail.if you have any questions,please contact 850.487.1395.*Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee.However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public. https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=B3DCCAOEE0C71 E2438... TAB D.3 - STAFFING PLAN J.R.T. CONSTRUCTION, CO. T O R PJ.R.T. CONSTRUCTION, CO. G E N E R AL CON TR AC T OR 3050 N.W. 77 Court, Doral, Ft. 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 STAFFING PLAN Approx.#of days Item Staff Member/Position Responsibilities on project 1 Jeovanni R.Tarafa Management&Supervision of all operations As Required 2 President/CEO Assignment of key responsibilities to staff members 3 Serves as the Contract Administrator for all projects 4 Ensure Conformance and Quality Control 5 Ensure Compliance with Contract Documents 6 Preparation of Master Construction Schedule 7 Verification that new construction is designed to meet USGBC LEED(if specified) 8 Preparation of bid submittal to Owner 9 Performs Contract negotiations with Owner 10 Responsible for successful,timely and economical completion of project 11 Luis B.Pasos Perform Field investigations and on-site verifications of existing conditions As Required 12 Sr.Estimator Review as built drawings of property 13 Conduct reviews of design and construction documents or Scope prepared by A/E or Owner 14 Represents firm at Owner meetings during Pre-construction 15 Document Decisions made during Pre-construction meetings 16 Perform Value engineering analysis&provide cost saving recommendations 17 Perform Constructability analysis 18 Perform Quantity Take-offs and Cost Estimating 19 Responsible for Procurement and Bidding 20 Attends and conducts Bid Opening 21 Identify and prepare Bid packages for various different trades 22 Prepare Bid Forms/Bid Sheets for different Bid Packages 23 Conduct on-site&off-site Pre-Bid meetings with qualified subcontractors&vendors 24 Perform Bid Analysis of subcontractor/vendor pricing 25 Assist in reviewing Shop Drawings and submittals 26 Robert M.Tarafa Participate in Value engineering analysis As Required 27 Sr.Project Manager Participate in Constructability analysis 28 Conduct reviews of design and construction documents prepared by A/E 29 Prepare Subcontractor Qualification/Reference Forms 30 Determine needs for Subcontractor bonding with Owner 31 Verify responsiveness of subcontractor bids 32 Assist in performing Bid analysis of subcontractor pricing 33 Determine&verify fabrication lead times for equipment implemented in projects 34 Review and assist in the preparation of Master Schedule 35 Identify potential time saving measures and to facilitate timely completion of project 36 Assist in preparing the Master Schedule during Pre-construction 37 Management&Supervision of all construction operations 38 Assess project needs and establish work priorities for construction operations 39 Ensure compliance with Building Codes and firms policies®ulations 40 Robert C.Tarafa Preparation of Subcontractor Qualification form As Required 41 CFO Verification of Subcontractor qualifications &references 42 Verification of consultant&subcontractor licenses,&insurances 43 Performs all accounting duties including payables&receivables 44 Promotes and Solicits participation of Minority firms on projects 45 Verifies compliance with FDOT requirements&DBE utilization per project mandatory goals 46 Responsible for cost monitoring and reporting 47 Handles progress invoicing to the Owner with all necessary back-up documentation 48 Verification of compliance with Local Workforce Utilization on projects J.R.T. CONSTRUCTION, ca -444411GENEN E R AL CON TR AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 STAFFING PLAN Approx.k of days Item Staff Member/Position Responsibilities on project 49 Carlos Tarafa Participate in Field investigations and on-site verifications of existing conditions As Required 50 Sr.Project Manager Perform constructability analysis of Construction Documents 51 Preparation of the Master Construction Schedule 52 Participate in on-site Pre-Bid Meetings with subcontractors. 53 Ensure all necessary testing,permit applications,and regulatory approvals are in place. 54 Management and supervision of on-site construction operations 55 Represents firm at Owner meetings during Construction as needed 56 Monitor schedule compliance and quality control 57 Update the Master Schedule during Construction 58 Responsible for Daily Documentation of all Construction Operations 59 Responsible for implementing on-site Safety Controls 60 Responsible for ensuring all work is performed per the Contract Documents 61 Responsible for Reviewing and processing Shop Drawings 62 Responsible for issuing RFI's 63 Responsible for coordinating and scheduling on-site work with subcontractors/vendors 64 Conduct Subcontractor Progress meetings&prepare and distribute meeting minutes 65 Determine adjustments that can be made to schedule to ensure timely completion 66 Review and approve subcontractor payment requests 67 Responsible for Punchlist Completion&Project Closeout 68 Jose Arana Participate in Field investigations and on-site verifications of existing conditions As Required 69 Project Manager Perform constructability analysis of Construction Documents 70 Preparation of the Master Construction Schedule 71 Participate in on-site Meetings with subcontractors. 72 Ensure all necessary testing,permit applications,and regulatory approvals are in place. 73 Management and supervision of on-site construction operations 74 Represents firm at Owner meetings during Construction 75 Monitor schedule compliance and quality control 76 Update the Master Schedule during Construction 77 Responsible for Daily Documentation of all Construction Operations 78 Responsible for implementing on-site Safety Controls 79 Responsible for ensuring all work is performed per the Contract Documents 80 Responsible for Reviewing and processing Shop Drawings 81 Responsible for issuing RFI's 82 Responsible for coordinating and scheduling on-site work with subcontractors/vendors 83 Conduct Subcontractor Progress meetings&prepare and distribute meeting minutes 84 Determine adjustments that can be made to schedule to ensure timely completion 85 Review and approve subcontractor payment requests 86 Responsible for Punchlist Completion&Project Closeout 87 Felipe Rodriguez,CGC Supervision of Jobsite operations As Required 88 Superintendent Supervision of all Contractor personnel 89 Supervision of all Subcontractor personnel 90 Responsible for preparing daily reports for all work activities 91 Confirmation that all field personnel are properly identifiable 92 Prepare agenda for Subcontractor Progress Meeting. 93 Prepare and distribute look ahead schedules at Subcontractor&Owner meetings 94 Attend and participate in Owner's Progress Meetings 95 Ensure that all on-site work is being performed per Contract Documents 96 Follow up daily with subcontractors to ensure timely completion of work activities 97 Responsible for Quality Control for all construction work performed on-site 98 Responsible for maintaining a clean and safe jobsite 99 Conduct weekly safety tool box meetings with field personnel 100 Verify and check all tools and equipment on site for safety issues J.R.T. CONSTRUCTION, G E N E R A L C O N T R A C TCO O R 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 STAFFING PLAN Approx.#of days Item Staff Member/Position Responsibilities on project 101 Prepare Subcontractor Punchlist and ensure completion of punch list 102 Coordinate and conduct all Owner Training Sessions 103 Assist with all Project Closeout. 104 Mike Vichot,CGC Assist in performing quantity take-offs&estimating As Required 105 Estimator Bid invitation/solicitation&distribution of bid packages 106 Sub-bids coordination 107 Follow up with subcontractors prior to bid 108 Perform and provide assistance with creating M.O.T.drawings in AutoCAD 109 Vicky Perez Assist in reviewing and processing all invoices,payables,&certified payroll As Required 110 Administrative assistant Prepare and issue payments to vendors 111 Maintain&verify certificates of insurances&licenses from subs are up to date J .R.T. CONSTRUCTION, CO. G E N E R A L CON TR AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 WORK METHODOLOGY PLAN - CONSTRUCTION SERVICES 1. CONSTRUCTION SCHEDULING The key factor in a construction project is its construction schedule. Our staff has the experience and expertise using the Primavera Project Planner for all construction scheduling, which allows us to focus our attention on responsibilities, milestones,and identification of critical tasks including evaluating factors that may constrain or impact the construction of the project. 2. QUALITY CONTROL A. DESIGN ACTIVITIES I. LISTEN TO THE CLIENT: Before commencement of the project, J.R.T. Construction, Co. ("JRT")works with the client to set project goals, expectations and identify key issues. II. DOCUMENT THE PROCESS AND DECISIONS THOROUGHLY: Decisions are documented in detail by identifying actions, items, due dates, and responsible personnel. Accurate record keeping and communications avoids misunderstanding and costly backtracking. III. CONDUCT METHODICAL PLAN CHECKS AND REVIEWS: Reviews are regularly scheduled with pre-published agendas, checkpoints, and criteria check. These reviews ensure coordination among the construction documents,which in turn provide a sound basis for cost and quality control. IV. PROJECT SCHEDULE MAINTENANCE: JRT maintains flexibility in developing schedules that are based on realistic goals, task identification and interrelationships. JRT confirms that each task fits within the overall project and target dates, and provides for contingencies in work plans. V. CADD PRODUCTION AND QUALITY CONTROL: JRT is fully AutoCAD equipped and proficient in its use. All workstations are networked, and the firm uses AutoCAD for design and production of construction documents, coordination drawings and shop drawings. Quality control will include a series of checklists reviewed by an independent peer reviewer to ensure that each phase of the project is completed according to the contractual scope of services and within budget. Peer reviewers will focus on errors, omissions, appropriateness, and task objectives. J1111 . . RRT. CONSTRUCTIONCO G E N E A L C O N T R A C ,T O R. 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 WORK METHODOLOGY PLAN - CONSTRUCTION SERVICES B. CONSTRUCTION ACTIVITIES JRT assigns the responsibility of quality control to the Project Manager responsible for overall management of the project. The Project Manager has the authority to act in all quality control matters on behalf of JRT. Working with the Project Manager on this project will be an assigned a Sr. Project Manager, Superintendent, and Foremen. I. SUBMITTALS: The Project Manager will be responsible for assuring that all submittals are in compliance with the contract requirements. A submittal log is prepared by the Project Manager with the full listing of the required submittals in numeric order in accordance with CSI Division format. The submittal log is transmitted to each Project participant (Subcontractor, Supplier or JRT Purchase Agent) and is used to maintain control of all submittals. Routing of submittals is tracked along with the status of approvals. II. SCHEDULING: Scheduling is the most important tool for communicating and measuring work progress. Without an effectively managed schedule, there would be no means for control or coordination between construction activities. Our procedures for scheduling begins with the review and analysis of the construction documents so that the specific needs of the project, project objective, resources required,and milestone dates can be established on an as-planned schedule. The as-planned schedule is the tool that allows JRT to constantly monitor and measure the progress of the work to ensure the timely delivery of a project. The managing part of the schedule occurs during actual construction, which is when control measures are made to the schedule by comparing the as-planned time duration against the actual construction progress. It has been our experience that every schedule will require adjustment because of the many variables that exist on every project, such as acts of God, untimely material deliveries, and other unforeseen delays associated with field conditions. The Project Manager is responsible for mitigating any unforeseen delay by employing remedial time control thereby enabling the project to be completed timely and within the stipulated construction time. The time control methods JRT employs include re-sequencing of construction activities by eliminating the float time, shortening the time duration of construction activities by increasing man power, and accelerating the work by increasing the work hours per days, separate shifts per day, and working on weekends and holidays. III. PROJECT CONTROLS: The Project Manager ensures that the construction, including that of JRT's own construction personnel, Subcontractors and Suppliers, complies strictly with the J .R.T. CONSTRUCTION, CO. GENER A L CON TR AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 WORK METHODOLOGY PLAN - CONSTRUCTION SERVICES requirements of the Contract Documents. To "Control"the quality during construction, four phases of control are conducted by the Project Manager for each definable feature of the work as follows:the preparatory phase, the initial phase,the follow-up phase and the completion inspection phase. A.) Preparatory Phase: This phase is performed prior to beginning work on each definable feature of the project and includes the following: 1. Review of each paragraph of the applicable specifications. 2. Review of the Contract Drawings. 3. Check to assure that all materials and/or equipment have been submitted and approved. 4. Review of provisions for field inspection and testing. 5. Examine the work area to assure that all required preliminary work has been completed and is in compliance with the Contract. 6. Physical examination of required materials and equipment to assure that they are readily available and conform to approved shop drawings/submittal data. 7. Review the activity's hazard analysis to assure that safety requirements are met. 8. Discuss procedures for controlling quality of the work including noted deficiencies, construction tolerances and workmanship standards for that feature of work. 9. Conduct a meeting with the superintendent,foremen and tradesmen to instruct applicable workers as to the acceptable level of workmanship required in order to meet Contract Specifications. B.) Initial Phase: This phase takes place at the beginning of each definable feature of work and includes the following: 1. Check the installed work to insure that it is in full compliance with Contract requirements. 2. Verify adequacy of controls. 3. Establish a level of workmanship and verify that it meets minimum acceptable workmanship standards. 4. Resolve any differences and deficiencies. 5. Check safety to include compliance with and upgrading of the safety plan and activity hazard analysis. 6. Review safety with all workers. 7. The initial phase is repeated for new construction crew members working on- site, or anytime the specified quality standards are not being met. PJ.R.T. CONSTRUCTION, ca G E N E R AL CON TR AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 WORK METHODOLOGY PLAN - CONSTRUCTION SERVICES 8. Conduct a meeting with superintendent, foremen and tradesmen to instruct applicable workers of the exact location of a feature of work for future reference and comparison with the follow-up phase. C.) Follow-up Phase: Daily checks are delegated to the Superintendent and are performed to assure quality control of the work. Final follow-up checks are conducted and all deficiencies corrected prior to the start of additional features of work. The Project Manager must assure that no work is built upon or conceals non-conforming work. D.) Completion Inspection Phase: At the completion of work or any increment thereof, the Project Manager will conduct a quality control walk-thru inspection of the work with the Superintendent and develop a"punch list"of items which do not conform to the approved Drawings and Specifications. Before the Owner or Owner's Agent is notified that the project is ready for final inspection and acceptance, a final "punch list" is prepared by the Project Manager who will ensure that all items on punch list are completed and corrected prior to acceptance of the project. IV. TESTING PROCEDURES: The Project Manager will perform the following activities with regards to testing: A.) Verify those testing procedures comply with Contract Requirements. B.) Verify that facilities and testing equipment are available and comply with testing standards. C.) Check test instrument calibration data against certified standards. D.) Verify that recording forms and test identification control number system have been prepared. E.) Record results of all tests taken, passing and failing with particular emphasis to retesting and passing failed tests. F.) Laboratories utilized for testing soils, concrete, asphalt and steel will meet criteria detailed in ASTM. V. DOCUMENTATION: The Project Manager will maintain records providing factual evidence that quality control activities and tests have been performed. These records include the work of Subcontractors and Suppliers and will include the following information: A.) Contractor, Subcontractor, or Supplier name, their area of responsibility and trade plus the number of personnel working,weather conditions and delays encountered. B.) Work performed each day giving location, description, and by whom using the 1111 . . nR .G E N E A L C O N T R A C ,T O R 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 WORK METHODOLOGY PLAN - CONSTRUCTION SERVICES schedule activity description from the project schedule to identify work performed. C.) Test and/or quality control activities performed with results and reference to Contract requirements, the quality control phase shall be identified (Preparatory, Initial, Follow-up and Completion Inspection), along with a list of deficiencies noted and the corrective actions taken to correct said deficiency. D.) Quantity of materials received at the site with a statement as to acceptability, storage and reference Contract Requirements. E.) Submittals reviewed with Contract reference, by whom and action taken. F.) Safety evaluations stating what was checked, results and instructions given or corrective efforts taken. G.) Instructions given or received and conflicts in the plan or specifications. H.) All calendar days will be accounted for throughout the duration of the Project. I.) Project Manager's verification statement that all facts contained in the report are true and factual and to the best of the Project Manager's professional knowledge. 3. COST CONTROL At the design stage we prepare a preliminary budget to compare with the Owner's allocated budget for the specific project. During different stages of the project all costs are frequently monitored, so that we may effectively recommend and manage changes to maintain the project's schedule and budget. JRT develops and maintains cost control procedures to monitor and control project expenditures, both current and projected within the allocated budget. 4. CHANGE ORDER NEGOTIATION JRT establishes and implements a Change Order control system. Once it is agreed that there should be an adjustment to the Contract price or time, or both, determining the amount of the adjustment that is fair and equitable is a matter of obtaining supporting data such as proof of costs, organization of data and a thorough understanding of the scope of the Change Order. JRT prepares an estimate of the cost of the change order listing the anticipated labor, material, equipment, subcontract work,contractor's overhead and profit,as well as any justified impact on the projects duration. The effect of the change on the schedule is analyzed for time impact. 5. SECURITY SYSTEMS Security systems are analyzed and recommended for specific projects. 6. SAFETY PROGRAMS JRT's appoints a safety representative who shall assist the Project Manager in the J11 . . RRT. CONSTRUCTIONCO. G E N E A L C O N T R A C ,T O R 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 WORK METHODOLOGY PLAN - CONSTRUCTION SERVICES implementation of the JRT's Jobsite Safety program. The safety representative inspects the project on a daily basis and conducts a compliance check with the established safety criteria. JRT's safety representative monitors the daily construction activities and notifies any construction personnel or Subcontractors in writing of any deficiencies observed. JRT then follows up with the construction personnel or Subcontractor to determine if corrective measures have been taken. If the construction personnel or Subcontractor fails to correct an unsafe condition, JRT immediately takes corrective action to correct the unsafe condition. JRT's interim life safety measures compliance check is given to the Project Manager and Superintendent for review and execution. The following items are controlled by the safety quality control personnel of JRT: A.) Use of safety equipment such as hard hats, safety shoes, eye protection, back protectors, harnesses, and respirators for the construction field personnel as required by the task performed. B.) Barriers and barricades are in place to protect both the general public and construction field personnel. C.) Electrical power and lighting are adequately available throughout the site, maintain the shortest possible extension cord, check grounding periodically, and insulation on all electrical extension cords. D.) Maintain the site clean of debris on a daily basis, set up debris containers for continual housekeeping. E.) Ensure that high reach work is done with proper use of scaffolding; Ensure that scaffolds are erected on sturdy supports, braced and with safety rails. F.) Ensure that cranes, hoists, lifts, bobcats and similar equipment are used properly and not exceeding capacities shown on the safety manuals of the equipment. Equipment is mechanically checked periodically. G.) Welding safeties includes the use of protective clothing, helmet,face and eye guard and fire extinguishers within close proximity. H.) Check and maintain control of materials safety data sheets, hazard labels and literature, maintain first aid kit and a list of emergency medical numbers and locations for quick reference in case of an accident, post safety notices on site, and have a prepared action plan for each type of emergency (burns, cuts, falls, punctures, broken bones, chemical inhalation, etc.). I.) Maintain fire extinguishers and fire water lines into the site and up the building as construction progresses. J.) Hurricane preparedness including the tie down of trailers and tie down of all loose materials and debris. K.) Engineering safety includes not overloading structure with stockpiled materials, and maintaining shoring and re-shoring in place long enough to prevent structural failure. J111 . . RRT. CONSTRUCTION, CORI G E N E A L C O N T R A T O 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 WORK METHODOLOGY PLAN - CONSTRUCTION SERVICES Preparing for the threat of a hurricane can be time consuming. The Project Manager is responsible to make sure that all Subcontractors comply with JRT's Hurricane Preparedness Guideline. The following items are controlled by the safety quality personnel of JRT in the event of a Tropical Storm or Hurricane: A.) Survey the jobsite and make sure all materials and equipment at the job site are stored securely. B.) All ladders, scaffolds, and small tools must be stored inside a storage trailer(that is properly tied down) or removed from the site. C.) Make arrangements so that the rental company either picks up all large rented equipment or the rental company comes out and secures rental equipment properly. D.) If there is a job site trailer, board up the windows and secure the doors. Make sure trailer is secured and properly tied down. E.) Port-o-toilets must be picked up by the suppliers or secured to the building. F.) If a hurricane watch or warning is given, all loose blocks, trusses, lumber or plywood lying around must be secured by stacking them tightly and tying them down. G.) If working on the roof, all roofing material and equipment must be removed or secured so as not to blow off. H.) Board up all windows, if possible. I.) Have plenty of plywood on hand, so that after the storm it can be used to board up any broken windows or any damages caused by the storm. J.) Heavy equipment must be removed from the job site. K.) Dumpster must be removed from the job site. . . . CONSTRUCTIONCC. G E N E R A L C O N T R A C ,T O R 3050 N.W. 77 Court, Doral, Fl 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 WORK METHODOLOGY PLAN - POST-CONSTRUCTION SERVICES 1. CLAIMS MANAGEMENT JRT Construction Co. (herein after JRT) reviews and evaluates construction claims for additional costs or time that remain open or are submitted in light of pertinent Contract clauses. JRT minimizes the potential impact of claims through prompt and equitable resolution with minimal disruption to the on-going construction effort. JRT evaluates the claim contents, obtains factual information, reviews impacts of the alleged cause based on the construction schedule, and makes specific recommendations for claims based on the merits of each claim. JRT provides reports, pictures, project correspondence and other supporting information as necessary to resolve the dispute or defend against claims. JRT identifies legitimate defenses that may exist to mitigate all or a portion of a claimable issue. For those claims that are considered to have merit, JRT reduces each claim item to a clear, concise and persuasive position to be considered based on an analysis of facts. 2. PROJECT CLOSE-OUT JRT begins transition planning for project close-out at the commencement of construction. JRT gathers information during construction in order to provide procedures and instructions for the start-up and testing of all equipment so that JRT may compile, organize, and index and bind this material into document sets in CSI Division format. Prior to Substantial Completion, JRT will prepare a punch list indicating the items of work remaining to be accomplished and will ensure that the punch list is completed in an expeditious and timely manner. During Project Close-out, JRT will assemble all guarantees, warranties and Owner Operating and Maintenance Manuals and will provide the same in both hard copy and electronic digital format. JRT will also gather and review all red-line as-built drawings from its Subcontractors. After review and determination that the as-built drawings are complete, JRT will put together one complete set of red-line as-built drawings, which will be submitted to the Architect of Record. JRT will work closely with the Owner's Maintenance and Custodial staff to ensure proper training relative to start-up and maintenance of equipment and other 1 J .R.T. CONSTRUCTION, CO. G E N E R AL CON TR AC TOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 WORK METHODOLOGY PLAN - POST-CONSTRUCTION SERVICES materials/finishes. This not only includes maintenance and custodial personnel, but also personnel who need to have a working understanding of the building/property so that the Owner's personnel may do their job properly. Training sessions are recorded in High Definition Video and with audio, so that a video of each training session may be submitted to the Owner in the Final Project Closeout Binder. Prior to the training sessions, JRT will gather and coordinate turn-over of spare parts and stock material to the Owner. JRT maintains records of updated as-built drawings, shop drawings, owner manuals, and warranties to facilitate this phase of the project. JRT coordinates with the Architect to provide a complete project record including project manual and drawings corrected to show all construction changes, additions and deletions. Attention is given to punch list items, guarantees/warranties, final payments, and securing releases of liens in order to expeditiously closeout the project. All shop drawings, owner manuals, warranties, releases of liens, project inspections and reports, procedures and instructions for all equipment are organized in CSI Format Divisions, indexed and are bound into binders with a Table of Contents and a list of outlining responsibilities of each contract beyond Final Completion along with a Subcontractor call list including the company name, contact person, address, and telephone and fax numbers for all Subcontractors who performed work on the project. JRT develops an occupancy plan which provides the Owner with a smooth and orderly transition into the completed project as quickly as possible. JRT's occupancy plan includes system start-up and assistance with Owner training of Owner's personnel, completion of punch lists, city/state/federal reviews and certifications, and Owner staff move-in. 3. WARRANTY PERIOD SERVICES JRT assumes stipulated responsibility for its own work and for the work of its Subcontractors covered within the period of the specified warranty. The project manager monitors the project during the warranty period and is responsible for managing contractor callbacks following Contract completion. Upon notice from the Owner of a Warranty Trouble Notification, JRT immediately takes action by scheduling an inspection to investigate and observe the warranty issue within 24 to 48 hours after the issue has been reported. Upon inspection of the warranty issue, if corrective action CONSTRUCTION, CO. IJ .R.T. G E N E R AL CON TR A C T OR. 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 WORK METHODOLOGY PLAN - POST-CONSTRUCTION SERVICES is required, JRT works with the Owner to coordinate access and scheduling for any repair work. JRT performs all required Contractor follow-ups until all Warranty work is completed. TAB E - BID PRICE (APPENDIX A PRICE FORM, BID TENDER FORM, SUPPLEMENTS) J.R.T. CONSTRUCTION, CO. I �G E N E R A L C O N T R A C T O R APPENDIX A Price Form, Bid Tender Form, & Supplements ATTACHMENT A-1: ITB Price Form & Unit Price Breakdown form ATTACHMENT A-2: Bid Tender Form ATTACHMENT A-3: Supplement to Bid Tender Form: Contractor Qualification Statement ATTACHMENT A-4: Supplement to Bid Tender Form: Non-Collusion Certificate ATTACHMENT A-5: Supplement to Bid Tender Form: Drug Free Workplace Certification ATTACHMENT A-6: Supplement to Bid Tender Form: Equal Benefits Ordinance ATTACHMENT A-7: Supplement to Bid Tender Form: Trench Safety Act ATTACHMENT A-8: Supplement to Bid Tender Form: Recycled Content Information ATTACHMENT A-9: Supplement to Bid Tender Form: Sub-Contractors ATTACHMENT A-10: Supplement to Bid Tender Form: Davis Bacon Act ATTACHMENT A-11: Supplement to Bid Tender Form: Bid Certification, Questionnaire & Requirements Affidavit FDOT Required Forms ATTACHMENT A-12: FDOT Form#525-010-46 ATTACHMENT A-13: FDOT Form#375-030-33 ATTACHMENT A-14: FDOT Form#375-030-40 ATTACHMENT A-15: FDOT Form#575-060-13 ATTACHMENT A-16: FDOT Form#375-030-32 ATTACHMENT A-17: FDOT Form#375-030-34 ATTACHMENT A-18: FDOT Form# 375-030-91 Failure to submit the attached ITB Price Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered b the Cit . BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 53 A-1 City of Miami Beach ITB Price Form The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,shoring, supervision,mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. SECTION 1—BIDDERS PRICE: PROJECT TITLE: ITB NO.2019-002-DF Middle Beach Recreational Corridor(MBRC) Phase III-From 24th to 45th ST.) FM#436748-1 Cost 01-General Requirements $ 2, I (oZ;41-'4 .O0 02-Site Work-Demolition $ S' '1-I q Z1.00 02-Site Work-Concrete and Asphalt $ \ , t 22 134-, °C 02-Site Work-Payers $ $1-3,�'{,o•' ° 02—Site Work- Site Furnishings $ l 64} o4 al .oa 02-Site Work Landscape $ 15`t, S2.•PF' 02-Site Work-Utilities $\in PNQ obi.-t�3 02-Site Work Irrigation $ ISO, ISO. 0° 15-Plumbing $ 31-2...184-k-0•°° 16-Electrical and Lighting $ 212.2,0,(-4-S3.' Bond $ (o2),1Z5.•Oo Insurance $ 4 Z poo• 0 0 Subtotal $ 3, Sk, `-4'31.00 Allowance for City Indemnification $25.00 Permit Allowance $15,000.00 Lump Sum Grand Total (Total Based Bid) $ B, 533,E-4•S 4::.•°`) *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2- Bidder's Affirmation: Company: J.R.T. Construction, Co. Address Line 1: 3050 NW 77 Court, Doral, FL 33122 Address Line 2: Telephone: (305)557-9911 Email: jtarafa@tarafaconstruction.com Signature: Title/Printed Name: Prz4.ent FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND(IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2019-002-OF CITY OF MIAMI BEACH 54 A-2 City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: INVITATION TO BID (ITB) No. 2019-002-DF Middle Beach Recreational Corridor(MBRC) Phase III-From 24th to 45th ST.) FM#436748-1 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance. in the event of arithmetical errors between the division totals and the total base bid in the ITB Price Form, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division, which may disqualify bidder. BID NO: 2019-002-DF CITY OF MIAMI BEACH 55 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment 1 July 2,2019 Amendment 6 Amendment 2 July 10,2019 Amendment 7 Amendment 3 July 12, 2019 Amendment 8 Amendment 4 July 16, 2019 Amendment 9 Amendment 5 Amendment 10 Attached is a Bid Bond E, Cash ❑, Money Order ❑, Unconditional Letter of Credit 0, Treasurer's Check 0, Bank Draft 0, Cashier's Check 0, or: Certified Check 0 No. Bank of for the sum of Dollars($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: J.R.T. Construction, Co. Address Line 1: 3050 NW 77th Court, Doral, FL 33122 Address Line 2: Telephone Number: (305)557-9911 E-mail Address: jtarafa@tarafaconstruction.com Social Security Number: OR Federal I.D. Number: 01-0772259 Dun &Bradstreet No.: 61-893-1211 If a partnership, names and addresses of partners: N/A (Skin below if not incorporated) N/A WITNESSES: (Type or Print Name of Bidder) N/A N/A N/A (Signature) BID NO:2019-002-DF CITY OF MIAMI BEACH 56 N/A A_2 (Type or Print Name Signed Above) (Sign below if incorporated) J.R.T. Construction, Co. ATTEST: (Type or Print Name of Corporation) Secretary ' , President (Signature and Tire) (CORPORATE SEAL) Jeovanni R. Tarafa, President (Type or Print Name Signed Above) Incorporated under the laws of the State of: Florida BID NO:2019-002-DF CITY OF MIAMI BEACH 57 A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN TWO (2) BUSINESS DAYS OF THE CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# #Years LEED Accredited/#10423267-AB-BD+C +7 State of Florida I#CGC1505433 +16 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. Please refer to Tab D, D.1, D.2 and D.3. 3. What business are you in? General Contractor I Construction Manager 4. Please indicate the last project of similar scope and volume that your organization has corn eted and its completiOe date. MB Phase II(Section I), MBRC Phase II (Section II), Oak Grove Park-Father Gerard Jean-Juste Community Center Building, Regatta Park,Amelia Earhart Soccer Complex Please refer to Tab B.1 for detailed information on the above-noted projects and additional projects. 5. Have you ever failed to complete any work awarded to you? If so,where and why? No 6. List owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project,whether or not a claim was made. None 7. References &Past Performance. Bidder 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. Please refer to information pertaining to our firm's Project Experience and References included in Tab B.1 &F. SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4)Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. Please refer to information pertaining to our firm's Project Experience and References included in Tab B.1 &F. BID NO:2019-002-DF CITY OF MIAMI BEACH 58 A-3 8. Attach a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co-venturers): a. Name of Project b. Owner and Point of Contact (Minimum of Phone Number& E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent(%)Completion to Date of Bid Submittal Please refer to information pertaining to our firm's Contracts in Progress(Ongoing Projects)included in Tab B 1 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? Y Yes ❑No 10. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: J.R.T.Construction, Co. B. The business is a: ❑ Sole Proprietorship ❑ Partnership X Corporation C. The address of principal place of business is: 3050 NW 77 Court, Doral, FL 33122 D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: Jeovanni R.Tarafa President&Treasurer Roberto C. Tarafa Vice-President&Secretary BID NO: 2019-002-OF CITY OF MIAMI BEACH 59 A-3 E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. None F. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. None G. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five(5)years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). None H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s)during the last five(5)years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. Please refer to Attached Letter listing all claims,arbitrations, administrative hearings and lawsuits, brought by or against our Firm in a letter included in Tab G. I. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s)were defendants. None BID NO:2019-002-DF CITY OF MIAMI BEACH 60 A-3 J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five(5)years? If yes, please provide details. No K. Under what conditions does the Bidder request Change Orders? Due to Owner Requested Changes in the scope of work errors, omissions, or discrepancies on the drawings. weather delays,time delays(if not the fault of the contractor), and Unforeseen conditions not specified or identified in the Bid Documents. L. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest"shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10%or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. Jeovanni R. Tarafa, President-100% M. Individuals or entities (including our sub-consultants)with a controlling financial interest: have X have not 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. Please provide the name(s) and date(s)of said contributions and to whom said contribution was made. Not applicable as no contributions have been made N. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? EYes MNo O. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? Not Applicable ❑Yes ®No If the answer to either number N or 0 is yes, attach a written detailed explanation. BID NO: 2019-002-DF CITY OF MIAMI BEACH 61 A-3 •- -- -- - -- - --- - . . - _ _-- -- - - - -- - - , - - - a small •- - - - - - - . .- • . 5$. • - -- •. ... - . Veteran owned Business? EYes ENo Q. 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. R. 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. S. 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'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 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 with supporting 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, in addition to any damages that may be available at law and in equity. BID NO: 2019-002-DF CITY OF MIAMI BEACH 62 A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: N/A Signature Print Name of Firm Print Name Address Title: CONTINUED ON FOLLOWING PAGE IF CORPORATION: J.R.T.Construction, Co. ature Print Name of Corporation J: vanni R.Tarafa 3050 NW 77th Court, Doral, FL 33122 Print Name Address Title: President Ili. Sig, -., U 10121 Print Nae Title: nt Ck kiQ.l:'113t. r (CORPORATE SEAL) Attest. � :ecreta ry BID NO:2019-002-DF CITY OF MIAMI BEACH 63 A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this 2 3`aday of J 7 , 2019. The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith,without collusion or fraud. The Bidder agrees if this Bid is accepted,to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No. 2019-002-DF. SIG r • URE Jeouan R. Tarafa PRINTED NAME President TITLE (IF CORPORATION) BID NO:2019-002-DF CITY OF MIAMI BEACH 64 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty(30)calendar days after receiving notice under subparagraph(4)of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1) through (6). BID NO: 2019-002-DF CITY OF MIAMI BEACH 65 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION .11 1 (Bid•:r Signature) / J.R. onstruction, Co. (Priv Vendor Name) STATE OF Florida COUNTY OF Miami-Dade The foregoing instrument was acknowledged before me this 23 day of J'J``} , 20 19 by Jeovanni R.Tarafa as (name of person whose signature is being notarized) President (title) of J.R.T. Construction, Co. (name of corporation/company) known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTARY PUBLIC: jahigyf ,c►tN� ISIIBELU AMIRANDA } �` �(tte+v' *+P Commission* er 285613 Expires December 19,2022 ( ignature) ll( ati°r wed age Ika��ea"e�wo* ;ibelio Mivo ii (Print Name) My commission expires: 1'L)I al 22_ BID NO:2019-002-0F CITY OF MIAMI BEACH 66 A-6 SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of"Benefits"defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The"Benefits"defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-XXX of the City Code]. Notwithstanding the definition of"Benefits"in the Ordinance,to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A"Domestic Partner" shall mean any two (2)adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: • Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.), • Contracts valued at over $100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year, • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract(covered by the Ordinance). BID NO: 2019-002-DF CITY OF MIAMI BEACH 67 A-6 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; • The City contract is valued at less than $100,000; • The contractor has less than 51 employees; • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, association, society or any nonprofit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society; • The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; • Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; • Contracts for professional NE, landscape NE, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act"; • Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and ail other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts; • Contracts where only one bid response is received; • Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents; • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance; BID NO: 2019-002-DF CITY OF MIAMI BEACH 68 A-6 • The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an employee with the "Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non-compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract; • Termination of the contract; • Monies due under the contract may be retained by the City until compliance is achieved; • Debarment of contractors from City work, as prescribed by the City Code. Balance of Page Intentionally Left Blank BID NO: 2019-002-DF CITY OF MIAMI BEACH 69 A-6 MIAMI BEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: J.R.T. Construction, Co. Name of Company Contact Person: Jeovanni R.Tarafa Phone Number: (305)557-9911 Fax Number: (305)557-9922 E-mail: jtarafa@tarafaconstruction corn Vendor Number(if known): Federal ID or Social Security Number. 01-0772259 Approximate Number of Employees in the U.S.: 14 (If 50 or less,skip to Section 4,date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund?_Yes X No Union name(s): Section 2.Compliance Questions Question 1.Nondiscrimination-Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories listed below? Please note:a"YES"answer means your company agrees it will not discriminate;a'NO"answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. ❑Race X Yes_No 0 Sex X Yes_No Color X Yes_No 1 Sexual Orientation X Yes_No Creed X Yes_No C Gender Identity(transgender status) X Yes_No ❑Religion x Yes_No 1 Domestic partner status X Yes_No National origin X Yes_No ❑ Marital status X Yes_No Ancestry X Yes_No 0 Disability X Yes_No Age X Yes_No 0 AIDS/HIV status X Yes_No ❑Height X Yes_No 0 Weight X Yes_No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note:you must answer this question,even if you do not intend to enter into any subcontracts. XYes_No BID NO:2019-002-DF CITY OF MIAMI BEACH 70 A-6 Question 2.Nondiscrimination-Equal Benefits for Employees with Spouses and Employees with Domestic Partners. JRT does not maintain 51 or more employees 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 bids, 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? x YES 1 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? x YES j J 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 Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Partners Health x x Sick Leave x x Family Medical x x 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: www.miamibeachfl.qov/procurement/ BID NO: 2019-002-DF CITY OF MIAMI BEACH 71 A-6 Section 3.Required Documentation N/A due to less than 50 employees YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C.Without proper documentation,your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example,to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document;to document leave programs,submit a copy of your company's employee handbook.If documentation for a particular benefit does not exist,attach an explanation. Have you submitted supporting documentation for each benefit offered? _Yes X No Section 4.Executing the Document I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this day of St/17 ,in the year 2019 .at Miami FL , AP • ' , 3050 NW 77th Court Sigure Mailing Address Jeo :nni R. Tarafa Doral, FL 33122 Name of Signatory City,State,Zip Code President Title BID NO: 2019-002-DF CITY OF MIAMI BEACH 72 A-6 MIAMI BEACH REASONABLE MEASURES APPLICATION - N/A Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Department ONLY IF you: A. Have taken all reasonable measures to end discrimination in benefits; B. Are unable to do so; and C. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 9 The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 10 The dates on which such benefits providers were contacted; 11 Copies of any written response(s)you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 12 Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including,but not limited to,reference to federal or state laws which preclude the ending of discrimination in benefits. !declare(or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that t am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Signature City,State,Zip Name of Signatory(please print) Telephone Number Title Date BID NO: 2019-002-DF CITY OF MIAMI BEACH 73 A-6 Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits.A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor; and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner(or spouse, if applicable)in lieu of providing Benefits to the employees' Domestic partner(or spouse, if applicable).The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. B. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. C. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. BID NO: 2019-002-DF CITY OF MIAMI BEACH 74 A-6 MIAMI BEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM - N/A Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Department by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply.Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Department evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits will be available: Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: BID NO: 2019-002-DF CITY OF MIAMI BEACH 75 A-6 B. Administrative Actions and Request for Extension _ N/A Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure.The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months.An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved: If requesting extension beyond three months, please explain basis: C. Collective Bargaining Agreements(CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s)where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so,the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3) months from the date the contract with the City is entered into. For a delay to be granted under this provision, written proof must be submitted with this form that: • The benefits for which the delay is requested are governed by a collective bargaining agreement: • All reasonable measures have been taken to end discrimination in benefits (see Section C.2, above); and • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. BID NO:2019-002-DF CITY OF MIAMI BEACH 76 A-6 I declare(or certify)under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company(please print) •Mailing Address of Company Signature City,State,Zip Name of Signatory(please print) Telephone Number Title Date BID NO:2019-002-DF CITY OF MIAMI BEACH 77 A-7 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Excavation of Irrigation &Electrical Utilities Ln Ft. 14,400 $18.00/Ln. Ft. $259,200 Sloping Method Total $259.200 Jeovanni R Tarafa Name of Bidder Auth .ized Signature of Bidder BID NO: 2019-002-DF CITY OF MIAMI BEACH 78 A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 E Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] BID NO:2019-002-DF CITY OF MIAMI BEACH 79 A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. ercentage of Recycled Tirade Bollards 75% Old Castle Pavers(*-Varies with location of Manufacturer) 20-30%" BID NO:2019-002-DF CITY OF MIAMI BEACH 80 A-9 INVITATION TO BID(ITB) No. 2019-002-DF ITB TITLE SUB-CONTRACTORS PROVIDING SERVICES TO THIS PROJECT Name of Subcontractor Work to be completed % of Work to be performed (Telephone and fax no.l F&L Fire&Electrical Name: Systems, Inc. Electrical Work 13% Tel: 786-223-6453 Fax: Name: Allgreen Nursery, Inc. Landscape&Irrigation 9% Tel: 305-257-3295 Fax: 305-257-3298 CSE Paving Name: of Florida, Inc. Concrete Pavers 3.5% Tel: 561-279-9200 Fax: 561-279-8866 Nabuc Plumbing Name: Corporation, Inc. Plumbing Work 3.4% Tel: 305-227-6279 Fax:786-536-7450 Name: Tel: Fax: Name: Tel: Fax: (Attach additional forms if necessary) BID NO:2019-002-DF CITY OF MIAMI BEACH 81 A-10 El STATEMENT OF COMPLIANCE: DAVIS BACON ACT No. ITB 2019-002-DF Contract No. ITB 2019-002-DF Project Title Miami Beach Recreational Corridor Phase III(From 24th St.to 45th St.) The undersigned Contractor hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by the Davis Bacon Act and the applicable conditions of the Contract. Dated 1 1 217 2019 J.R.T. Construction. Co. Contrac,y By: 41 • I (Signature) J By: J=• anni R.Tarafa, President I (P 4 t Name and Title) STATE OF ) SS COUNTY OF ) 2 -L) The foregoing instrument was acknowledged before me this 23 day of v\ 2019 by Jeovanni R. Tarafa who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this M day of T-1 , 2019. (NOTARY SEAL) 'i t I # . 71 ,(,f.a l7--22 (Si,nature of p- son taking acknowledgment) 4k0;,,r'•. ISABELLA A MIRANDA Jeovanni R. Tarafa * Commission#GG285813 (Name of officer taking acknowledgment) %fi e` E mires December 19,2022 10,pot' lorded Aro&ApcnarrSinks (typed, printed or stamped) President (Title or rank) (Serial number, if any) My commission expires: i Z1 ICI)iii'L BID NO: 2019-002-DF CITY OF MIAMI BEACH 82 A-10 ADDITIONAL ARTICLES: Federal Grant Projects 1. By virtue of the fact that the funding of this Project will be delivered in full or in part from the United States government through the Department of Housing and Urban Development, federal assurances must follow the grant application in addition to any and all supervening assurances set forth in Rules and Regulations published in Federal Register or CFR. 2. Clauses, terms or conditions required by federal grantor agency are hereby attached and made a part of this appendix (next page). BID NO: 2019-002-DF CITY OF MIAMI BEACH 83 A-11 Solicitation No: Solicitation Title: 2019-002-DF Middle-Beach Recreational Corridor(MBRC)Phase III(From 24th to 45th ST) Procurement Contact Tel: Email: Danny Flores (305)673-7000,Ext.7490 dannvflcres;amiamibeachfl.cov 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: j.R.T. Construction, Co. No of Years in Business: 16 No of Years in Business Locally: 16 No of Employees: 14 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS(HEADQUARTERS): 3050 NW 77th Court CITY: Doral STATE: FL ZIP CODE 33122 TELEPHONE NO.:(305)557-9911 TOLL FREE NO.: (305)557-9911 FAX NO.: (305)557-9922 FIRM LOCAL ADDRESS: 3050 NW 77th Court CITY: Doral STATE: FL ZIP CODE: 33122 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Jeovanni R.Tarafa or Roberto C.Tarafa ACCOUNT REP TELEPHONE NO.: (305)557-9911 ACCOUNT REP TOLL FREE NO.: (305)557-9911 ACCOUNT REP EMAIL: jtarafa@tarafaconstrucction.com or rctarafa@tarafa.corn FEDERAL TAX IDENTIFICATION NO.: 01-0772259 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. BID NO:2019-002-DF CITY OF MIAMI BEACH 84 1. YES NG' 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)who is 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 had a contract cancelled due to non-performance by any public sector agency? YES X 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 individual or 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 www.miamibeachfl.gov/procurement/. BID NO: 2019-002-DF CITY OF MIAMI BEACH 85 A-11 7 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 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. D. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO E. 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? X YES NO F. 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 X _ X Sick Leave X X Family Medical Leave x X Bereavement Leave X 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 BID NO:2019-002-DF CITY OF MIAMI BEACH 86 A-11 decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachigov/procurement/. 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, 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. 12. 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 addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 'a 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 additickal confirmation of addendum is required,submit under separate cover. BID NO: 2019-002-DF CITY OF MIAMI BEACH 87 A-11 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 deviate 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 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 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 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. The City is govemed 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. BID NO: 2019-002-DF CITY OF MIAMI BEACH 88 A-11 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. ?RO°CSER CET FICA' ON 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: Jeovanni R.Tarafa President Signature Proposer's Auth Repr:.- •ttve: Date: 2- Z3�Zpt °1 BID NO: 2019-002-DF CITY OF MIAMI BEACH 89 A-12 STATE OF FLORIDA DEPARTMENT Of TRANSPORTATION 523-010-413 LAP CERTIFICATION OF CURRENT CAPACITY PROGRAM MANAGEMENT 12,09 CONFIDENTIAL Pte. d2 Fill in your FDOT Vendor Number For bids to be received on (Letting Date) VF (Orgy applicable to FOOT pre-qualified contractors) CERTIFICATE I hereby certify that the amount of any proposal submitted by this bidder for the above letting does not exceed the amount of the Firm's CURRENT CAPACITY(maximum capacity rating less total uncompleted work). The total uncompleted work as shown on the'Status of Contracts on Hand"report(page 2) $1,477,321 I further certify that the"Status of Contracts on Hand"report(page 2)was prepared as follows: '. If the letting is before the 25`'day of the month.the certificate and report reflect the uncompleted work as of the 15°' day of the month,last preceding the month of the letting. 2. If the letting is after the 25'"day of the month,the certificate and report reflects the uncompleted work in progress as of the 15°i day of the month of the letting. 3. All new contracts(and subcontracts)awarded earlier than five days before the letting date are included In the report and charged against our total rating. J.R.T. Construction, Co. I certify that the information above is correct. NAME OF FIRM Sworn to and subscribed this Z day By Jeovanni R.Tarafa of 5hJ\ .2019 President U Title \J BID NO: 2019-002-DF CITY OF MIAMI BEACH 90 co z 0 N :25810.46 c STATUS OF CONTRACTS ON HAND PROGRAMce 12Q p Pape id2 N 0 (Furnish complete information about al your contracts,whether prime or subcontracts; whether in progress or awarded,but not yet begun;and regardless of whom contracted with,) 1 2 3 4 5 6 UNCOMPLETED AMOUNT TO BE DONE PROJECTS CONTRACT(OR AMOUNT BALANCE OF BY YOU • OWNER,LOCATION AND DESCRIPTION SUBCONTRACT) SUBLET CONTRACT AMOUNT TO OTHERS AMOUNT AS PRIME AS CONTRACTOR SUBCONTRACTOR Ben Sheppard Elementary School $5,115,621 $4,127,000 $988,621 $988,621 $0 C) Taylor Park $1,598,900 $1,110,200 $488,700 $488,700 $0 0 TI (03 1 W m Z1* s 1 NOTE: Columns 2 and 3 to show total contact(or subcontract)amounts. Column 4 to be difference TOTALS $1,477,321 woo 3000 between columns 2 and 3, Amount in columns 5 or 6 to be uncompleted portion of amount in column 4. AN amounts to be shown to nearest$100. The Contactor may consolidate and list as a single item am i contracts which,individually,do not exceed 3%of total,and which,in the aggregate,amount to less than TOTAL UNCOMPLETED WORK ON $1,477,321 —a,20°r6 of the total HAND TO BE DONE BY YOU $0.00 _ (TOTAL COLUMNS 5 AND 6) W A-14 315.03033 PROCUREMENT 10M1 CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL-AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency,a Member of Congress, an officer of employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract,the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement,and the extension,continuation, renewal,amendment,or modification of any federal contract,grant,loan,or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency,a Member of Congress,an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract,grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts,which exceed$100,000 and that all such subrecipients shall certify and disclose accordingly. Name f Consul t: Je venni R. Tarafa By: _ Dat D qtz 3�2°I q Authorized Signature Titl President BID NO: 2019-002-DF CITY OF MIAMI BEACH 92 A-15 RTATE Of F1 CA OA OfPARTAcNT Ca TRANSPORTATION 575-020.47 CERTIFICATION OF USE OF SUBS&ALL LOWER TIER PROQJRSMrNT 12/15 SUBS Advertisement No.: 2019-002-DF Financial Project No.:FM#436748-1 /FDOT 436748-1-58-01 Project Description: Middle Beach Recreational Corridor(MBRC)Phase III-From 24th St.to 54th St. I,the undersigned,certify that I have disclosed all subs and lower tier subconsultants/sub-vendors proposed to be used by my firm to perform services on the subject FDOT contract. In accordance with Section 7A of the Standard Professional Services Contract,I understand that The Consultant will not sublet,assign or transfer any work under this Agreement to other subconsultants/sub-vendors not specified in the Agreement without the written consent of the Department. I will comply with the aforementioned FDOT contractual requirement Additionally,I certify that all rates proposed by my firm in the fee proposal do not reflect blending of costs with subs and all lower tier subconsuttants/sub-vendors. I further certify that either (indicate choice by checking box) ❑ There are no subs or lower tier subconsultants/sub-vendors to my consultant firm on this contract. Or ® I have disclosed all subs and lower tier subconsultants/sub-vendors to my firm,and the full list of subs and all lower tier subconsultants/sub-vendors who may be utilized by my firm on this contract is provided below: F t L F;to t FIP+:-I-r i toi L s 2 s-e t^^ -L11c A11 l.ire-evN r-hir$Pry , vit GSE PAYIv1Cr1 OT- FI011 pA ) LNt . t- c Vc PIvNnLiv.c Correve4i0r+ Firm Name: J.R.T. Construction, Co. Signature Name of Certifying •(ficial(Print): Jeovanni R.Tara Tine: Presiden Date of Certification: .i% `r 1-S/ 2 O l 1 BID NO:2019-002-DF CITY OF MIAMI BEACH 93 A-16 NON-COLLUSION DECLARATION AND COMPLIANCE WITH 49 CFR§ ?9 ITEM/SEGMENT NO.: ITB No.2019-002-DF FAP. NO.: MANAGING DISTRICT City of Miami Beach PARCEL NO.: COUNTY OF: Miami-Dade BID LETTING OF: MBRC Phase III (From 24th St.to 45th St.) I Jeovanni R.Tarafa hereby declare that am ;NAA President of J.R.T. Construction, Co. fnTLE) (FIRM) Of Doral, FL ;CTf AND STATE) andthat I am the person responsible within myfirmforthe final decision as to the price(s)and amount of this Bid on this State Project. I further declare that: 1. The prices(s)and amount of this bid have been arrived at Independently,without consultation, communication or agreement,forthe purpose of restricting competition with any other contractor,bidder or potential bidder, 2. Neitherthe price(s)nor the amount of this bid have been disclosedto any other firm or person who is a bidder or potential bidder on this project,and will not be so disclosedprlorto the bid opening. 3. No attempt has been made orwill be made to solicit,cause or induce any other firm or person to refrain from bidding on this project,or to submit a bid higherthan the bid of this firm,or arty intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in goodfaith and not pursuantto any agreement or discussion with,or inducemertfrom,any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from anyfirm or person,or offered,promised or paid cash or anything of value to any firm or person,whether in connection with this or any other project,in consideration for an agreement or promise by anyfirm or person to refrain from bidding orto submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person,and has not been promised or paid cash or anything of value by anyfirm or person, whether in connection with this or any other project in consideration for my firm's submitting a complementary bid,or agreeing to do so,on this project. 7. I have made a diligent inquiry of all members,officers,employees,and agents of myfirm with responsibilities relating to the preparation,approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication,consultation,discussion,agreement collusion,act or other con ductinconsistentwith any of the statements and representations made in this Declaration. 8. As required by Section 337.165,Florida Statutes,the firm has fully informed the Department of Transportation in writing of all convictions of the firm,its affiliates(as defined in Section 337.165(I)(a),Florida Statutes), and all directors,officers,and employees of the firm and its affiliates forviolation of state or federal antitrust laws with respect to a public contractor forviolation of anystate or federal law involving fraud,bribery,collusion,conspiracy or material misrepresentation with respectto a public contract. This includes disclosure of the names of current employees of the firm or affiliates who were convicted of contract crimes while in the employ of another company. BID NO: 2019-002-DF CITY OF MIAMI BEACH 94 A-16 9 I certify that,except as noted below;neither my firm nor any person assodatedtherewith in the capacity of owner,partner,director,officer;principal,investigator.project director;manager,auditor,andiorposition involving the administration of Federal funds: (a) is presently debarred,suspended,proposed for debarment,declared inetgible,orvcluntarilyexcluded from coveredtransadions,as defined in 49CFR§29.110(a),by any Federal department or agency; (b) has within a three-year period preceding this certification been convicted of or had a dvil judgment rendered against him or herfor. commission of fraud or a criminal offense in connection with obtaining, attempting to obtain,or performing a Federal,State or local government trans action or public contract violation of Federal or State antitrust statutes;or commission of embezzlement,theft,forgery;bribery, falsification or destruction of records,making false statements or receiving stolen property; (c) is presently indictedfor or otherwise criminally or civilly charged by a Federal,State or local governmental entitywith commission of any of the offenses enumerated in paragraph 9(b)ofthis certification;and (d) has within a three-year period preceding this certification had one or more Federal..State or local government publictransactions termin atedfor cause or default. 10. I(We), certify that l(We),shall not knowingly enter into any transaction with any subcontractor,material supplier,orvendorwho is debarred,suspended declared ineligible,orvoluntarily excludedfromparticipation in this contract by any Federal Agen cy unless authorized by the Department. Mere I am unable to declare or certify as to any of the statements contained in the above stated paragraphs numbered(1)through(10),I have provided an explanation in the"Exceptions"portion below or by attached separate sheet. EXCEPTIONS (Any exception listed above will not necessarily result in denial of award,but will be considered in determining bidder responsibility. For any exception noted,indicate to whom it applies,Initiating agency and dates of agencyaction. Providing false information mayresult incriminal prosecution and/or administrative sanctions.; I declare under penalty of perjurythatthe foregoing is true and correct. ! CONTRACTOR: (Seal) Jeovanni R. Tarafa, President 1 6Y: WITNESS: /i /i MEAND EPC1'',>" W 9' n BY: .�>♦ WITNESS' _--1 . / .11 .�: _ SIGNATURE -� fa Executed on this 23 day of J 7 2019 l FAILURE TO FULLY COMPLETE AND EXECUTE THIS DOCUMENT MA YRESULTIN THE BID BEING DECLARED NONRESPONSIVE BID NO: 2019-002-DF CITY OF MIAMI BEACH 95 A-16 REQUIRED CONTRACT PROVISIONS This certification applies to subcontractors,material suppliers,vendors and other lowertier participants. -Appendix B of 49 CFR Part 29– Appendix B—Certification Regarding Debarment,Suspension,Ineligibiity andVoluntary Exclusion—LowerTier Covered Transactions Instructions for Certrfcarton 1. By signing and submitting this proposal,the prospective lowertier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placedwhen this transaction was entered. If it is later determinedthatthe prospective lowertier participant knowingly rendered an erroneous certification,in addition to other remedies available to the Federal Government,the department or agencywith which this transaction originated may pursue available remedies,including suspension and/or debarment. 3. The prospective lower tier participantshall provide immediate written notice to the person to which this proposal is submitted if at anytime the prospective lowertier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms"coveredtransaction,""debarred.""suspended,""ineligible.""lowertier coveredtransaction," "participant;""person,""primary covered transaction,""principal,""proposal,"and'voluntarity excluded,"as used in this clause,have the meanings set cut in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contactthe person to whom this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lowertier participant agrees by submitting this proposal that it shall not knowingly enter into any lower tier covered transa ction with a person who is debarred,suspended,declared ineligible,or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency with which this transaction originated. 6. The prospective lowertier participantfurther agrees by submitting this proposal that it will include this clause titled"Certification Regarding Debarment.Suspension, and Voluntary Exclusion–Lower Tier Covered Transaction"without modification,in all lowertier covered trans actions and in all solicitations forlowertier covered transactions. 7. A participant in a coveredtransaction may rely upon a certification of a prospective participant in a lowertier coveredtransaction that it is not debarred,suspended,inefigrble,orvoluntarily excludedfromthe coveredtransaction, unless it knows that the certification is erroneous. A participant may decide the method andfrequency bywhich it determines the eligibilty of its principals. Each participant may,but is not required to.checkthe Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in goodfaith the certification required by this clause. The knowledge and information of a participant is not requiredto exceedthat which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except fortransadions authorized under paragraph 5 of these instructions,if a participant in a covered transaction knowingly enters into a lowertier covered transaction with a person who is suspended,debarred,ineligible,or voluntarily exdudedfrom participation in this transaction,in addition to other remedies available to the Federal Government the department or agencywith which this transaction originated may pursue available remedies,including suspension andfor debarment. Certitrcation Regarding Debarment,Suspension,Inetigibdityand Voluntary Exctusion–!_ower Ter Covered Transactions (1) The prospective lowertier participant certifies,by submission of this proposal,thatneither it nor its principals is presently debarred,suspended,proposed for debarment,declaredinelAle,or voluntary exdudedfrom participation in this transaction by any Federal department or agency. (2) Where the prospective lowertier participant is unable to certifyto any of the statements in this certification, such prospective participant shall attach an explanation to this proposal BID NO: 2019-002-DF CITY OF MIAMI BEACH 96 A-17 "A1 h Cif rLl14Y14 LIt'M INF.A Vr I N N C11'AI ILN CERTIFICATION REGARDING DEBARMENT,SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION- LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AiD CONTRACTS {Compliance with 2 CFR Parts 180 and 1200) it is certified that neither the below identified rani nor As principals are present)y suspended.proposed for debarment.declared ineligible,or voluntarily excluded from participation in les transaction ny any federal department or agency. Name of C vannin R. Tarictor fa J.R.T. Construction, Co. By. Jeovanni R.Tarifa Date. 0-112-V20 Title President instructions fur Ceretrauon Instructions for Centbcation-Lower Tier ParticIpants- (Applrable to alt subcontracts,purchase orders and other lower her transactions requiring poor FMWA approval or estimated to cost$25.000 Or more-2 CFR Parts t80 and 1200) a.Sy agning and submitting Mus proposal,the prospective lower tier is providing the certification set out below b.The certification.n this clause is a malarial representation of tact upon which reliance was placed when this transaction was entered into.If It is rater determined that the prospective lower tier participant Knowingly rendered an erroneous certification,In addition to other remedies available to The Federal Government,the department,or agency with which this transaction originated may pursue available remedies,including suspension endear debarment. c.The prospective loiter tier participant shal provide immediate written notice to he person to which this proposal 6 submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d.The terms-covered transaction,"'debarred."suspended"tneilgibie.''participant,"•person,''principal,'and'voluntarliy excluded,'as used in this clause,are defined in 2 CFR Parts 180 and 1200.You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.'First Tier Covered Transactions'refers to any covered transaction between a grantee or s..bgrantee of Federal funds and a participant(such as the pante or general contract;. Lower Tier Covered Transactions'rete's to any covered transaction under a First Tier Covered Transaction(such as subcontracts). -First Tor Participant'refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds(such as the prime or general contractor(.'Lower Tier PartIcipant'refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants(such as subcontractors and supp'rers) e.The prospective lower tier participant agrees toy submitting this proposal that,should the proposed covered transaction be entered into,it shoe not knowingly enter into any lower tier covered transaction with a parson who is debarred,suspended, declared ieligibie,or voluntarily excluded from part:cepation in this covered transaction,unless authorized by the department or agency with which this transaction originated I.Tae prospective tower tier participant further agrees by submitting this proposal that ii will include this clause tailed 'Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,-without modification,In all lower tier covered transactions and in ail soinelations for lower tier covered transactions exceeding the $25.000 threshold. g.A participant in a covered transaction may rely upon a cemficat on of a prospective participant In a lower tier covered transaction that is not debarred-suspended.ineligible,or vc rintany excluded front the covered transaction,unless it knows that the certification is erroneous.A participant is responsit-a for ensuring that rts pr.•ncipais are not suspended,debarred,or otherwise.net ylble to participate in covered transactions. To verify rise eligibility of its principals,as we.1 as the eligibi'ity of any lower tier prospective participants,each participant may,but is not required to check tile Exa ded Parties List System website (nttpsJrwww.epls.govri which is compiled by the General Services Administration. is Nothing contained in the foregoing shall be construed to require establishment of a system at records in order to render n good faith the cerLfication required by this clause.Thee l m3w'edge and information of participant is not required to exceed teat when is normally possessed by a prudent person in the ordinary course of business dealings. Except for transactions authorized under paragraph e of these instructions,if a participant in a covered transaction titawingly enters into a lower tier covered transaction with a person who Is suscenred,debarred,ineligible,or voluntarily exceeded horn parttcipatior in this transaction,in addition to other remedies available to the Federal Gov'e`nment the department or agency with which this transaction originated may pursae available rernec"es.including suspension andlor debarment. BID NO: 2019-002-DF CITY OF MIAMI BEACH 97 A-18 STATF CF FIAla0A0EPAR1wFNTQF 1RANRPCRTATIC44 375030.34 DISCLOSURE OF LOBBYING ACTIVITIES PRCCURFYENT 0'i/1G !s this form applicable to your limn? YES❑ NO® If no,then please complete section 4 below for"Prime' 1.Type of Federal Action: 2.Status of Federal Action: 3.Report Type: a.contract a.bid/offer/application a.initial filing b.grant b.initial award b.material change c.cooperative agreement c.post-award For Material Change Only: d.loan Year. Quarter e.loan guarantee Date of last report: I.loan insurance ( ydd/yyyy) 4.Name and Address of Reporting Entity: 5.If Reporting Entity in No.4 Is a Subawardee.Enter Name and ® Prime ❑ Subawardee Address of Prime: Tier ,if knon: J.R.T. Construction, Co. 3050 NW 77th Court Doral, FL 33122 Congressional District if known:4c Congressional District,if known: 6.Federal Department/Agency: 7.Federal Program Name/Description: CFDA Number,If applicable: 8.Federal Action Number,if known: 9.Award Amount,if known: $ 10.a.Name and Address of Lobbying Registrant b.Individuals Performing Services(Including address if (if individual,last name,first name,Ml): different from No. 1Oe) (last name,first name,Ml): 11.U.S.C.Inanwereg1352. is die this a ofonn iso authorized by is 31 • Usection 1352.Toa eadoawe of lobbying ectivitiea is a Signature: matesrai represenlabon of fact upon which reliance was placid by the tux above when this tansecfon was made or entered J Cwanni R.Tarafa into This disddsure b required pursuant to 31 USC 1352 Print Name: This information vale be available to public inspector.My PreSid n person who fails to fde the required disclosure shell be subject Title: to a owl penalty or not less than 510,000 and not more than 5100,000 to each such failed Telephone No.:305-557-9911 Date(mrnidd/yyyy):D''/231 ZD IC( Federal Use OMy: I Authaved to I Repaid/Jinn Standard Pam t t I:(Kett /9/) BID NO:2019-002-0F CITY OF MIAMI BEACH 98 A-18 , 1,:,030 rAt /1I. vri INSTRUCTIONS FOR COMPLETION OF SF-LLL,DISCLOSURE OF LOBBYING ACT1V1TIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient,at the initiation or receipt of a covered Federal action,or a material change to a previous filing,pursuant to title 31 U.S.C. section 1352.The filing of a form is required for each payment or agreement to make payment to any lobbying entity for Influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with a covered Federal action.Complete all items that apply for both the initial fling and material change report.Refer to the implemenfing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify tie status of the covered Federal action. 3. Identify the appropriate classification of this report.If this is a followup report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred.Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the futiname,address,city,State and zip code of the reporting entity.Include Congressional District,if known.Check the appropriate classification of the reporting entity that designates if it is,or expects to be,a prime or subaward recipient.Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks'Subawardee,"then enter the full name,address.city,State and zip code of the prime Federal recipient.Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment.Include at least one organizational level below agency name,if known.For example,Department of Transportation,United States Coast Guard. 7. Enter tie Federal program name or description for the covered Federal action(item 1).If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans,and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1(e.g, Request for Proposal(RFP)number;Invitation for Bid(FB)number,grant announcement number,the contract, grant,or loan award number,the application/proposal control number assigned by the Federal agency).Include prefixes,e.g.,'RFP-DE-90-001.' 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan convnitment for the prime entity identified in item 4 or 5. 10. (a)Enter the full name,address,city,State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified In item 4 to influence the covered Federal action. (b)Enter the full names of the individual(s)performing services,and include full address if different from 10(a). Enter Last Name,First Name,and Middle Initial(MI). 11. The certifying official shall sign and date the form,print his/her name,title,and telephone number. Amercing to Ire PepervYork Reduction Art,as amended no persons are required to respond le a adledlcn of information unless it displays a valid OMB CanUot Number.the valid OMB control nnnrira to ens mkamwtrdrn alienor is OARS No 0348-0046 Public toga ling tea Inn lar this collodion of information ili estimated to evriages 10 nimuies pet'entwine.including Arne lot invienig inelnuchons,srinning existing data.snores aalhenng and maintaining the data needed,and completing and revieveng the coRecton of elormabdn.Send comments regarding the burden estimate a any other aspect villas colluder of information,inducing suggestions ka raiueurg Otis burden to the Ofriar of Management and Budget.Papawerk Reduction Ruled(0348-0046).Washington.DC 20503. BID NO: 2019-002-DF CITY OF MIAMI BEACH 99 A-18 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-91 Vendor Eligibility Check Prior to Contract Award PROCUREMENT 08113 Project Description(s):Middle Beach Recreational Corridor (MBRC) Phase Ill- J.R.T. Construction Co. Financial Project Number(s):FM#436748-1 In accordance with State law: Section 287.133(2)(b), Florida Statutes, provides that public entities may not contract with firms that have been excluded from participating in the public contracting process. A public entity may not accept any bid, proposal,or reply from,award any contract to,or transact any business in excess of the threshold amount provided in s. 287.017. F.S.,for CATEGORY TWO with any person or affiliate on the convicted vendor list for a period of 36 months following the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f), F.S.A public entity that was transacting business with a person at the time of the commission of a public entity crime resulting in that person being placed on the convicted vendor list may not accept any bid,proposal,or reply from,award any contract to,or transact any business with any other person who is under the same, or substantially the same,control as the person whose name appears on the convicted vendor list so long as that person's name appears on the convicted vendor list. A contract award (reference 2 CFR 1200 and 2 CFR 180) must not be made to parties listed on the government-wide Excluded Parties List System in the System for Award Management(SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549(3 CFR Part 1986 Comp., p. 189)and 12689(3 CFR Part 1989 Comp., p. 235), "Debarment and Suspension." Pursuant to 23 CFR 172.7(b)(3), a contracting agency shall verify suspension and debarment actions and eligibility status of consultants and subconsultants prior to entering into an agreement or contract in accordance with 2 CFR part 1200 and 2 CFR part 180,when the identities of such subconsultants are known prior to execution of the subject agreement or contract.The Excluded Parties List System in SAM contains the names of parties debarred,suspended,or otherwise excluded by agencies,as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. The Convicted Vendor List/Suspended Vendor List/Discriminatory Vendor List/Federal Excluded Parties List/Vendor Complaint Lists are available at the following Department of Management Services site: http://www.dms.mvflorida.com/business operations/state purchasing/vendor information/convicted suspended discriminatory complaints vendor lists Section 287.135, F.S. prohibits a company from bidding on,submitting a proposal for,or entering into or renewing a contract for goods or services of any amount if the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel. Section 287.135, F.S.also prohibits a company from bidding on, submitting a proposal for,or entering into or renewing a contract for goods or services of $1,000,000 or more, if the company is on either the Scrutinized Companies with Activities in Sudan List,or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which are created pursuant to s.215.473, F.S. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-91 Vendor Eligibility Check Prior to Contract Award PROCUREMENT 0&18 The List of Scrutinized Companies that Boycott Israel,and the Scrutinized List of Prohibited Companies (Activities in Sudan/Iran Petroleum Energy Sector)are available at the following Florida State Board of Administration site: httas://ww,,v.sbafla.com/fsb/FundsWeManage/FRSPensionPlan/GlobalGovernanceMandates.aspx I have checked the aforementioned lists that apply to this procurement,as applicable to verify that the vendor(and all subs where known)is eligible for contract award/execution: Procur- ent Office or Contracting Awarding Office: 'v badcj P inter - 1p/h Sig : ure Date: 8/171(1 A-19 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-040-62 BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT PROCUREMENT 04/07 SERVICES, AND COMMODITIES & CONTRACTUAL SERVICES Prime Contractor/Prime Consultant: J.R.T. Construction, Co. Address/Phone Number: 3050 N.W. 77 Court, Doral Florida, 33122/Tel: 305-557-9911 /Fax: 305-557-9922 Procurement Number/Advertisement Number: ITB No.: 2019-002-DF 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT-assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT-assisted projects, including both DBEs and non-DBEs. For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT-assisted project. Prime contractors and consultants must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax ID Number: 25-1476717 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: Forms and Surfaces, Inc. ® Non-DBE ❑ Less than $1 million 3. Phone: 1-800-451-0410 ❑ Between $1 -$5 million 4. Address: 30 Pine Street ❑ Between $5-$10 million Pittsburgh, PA 15223-1919 7. ❑ Subcontractor ❑ Between $10-$15 million ❑ Subconsultant [' More than $15 million 5. Year Firm Established: 2011 1. Federal Tax ID Number: 65-0550061 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: C.S.E. Paving of Florida, Inc. ® Non-DBE ❑ Less than $1 million 3. Phone: 561-279-9200 ❑ Between $1 - $5 million 4. Address: 709 Bond Way ❑ Between $5-$10 million Delray Beach, Florida 33483 7. ® Subcontractor ❑ Between $10-$15 million ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established: 1995 1. Federal Tax ID Number: 27-2867291 6. ® DBE 8. Annual Gross Receipts 2. Firm Name: F&L Fire and Electrical System, Inc. ❑ Non-DBE ❑ Less than $1 million 3. Phone: 786-267-0684 ❑ Between $1 - $5 million 4. Address: 7506 West 20th Avenue, Suite 202 ❑ Between $5-$10 million Hialeah, Florida 33016 7. ® Subcontractor ❑ Between $10-$15 million ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established: 2010 1. Federal Tax ID Number: 65-0086989 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: All Green Nursery, Inc. ® Non-DBE ❑ Less than $1 million 3. Phone: 305-257-3295 ❑ Between $1 - $5 million 4. Address: 14700 SW 248 Street ❑ Between $5- $10 million Princeton, Florida 33032 7. ® Subcontractor ❑ Between $10-$15 million ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established: 1988 AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET(Invitation to Bid-ITB) LETTERS OF RESPONSE (LOR) PRICE PROPOSAL(Request for Proposal-RFP) REPLY(Invitation to Negotiate-ITN) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-040-62 BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT PROCUREMENT 04/07 SERVICES, AND COMMODITIES & CONTRACTUAL SERVICES Prime Contractor/Prime Consultant: J.R.T. Construction, Co. Address/Phone Number: 3050 N.W. 77 Court, Doral Florida, 33122/Tel: 305-557-9911 /Fax: 305-557-9922 Procurement Number/Advertisement Number: ITB No.: 2019-002-DF 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT-assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT-assisted projects, including both DBEs and non-DBEs. For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT-assisted project. Prime contractors and consultants must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax ID Number: 27-0787170 6. El DBE 8. Annual Gross Receipts 2. Firm Name: Nabuc Plumbing Corp, ® Non-DBE El Less than $1 million 3. Phone: 786-586-7085 ❑ Between $1 - $5 million 4. Address: 10371 SW 14 Street El Between $5-$10 million Miami, FL 33174 7. ® Subcontractor 0 Between $10-$15 million ❑ Subconsultant 0 More than $15 million 5. Year Firm Established: 2009 1. Federal Tax ID Number: 47-2618157 6. El DBE 8. Annual Gross Receipts 2. Firm Name: Integrated Electrical Services of Dadelnc ® Non-DBE ❑ Less than $1 million 3. Phone: 786-260-3384 El Between $1 -$5 million 4. Address: 4921 SW 74 Court _ El Between $5-$10 million Miami, FL 33155 7. ® Subcontractor 0 Between $10-$15 million ❑ Subconsultant [' More than $15 million 5. Year Firm Established: 2014 1. Federal Tax ID Number: 65-0459542 6. El DBE 8. Annual Gross Receipts 2. Firm Name: Florida Fence Rental, Inc. ® Non-DBE El Less than $1 million 3. Phone: 305-593-8590 El Between $1 -$5 million 4. Address: 8491 N.W. 64 Street ❑ Between $5-$10 million Miami, FL 33166 7. El Subcontractor El Between $10 -$15 million El Subconsultant El More than $15 million 5. Year Firm Established: 1993 1. Federal Tax ID Number: 65-0838100 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: Superior Landscaping & Lawn Svc, Inc. ® Non-DBE ❑ Less than $1 million 3. Phone: 305-634-0717 El Between $1 - $5 million 4. Address: 2. 20. 0 N.W. 23rd Avenue El Between $5-$10 million Miami, FL 7. ® Subcontractor El Between $10-$15 million ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established: 1998 AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET(Invitation to Bid-ITB) LETTERS OF RESPONSE (LOR) PRICE PROPOSAL(Request for Proposal -RFP) REPLY(Invitation to Negotiate-ITN) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-040-62 BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT PROCUREMENT 04/07 SERVICES, AND COMMODITIES & CONTRACTUAL SERVICES Prime Contractor/Prime Consultant: J.R.T. Construction, Co. Address/Phone Number: 3050 N.W. 77 Court, Doral Florida, 33122/Tel: 305-557-9911 /Fax: 305-557-9922 Procurement Number/Advertisement Number: ITB No.: 2019-002-DF 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT-assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT-assisted projects, including both DBEs and non-DBEs. For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT-assisted project. Prime contractors and consultants must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax ID Number: 59-2069390 6. ® DBE 8. Annual Gross Receipts 2. Firm Name: Homestead Concrete& Drainage, Inc. ❑ Non-DBE ❑ Less than $1 million 3. Phone: 305-248-9649 0 Between $1 - $5 million 4. Address: 221 S.W. 4th Avenue ❑ Between $5-$10 million Homestead, FL 33030 7. ® Subcontractor 9 Between $10-$15 million ❑ Subconsultant 0 More than $15 million 5. Year Firm Established: 1981 1. Federal Tax ID Number: 6. 9 DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than $1 million 3. Phone: El Between $1 -$5 million 4. Address: ❑ Between $5-$10 million 7. ❑ Subcontractor ❑ Between $10-$15 million ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. El DBE 8. Annual Gross Receipts 2. Firm Name: 0 Non-DBE 0 Less than $1 million 3. Phone: 0 Between $1 -$5 million 4. Address: ❑ Between $5-$10 million 7. ❑ Subcontractor 9 Between $10-$15 million ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: . 9 Non-DBE ❑ Less than $1 million 3. Phone: ❑ Between $1 -$5 million 4. Address: 9 Between $5-$10 million 7. 9 Subcontractor ❑ Between $10-$15 million 9 Subconsultant 0 More than $15 million 5. Year Firm Established: AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET(Invitation to Bid-ITB) LETTERS OF RESPONSE (LOR) PRICE PROPOSAL (Request for Proposal-RFP) REPLY(Invitation to Negotiate-ITN) APPENDIX D Required Forms for Bid Submittal SNote: Attachments below only apply if the adjacent box is checked) ❑ ATTACHMENT D-1: Prevailing Wage and Local Workforce Participation Program Requirements ❑ ATTACHMENT D-1A: Responsible Contractor Affidavit Form (PART A) ❑ ATTACHMENT D-1 E: Responsible Contractor Affidavit Form (PART B) ❑ ATTACHMENT D-2: Bid Guaranty Form; Unconditional Letter Of Credit ® ATTACHMENT D-3: Statement Of Compliance: Prevailing Wage Rate Ordinance Per Question No 10 on Addendum No.01, Prevailing Wages& Local Workforce Program Requirements do not apply. BID NO:2019-002-DF CITY OF MIAMI BEACH 126 D-1 The Requirements of the Prevailing Wage and Local Workforce Participation Programs shall apply to the award of this project. The purpose of this appendix is to summarize,for clarity,the requirements of the City's Prevailing Wage and Local Workforce Program Requirements. In the event of any omissions or conflicts,the requirements of the City Code, with respect to these programs, shall prevail. I. MINIMUM WAGES AND BENEFITS 1. Employee Compensation. The rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by the contractor or subcontractor on the work covered by the contract, shall be not less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. (reference: Sec 31-27). 2. Notice Requirement. On the date on which any laborer or mechanic commences work on a construction contract to which this article applies, the contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article. (reference: Sec 31-29). 3. Certified Payrolls. With each payment application, Contractor shall submit a copy of all payrolls, including (at a minimum) the name and zip code for the covered employee, to the City accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the work performed. Beginning, January 30, 2018, all payroll submittals shall be completed electronically via the City's electronic compliance portal, LCP Tracker. No payment application shall be deemed accepted until such time as the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in LCP Tracker. a. LCP Tracker Training. The Procurement Department offers ongoing training in LCP Tracker to all contractors.To schedule a training session, contact Allan Gonzalez at AlianGonzalez@MiamiBeachFL.gov or at 305-673-7490. Per Question No. 10 on Addendum No 01, Prevailing Wages&Local Workforce Program Requirements do not apply. BID NO: 2019-002-DF CITY OF MIAMI BEACH 127 D-1 II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit. As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award,the bidder shall submit a Responsible Contractor Affidavit.The Responsible Contractor Affidavit(RCA) is comprised of two (2)forms —RCA-Part A and RCA-Part B. Both forms are required to be submitted with the bid or within 48 business hours of being notified by the Procurement Contracting Officer for the solicitation. Failure to submit the RCA shall result in the bid being disqualified and deemed non-responsive. a. Part A—Commitment to Promote Local Workforce Participation.The contractor,and each subcontractor,shall submit RCA-Part A affirming that it will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents.The contractor shall also affirm that it will make its best reasonable efforts to promote employment opportunities for Miami Beach residents.To download RCA-Part A affidavit, click here. b. Part B — Position / Employee Data. The contractor, and each sub-contractor shall submit RCA-Part B with the following sections completed: • Section 1 — Indicate the number of positions required to complete the contract work, the minimum qualification(s) for each position, the number of positions currently staffed,and the number of positions to be hired. • Section 2—For the positions indicated in Section 1,specify the name,address,and position of each current employee of the contractor or subcontractor. To download RCA-Part B form, click here. 2. Workforce Performance Report. Before its final application for payment, the contractor shall submit its final Certified Payroll in LCP Tracker, which shall be deemed its final Workforce Performance Report. If the project goal of thirty percent (30%) of all construction labor hours to be performed by Miami-Dade County residents is not met, the Contractor shall submit supporting documentation verifying reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. Per Question No. 10 on Addendum No 01, Prevailing Wages&Local Workforce Program Requirements do not apply. BID NO: 2019-002-DF CITY OF MIAMI BEACH 128 D-1 III. PROCESS FLOW The following graphic outlining the major steps of the Prevailing Wage and Local Workforce Participation programs is provided illustrative purposes only. 6.Contractor submits Workforce Performance 1.Bidder submits a Report prior to bid or proposal. submittal of final payment application. 2.With its bid or proposal,Bidder 5.Project submits Completed. Responsible Contractor Affidavit-Parts A and B. 4.Prior to submitting every payment application, 3.Project Awarded. Contractor submits Certified Payrolls in LCP Tracker. Balance of Page Intentionally Left Blank Per Question No. 10 on Addendum No.01, Prevailing Wages&Local Workforce Program Requirements do not apply BID NO: 2019-002-0F CITY OF MIAMI BEACH 129 Per Question No. 10 on Addendum No. 01, Prevailing Wages& Locai -1 A Workforce Program Requirements do not apply THIS FORM IS REQUIRED TO BE SUBMITTED WITH THE BID OR WITHIN 48 BUSINESS HOURS OF REQUEST. LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part A — Commitment to Promote Local Workforce Participation In accordance with Article III, Section 31-40 of the Miami Beach Code, all contractors and subcontractors of any tier performing on a city contract valued in excess of S1,000,000 for(i) the construction, demolition, alteration and/or repair of city buildings or city public works projects,or(ii)a contract valued in excess of$1,000,000 which provides for privately-funded construction,demolition,alteration and/or repair of buildings or improvements located on city-owned land,and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Pr ram. The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami- Dade County residents and seek to achieve a project goal of having thirty percent(30%) of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To verify workers' residency, contractor(s) shall provide the residence address of each worker. Print Name of Affiant Print Title of Affiant Signature of Affiant Name of Firm Date Address of Firm State Zip Code Notary Public Information Notary Public—State of County of Subscribed and sworn to(or affirmed) before me this day of, 20 by He or she is personally known to me ❑or has produced identification 0 Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal BID NO:2019-002-DF CITY OF MIAMI BEACH 130 D-1 B Per Question No. 10 on Addendum No. 01, Prevailing Wages&Local Workforce Program Requirements do not apply. THIS FORM IS REQUIRED TO BE SUBMITTED WITH THE BID OR WITHIN 48 BUSINESS HOURS OF REQUEST. LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part B — Positions/Employee Data SECTION 1—REQUIRED POSITIONS.Specify the total number of positions that will be used by the Contractor(and by all subcontractors)to perform all of the construction trades and labor work of the contract,broken down by trade and labor category,minimum qualifications for each category,and the number of persons to be utilized in each category. Name of Contractor/Subcontractor: A B C D E Trade/Category Minimum Qualification(s) No.of Positions Required No.of Positions Currently No.of Positions to be for the Work Staffed Hired Total: SECTION 2—CURRENT EMPLOYEES.For those positions currently staffed by the contractor or subcontractor(Column D),identify each individual by name,address and trade category of all persons proposed to perform work under the contract currently on the contractor's or subcontractor's payroll who reside in Miami Beach and Miami- Dade County. Employee Name Address Trade/Category Performing I certify that the representations contained in this Construction Workforce Plan are to the best of my knowledge true and accurate. Signature of Affiant Print Name Print Title Date BID NO:2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 131 D-2 t' '\I A M I BEACH Please see attached Bid Bond ❑ BID GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiring: Date Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order of and for the account (branch address) of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: A signed statement from the City Manager of the City of Miami Beach, or his authorized representative, that the drawing is due to default in performance of obligations on the part of agreed upon by and (contractor, applicant, customer) between City of Miami Beach, Florida and (contractor, applicant, customer) pursuant to the Bid/Contract No. for (name of project) Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. of dated (Bank name) This Letter of Credit sets forth in full terms of our undertaking, and such undertaking shall not in any way be modified, amended, or amplified by reference to any documents, instrument, or agreement referred BID NO:2019-002-DF CITY OF MIAMI BEACH 132 Please see attached Bid Bond to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument. or agreement. D-2 We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this Letter of Credit that such drafts will be duly honored upon presentation to the drawee. The execution of the Contract and the submission of the required Performance and Payment Guaranty and Insurance Certificate by the shall be a release of all obligations. (contractor, applicant, customer) This Letter of Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce(1993 revision), Publication No 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida la-+w should arise, Florida law shall prevail. Authorized Signature BID NO: 2019-002-OF CITY OF MIAMI BEACH 133 Document A310 TM — 2010 Conforms with The American institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place r fhurinecr) Fidelity and Deposit Company of Maryland J.R.T. Construction, Co. 1299 Zurich Way, 5th Floor This document has important 3050 NW 77th Court Schaumburg, IL 60196-1056 legal consequences.Consultation Doral, FL 33122 Mailing Address for Notices with an attorney is encouraged with respect to its completion or same as above OWNER: modification. (Name,legal status and address) Any singular reference to City of Miami Beach Contractor,Surety,Owner or 1755 Meridian Avenue,Third Floor pluparty shall be considered plurraa l where applicabie. Miami Beach, FL 33139 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (Name,location or address.and Project number,ifait) MBRC- Phase III -24th thru 45th Street- ITB No. 2019-002-DF The Contractor and Surety arc bound to the Owner in the amount set forth above.for the payment of which the Contractor and Surety bind themselves.their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof:or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said hid,then this obligation shall be null and void,otherwise to remain in full tierce and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid.Waiverol'notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time fur acceptance of bids specified in the hid documents,and the Owner and Contractor shall obtain the Surety's consent fur an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the tern Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions confomting to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 8th day of July, 2019. J.R.T.? I Construction, Co. 1 ( (Principal) (Seal) (A' mess) D4111 By: Mi1e)i •vavtrl► (i. l ' ra 'W Pees i•Pm+ Fidelit. .id Deposit C• pany of aryland (Surevr L4, , ; (.'al) (Mme s) Gicell: •. •n By: (Title)Charles D. Nielson ,Attorney-in-Fact Surety Phone No. 847-605-6000 5.00541AS 8/10 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint Charles J.NIELSON and Charles D.NIELSON,both of Miami Lakes,Florida, EACH,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 15th day of February,A.D.2019. At • �W ma• ,; t' 410) s F 44: ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 15th day of February, A.D.2019, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and'qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. ia4fi ?Si <� Pt)0)4s`� Constance A.Dunn.Notary Public My Commission Expires:July 9,2019 'ton EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances,stipulations, undertakings,or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTiFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By- Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this s" day of July _.._, 2019 • 'tea otPor� ��� RIO Nddri By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.reportsfclaims a zurichna.com 800-626-4577 ❑ STATEMENT OF COMPLIANCE: D-3 PREVAILING WAGE RATE ORDINANCE NO. 94-2960 No. ITB 2019-002-DF Contract No. ITB 2019-002-DF Project Title Miami Beach Recreational Corridor Phase III(From 24th St.to 45th St.) The undersigned CONTRACTOR hereby swears under penalty of perjury that,during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments,contributions, or costs for fringe benefits have not been less than those required by City of Miami Beach Ordinance No. 94-2960 and the applicable conditions of the Contract. Dated , 20_ (Contractor) By: (Signature) By: (Print Name and Title) STATE OF ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20_, by who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20_. (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: Per Question No. 10 on Addendum No. 01, Prevailing Wages&Local Workforce Program Requirements do not apply. BID NO: 2019-002-0F CITY OF MIAMI BEACH • 134 APPENDIX J FDOT Form No. 275-030-11 BID NO: 2019-002-DF CITY OF MIAMI BEACH 176 `TA'f OF Ft QRaAOFPARTMFNTc TRAN2PCATAnC,4 27r-030-11 DBE BID PACKAGE INFORMATION fgiM CPPGR TIMM'OFF1CF 10/17 PUya t OrI DBE Utilization The Department began its DBE race neutral program January 1,2000. Contract specific goats are not placed on Federal/State contracts; however,the Department has an overall 10.85%DBE goal it must achieve. In order to assist contractors in determining their DBE commitment level,the Department has reviewed the estimates for this letting As you prepare your bid,please monitor potential or anticipated DBE utilization for contracts. When the low bidder executes the contract with the Department,infomiabon will be requested of the contractor's DBE participation for the project While the utilization is not mandatory in order to be awarded the protect, continuing utilization of DBE firms on contracts supports the success of Florida's DBE Program, and supports contractors'Equal Employment Opportunity and DBE Affirmative Action Programs. Any project listed as 0%DBE availability does not mean that a DEE may not be used on that project. A 0% DBE availability may have been established due to any of the following reasons. limited identfied subcontracting opportunities,minimal contract days,and/or small contract dollar amount Contractors are encouraged to identify any opportunities to subcontract to DBE's. Please contact the Equal Opportunity Office at(850)414-4747 if you have any questions regarding this information. Forms may be downloaded at www.dot.state.fl.us/oroceduraldocuments/. DBE Reporting If you are the prime contractor on a project, enter your DBE participation in the Equal Opportunity Compliance system prior to the pre-construction or pre-work conference for all federal and state funded projects. This will not become a mandatory part of the contract It will assist the Department in tracking and reporting planned or estimated DBE utilization. Dunnq the contract,the prime contractor is required to report actual payments to DBE and MBE subcontractors through the web-based Equal Opportunity Compliance(EOC)system. All DBE payments must be reported whether or not you initially planned to utilize the company. In order for our race neutral DBE Program to be successful,your cooperation is imperative If you have any questions,please contact EOOHeip@dotsfate.fl.us. )aid Ot t,ortunity List The Federal DBE Program requires States to maintain a database of all firms that are participating or attempting to participate on FDOT-assisted contracts The list must include all firms that bid on prime contracts or bid or quote subcontracts on FOOT-assisted projects,including both DBE's and non-DBEs. Please complete the Bidders Opportunity List through the Equal Opportunity Comp'lance system within 3 business days of submission of the bid or proposal for ALL subcontractors or sub-consultants who quoted to you for specific protect for this letting. The web address to the Equal Opportunity Compliance system is: ht9ae://www3 dot.ata tusiEQUOYOPPertUnitiCOrnotiencerAcceuntasoxA.octn?ReturnUrl.%2fEavalCcipor LynitvComatlanoe%2f BID NO:2019-002-DF CITY OF MIAMI BEACH 177 ?TATE,OF FiOR.CA OFFARTMEnT SCF TRA'a('CPTATICP 715.030-11 DBE BID PACKAGE INFORMATION Fa/A1 Cw1'ORTON TV r,FFICF ,N17 eowt 2Or2 DBE/AA Plans Contractors bidding on FOOT contracts are to have an approved DBE Affirmative Action Plan (FOOT Form 275-030-118) on file with the FOOT Equal Opportunity Office before execution of a contract. DBE/AA Plans must be received with the contractors bid or received by the Equal Opportunity Office prior to the award of the contract. Plans are approved by the Equal Opportunity Office in accordance with Ch. 14-78,Florida Administrative Code. Plans that do not meet these mandatory requirements may not be approved. Approvals are for a (3)three year period and should be updated at anytime there is a change in the company's DBE Liaison Officer and/or President. Contractors may evidence adoption of the DBE/AA Policy and Plan and/or a change in the designated DBE Liaison officer as follows: • Print the first page of the document on company stationery ("letterhead") that indicates the company's name,mailing address,phone number,etc. • Print the company's name in the"_ space:next to-Date"print the month/day/year the policy is being signed: record the signature of the company's Chief Executive Officer, President or Chairperson in the space next to by and print the full first and last name and position title of the official signing the policy. • Print the DBE Liaison's full name,email address,business mailing address and phone number the bottom of email. E-mail the completed and signed DBE AA Plan to: eeo£ormii dot.staie.fi.us. The Department will review the policy,update department records and issue a notification of approval or disapproval;a copy of the submitted plan will not be returned to the contractor BID NO: 2019-002-DF CITY OF MIAMI BEACH 178 FDDQ: Florida Department of Transportation RICK SCOTT 605 Suwannee Street MIKE DEW GOVERNOR Tallahassee,FL 32399-0450 SECRETARY 3/14/2018 RE: DBE AFFIRMATIVE ACTION PLAN APPROVAL The Disadvantaged Business Enterprise Affirmative Action Plan submitted by: JRT CONSTRUCTION CO has been approved for a period of three years. Please update and submit a new plan before the expiration date shown below. If you do not plan to work on any Florida Department of Transportation Projects, it will not be necessary for you to submit a new plan. If you need any additional information, please contact me at (850) 414-4747. Sincerely, Stefan Kulakowski State Contract Compliance Administrator Equal Opportunity Office AFFIRMATIVE ACTION PLAN EXPIRATION: 3/13/2021 This „Ian is one of the re ,uirements to bid on contracts for the Florida De::artment of Transportation. This Is not approval for Unified Certification Program Disadvantaged Business Enterprise(UCP/DBE)Certification. For additional information in becomin; a DBE contact the Certification Section at(850)414-4747. tZ11t s1 t �J. . . CONSTRUCTION, CO. ! ! G E N E R A L C O N T R A C TOR 3050 N.W. 77 Court, Dora!,FL 33122 • Tel: 305-557-9911 • Fax:305-557-9922 J_R.L Construction.Co. hereafter referred to as"the Company"or"thisCompany"has adopted this policy and plan. i Date: 03/13/2018 By: `-- "`-,--7 C-77---a...4.- Signature Corporate FEID No.: 01-0772259 vanni R Tarafa I Presid:,It Printed name&title t DISADVANTAGED BUSINESS ENTERPRISE(`DBE')AFFIRMATIVE ACTION PLAN POLICY STATEMENT It is the policy of this Company that disadvantaged businesses, as defined by 49 CFR Part 26, Subpart 0 and implemented under Rule Chapter 14-78, F.A.C., shall have the opportunity to participate as subcontractors and suppliers on all contracts awarded by the Florida Department of Transportation(FOOT). The requirements of Rule Chapter 14-78, F.A.C., shall apply to all contracts entered into between FDOT and the Company.Subcontractors and/or suppliers to the Company win also be bound by the requirements of Rule Chapter 14-78 F.A.C. and its subcontractors shall take all necessary and reasonable steps in accordance with Chapter 14-78, F.A.C., to ensure that disadvantaged businesses have the opportunity to compete and perform work contracted with FDOT. The Company and Its subcontractors shall not discriminate on the basis of race, color, religion, national origin, disability, sex, or age In the administration of contracts with FOOT. The Company has designated and appointed a Liaison Officer to develop,maintain,and monitor the DBE Affirmative Action Plan Implementation.The Liaison Officer will be responsible for disseminating this policy statement throughout the Company and to disadvantaged controlled businesses.This statement is posted on notice boards of the Company. I. DESIGNATION OF LiAISON OFFICER The Company will aggressively recruit disadvantaged businesses as subcontractors and suppliers for all contracts with FOOT. The Company has appointed a Liaison Officer to develop and maintain this Affirmative Action Plan in accordance with the requirements of Rule Chapter 14-78, F.A.C. The Liaison Officer will have primary responsibility for developing, maintaining, and monitoring the Company's utilization of disadvantaged subcontractors in addition to the following specific duties: (1) The Liaison Officer shall aggressively solicit bids from disadvantaged business subcontractors for all FOOT contracts; (2) The Liaison Officer will submit all records, reports,and documents required by FDOT,and shall maintain such records for a period of not less than three years, or as directed by any specific contractual requirements of FDOT. The following Individual has been designated Liaison Officer with responsibility for implementing the Company's affirmative action program In accordance with the requirements of FOOT. DBE LIAISON OFFICER: NAME: Jeovanni R.Tarafa TITLE: President EMAIL:jtarafaQtarafacoonstructIon.com ADDRESS:3050 NW 77th CT.Dora!,FL 33122 FLORIDA DEPARTMENT OF TRANSPORTATION OPPORTUNITY OFFICE PROVED- .. . .'_A.:..1/ DISAPPROVED: DATE;,,12,,,(-1,./..1.8«,.. 276-030-11B EQUAL OPPORTUNITY OFFICE 12/12 Page 2 d 2 II. AFFIRMATIVE ACTION METHODS In order to formulate a realistic Affirmative Action Plan,the Company has identified the following known barriers to participation by disadvantaged subcontractors, before describing its proposed affirmative action methods: 1. Lack cf qualified disadvantaged subcontractors in our specific geographical areas of work; 2. Lack of certified disadvantaged subcontractors who seek to perform FDOT work; 3. Lack of interest in performing on FDOT contracts: 4. Lack of response when requested to bid; 5. Limited knowledge of FDOT plans and specifications to prepare a responsible bid. In view of the barriers to disadvantaged businesses stated above, it shall be the policy of the Company to provide opportunity by utilizing the following affirmative action methods to ensure participation on the contracts with FDOT will: 1. Provide written notice to all certified DBE subcontractors in the geographical area where the work is to be subcontracted by the Company; 2. Advertise in minority focused media concerning subcontract opportunities with the Company; 3. Select portions of work to be performed by DBEs in order to increase the likelihood of meeting the state's goals (including, where appropriate, breaking down contracts into economically feasible units to facilitate DBE participation); 4. Provide adequate information about the plans,specifications, and requirements of the contract, notrejecting subcontractors without sound reasons based on a thorough investigation of their capabilities; 5. Waive requirements of performance bonds where it is practical to do so; 6. Attend pre-bid meetngs held by FDOT to apprise disadvantaged subcontractors of opportunities with the Corn pany; 7. Follow up on initial solicitations of interest to DBE subcontractors to determine with certainty whether the DBE company is interested in the subcontract opportunity. 8. Utilize FDOT's DBE Supportive Services providers for assistance in identifying and notifying DBE's of contracting opportunities. The Company understands that this list of affirmative action methods is not exhaustive and will include additional approaches after having established familiarity with the disadvantaged subcontracting community and/or determined the stated approaches to be ineffective. IiI IMPLEMENTATION The Company will make every effort to 1. Meet state goals by utilizing its affirmative acticn methods. 2. Express good faith by seeking to utilize DBE subcontractors where work is to be subcontracted. 3. Ensuring that contracted OBE's perform a commercially useful function as evidenced by their execution of a distinct element of work with its own workforce and the carrying out responsibilities by actually performing, managing and supervising the work involved. IV. REPORTING The Company shall keep and maintain such records as are necessary to determine the Company's compliance with its DBE Affirmative Action Pian.The Company will design its record keeping system to indicate: 1. The number of DBE subcontractors and suppliers used by the Company, identifying the Items of work, materials and services provided: 2. The efforts and progress being made in obtaining DBE subcontractors through local and community sources; 3. Documentation of all contracts,to include correspondence, telephone calls,newspaper advertisements,etc., to obtain DBE participation on all FOOT projects; 4. The Company shall comply with FDOT's requirements regarding payments to subcontractors including DBEs for each month(estimate period)in which the companies have worked. V. DBE DIRECTORY The Company will utilize the DBE Directory published by the FDOT. APPENDIX K FDOT Form No. 375-030-33 BID NO:2019-002-DF CITY OF MIAMI BEACH 179 37s-asG.3 >RUCUREMENT fO.rot CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL-AID CONTRACTS (Compliance with 49CFR,Section 20.100(b)) The prospective participant certifies,by signing this certification,that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency,a Member of Congress,an officer of employee of Congress,or an employee of a Member of Congress in connection with the awarding of any federal contract,the making of any federal grant,the making of any federal loan, the entering into of any cooperative agreement,and the extension,continuation, renewal,amendment,or modification of any federal contract,grant,loan,or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency,a Member of Congress,an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract,grant, loan, or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure of Lobbying ActivitiesTM,in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Tate 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts,which exceed$100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Consultant: J.R.T. Construction,Co. By:Jeovanni R. Tarafa Date: 01 [2_312°19 j Authorized Signature / Title: President BID NO:2019-002-DF CITY OF MIAMI BEACH 180 BID NO: 2019-002-DF CITY OF MIAMI BEACH 181 TAB F - REFERENCES J.R.T. CONSTRUCTION, CO. \ G E N E R A L C O N T R A C T O R 11 . . RRT. CONSTRUCTIONCO G E N E A L C O N T R A C ,T O R. 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Project Reference: _ Ben Sheppard Elementary School Owner: Miami Dade County Public Schools Owner Contact Person: Mr. Israel Rodriguez-Soto, Project Manager Owner Address: 1450 NE 2nd Ave., Suite 207, Miami FL 33132 Owner Telephone No.: (305) 995-2235 Owner Facsimile No.: (305) 995-4750 Owner Email: israel.rodriquez-soto aedadeschools.net Architect: Laura M. Perez &Associates, Inc. Architect Contact Person: Laura M. Perez, AIA Architect Telephone No.: (305)642-9494 Architect Email: laura1@Imptc.com Project Reference: Oak Grove Park—Father Gerard Jean-Juste Community Center Owner: Miami-Dade County Parks Recreation & Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Mr. Guillermo"Willie" Pena, Construction Manager 2 Owner Address: 275 N.W. 2nd Street,4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-5453 (Joel Arango) (305)755-7914 (Guillermo"Willie" Pena) Owner Facsimile No.: (305) 755-7995 Owner Email: jarango@miamidade.gov williebiemiamidade.gov Architect: S.R. Architects, P.A. Architect Contact Person: Mr. Ernesto Santos,AIA Architect Telephone No.: (305) 661-8572 Architect Email: srarch@.bellsouth.net Project Reference: Middle Beach Recreational Corridor(MBRC) Phase II —Section 1 and 2 Owner: City of Miami Beach Owner Contact Person: Mr. David Gomez, Sr. Project Coordinator Mrs. Paola Vega, Project Coordinator Owner Address: 1700 Convention Center Drive, Miami Beach, FL 33139 Owner Telephone No.: (786)719-5616 (David Gomez) (786) 314-8385 (Paola Vega) Owner Facsimile No.: (305) 673-7073 Owner Email: DavidGomezemiamibeachfl.aov Paola(a miamibeachfl.gov Architect: Calvin Giordano &Associates, Inc. Architect Contact Person: Mr. Gianno Feoli PJ .R.T. CONSTRUCTION, CO. C E N E R AL CON T R A C T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Architect Telephone No.: (954) 921-7781 Architect Email: gfeoli(u�cgasolutions.com Project Reference: Taylor Park Remediation Owner: Department of Solid Waste Management Owner Contact Person: Mr. Luis Moreno, Project Manager Ms. Patricia Cicero, Project Manager Owner Address: 2525 NW 62nd St., 5th Floor, Miami FL 33147 Owner Telephone No.: (305) 514-6680 Luis Moreno (305) 514-6683 Patricia Cicero Owner Facsimile No.: (305) 474-7224 Owner Email: luis.moreno@miamidade.gov patricia.cicero anmiamidade.gov Architect: E Sciences, Inc. Architect Contact Person: Mrs. Maria Paituvi Bonet Architect Telephone No.: (305) 984-9162 Architect Email: mpaituvi(ebesciencesinc.com Project Reference: Jack D. Gordon Elementary School & PLCs Owner: Miami Dade County Public Schools Owner Contact Person: Mrs. Juliette Hinsey-Pinder, Project Manager Owner Address: 1450 NE 2nd Ave., Suite 207, Miami FL 33132 Owner Telephone No.: (305) 995-2409 Owner Facsimile No.: (305) 995-2050 Owner Email: jpinder(@dadeschools.cam Architect: Rodriguez Architects, Inc. Architect Contact Person: Lourdes Rodriguez, AIA Architect Telephone No.: 305-448-3371 Architect Facsimile No.: 305-448-3374 Architect Email: lourdes@rodriguezarchitects.corn Project Reference: Dinner Key Marina Dock Master Building & Plaza — Phase I & Phase II Owner: City of Miami Owner Contact Person: Mr. Richard Pope, Project Manager Owner Address: 444 S.W. 2nd Avenue, 8th Floor, Miami, FL 33130 Owner Telephone No.: (305) 416-1285 (Richard Pope) Owner Facsimile No.: (305) 416-2153 Owner Email: rpope(a miamigov corn J .R.T. CONSTRUCTIONca G E N ER AL CON TR A C ,T O R 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Architect: MC Harry Associates Architect Contact Person: Javier Torres, AIA Architect Telephone No.: (786) 527-4227 Architect Email: jtorres(a mcharrv.com Architect: Kimley-Horn Architect Contact Person: Mr. George Puig, PLA Architect Telephone No.: (305) 535-7756 Architect Email: george.ouiq c(D.kimlev-horn.com Project Reference: Regatta Park—Phase I, II & Ill Owner: City of Miami Owner Contact Person: Mr. Robert Fenton, Sr. Project Manager Mr. Richard Pope, Project Manager Owner Address: 444 S.W. 2nd Avenue, 8th Floor, Miami, FL 33130 Owner Telephone No.: (305)416-1002 (Robert Fenton) (305)416-1285 (Richard Pope) Owner Facsimile No.: (305) 416-2153 Owner Email: rfentonemiamigov.com rpope an..miamigov.com Architect: Kimley-Horn Architect Contact Person: Mr. George Puig, PLA Architect Telephone No.: (305) 535-7756 Architect Email: georqe.puigekimlev-horn.com Project Reference: Virginia Key Closure Enhancement Owner: Department of Solid Waste Management Owner Contact Person: Mr. Luis Moreno, Project Manager Ms. Patricia Cicero, Project Manager Owner Address: 2525 NW 62nd St., 5th Floor, Miami FL 33147 Owner Telephone No.: (305) 514-6680 Luis Moreno (305) 514-6683 Patricia Cicero Owner Facsimile No.: (305) 474-7224 Owner Email: luis.morenona.miamidade.gov patricia.ciceroCa�miamidade.qov Architect: AECOM Architect Contact Person: Mr. Michael Powell, P.E. Architect Telephone No.: (786) 299-4220 Architect Facsimile No.: (305) 261-4017 Architect Email: michael.w.powell@aecom.com 111 . . RRT. CONSTRUCTIONCO. G E N E A L C O N T R A C ,T O R 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Project Reference: Amelia Earhart Park Soccer Complex- Phase I Owner: Miami-Dade County Parks Recreation & Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Mr. Bryon Dowell, Construction Manager 2 Owner Address: 275 N.W. 2nd Street, 4'h Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-5453 (Joel Arango) (305) 755-7810 (Byron Dowell) Owner Facsimile No.: _ (305) 755-7995 Owner Email: jarango@miamidade.gov bdowellamiamidade.gov Architect: Miami-Dade County Parks Recreation & Open Spaces Architect Contact Person: Mr. Fernando Marquez, R.A. Architect Telephone No.: (305) 755-7847 Architect Facsimile No.: (305) 755-7995 Architect Email: mar01amiamidade.gov Project Reference: TIG Holdings, LLC—Interior and Exterior Office Building Renovations Owner: TIG Holdings, LLC Owner Contact Person: Mr. Roberto C. Tarafa, Owner Owner Address: 3050 N.W. 77 Court, Doral, FL 33122 Owner Telephone No.: (786)412-1832 Roberto C. Tarafa Owner Facsimile No.: (305) 557-9922 Owner Email: rctarafa@tarafa.com Architect: Hamed Rodriguez Architect, Inc. Architect Contact Person: Mr. Hamed Rodriguez, R.A Architect Telephone No.: (305) 529-9967 Architect Email: hamed@hr-architects-inc.com hr-architects-inc.com Project Reference: Pelican Marina Utilities Replacement Owner: Miami-Dade County Parks Recreation &Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Mr. Bryon Dowell, Construction Manager 2 Owner Address: 275 N.W. 2"d Street, 4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-5453 (Joel Arango) (305) 755-7810 (Byron Dowell) Owner Facsimile No.: (305) 755-7995 Owner Email: jarango cc miamidade.aov bdowell@miamidade.gov ira% J.R.T. CONSTRUCTION, CO - GENIER AL CON TR A C T O R 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Architect: Stantec Architect Contact Person: Mr. Sean Compel, P.E. Architect Telephone No.: (305)445-2900, ext. 2300 Architect Facsimile No.: (305)445-0869 Architect Email: sean.compel(c�stantec.com Project Reference: Goulds Park Aquatic Center& Facility Renovations Owner: Miami-Dade County Parks Recreation &Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Mr. Guillermo"Willie" Pena, Construction Manager 2 Owner Address: 275 N.W. 2nd Street, 4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-5453 (Joel Arango) (305) 755-7914 (Guillermo"Willie" Pena) Owner Facsimile No.: (305) 755-7995 Owner Email: jarango anmiamidade.aov williebemiamidade.aov Architect: Corzo Castella Carballo Thompson Salman, P.A. (C3TS) Architect Contact Person: Mr. Javier Salman, AIA Architect Telephone No.: (305)445-2900 Architect Facsimile No.: (305) 774-6277 Architect Email: jsalman(a�c3ts.com Project Reference: Zoo Miami—Playground Exhibit& Lakeside Pavilion Owner: Miami-Dade County Parks Recreation &Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Mr. Guillermo"Willie" Pena, Construction Manager 2 Owner Address: 275 N.W. 2nd Street, 4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-5453 (Joel Arango) (305) 755-7914 (Guillermo"Willie" Pena) Owner Facsimile No.: (305) 755-7995 Owner Email: jarango(a�miamidade.gov williep(a�miamidade.gov Architect: Forbes Architects Architect Contact Person: Mr. Scott Matheny Mr. Erik Myers, AIA Architect Telephone No.: (305)446-0849, ext. 118(Scott Matheny) (305)446-0849, ext. 111 (Erik Myers) Architect Facsimile No.: (305)444-5557 Architect Email: smathenvefamiami.com emverse.famiami.com fiC:,\LR.-1-• CONSTRUCTION, CO. G E N E R AL CON TR AC TOR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Project Reference: Naranja Park Aquatic Center& Facility Renovations Owner: Miami-Dade County Parks Recreation & Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Owner Address: 275 N.W. 2nd Street, 4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-7936 Owner Facsimile No.: (305) 755-7995 Owner Email: jarango(cilmiamidade.gov Architect: Corzo Castella Carballo Thompson Salman, P.A. (C3TS) Architect Contact Person: Mr. Javier Salman, AIA Architect Telephone No.: (305) 445-2900 Architect Facsimile No.: (305) 774-6277 Architect Email: jsalmane,c3ts.com Project Reference: Turner Guilford Knight Correctional Facility Cooler& Freezer Replacement Owner: Miami-Dade County Corrections Department Owner Contact Person: Mr. Timothy Wright, Construction Manager 2 Mr. Patrick Brown, Construction Manager 3 Owner Address: 3501 NW 46 Street,Miami, FL 33142 Owner Telephone No.: (786)469-2758 (Timothy Wright) (786)469-2762 (Patrick Brown) Owner Facsimile No.: (305) 637-1749 Owner Email: wrigtt@miamidade.gov pbrownemiamidade.gov Architect: Miami-Dade County Internal Services Department Architect Contact Person: Mahmood Rezaie Architect Telephone No.: (305) 342-1318 Architect Email: rm3932 anmiamidade.gov Project Reference: Miami-Dade College—Building 3000 Science Laboratory Renovations Owner: Miami-Dade College Owner Contact Person: Ms. Gloria Baez Owner Address: 11011 S.W. 104th Street, L-105, Miami, FL 33176 Owner Telephone No.: (305) 237-2598 Owner Facsimile No.: (305)237-0568 Owner Email: gbaezemdc.edu Architect: Gurri Matute, P.A. Architect Contact Person: Mr. Jose Matute, AIA Architect Telephone No.: (305)661-0069 111 J .R.T. CONSTRUCTION, CO. G E NER A L C O N T R A C T O R 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Architect Facsimile No.: (305) 661-0089 Architect Email: jmatute(a)qurrimatute.com Project Reference: Miami-Dade College— Building 3000—Code Compliance Owner: Miami-Dade College Owner Contact Person: Ms. Gloria Baez Owner Address: 11011 S.W. 104th Street, L-105, Miami, FL 33176 • Owner Telephone No.: (305) 237-2598 Owner Facsimile No.: (305) 237-0568 Owner Email: gbaez(a�mdc.edu Project Reference: Gwen Cherry Park—New Football Bleachers& Site Lighting Owner: Miami-Dade County Parks Recreation & Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Owner Address: 275 N.W. 2nd Street, 4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-7936 Owner Facsimile No.: (305) 755-7995 Owner Email: jarango@miamidade.gov Architect: Ferguson Glasgow Schuser Soto, Inc. (FGSS) Architect Contact Person: Ms. Natividad Soto Architect Telephone No.: (305) 443-7758 Architect Facsimile No.: (305)445-9957 Architect Email: nsotoefgss.net Project Reference: Flagler Grove Park & Concession Building Owner: Village of Pinecrest Owner Contact Person: Mr. Leo Llanos, Chief Building Official Owner Address: 12456 Pinecrest Parkway, Pinecrest, FL 33156 Owner Telephone No.: (305) 234-2121 Owner Facsimile No.: (305) 234-2131 Owner Email: Ilanos anpinecrest-fl.gov Architect: The Russell Partnership, Inc. Architect Contact Person: Mr. Terry Holt, AIA Architect Telephone No.: (305) 663-7301 Architect Facsimile No.: (305)663-5411 Architect Email: tholt@trp-inc.com Project Reference: A.D. Barnes Park Pool Room Upgrade 1 1%., J.R.T. CONSTRUCTION, CO. G E N E R A L C O N T R A C T O R 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Owner: Miami-Dade County Parks Recreation & Open Spaces Owner Contact Person: Mr. Joel Arango, Construction Section Head Owner Address: 275 N.W. 2nd Street, 4th Floor, Miami, FL 33128 Owner Telephone No.: (305) 755-7936 Owner Facsimile No.: _ (305) 755-7995 Owner Email: jarangoCa miamidade.gov Project Reference: Bacardi Elevator Modernization Owner: Bacardi USA, Inc. _ Owner Contact Person: Mr. Jose"Pepe" Semper, Facilities Operations Manager Owner Address: 2100 Biscayne Boulevard, Miami, FL 33137 Owner Telephone No.: (305) 573-8600, ext. 1124 (786)402-1212 (cellular) Owner Facsimile No.: (305) 576-6195 Owner Email: jsemper@bacardi.com Project Reference: Jae's Jeweler's Interior Renovations Owner: • Jae's Jeweler's, LLC Owner Contact Person: Mr. Bruce Horn ick Owner Address: 237 Mircale Mile, Coral Gables, FL 33134 Owner Telephone No.: (305)443-7724_ _ Owner Facsimile No.: (305)445-1760 Owner Email: jaesiewelers @..bellsouth.net Architect: Paul A. Buzinec, F.A.I.A. Architect Contact Person: Mr. Paul A. Buzinec, F.A.I.A. Architect Telephone No.: (305)444-7411 Architect Facsimile No.: (305)444-7538 Architect Email: buzinecarchaol.com Project Reference: Fastkit Corporate Outfits Warehouse Interior Build out Owner: Fastkit Corporate Outfits, Inc. Owner Contact Person: Mr. Jose Fernandez Owner Address: 11250 N.W. 25th Street, Suite 100, Doral, FL 33172 Owner Telephone No.: (305) 599-0839 (305) 338-6278 (cellular) Owner Facsimile No.: (305) 592-9591 Owner Email: jfdez@fastkit.com Architect: Angel Saqui, F.A.I.A. Architect Contact Person: Mr. Angel Saqui, F.A.I.A. 1 4%. J .R.T. CONSTRUCTION, CO. _ GE N E R A L C O N T R A C T Of 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 REFERENCES LIST Architect Telephone No.: (305)445-4544 Project Reference: Bayside Brush Concession at Miami International Airport Owner: Miami-Dade County Aviation Department Owner Contact Person: Mr. Douglas Jorge, R.A. Owner Address: P.O. Box 592075, Miami, FL 33159 Owner Telephone No.: (305) 876-7470 Owner Email: dioraeemiami-airport.com Tenant: I &J.C. Corporation Tenant Contact Person: Mr. Jorge Castillo Tenant Telephone No.: (305) 594-4953 (786)423-8883 (cellular) Tenant Facsimile No.: 305-594-4903 Tenant Email: lorgeceiandiccorp.com Architect: Roberto Valencia Architects, P.A. Architect Contact Person: Mr. Roberto Valencia, R.A. Architect Telephone No.: (954) 763-8445 Architect Facsimile No.: (954) 763-9557 Architect Email: mail aevalenciaarchitect.com TAB G - LEGAL DISPUTES PpRC .NT: 1 J .R.T. CONSTRUCTION, CO. G E N E R A L CON T R AC T OR 3050 N.W. 77 Court, Doral, FL 33122 • Tel: 305-557-9911 • Fax: 305-557-9922 July 23, 2019 City of Miami Beach Procurement Department 1755 Meridian Avenue Miami Beach, FL 33039 Attn: Mr. Danny Flores, Contracting Officer Re: ITB No.: 2019-002-DF — Middle Beach Recreational Corridor (MBRC) Phase III (From 24th to 45th Street) Subj: Litigation / Claims Dear Sir or Madame: In response to the Supplement to Bid/Tender Form Contractor Qualification Statement (Appendix A-3), Item No. 10, H. please note that J.R.T. Construction, Co. ("JRT") has been involved in one lawsuit since its inception in March 12, 2003 over fifteen years ago. Herein below is a detailed list of the lawsuit. Lawsuit No. 01 Project Name: Park West Community Center West Building Renovations Plaintiff: J.R.T. Construction, Co. (General Contractor) _Defendant: The Town of Miami Lakes (Owner) Case Name: J.R.T. Construction, Co. Vs. The Town of Miami Lakes Case Number: 14-023914 CA 01 Date Filed: October 23, 2014 Name of Court 11th Judicial Circuit in and for Miami-Dade County, FL Type of Case: Civil Amount in dispute: Claim was filed for an amount in excess of$15,000.00 Claim or Cause of Plaintiff sued for breach of Contract for failing to pay for work performed. Action: Brief description of J.R.T. Construction, Co. (JRT) had no choice but to file a lawsuit for failing the subject matter: to pay for work performed. The project achieved Substantial Completion on February 13, 2014 and was beneficially occupied by the Owner immediately thereafter. The Owner never declared the project to have achieved Final Completion,which was a condition precedent to submitting a Final Invoice for the work, even though the project punch list was performed and approved by the Owner within the specified Contract Time. JRT proceeded to submit a Final invoice for work performed, which the Owner paid on January 14,2015. After receipt of payment from the Owner,JRT dismissed the lawsuit immediately thereafter. This matter did not go to trial. Furthermore, a deposition was not even scheduled or taken. Disposition The case was dismissed by JRT after the Owner issued payment for work of case: performed. If you have any questions or require any additional information with respect to this issue, please don't hesitate to contact me at any time. Sincerely yours, J.V.T. Constr io . . R. Tarafa, LE. AP, BD+C (-ovanni resident / TAB H - LICENSES & INSURANCES J.R.T. CONSTRUCTION, CO. R A L C N T R A C T O R 0:T .. STATE OF FLORIDA '-. ; DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ,q __, _,, :4 CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 ' cam' 2601 BLAIR STONE ROAD ""''' "~' TALLAHASSEE FL 32399-0783 c9nKeft. Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com.There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! bpr STATE OF FLORIDA DEPARTMENT dREGULATIONOF BUSINESS AND PROFESSIONAL CGC1505433 ISSUED:06/12/2018 GENERAL CONTRACTOR TARAFA,JEOVANNI ROBERTO J R T CONSTRUCTION CO Signature LICENSED UNDER CHAPTER 489,FLORIDA STATUTES EXPIRATION DATE: AUGUST 31,2020 I pk p\ As' F Y RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY o,� Florida d s r „,,,, , 4:3. :., , , : ,-,..,.„ ,.„,, ,,,-_[..„, c „ 4 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OFHAPTER 489, FLORIDA STATUTES it TARAFA, JEOVANNI ROBERTO J R T CONSTRUCTION COQ "NO, 'r 3050 NW 77 COURT �,` riots•:, DORAL e, FL 33122 ;-I,. .. ;` '%� * 6 %. y *. .-:,4 4�► (4 ,... IP..t: *' el • riNiftinina - LICENSE NUMBER: CGC1505433 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com fr:-f LEI • •T-'' Do not alter this document in any form. r❑ 11. i+"tt, This is your license. It is unlawful for anyone other than the licensee to use this document. gyF4.1.444.„ •sem'c st olN, RightHere. Right Now co,we. State of Florida Department of Business and Professional Regulation This document hereby certifies that Jeovanni Roberto Tarafa has successfully completed the State Certification General Contractor Examination this 11th day of February 2003. Secretary Board :air THIS IS NOT A LICENSE OR A LOCAL CERTIFICATE OF COMPETENCY PURSUANT TO CHAPTER 489,FLORIDA STATUTES. GREEN BUSINESS CERTIFICATION INC. CERTIFIES THAT LEED AP Jeovanni Tarafa HAS ATTAINED THE DESIGNATION OF BD +C LEED AP® Building Design + Construction by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED green building program. 10423267-AP-BD+C CREDENTIAL If 15 SEP 2011 ISafEL 12 OCT 2021 VALID THRC, QPCV•L MAHESH RAMANUJAN PRESIDENT& CEO,U.S.GREEN BUILDING COUNCIL PRESIDENT&CEO,GREEN BUSINESS CERTIFICATION INC. • f ICR• PRN SIG AT RE LINE HOWS U• UN. • A -I A • 2018-2019 108536 LOCAL BUSINESS TAX RECEIPT CITY OF DORAL, FLORIDA 8401 Northwest 53`"Terrace MACHINES: Doral, Florida 33166 SEATS: \� .\\`��� .i c. >y (305)593-6631 STATE LIC.#: . ,S' IALTY BUILDING CONTRs TOR EMPLOYEES. 13 .' •:i . LICENSE FEE: $69.00 FOR THE PERIOD COMMENCING OCTOBER 1,201E1 ��� Via. AND ENDING SEPTEIF b\ �y�l ,\ ENGAGE IN THE FOLL GL St,,,' Business Name: J ' , CO ''UCTION CO ipliko\\ \ \,JEOVANNI R. TARAFA , •, ` Lb.41-. .\0050 oo NW L CT go / / A� 's �; 'DORAL, FL 33122 \ , .,� �\��� AAl, QUAL J,? ANNI R r RAFA,NO RETAIL SALES,NO Chief Icensing Official Conditions: OUTS k ', T \\•GE OR k\'LAYS,DRY USE ONLY. p `3'401 NW 53rd Terrace, Doral, tt :a, kW •www.ci ofdoral.com•305-593-6631 • Fax 305-593-6616 ALWAT.• •RKSC• N • 0 • ;A • ••_ „E CERTIFICATE OF USE 04/03/2017 2017010260 ' ; iP AN` .. ;, JRT CONSTRUCTION 'O ., CERTIFIED GENERAL COI TRACTOR 3050 NW 77 CT DORAL, FL 33122 } i / THE BUILDING ERECTED AND/OR ALTERED UPON THE ABOVE PREMISES HAS BEEN COMPLETED IN ACCORDANCE WITH ZONING AND CODE REQUREMENTS AND WITH PLANS AND/OR SPECIFICATIONS SUBMITTED TO THE CITY OF DORAL COMMUNITY DEVELOPMENT DEPARTMENT. THIS CERTIFICATE IS ISSUED TO THE ABOVE NAMED APPLICANT FOR THE ABOVE NAMED LOCATION ONLY UPON THE EXPRESS CONDITION THAT THE APPLCANT WILL ABIDE BY AND COMPLY WITH ALL APPLICABLE ORDINANCES AND/OR BUILDING CODES PERTAINING TO THE ERECTION, CONTRUCTION,ALTERATION,REMODELING, OR USE OF BUILDINGS OR STRUCTURES. RESTRICTIONS: Square Footage: 4,000 _ QUALIFIER JEOVANNI R. TARAFA, NO No.of Seats/Rooms: 0/ 0 ' MRETAIL SALES, NO OUTSIDE STORAGE OR DISPLAYS, DRY USE ONLY. F Julian H. Perez, AICP, CFM Planning and Zoning Department Director CDPR3020CU PLANNING AND ZONING DEPARTMENT 003790 Local Business Tax Receipt LBT Miami—Dade County, State of Florida -THIS IS NOT A BILL-DO NOT PAY 5105887 BUSINESS-NAME/LOCATION RECEIPT NO. EXPIRES JRT CONSTRUCTION CO RENEWAL SEPTEMBER 30, 2019 3050 NW 77TH CT 5333547 Must be displayed at place of business DORAL FL 33122 Pursuant to County Code Chapter 8A-Art.9 & 10 OWNER SEC. TYPE OF BUSINESS PAYMENT RECEIVED JRT CONSTRUCTION CO 196 GENERAL BUILDING CONTRACTOR BY TAX COLLECTOR C/O JEOVANNI R TARAFA QUALIFIER CGC1505433 $45.00 09/11/2018 Worker(s) 2 CREDITCARD-18-067804 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit,or a certification of the holder's qualifications,to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade Code Sec 8a-276. For more information,visit www.miamidade.gov/taxcollector DATE(MMIDD/YYYY) Accuze CERTIFICATE OF LIABILITY INSURANCE 05/10/19 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACTMichael Hernandez NAME BROKERAGE INSURANCE CONSULTANTS PHONE /Air Nn F'el (305)639-2651 I IF/ ? C Not-(305)639-2654 11440 N Kendall Drive, Ste 201 E-MAIL ADDRESS cs@brokerageins.com Miami, FL 33176 INSURER(S) AFFORDING COVERAGE NAIL# INSURERA- Colony Insurance Company INSURED JRT Construction Co INSURER B. AmGUARD Insurance Company 3050 NW 77th CT INSURER C-National Union Fire Insurance Co. Doral, FL 33122 INSURER D Lloyd's of London INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AUUL SUER POLICY EFF POLICY EXP LIR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) jMM/DD/YYYYI LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 DAMAGE 10 REN l ED X COMMERCIAL GENERAL LIABILITY PREMISFS(Ea occurrence) S 100,000^ ICLAIMS-MADE 1I OCCUR MED EXP(Any one person) S 5,000 AY N 103 GL 0023716-01 5/8/20195/8/2020 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER; PRODUCTS-COMP/OP AGG S 2,000,000 POI ICY IFPRrO- - LOC _ _ $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) ANYAUTO BODILY INJURY(Per person) $ ALLOWNED SCHEDULED JRAU019126 5/8/20195/8/2020 B AUTOS . AUTOS N N BODILY INJURY(Per accident) S X HIRED AUTOS �{ NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) UMBRELLA LIAR X OCCUR EACH OCCURRENCE $10,000,000 EXCESS LIAB EBU018997258 5/8/20195/8/2020 C x CLAIMS-MADE Y N AGGREGATE $10,000,000 DED U RETENTIONS S WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY TORY I WITS. FR ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S If yes,describe under DESCRIPTION OF OPERATIONS below _ E L DISEASE-POLICY I IMIT S Each Claim $1,000,000 D Professional Liability N N ANE4089741.19 5/8/20195/8/2020 Aggregate $1,000,000 Deductible $5,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Operations: Certified General Contractor Specializing in General Contracting, Construction Management & Construction. Certificate Holder is listed as an Additional Insured with respects to the above referenced policies, as required per written contract. CERTIFICATE HOLDER CANCELLATION Cityof Miami Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN 1700 Convention Center Dr. ACCORDANCE WITH THE POLICY PROVISIONS Miami Beach, FL 33139 AUTHORIZED REPRESENTATIVE "5447/ 1(4(;? ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DOIYYYY) ' 12/11/2018 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 POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. It SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT GIL & ASSOCIATES INS PHOS PHONE FAX 9485 SW 72 STREET SUITE A-120 (A/C,No,Ext): (NC.No): EMAIL ADDRESS: MIAMI FL 33173 785T8 INSURER(S)AFFORDING COVERAGE NAIC k INSURER A.FLORIDA W.C. JIM INSURED INSURER B. J.R.T. CONSTRUCTION CO. INSURERC 3050 NW 77TH COURT DORAL FL 33122 INSURERD: INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/00IYYYY) (MMIOOIYYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S ri DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES(Ea occurrence) S -_ MED EXP(Any one person) S PERSONAL&ADV INJURY S GEM.AGGREGATE LIMIT APPLIES PER. GENERAL �'LS Y1S1:=1 PROJECT D LOC PRODUCTS-COMPiOP AGG S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea acadent) S ANY AUTO BODILY INJURY(Per person) S -OWNED AUTOS -.SCHEDULED BODILY INJURY(P ) S ,_ PROPERTY DAMAGE_ONLY _„AUTOS T accident HIRED AUTOS NON-OWNED AUTOS ONLY (Per accident) $ ^_UMBRELLA LIAB .�OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE S DED/ 'RETENTION S WORKERS COMPENSATION PER 0TH. S A AND EMPLOYERS'LIABILITY (6FR13UB-5872342-7-18) 12-13-18 12-13-19 X STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED' YIN E L EACH ACCIDENT $ 1.000,000 (Mandatory in NH) ISA Y It yes,descnoe under T E DISEASE-EA EMPLOYEES 1 r 000.000 DESCRIPTION OF OPERATIONS below E L.DISEASE-POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) WAIVER OF SUBROGATION APPLIES CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE C/O E X I G I S INSURANCE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. COMPLIANCE SERVICES P,O BOX 4668- ECM M35050 AUTHORIZED REPRESENTATIVE NEW YORK NY 10163 D1988.2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD (Rev.09.13) TAB I - ADDENDUMS P- J.R.T. CONSTRUCTION, CO. GENER AL CONTR ACTOR MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3'' Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR (MBRC) PHASE III (From 24th to 45th ST) FM#436748-1 July 2, 2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday. July 15. 2019. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the bidder is solely responsible. II. REVISION(S). A. Revise Invitation to Bid Summary, Project Completion Timeframe (Pg. 3), as follows: Project Completion Timeframe: 36-- 425 calendar days, Substantial Completion 30 calendar days, Final Completion B. Plan/Drawing SD401 found in original bid packet shall be DELETED in its entirety and not be considered. III. ATTACHMENT(S). Exhibit A: Staging Diagrams_Reduced Exhibit B: SP516 ELECTRICAL DETAILS IV. ANSWERS TO QUESTIONS RECEIVED. Q1: Public Information Officer— Is this something that the Contractor will be expected to provide or will the City assume this task? Al: The City provides the Public Information Officer. 02: Has a staging area been identified? Will a street end be able to be used as a staging area? A2: Please refer to Exhibit A. The street ends will be used as staging areas within the project limits; however, parking spaces, building accesses and building service areas cannot be impacted or blocked. Additionally, the Contractor shall ensure that impacts to existing and relocated trees/palms are protected and not adversely impacted by staging, consistent with the ' ADDENDUM NO. 1 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 tree preservation notes and details. Contractor is responsible for providing a parking management plan, coordinating with the City's Parking Department, MOT (when/where required), all related permitting fees and all restoration that is required. Q3: What restrictions do we have on Collins Avenue? Has this conversation been had with FDOT? A3: The project limits are outside of Collins Avenue. Contractor will be responsible for coordinating project access with all agencies. Q4: The project provides 1 year duration to complete this project. In order to accomplish this schedule, we will have to have almost all streets under construction at the same time. Moreover, it seems like the construction timeline of Indian Creek will impact this schedule since they will overlap. May we suggest that the schedule match the Indian Creek project. This way we can minimize the impact to the surrounding neighborhood. A4: Please refer to Revision No. 1 above. Q5: Who will be the inspectors?Calvin Giordano or City, or both? A5: Calvin Giordano as the City's Engineer of Record (EOR). This project will also have a Civil Engineering Inspector(CEI). Q6: Parking stalls -who will pay for that? A6: The contractor is responsible for parking fees. Q7: Has this project been coordinated throughout the City? A7: Yes. Q8:In regard to the project duration, the ITB currently states 365 days for substantial completion. It seems this project may take over two(2)years to complete. Has somebody looked at the proposed operation in a serious manner? A8: Please refer to Revision No. 1 above. Q9: When is the project estimated to start? A9: Fall 2019. Q10: On page 3, prevailing wages and Davis Bacon. Is there one that takes precedence over the other? A10: Prevailing wages was inadvertently checked in the ITB Summary. When construction contracts involve federal funding or are otherwise subject to the provisions of the Davis-Bacon Act [40 U.S.C. 276(a)], Prevailing Wages and Local Workforce Program Requirements do not apply. Therefore, Davis-Bacon Wage Requirements apply to this bid/project. Q11: Are there any requirements as a sequencer? All: The contractor is responsible for project sequence. Q12: Have the residents, hotels, and/or condominiums aware this project is coming? Al2: Yes. 2 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 Q13: Is the job permitted? A13: Yes. Q14:Which still will be used for access to the beach? A14: The access to the beach must be maintained at all times. Contractor is responsible for providing secured access for the public to the beach. Contractor is responsible for all restoration that is required. See drawing G003 in original bid packet. Q15: Will the City of Miami Beach qualify a firm to bid on this project based on verifiable documentation of the knowledge and prior experience of its owners and key employees with previous firms? A15: Please refer to Appendix B, Minimum Qualifications and Requirements(Pg.100). Q16:Who provides the lighting Package, (Bollards, poles and heads shown in SP500)? A16: The contractor shall furnish and install all light fixtures. Q17: Floor plans make reference to sheet SP516 for bollard details; mentioned sheet is missing in the electrical plans. A17: Please refer to Exhibit B. Q18: Floor plans make reference to sheet SP517 for pull boxes, mentioned sheet does not show any specification or detail for pull boxes. A18: This reference was an error. Please refer to Exhibit B for information. Q19: Who provides the new combination meter/panels in 27th street and 43rd street as shown in sheet SP517? A19: The contractor shall furnish and install all meter/panels. A FORTHCOMING ADDENDUM WILL ADDRESS QUESTIONS PREVIOUSLY RECEIVED Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl.gov Contact: Telephone: Email: Danny Flores 305-673-7000, Ext. 26652 dannvfloressmiamibeachfl.aov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "No 'ce to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. il ner y, )(1, ....,. Alclhi_. eni Pr curem t Director 3 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2019-002-OF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 2 INVITATION TO BID (ITB) NO. 2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR (MBRC) PHASE III (From 24th to 45th ST) FM#436748-1 July 10, 2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). PURSUANT TO INVITATION TO BID SUMMARY, THE DEADLINE FOR QUESTION HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED. ACCORDINGLY, NO FURTHER EXTENSIONS TO THE DUE DATE WILL BE ALLOWED. I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Wednesday July 17, 2019. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the bidder is solely responsible. II. ATTACHMENT(S) • Exhibit A-Sheets V-1 through V-9 • Exhibit B -Geotechnical Report • Exhibit C -Revised SD103 • Exhibit D - Revised SP101-SP121 • Exhibit E - Revised L901 • Exhibit F-Revised SP001 • Exhibit G-Revised SP003 • Exhibit H -Revised SP202 III. ANSWERS TO QUESTIONS RECEIVED. Q1: After review of submitted PDF bid plans, we have found the Survey plans V- 1 thru V-9, and the plan sheet SP-516 containing Electrical details, are missing from the provided set of plans. Please provide missing plans ASAP. Al: Please see Exhibit A for Sheets V-1 through V-9. Sheet SP-516 was provided in Addendum No. 1. I ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 Q2: ITB page 3 shows that Prevailing Wages and also Davis-Bacon wages shall apply to this project. During the Pre-Bid meeting it was stated that Davis-Bacon Wages are to be used for this project. Please confirm that only Davis—Bacon Wages apply to this project. A2: Please refer to answer to Question 10 of Addendum No. 1. Q3: ITB page 3 shows the proposed Project Completion Timeframe to be 365 calendar days. After preforming a preliminary CPM schedule we do not believe that the specified Contract Time of 365 calendar days is doable given the magnitude, length and landscaping planting strategy/phasing required. Not only is the proposed path length over 7,200 Lineal feet (including street ends), but it includes a huge demolition component, and specialty site furnishings such as precast benches, cast in place shower walls and other components. We respectfully request the Owner to extend the project duration to at least 540 calendar days to Substantial completion. A3: Please refer to Revision A of Addendum No. 1. Q4: Specification Section 01010, item 1.06-D-2 states "in no case shall more than 200 I.ft. of pathway in a section be under construction at one time". This requirement would likely make the project duration 5 years or more. We respectfully request the City to eliminate this requirement and revisit the specified Contract Time as requested in the previous clarification. A4: This limitation is hereby eliminated. Contract time was revised, refer to Revision A in Addendum No. 1. Q5: Specification Section 01010, Item 1.06-D-12 calls for the Contractor to provide off-site parking for its employees and its subcontractor's employees. Is there a possibility by the City to rent spaces to the GC for the project employees and subcontractors at the existing City parking lots or parks? There will be an approximately requirement for 12 parking spaces. Please advise if the City will provide these spaces for rent. If so, please provide locations and monthly fees for the same. A5: No, the city doesn't rent parking spaces. Contractor needs to submit a parking management plan for review and approval by the City. Q6: Specification Section 01010, Item 1.06-D-13 calls for the Owner to provide a staging area for the Contractor. The project requires a large staging area, due to the size and equipment requirements. Please clarify as to the proposed main staging area location, and size so we may determine logistics and estimate the extent of the existing finishes that would need to be restored. A6: Please refer to answer to Question 2 of Addendum No. 1. Q7: The project will require several access points to the beach with heavy equipment and trucks. Which street ends will be available for equipment and truck access? Please provide a plan showing the permissible location of beach access for construction and related existing surfaces therein so we can include restoration work required. A7: There are no restrictions for access points. Contractor is responsible for providing beach access to the public. Contractor is responsible for complying with designated staging areas, provided in Question 2 of Addendum No. 1, and historical district requirements. Q8: The project will require several of the street ends, currently serving as an access road, to also serve as temporary storage area for materials in transition during construction. Please advise if the Contractor may close portions of the actual asphalt street (at street ends) for temporary storage purposes. This is a very long and complex project that involves a large amount of logistic to be able to perform the Work 2 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 within a very confined space. Please clarify. A8: Please refer to answer to Question 2 of Addendum No.1. Q9: Does the bike path between 24th street and 29th street need to remain accessible to the public during construction? Please clarify. A9: Yes,the street between 24th and 29th Street must remain accessible to the public. Q10: Specification Section 01010, item 1.20-A regarding excess materials states that all excess material desired to be retained by the City shall be delivered by the Contractor to a designated area within a 5 mile radius of the Project. Grading plans C-101, C-106 and C-109 showing the Soil Cut calculations, state that the cut soils are to be relocated on site for the three segments involved, so there should be no excess fill to relocate out of site. Please clarify if there will be any excess fill that needs relocation. A10: Any excess material that is generated east of the Erosion Control Line shall be relocated within the project area and kept east of the Erosion Control Line. Relocation of any excess material will likely be placed on areas where the removal of invasive Scaevola taccada has been performed. Q11: Please provide details of the location where the excess fill relocation mentioned in the previous question is to be deposited. Will this operation require restoration of any areas at the deposited location? If so, please describe restoration required. Al2: Relocation of any excess material to be placed on areas where the removal of invasive Scaevola taccada has been performed. Q13: Specification Section 01010, Item 1.14-B regarding Utility relocations calls for all relocation charges by the Utility Companies to be the responsibility of the Contractor, but plans provided do not show any Utility Relocations being required. Specification Section 01530, Item 1.05-E covers the case of the Utilities Not Indicated in plans, and it includes provisions to have those covered as a Change and extra work order. Please clarify if all charges for relocations by the Utility Companies not shown in plans, will be the responsibility of the Owner, or be covered thru an extra work order. A13: All charges for relocations will either comply with Specification Section 01010, Item 1.14- B or Section 01530, Item 1.05-E. Q14: Specification Section 01025, Item 1.05-A call for the Owner to reimburse the Contractor from the permit fee allowance, as shown in Bid Form A-1. Please clarify if the Owner will reimburse the Contractor for all Permit fees and Sub-permits fees, including tree relocation fees, Miami-Dade County fees, and State of Florida permit fees, as may be required. A14 Allowance will be used to cover all permit fees including any subcontractor, County and State fees. Q15: Specification Sections do not mention the new Utilities fees that may be required by the Water and Sewer Authority (WASA) and by FPL for the new services required in plans. Please clarify if Owner will pay directly such connections, deposits and other fees, as required for the new utility services. A15: The City will be responsible for the fees or will reimburse the contractor for such fees. Q16: Specification Section 02010 indicates that soil boring data has been provided. We could not find any Geo report or soil boring in the bid documgnts provided. Please provide. A16: Please see Exhibit B for Geotechnical Report. I- 3 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 Q17: Specification Section 02050 for Demolition and the Demolition plans do not mention any requirements about the possibility of Asbestos abatement being required at any of the demolition locations indicated in plans. Has the Owner conducted an Asbestos Survey of the proposed demolition materials? Please provide the Asbestos survey and test results. A17: Asbestos survey has not been performed. Q18: Specification Section 02050 for Demolition and the Demolition plans do not mention any requirements about possible Toxic materials abatement being required due to the demolition of the Pressure Treated wood boardwalk. In the past, certain PT woods were treated with what is now considered a Toxic material, such as Creosote or CCA (Chromated Cooper Arsenate). Has Owner conducted a survey for toxic materials on the PT wood to be demolished? Please provide survey and test results. A18: There is no PT wood. The existing boardwalk is constructed from cedar wood and ipe wood. Q19: If owner has not conducted testing for Asbestos and Toxic materials and therefore no results are available, is Contractor to include such testing and consider the possible positive findings as Unforeseen Conditions, subject to a Change Order for Abatement procedures? Please clarify how the Owner wants to proceed with such possibilities. A19: Contractor is not responsible for testing. Q20: Specification Section 02110, item 2.04-B regarding Clearing, calls for the "fences shall be removed and disposed of or reinstalled in accordance with the plans or as directed by ENGINEER". No plans showing fence removals have been provided and no notes regarding re-installation of fences have been included. Please clarify if Contractor is to include any re-installation or fences encroaching in work area. A21: `Fences' shall include post-and-rope fencing. Please refer to Sheet SD100 in original bid packet. Q22: Specification Section 02276 mentions possible "turbidity barriers", and plan C-002 shows possible "Floating" turbidity barriers as a means of sedimentation control. We believe the proposed walkway is removed enough from the water line as to not require a floating turbidity barrier, but we can find no Erosion Control Plan as part of the documents, showing the erosion control measures included, which is a requirement for the FDEP and SWPP permits. Please advise if a floating turbidity barrier is required and provide an Erosion Control plan showing the sedimentation controls required for this project. A22: A floating turbidity barrier is not required. Contractor to be responsible for abiding by all Erosion Control requirements of Florida Department of Environmental Protection. Q23: Specification Section 02780, item 1.07 regarding the concrete pavers calls for the Contractor to provide an additional 5% of materials for use by Owner. This will amount to a huge quantity of pavers to be deliver to the Owner. Please confirm an additional 5% of paver material is to be provided to the City. A23: Confirmed. Q24: Specification 03200, item 2.02-B calls for the reinforcing steel to be "epoxy coated" steel. Please confirm this is a requirement of the reinforcing steel for the concrete curbs. A24: Confirmed. 4 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 Q25: Plan Sheet G-006 shows the project involves three (3) separate segments of the proposed path, but Documents provided do not include any phasing requirement for this project. Please advise if the Contractor is be able to work on all three (3) segments concurrently. Please clarify if any phasing is required. A25: The contractor may work on all three segments concurrently. There is no requirement for phasing the project. Contractor is responsible for complying with designated staging areas and historical district requirements. 026: Documents call for keeping beach access to the condo residents and to the public, as it can be reasonably provided. Will providing each condominium one beach access route be acceptable to Owner? Does beach access from the general public have to be maintained at all street ends? A26: One beach access route to each property is acceptable. Beach access to the public needs to be maintain at all street ends. 027: Plan sheet D-100 including the Dune Invasive Planting notes calls for the removal of the invasive species shown on the plans sheets L-201 thru L-215 and it provides the square feet areas for removals. Please confirm Contractor will be responsible for invasive removals only at the areas shown in the L-201 to L-215 plans, within the construction limits. A27: Contractor shall be required to remove all invasive exotics beyond the Erosion Control Fencing seaward up until the easternmost edge of the vegetated dune area. This includes vegetation that is both depicted and not depicted on the plans. Q28: Plans D-101 thru D-115 calls for the demolition of the existing elevated boardwalk. Are there AS- Built plans of the elevated boardwalk that the Owner can provide, so we can determine the demolition details, such as footings sizes, member sizes and connections? Please provide AS-Built plans of the elevated Boardwalk. A28: No as-built plans are available for the wooden, elevated boardwalk. Contractor shall assume no concrete footings. Q29: Plans D-102 thru D-115 showing the demolition requirements, call for removing all existing light poles east of the ECL, but electrical plans have no demolition plans showing this as part of the electrical scope of work. Please provide As-Built electrical drawings showing the conduit routing and the feeder points for the proposed pole removals, and add this scope of work to electrical drawings. A29: As-built plans are not available for the existing electrical. Electrical contractor shall refer to demolition sheets for demolition work related to electrical scope of work. Q30: Plans D-102 thru D-115 call for removing the existing light poles east of the ECL, but plans are silent as to the disposition of the conduits, boxes and wiring serving such poles. Is the intent to "abandon" in place, or to remove all such conduits? A30: Contractor shall remove all conduits, boxes and wiring that are within scope limits. Any existing light poles that are to be removed within private property shall be coordinated with the City. Q31: Plans D-116 thru D-121 show several locations that call for relocating existing trash receptacles and bike racks, but proposed plans call for all new trash receptacles and bike racks. Please clarify where we are to relocate such items. 5 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 A31 All trash receptacles and bike racks to be provided to the City's Parks and Recreation Department for use elsewhere. Contractor shall only be responsible for gathering all trash receptacles and bike racks in one area for the City to pick-up and reuse where possible. Q32: Plan D-300 calls for root pruning trees at least 45 days prior to relocation. Given the time requirements for project completion and type of trees being relocated, can this requirement be shortened? Please advise. A32: 45 days shall be the minimum time for root-pruning. Q33: Plan SP-001 shows a Vendor Contact table and shows the trash receptacles by Landscape Forms, but notes on plans SP-116 to SP-121 calls for MAX-R trash receptacles which are not supplied by Landscape Forms. Please clarify manufacturer and model of trash receptacles to be included. A33: Trash receptacle manufacturer shall be MAX-R. Please refer to revised SP001 for information. Q34: Plan SP-001 Vendor table shows the Beach Showers by Elkay but notes on plans SP-116 to SP-121 call for beach showers by Most Dependable Fountains. Please clarify which instruction prevails. A34: Beach shower manufacturer shall be Most Dependable Fountains. 035: Plan SP-001 Vendor table shows drinking fountains twice, one by Elkay and another by Most Dependable Fountains but notes on plans SP-116 to SP-121 call for the Elkay model. Please clarify which instruction prevails. A35: Drinking fountains to be by Most Dependable Fountains. Q36: Plan SP-001 notes on Schedule for the Recreational Corridor specifies all header curbs 32-16-01 as being "Miami Beach Red" concrete. Please confirm all new header curbs for this project are to be Miami Beach Red concrete. A36: 32-16-01 shall not be Miami Beach Red. It has been revised to be natural colored concrete. Q37: Plan SP-001 Notes on Schedule for the street ends shows some raised curbs 32-16-03, but plans SP-202 and SP-203 call for such locations to have a concrete seat wall. Please clarify if item 32-16-03 is a CIP concrete seat wall or a curb. A37: 32-16-03 is a concrete seat wall. Q38: Plan SP-001 Reference notes on Schedules show the decorative Triada light bollards with no power and are not shown in electrical plans, with a count of 21 units at Street ends, but fails to show that the electrical lighting plans SP-501 thru SP-115 include a total of 27 units of the working Triada Bollards at street ends, not shown in count tables. Please confirm we are to use the electrical lighting plans for our lights counts and disregard the Site Layout plans quantities shown in tables. A38: Contractor to provide 21 Triada bollard with no light to be installed consistent with Sheets SP116 and SP117. These shall be in addition to any bollards called-out in the Electrical Plan Sheets SP500s. Q39: Plans SP-101 thru SP-115 include a note that calls for the Contractor to remove all existing Post and Rope fencing and replace with new Post and Rope. The demolition drawings do not call for the removal of such fencing. Please confirm all existing Post and Rope fencing is to be replace and add such demo to demolition plans. 6 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 A39: Existing Post and Rope fence is to be replaced with new throughout the entire project limits. Q40: Plan SP-003 show three separate small tables with locations for 22 tree wells, which we cannot find in the Site Layout plans. Please clarify if there are 22 tree wells and show them in the Site Layout plans, and provide details for such tree wells. A41: The 22 tree wells have been eliminated. Q42: Plans SP-117 and SP-120 showing street ends for 27th Street and for 41st street call for what looks like a narrow curb but shows ID 32-16-03 which is the ID for the CIP low walls at beach showers and water fountains. Is it meant to be a "curb" at these locations? A42: Note that the question relates to 27th Street end and 42nd Street end (not 41st Street). These are intended as seat walls, as the grades will require a retaining wall in the segments depicted on the plans Q43: Plan SP-202 showing the beach showers details includes detail #2 for the shower drain and it shows a 4"incline drain by Nyloplast that is not shown in the shower plan view. Furthermore, the plan view detail shows the shower floor slabs with slopes towards the sand interceptor and not towards the drain. Please clarify if the drain is necessary and show the location in plan view. A43: This has been clarified in the plans. Please refer to Exhibit H - Revised SP202. Q44: Plan SP-202 showing the detail for the beach showers, shows a washed rock drain field to collect the shower drainage water, but it only shows one dimension of 6' and is missing the width and depth of the required drain field. Please provide missing dimensions of the required drain fields and show its locations in the plan view for each street end beach shower. A44: Drain field to be 6' long by 6' wide by 4' deep. Please refer to Exhibit H - Revised SP202. Q45: Plan SD-100 showing the paver patterns includes a section for the "wave pattern" installation and shows an enlargement area showing the pavers being installed following the wave of the design centerline, which means the paver lines are actually curving around creating the wave pattern. But the drawing of the wave pattern ""not enlarged" shows the pavers as being installed on straight lines and the waves being created by cutting each paver along the change of color, to create a wave effect in color only. Please advise as to what the intent of the drawings is regarding installation paver lines as both approaches are shown in plan. A45: Pavers to be installed following the wave of the design centerline to minimize cuts and waste. Q46: Plan SD-101 contains detail #4 showing a CIP concrete walk with a 6" thick slab with an unusual 12" limerock base and calls for a "Vehicular Bearing" walk. We cannot find in drawings any references as to which walks are to be considered Vehicular Bearing or which walks are to be 6" thick. Please clarify and clearly indicate which walks are Vehicular rated and which walks are to be 6" in thickness. A46: 6-inch sidewalks are not being used in the project; therefore, none are vehicular-rated. Q47: Plan SD-102 contains detail #2 showing a 3-1/8" paver which is usually used for vehicular rated paver areas, but we cannot find in plans any references as to which paver areas are to be considered vehicular rated, or to have a 3-1/8" paver installed. Further, Plan SD-100 calls for all pavers to be 2-3/8". Please clarify if there are any 3-1/8" paver areas and if they require a 12" base. A47: 3-1/8" pavers are not being used in the project. 7 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 Q48: Plan SD-103 contains detail#3 showing a typical header curb against a planting area, and calls for a Geotextile vertical barrier along the header curbs. Is the intent to apply the Geotextile barrier to the entire length of the Beachwalk on both sides, at all dune planting areas? Or is the detail meant for trees and shrub planting areas only? Please clarify at which locations the Geotextile barrier is required and the depth of such barrier. A48: Please disregard use of geotextile barrier shown on Detail 3, Sheet SD103. Please refer to Exhibit F- Revised SD103. Q49: Plan C-117 includes detail #2 for the 31st Street end enlargement plan and shows proposed potable water services and irrigation lines being feed from the south. The closest proposed water lines on the south, are at the 27th Street end and would require us to excavate and install a potable water and irrigation line between 29th street and 30th Street, where no construction is proposed. All plans show no construction activity are to take place along that stretch. Also, irrigation plans show a new water meter located at the 31st Street end, in direct contradiction to the plan C-117. Please clarify where the new proposed water meter is to be located for this Segment No. 2 and provide revised plans showing the correct location. A49: Potable water and irrigation to connect to an existing service point and systems located on the 30th Street-end. Q50: Plan C-101 thru C-115 do not show the potable water and irrigation lines that need to run west of the proposed Beachwalk, and along the entire length of the new path. Please provide plans clearly showing all proposed potable water and irrigation lines along the path, and the locations of the source water meters. Right now only partial portions of the lines were provided. A51: Contractor to refer to indications of waterlines shown on Sheets C116 through C121 and infer their placement west of the beachwalk. Q52: Plans C-117, C-118 and C-120 show the proposed new water meter locations at the 27th, 38th and 41st Street ends, but irrigation plans IR-217A, IR-217B and IR-219 show the new water meters at the 27th, 31st, and 39th Street ends in conflict with the Civil drawings. Please clarify the proposed locations of the new 3 water meters. A52: The Civil and Irrigation Sheets show separate meters for each because both systems are separate; therefore, contractor to provide separate meter connections for drinking fountains/showers and irrigation. Q53: Plan L-100 Landscape plan notes #24 and #29 calls for adding Dune native landscape materials in areas not shown in the landscape plans to receive new planting, substantially increasing the required planting areas. Notes calls for a new added 4' strip between the proposed path and the ECL and adding a new 5' strip east of the entire path, where the electrical scope is to be installed. Please confirm Contractor is to include such added areas that are in addition to the plant counts shown in Plans L-101 and L-102, and affect the entire length of the Beachwalk. A53: Correct, Contractor to include these areas as described in the bid. 054: Plan L-100 includes a "Watering note" that requires an "Establishing period" of 12 months after final acceptance, in which the landscape subcontractor shall be responsible for watering as per schedule shown in plan. Please confirm this requirement is to be included in our base bid amount. A54: Yes. Contractor to include this cost in base bid. 8 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 Q55: Plan L-100 includes a "Watering note" that requires an "Establishing period" of 12 months after final acceptance, in which the landscape subcontractor shall be responsible for replacing any sick/dead trees and all other care required for growth. Please confirm this requirement is to be included in our base bid amount. A55: Yes. Contractor to include this cost in base bid. Q56: Plan L-901 includes succession planting detail #1 and calls for the phase 2 of the dune planting to occur at a minimum of 6 months after the phase 1, but plan L-100 calls for the same succession planting strategy with only a 3 months minimum delay. This added time in phasing may greatly affect the completion duration of the project, if we are to wait six months between dune planting phases. Please clarify which instruction prevails. A56: Minimum of 3-month time period shall prevail. Q57: Plan sheet L-905 includes detail #2 and #3 and shows a Cupolex-Rialto soil cell system for the soil suspension areas, but the rest of the details in landscape plans call for a Stratavault 30, which is from a different manufacturer. Please clarify which instruction prevails. A57: Please refer to Enlargement Plan 1, Sheets SP120 and L220 where the reference for the use of the Cupolex brand pavement suspension system is referenced for use in that specific location. Please refer to Exhibit D-Revised SP101-SP121 for revised SP120. Q58:Who is responsible for the materials testing and quality control for this project? Is it on the contractor scope or the CMB assigning testing firm? A58: Testing will be the City's responsibility. Failing tests will be backcharged to the contractor. Q59: On Sheet L101 and L102 it is requiring for 72 Cell Liner Trays. Could you please clarify whether the quantity for those cell liner trays are for the individual plants to be included within the trays or for the actual trays with the plantings. For instance, on sheet L101 you have 594 of Canavalia maritima (Beach Bean). We suspect that you all mean 594 trays with the 72 plans and not 594 total plants. Please confirm. A49: The counts are for the plants themselves, not the trays. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoCa�miamibeachfl.00v Contact: Telephone: Email: Danny Flores 305-673-7000, Ext. 7490 dannvfloresCa�miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "No ice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. i ely, 1 (114- ex Denis rocurement Director 9 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2019002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 3 INVITATION TO BID (ITB) NO. 2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR (MBRC) PHASE III (From 24th to 45th ST) FM#436748-1 July 12, 2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). PURSUANT TO INVITATION TO BID SUMMARY, THE DEADLINE FOR QUESTION HAS • PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED. ACCORDINGLY, NO FURTHER EXTENSIONS TO THE DUE DATE WILL BE ALLOWED. I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Thursday July 18. 2019. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the bidder is solely responsible. II. ATTACHMENT(S) • Exhibit A - State of Florida Department of Transportation - Vendor Eligibility Check Prior to Contract Award - Form #375-030-91 (Attachment A18 unintentionally omitted) III. ANSWERS TO QUESTIONS RECEIVED. 01: We are trying to do a takeoff on the civil drawings. Please refer to Sheet C116, Note 1 and 2 (Typical), it shows that a main line is running north and south along the board walk. However, we you go to Sheets C101 thru C115, it does not show any 3-Inch Irrigation Main or 2-inch Water Main. Furthermore, the street ends does not show any tie-ins to existing. Please clarify since we need to know whether they are tie-in to existing right at the street end or we need to run mains all along the boardwalk. Al: Per the plans: • A tie-in occurs at 27th Street (Sheet C117-1) that will require a 2-inch and a 3-inch HDPE 4710 main to run alongside the paver walkway from 27th Street to 25th Street (Sheets C116 through C117-1) • A tie-in into the an existing meter at 30th Street that will feed 31st Street (Sheet C117-2) that will require a 2-inch and a 3-inch HDPE 4710 main to run alongside the paver walkway from 30th Street to 31st Street ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2019-002•DF 1 FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC1 PHASE III(From 24th to 45th ST)FM#436748-1 • A tie-in occurs at 38th Street (Sheet C118-2) that will require a 2-inch and a 3-inch HDPE 4710 main to run alongside the paver walkway from 37th Street to 43rd Street (Sheets C118 through C121) Q2: Page 14 of the ITB, Section 19 - Indicates that we must pay for all permits that may be required. Furthermore, it indicates the four permits that we must procure - City of Miami Beach, Department of Environmental Protection, DERM and dewatering permit. The bid has an allowance of $15K. Please confirm that the usage of this allowance is for all of these permits. A2: Yes. The permit allowance is used to reimburse the contractor for any permit fees paid. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado aC�miamibeachfl.gov Contact: Telephone: Email: Danny Flores 305-673-7000, Ext. 7490 dannvflores( .miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. (7Si i ,- ...g____,_ s Procure nt Director 2 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2019-002-OF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 4 INVITATION TO BID (ITB) NO. 2019-002-DF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC) PHASE III (From 24th to 45th ST) FM#436748-1 July 16, 2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). PURSUANT TO INVITATION TO BID SUMMARY, THE DEADLINE FOR QUESTION HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED. ACCORDINGLY, NO FURTHER EXTENSIONS TO THE DUE DATE WILL BE ALLOWED. I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Tuesday, July 23, 2019. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the bidder is solely responsible. II. ANSWERS TO QUESTIONS RECEIVED. Q1: Please provide further clarification on the intent of the response provided to Question #27. 1. Is the intent of the response to expand the fenced in job limits (defined in the plans) up to the easternmost edge of the existing vegetated dune areas to properly allow for existing invasive exotics to be removed? 2. Is the intent of the response to have the contractor work beyond the fenced in job limits (defined in the plans) in order to remove existing invasive exotics seaward up to the easternmost edge of the existing vegetated dune area?Without a protective fence barrier? 3. If the intent of the response is to have the contractor remove existing invasive exotics that are mixed with native vegetation outside the job limits up to the easternmost edge of the existing vegetated dune area, please clarify if the removal of the invasive exotics needs to include removal of their root system, which will damage existing native vegetation in the vegetated dunes due to the equipment/machinery needed for removal of roots system. If so, please specify the plant material quantity and types required to restore the existing vegetated dune area after the removal of the invasive exotics so that bidders may properly estimate and quantify this added 1 ADDENDUM NO.4 INVITATION TO BID(m3)NO.2019-002-OF FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 scope of work. 4. If the intent of the response is to have the contractor remove existing invasive exotics in the existing vegetated dunes outside the job limits by hand without removal of their root system, please note that warranty cannot be provided as to the "grow back" of the invasive exotics. Additionally, removal of existing invasive exotics by hand will still damage existing native vegetation (within the vegetated dune) in order to create access to areas to remove invasive exotics by hand. Please clarify if the contractor will be required to restore damaged native vegetation. If so, please specify the plant material quantity and types required in order to properly estimate and quantify this added scope of work. Please provide revised plans identifying any expanded areas requiring removal of existing invasive exotics and revised planting plans identifying and specifying any added plant material as a result of the removal of existing invasive exotics in the existing vegetated dunes so that we may properly estimate and quantify this work. Al: Contractor is to proceed per plans and scope of work, any invasive exotics (species) beyond the limits of the scope of work will be addressed via Contingency Draw/Change Order. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl.00v Contact: Telephone: Email: Danny Flores 305-673-7000, Ext. 7490 dannvfloresc miamibeachfl.00v Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sincerely, /ei, Al-x Denis Procurement Director 2 ADDENDUM NO.4 INVITATION TO BID(ITB)NO.2019-002-0F FOR MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC)PHASE III(From 24th to 45th ST)FM#436748-1 ATTACHMENT D INSURANCE REQUIREMENTS defense, any and all claims of liability and all suits and actions of every name and description covered by Section 7.1 above whether performed by Contractor, or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1 The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $2,000,000 combined single limit per occurrence, for bodily injury and property damage. D. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. 8.2 Additional Insured Status The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Consultant. 8.3 Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. BID NO: 2019-002-DF CITY OF MIAMI BEACH ; ii vwli BEACH 22 Other Insurance Provisions 1. For any claims related to this project, the Contractor's coverage shall be primary insurance as respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any insurance or self-insurance maintained by the City of Miami Beach shall be excess of the Contractor's insurance and shall not contribute with it. 2. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 3. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground) coverage. If any coverage required is written on a claims-made form: 4. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 5. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 6. If coverage is canceled or non-renewed, and not replaced with another claims- made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase extended period coverage for a minimum of five (5) years after completion of the contract work. 7. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management (or its designee) for review. 8. If the services involved lead-based paint or asbestos identification/ remediation, the Contractors Pollution Liability shall not contain lead-based paint or asbestos exclusions. If the services involve mold identification/remediation, the Contractors Pollution Liability shall not contain a mold exclusion and the definition of"Pollution" shall include microbial matter including mold. 8.4 Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. 8.5 Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 8.6 Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 23 r Certificate Holder: CITY OF MIAMI BEACH do PROCUREMENT DEPARTMENT 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 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. 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 40 of the Sample Contract(attached). 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: BID NO: 2019-002-DF CITY OF MIAMI BEACH MIAMI BEACH 24