Agreement with Ric-Man Construction Florida Inc.CONTRACT
THIS CONTRACT ("Contract") is made and entered into as of the _ day of W-1-ther: )77,- 2019,
by and between the City of Miami Beach, Florida, a municipal corporation (the "City") and Ric-
Man Construction of Florida Inc., (the "Contractor"):
WTTNESSETH, that the Contractor, for and in consideration of the payments hereinafter specified
and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the
materials required, to do and perform all the work and labor, in a satisfactory and workmanlike
manner, required to complete this Contract within the time specified, in strict and entire conformity
with the Plans, Specifications, and other Contract Documents, which are hereby incorporated into
this Contract by reference, for:
ITB-2019-231-KB for
INDIAN CREEK (SR A1A) PHASE III IMPROVMENTS FROM 25T" TO 41ST STREET.
The Contractor agrees to make payment of all proper charges for labor and materials required in
the aforementioned work, and to defend, indemnify and save harmless City, and their respective
officers and employees, from liabilities, damages, losses and costs including, but not limited to,
reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional
wrongful misconduct of Contractor and persons employed or utilized by Contractor in the
performance of this Contract.
The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are
hereby incorporated by reference 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.
In consideration of these premises, the City hereby agrees to pay to the Contractor for the said
work, when fully completed, the total maximum sum of Thirteen Million Six Hundred Thirty Six
Thousand Nine Hundred Eighty Four dollars ($13,636,984.00) (the "Contract Price"), consisting
of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal:
Total Base Bid $12,136,984.00
Total Owner's Contingency $1,500,000.00
The Contract Price is subject to such additions and deductions as may be provided for in the
Contract Documents. Partial and Final Payments will be made as provided for in the Contract
Documents.
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.
ITB-2019-231-KB Indian Creek (SR Al A) Phase III Improvements from 25th to 41 St 1
CONTRACT
THIS CONTRACT ("Contract") is made and entered into as of the _ day of W-1-ther: )77,- 2019,
by and between the City of Miami Beach, Florida, a municipal corporation (the "City") and Ric-
Man Construction of Florida Inc., (the "Contractor"):
WTTNESSETH, that the Contractor, for and in consideration of the payments hereinafter specified
and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the
materials required, to do and perform all the work and labor, in a satisfactory and workmanlike
manner, required to complete this Contract within the time specified, in strict and entire conformity
with the Plans, Specifications, and other Contract Documents, which are hereby incorporated into
this Contract by reference, for:
ITB-2019-231-KB for
INDIAN CREEK (SR A1A) PHASE III IMPROVMENTS FROM 25T" TO 41ST STREET.
The Contractor agrees to make payment of all proper charges for labor and materials required in
the aforementioned work, and to defend, indemnify and save harmless City, and their respective
officers and employees, from liabilities, damages, losses and costs including, but not limited to,
reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional
wrongful misconduct of Contractor and persons employed or utilized by Contractor in the
performance of this Contract.
The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are
hereby incorporated by reference 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.
In consideration of these premises, the City hereby agrees to pay to the Contractor for the said
work, when fully completed, the total maximum sum of Thirteen Million Six Hundred Thirty Six
Thousand Nine Hundred Eighty Four dollars ($13,636,984.00) (the "Contract Price"), consisting
of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal:
Total Base Bid $12,136,984.00
Total Owner's Contingency $1,500,000.00
The Contract Price is subject to such additions and deductions as may be provided for in the
Contract Documents. Partial and Final Payments will be made as provided for in the Contract
Documents.
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.
ITB-2019-231-KB Indian Creek (SR Al A) Phase III Improvements from 25th to 41 St 1
CONTRACT
THIS CONTRACT ("Contract") is made and entered into as of the _ day of W-1-ther: )77,- 2019,
by and between the City of Miami Beach, Florida, a municipal corporation (the "City") and Ric-
Man Construction of Florida Inc., (the "Contractor"):
WTTNESSETH, that the Contractor, for and in consideration of the payments hereinafter specified
and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the
materials required, to do and perform all the work and labor, in a satisfactory and workmanlike
manner, required to complete this Contract within the time specified, in strict and entire conformity
with the Plans, Specifications, and other Contract Documents, which are hereby incorporated into
this Contract by reference, for:
ITB-2019-231-KB for
INDIAN CREEK (SR A1A) PHASE III IMPROVMENTS FROM 25T" TO 41ST STREET.
The Contractor agrees to make payment of all proper charges for labor and materials required in
the aforementioned work, and to defend, indemnify and save harmless City, and their respective
officers and employees, from liabilities, damages, losses and costs including, but not limited to,
reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional
wrongful misconduct of Contractor and persons employed or utilized by Contractor in the
performance of this Contract.
The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are
hereby incorporated by reference 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.
In consideration of these premises, the City hereby agrees to pay to the Contractor for the said
work, when fully completed, the total maximum sum of Thirteen Million Six Hundred Thirty Six
Thousand Nine Hundred Eighty Four dollars ($13,636,984.00) (the "Contract Price"), consisting
of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal:
Total Base Bid $12,136,984.00
Total Owner's Contingency $1,500,000.00
The Contract Price is subject to such additions and deductions as may be provided for in the
Contract Documents. Partial and Final Payments will be made as provided for in the Contract
Documents.
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.
ITB-2019-231-KB Indian Creek (SR Al A) Phase III Improvements from 25th to 41 St 1
The place for giving notice shall remain the same as set forth herein, unless such notice
information is revised in a Contract amendment duly executed by the City and the
Contractor. For the present, the parties designate the following:
For City:
Capital Improvement Project (CIP) Department
1700 Convention Center Drive, 3rd Floor
Miami Beach, FL. 33139
Phone: 305-673-7071
Attn: David Martinez, P.E., Director, Office of Capital Improvement
Projects
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
Ric-Man Construction Florida Inc.
3100 SW 15 Street
Deerfield Beach, FL. 33442
Phone: 954-426-1211
Attn: Daniel Mancini
ITB-2019-231-KB Indian Creek (SR Al A) Phase III Improvements from 25th to 41 St 2
The place for giving notice shall remain the same as set forth herein, unless such notice
information is revised in a Contract amendment duly executed by the City and the
Contractor. For the present, the parties designate the following:
For City:
Capital Improvement Project (CIP) Department
1700 Convention Center Drive, 3rd Floor
Miami Beach, FL. 33139
Phone: 305-673-7071
Attn: David Martinez, P.E., Director, Office of Capital Improvement
Projects
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
Ric-Man Construction Florida Inc.
3100 SW 15 Street
Deerfield Beach, FL. 33442
Phone: 954-426-1211
Attn: Daniel Mancini
ITB-2019-231-KB Indian Creek (SR Al A) Phase III Improvements from 25th to 41 St 2
The place for giving notice shall remain the same as set forth herein, unless such notice
information is revised in a Contract amendment duly executed by the City and the
Contractor. For the present, the parties designate the following:
For City:
Capital Improvement Project (CIP) Department
1700 Convention Center Drive, 3rd Floor
Miami Beach, FL. 33139
Phone: 305-673-7071
Attn: David Martinez, P.E., Director, Office of Capital Improvement
Projects
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
Ric-Man Construction Florida Inc.
3100 SW 15 Street
Deerfield Beach, FL. 33442
Phone: 954-426-1211
Attn: Daniel Mancini
ITB-2019-231-KB Indian Creek (SR Al A) Phase III Improvements from 25th to 41 St 2
/9
ate
APPR D AS TO
NGUAGE
ECUTION
Attorney e
By:
Name: ,aftilk2Afnief-A PAo .
IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by their
appropriate officials as of the date first above written.
ATTEST:
CITY OF MIAMI B , FLORIDA
By:
Rafae E. Gr nado, City I r 4<, Dan elber, Mayor .........
•
\ORA i
z Offr 1 ATTEST: 0.1
•
CONSTUCTION FLORIDA, INC.
•••-•"`.....--;,\'
~Pd ame: J i k_ e---1 -4P dA elc-iri kr-C,
[seal]
ITB-2019-231-KB Indian Creek (SR AlA) Phase III Improvements from 25th to 41 St 3
[seal]
/9
ate
APPR D AS TO
NGUAGE
ECUTION
Attorney e
By:
Name: ,aftilk2Afnief-A PAo .
IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by their
appropriate officials as of the date first above written.
ATTEST:
CITY OF MIAMI B , FLORIDA
By:
Rafae E. Gr nado, City I r 4<, Dan elber, Mayor .........
•
\ORA i
z Offr 1 ATTEST: 0.1
•
CONSTUCTION FLORIDA, INC.
•••-•"`.....--;,\'
~Pd ame: J i k_ e---1 -4P dA elc-iri kr-C,
[seal]
ITB-2019-231-KB Indian Creek (SR AlA) Phase III Improvements from 25th to 41 St 3
[seal]
t
(1-ti ,g)CYN;t2 By:
ame: J e--1 -te_ blc) (.1c)'c-Ciret IC Name: millk-ziednefA, pges
APPR D AS TO
NGUAGE
ECUTION
C
y Attorney ate
IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by their
appropriate officials as of the date first above written.
ATTEST: CITY OF MIAMI B , FLORIDA
--FaRafae E. Gr nado, City I
r /. S 1‘,‘
-
Dan elber Mayor
[seal]
ATTEST:
Or,
...........
•
-
10RATE.0::
.„„.... 0, CONSTUCTION FLORIDA, INC.
[seal]
ITB-2019-231-KB Indian Creek (SR AlA) Phase III Improvements from 25th to 41 St 3
ATTACHMENT A
RESOLUTION COMMISSION ITEMS AND COMMISSION
MEMORANDUM
ATTACHMENT A
RESOLUTION COMMISSION ITEMS AND COMMISSION
MEMORANDUM
ATTACHMENT A
RESOLUTION COMMISSION ITEMS AND COMMISSION
MEMORANDUM
RESOLUTION NO.' 2019-30915
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE
CITY MANAGER, RELATING TO INVITATION TO BID NO. 2019-231-KB, FOR
PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET (THE
"PROJECT"); APPROVING THE AWARD OF A CONSTRUCTION CONTRACT
TO RIC-MAN CONSTRUCTION FLORIDA, INC., THE LOWEST RESPONSIVE,
RESPONSIBLE BIDDER, IN AN AMOUNT NOT TO EXCEED $13,636,984.00;
FURTHER, AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND
FINALIZE A SECOND AMENDMENT TO THE CITY'S DEPARTMENT FUNDED
AGREEMENT ("DFA") WITH THE FLORIDA DEPARTMENT OF
TRANSPORTATION ("FDOT"), WITH RESPECT TO THE SHARING OF
COSTS FOR THE SCOPE OF WORK AWARDED FOR THE PROJECT
("SECOND AMENDMENT"), AND AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE THE SECOND AMENDMENT UPON CONCLUSION OF
SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION AND FORM
APPROVAL BY THE CITY ATTORNEY; FURTHER, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE THE CONTRACT WITH RIC-MAN
CONSTRUCTION FLORIDA, INC., CONTINGENT UPON CITY'S RECEIPT OF
A WRITTEN COMMITMENT FROM FDOT WITH RESPECT TO THE COST
SHARE FOR THE SECOND AMENDMENT.
WHEREAS, on March 9, 2016, the City Commission adopted Resolution No. 2016-
29332, approving the substantive terms of the cost sharing agreement, and on September 30,
2016, the City and FDOT entered into a Department Funded Agreement (DFA) for Financial
Project Number 439228-2-58 (Contract AS-343), for roadway and drainage improvements on
S.R. A1A/Indian Creek from 41st Street to 26th Street (the "Project"), in the total amount of
$25,408,493, comprised of FDOT funding in a maximum of $20,008,493, and City funding in the
maximum of $5,400,000; and
WHEREAS, the DFA stipulated a FDOT participation of 78.7% and a City participation of
21.3% of the total allowable cost. Thereafter, the Project was divided into three (3) phases; and
WHEREAS, on October 17, 2018, the Mayor and City Commission adopted Resolution
No. 2018-30574 to amend the DFA agreement by increasing FDOT's participation by
$5,991,507 from the original maximum amount of $20,008,493 to the amended maximum
amount of $26,000,000; and increasing the City's participation by $1,636,848 from an original
maximum amount of $5,400,000, to a maximum participation of $7,036,848; and
WHEREAS, with Phase I and II substantially complete, the City sought to solicit bids for
the final Phase III of the Project. Invitation to Bid (ITB) 2018-054-ZD, which included roadway
reconstruction and drainage improvements north of 32nd Street, was issued on September 21,
2018; and
WHEREAS, three (3) bids were received, however the lowest bid was deemed non-
responsive and the next low bid significantly exceeded the City's available budget; therefore, the
Mayor and City Commission approved the rejection of bids received pursuant to Invitation to Bid
(ITB) 2018-054-ZD, for Phase III Improvements from 25th to 41st Street; and
WHEREAS, subsequent to the rejection of bids pursuant to ITB 2018-054-ZD, staff has
worked with the Engineer of Record and FDOT to value engineer the remaining portion of the
Project and to provide for two (2) options, either for (1) the partial completion of the project up to
35th Street; or (2) the full completion of the project to 41St Street; and
WHEREAS, as part of these efforts, in May 2019 the City conducted Industry Review
Meetings in an effort to assure that the City's approach to bidding the portion of the Project is in
line with industry standards and best practices; staff met with eleven (11) vendors which yielded
valuable insight and comments from the industry regarding the Project; and
WHEREAS, ITB No. 2019-231-KB, was issued on May 24, 2019, with a bid opening
date of July 2, 2019; notices were issued to 1,130 companies and 120 prospective bidders
accessed the advertised solicitation; and
WHEREAS, the notices resulted in the receipt of seven (7) responses from: American
Pipeline Construction, LLC; Danz Contracting, LLC; David Mancini & Sons, Inc.; Lanzo
Construction Co., Florida; Ric-Man Construction Florida, Inc.; Ric-Man Construction, Inc.; and
Ric-Man International, Inc.; and
WHEREAS, in its due diligence, the Procurement Department verified that the lowest
responsive bid submitted by Ric-Man Construction Florida, Inc. ("Ric-Man Construction
Florida") met the requirements of the ITB; and
WHEREAS, Ric-Man Construction Florida has been deemed the lowest responsive and
responsible bidder meeting all terms, conditions, and specifications of the ITB; and
WHEREAS, recently, the City Administration has been negotiating with FDOT for
additional funding for the Project, via a second amendment to the DFA ("Second Amendment").
If the negotiations are successful, FDOT's maximum contribution will increase by $2.25 million
to $28.25 million; and the City's required contribution will also increase by $2.25 million to
$9,262,848; and
WHEREAS, after considering the bids received and the evaluation of staff, the City
Manager recommends approval of the award of a contract to Ric-Man Construction Florida, Inc.,
the lowest responsive, responsible bidder to the ITB, in an amount not to exceed
$13,636,984.00; further, the Administration recommends that the City Manager be authorized to
negotiate and finalize the Second Amendment to the DFA with FDOT, and further authorize the
Mayor and City Clerk to execute the Second Amendment upon conclusion of successful
negotiations by the Administration; and further, the Administration recommends authorizing the
Mayor and City Clerk to execute the contract with Ric-Man Construction Florida, Inc., subject to
City's receipt of a written commitment from FDOT with regard to the cost share for the Second
Amendment.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF
THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept
the recommendation of the City Manager, pursuant to Invitation to Bid No. 2019-231-KB, for
Phase III Improvements from 25th to 41st street; approving the award of a contract to Ric-Man
Construction Florida, Inc., the lowest responsive, responsible bidder to the ITB, in an amount
not to exceed $13,636,984.00; further, authorize the City Manager to negotiate and finalize a
second amendment to the City's Department Funded Agreement ("DFA") with the Florida
Department Of Transportation ("FDOT"), with respect to the sharing of costs for the scope of
APPROVED AS TO
FORM & LANGUAGE
CUTION
Attorney ate
work awarded for the Project ("Second Amendment"), and authorize the Mayor and City Clerk to
execute the Second Amendment upon conclusion of successful negotiations by the
Administration and form approval by the City Attorney; further, authorize the Mayor and City
Clerk to execute the contract with Ric-man Construction Florida, Inc., contingent upon City's
receipt of a written commitment from FDOT with respect to the cost share for the Second
Amendment.
PASSED AND ADOPTED this 3/ day of 1;41 2019.
ATTEST:
(7
/its 41. 1 ti 'c, ) N1/4
RAFA L . GRANADO, CITY CLERK DAN G LBER, MAYOR
TAAgenda12019‘07 July 31 \Procurement\ ITB 2019-231-KB Indian Creek\ ITB 2019-231-KB - Resolution DRAFT.doc
Resolutions - C7 D
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Jimmy L. Morales, City Manager
DATE: July 31, 2019
SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF
THE CITY MANAGER, RELATING TO INVITATION TO BID NO. 2019-231-KB,
FOR INDIAN CREEK PHASE III IMPROVEMENTS FROM 25TH TO 41ST
STREET (THE "PROJECT"); APPROVING THE AWARD OF A
CONSTRUCTION CONTRACT TO RIC-MAN CONSTRUCTION FLORIDA,
INC., THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER, IN AN
AMOUNT NOT TO EXCEED $13,636,984.00; FURTHER, AUTHORIZING THE
CITY MANAGER TO NEGOTIATE AND FINALIZE A SECOND AMENDMENT
TO THE CITY'S DEPARTMENT FUNDED AGREEMENT ("DFA") WITH THE
FLORIDA DEPARTMENT OF TRANSPORTATION ("FDOT"), WITH
RESPECT TO THE SHARING OF COSTS FOR THE SCOPE OF WORK
AWARDED FOR THE PROJECT ("SECOND AMENDMENT"), AND
AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE
SECOND AMENDMENT UPON CONCLUSION OF SUCCESSFUL
NEGOTIATIONS BY THE ADMINISTRATION AND FORM APPROVAL BY
THE CITY ATTORNEY; FURTHER, AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE THE CONTRACT WITH RIC-MAN CONSTRUCTION
FLORIDA, INC., CONTINGENT UPON CITY'S RECEIPT OF A WRITTEN
COMMITMENT FROM FDOT WITH RESPECT TO THE COST SHARE FOR
THE SECOND AMENDMENT.
RECOMMENDATION
The Administration recommends that the Mayor and City Commission of the City of Miami
Beach, Florida approve the City Manager's recommendation pertaining to the bids received,
pursuant to ITB 2019-231-KB, Indian Creek (SR A1A) - Phase III Improvements from 25th to
41st Street.
ANALYSIS
On March 9, 2016, the City Commission adopted Resolution 2016-29332 approving the
substantive terms of the cost sharing agreement and on September 30, 2016, the City and
FDOT entered into a Department Funded Agreement (DFA) for Financial Project Number
439228-2-58 (Contract AS-343), for roadway and drainage improvements on S.R. A1A/I ndian
Creek from 41st Street to 26th Street in the total amount of $25,408,493, comprised of FDOT
funding in a maximum of $20,008,493, and City funds to a maximum of $5,400,000. The DFA
stipulated a FDOT participation of 78.7% and a City participation of 21.3% of the total allowable
cost. Thereafter, the Project was divided into three (3) phases.
At the October 17, 2018 Commission meeting, the Commission approved Resolution 2018-
30574 to amend the DFA agreement by increasing FDOT's participation by $5,991,507 from
the original maximum amount of $20,008,493- to the amended maximum amount of
$26,000,000; and increasing the City's participation by $1,636,848 from an original maximum
amount of $5,400,000 to a maximum participation of $7,036,848.
With Phase I and II substantially complete, the City sought to solicit bids for the final Phase III
of the Project. Invitation to Bid (ITB) 2018-054-ZD, which included roadway reconstruction and
drainage improvements north of 32nd Street, was issued on September 21, 2018. Three (3)
bids were received, however the lowest bid was deemed non-responsive and the next low bid
significantly exceeded the City's available budget. Therefore, the Mayor and City Commission
approved the rejection of bids received pursuant to Invitation to Bid (ITB) 2018-054-ZD, for
Phase III Improvements from 25th to 41st Street.
Subsequent to the rejection of bids pursuant to ITB 2018-054-ZD, staff has worked with the
Engineer of Record and FDOT to value engineer the remaining portion of the Project and to
provide for two (2) options: 1) for the partial,completion of the project up to 35th Street; and 2)
for the full completion of the project to 41st Street. As part of these efforts, in May 2019 the City
conducted Industry Review Meetings in an effort to assure that the City's approach to bidding
the portion of the Project is in line with industry standards and best practices. During the
meetings, the City met with eleven (11) vendors which yielded valuable insight and comments
from the industry regarding the Project.
ITB PROCESS
ITB No. 2019-231-KB, was issued on May 24, 2019, with a bid opening date of July 2, 2019.
Three (3) addenda were issued. The Procurement Department issued bid notices to 1,130
companies utilizing www.publicpurchase.com website. 120 prospective bidders accessed the
advertised solicitation. The notices resulted in the receipt of seven (7) responses from:
American Pipeline Construction, LLC; Danz Contracting, LLC; David Mancini & Sons, Inc.;
Lanzo Construction Co., Florida; Ric-Man Construction Florida, Inc.; Ric-Man Construction,
Inc.; and Ric-Man International, Inc.
The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions,
and specifications of the ITB will be recommended for award. In its due diligence, the
Procurement Department verified that the lowest responsive bid submitted by Ric-Man
Construction Florida, Inc. ("Ric-Man Construction Florida") met the requirements of the ITB,
including:
1. Bid Bond: Bidder shall submit, WITH ITS BID, either an original bid bond, in
a form acceptable to the City, executed by a surety company meeting the
qualifications specified herein, in the amount of 5% of the bid amount, payable to
City of Miami Beach, Florida. In the alternative, Bidder may submit a certified
check or cashier's check issued by any national or state bank (United States).
Ric-Man Construction Florida submitted a bid bond for 5% of the bid amount, as
required.
2. Licensing Requirements: Bidder shall be State of Florida Certified General
Contractor or Underground Utility Contractor in the State of Florida, Division of
Business and Professional Regulations to be considered for award.
Ric-Man Construction Florida is State certified as a General Contractor. State license
number is: CGC1514965 and expires on August 31, 2020.
3 . Previous Experience (Firm): Bidder (or member of its team) shall have
completed the construction of at least three (3) similar projects in scope and
volume demonstrating their experience in urban right of ways and infrastructure
improvements. Similar projects shall be interpreted to mean projects which involve
all of the following aspects: underground storm water collection system and
disposal, pump stations construction, roadway construction and site concrete
work. At least one (1) of the projects must demonstrate experience in construction
and maintenance of traffic within an existing heavily traveled urban roadway.
Ric-Man Construction Florida submitted the required projects, which were similar in
size, scope, and in the timeframe requested. The projects submitted included
construction of a facility that includes underground storm water collection system and
disposal, pump stations construction, roadway construction and site concrete work.
Accordingly, Ric-Man Construction Florida 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.
According to the information provided by the firm, in 2004 Ric-Man Construction Florida
commenced operations in the Southeasterri United States. The company specializes in heavy
underground and tunnel construction of all types and sizes. Its team is proud to carry on the
tradition of quality and service, set forth by its founder, which have become the standards used
every day within the company.
Additionally, Ric-Man Construction Florida is currently under contract with the City of Miami
Beach for design build services for West Avenue improvements south of 14th Street and north
of 14th Street. Throughout the term of these contracts Ric-Man Construction Florida has
proven to be a dependable contractor.
CONCLUSION
Recently, the City Administration has been negotiating with FDOT for additional funding for the
Project,, via a second amendment to the DFA ("Second Amendment"). If the negotiations are
successful, FDOT's maximum contribution will increase by $2.25 million to $28.25 million; and
the City's required contribution will also increase by $2.25 million to $9,261,84
After considering the bids received and the evaluation of staff, the City Manager recommends
approval of the award of a contract to Ric-Man Construction Florida, Inc., the lowest responsive,
responsible bidder to the ITB, in an amount not to exceed $13,636,984.00; further, the
Administration recommends that the City Manager be authorized to negotiate and finalize the
Second Amendment to the DFA with F DOT, and further authorize the Mayor and City Clerk to
execute the Second Amendment upon conclusion of successful negotiations by the
Administration; and further, the Administration recommends authorizing the Mayor and City Clerk
to execute the contract with Ric-Man Construction Florida, Inc., subject to City's receipt of a
written commitment from F DOT with regard to the cost share for the Second Amendment.
KEY INTENDED OUTCOMES SUPPORTED
Build And Maintain Priority Infrastructure With Full Accountability
FINANCIAL INFORMATION
Project Cost: $ 13,636,984.00
(Grand Total Option A, Alternate Side Streets and Contingency)
Legislative Tracking
Public Works/Procurement
ATTACHMENTS:
Description i
D ITB 2019-231-KB Tabulation
El Resolution
INVITATION TO BID (ITB) NO. 2019-231-KB FOR INDIAN CREEK (SR MA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET Ric-Man Construction of FL Inc." Ric-Man Construction, Inc. American Pipeline Construction Lanzo Construction Danz Contracting David Mancini & Sons Ric-Man International OPTION 'A Improvements from southOf 25th Street to 41.56) SUBTOTAL $ 13,151,875.00 $ 13,733952.56 $ 16,178,454.92 $ 16,905,000.75 $ 19,479,556.52 $ 21,179198.85 $ 26,237,271.50 Allowance for Trench Safety Act $ 25.00 $ 25.00 $ 25.00 $ 25.00 $ 25.00 $ 25.00 $ 25.00 Perrnit Allowance $ 50.000.00 $ 50,000.00 50,000.00 $ 50,000.00 $ 50,000.00 $ 50900.00 $ 50,000.00 GRAND TOTAL $ 13,201,900.00 $ 13,783,977.56 $ 16,228,479.92 $ 16,955,025.75 $ 19,529,581.52 $ 21,229,223.85 $ 26,287,296.50 OPTION A ALTERNATE ITEMS FOR,SIDE STREETS DRAINAGE $ 435,084.00 381,119.15 $ 632,229.00 $ 717,999.00 $ 1,007,049.00 $ 1,189,900.00 $ 1,131,904.00 GRAND TOTAL a ALTERNATE SIDE STREETS $ 13,636,984.00 $ 14,165,096.71 $ 16,860,708.92 $ 17,673,024.75 $ 20,536,630.52 $ 22,419,123.85 5 27,419,200.50 OPTION11 Improvements from south of 25thStreet t 35th Sii;e1V :' SUBTOTAL
Allowance for Trench Safely Act
$ 8,699,820.00 $ 8,964,071.27 $ 10,337,985.17 $
$
11,265,345.55
25.00
$
$
13,021,890.85
25.00
$ 13,346,975.73
25.00
$
$
18,151,534.10
25.00 $ 25.00 $ 25.00 25.00
Permit Allowance $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 5 50,000.00
GRAND TOTAL $ 8,749,845.00 $ 9,014,096.27 $ 10,388,010.17 $ 11,315,370.55 5 13,071,915.85 $ 13,397,000.73 $ 18,201,559.10
OPTION B ALTERNATE ITEMS FOR SIDE STREETS DRAINAGE
GRAND TOTAL a ALTERNATE SIDE STREETS
$ 253,689.00 $ 239,988.00 $ 382,794.00 5 429,516.00 $ 626,506.00 $ 703,600.00 $ 665,164.00
$ 9,003,534.00 $ 9,254,084.27 $ 10,770,804.17 $ 11,744,886.55 $ 13,698,421.85 $ 14,100,600.73 $ 18,866,723.10
'Recommended for award.
ATTACHMENT B
SOLICITATION (ITB-CONSTRUCTION)
AND ADDENDUMS
ATTACHMENT B
SOLICITATION (ITB-CONSTRUCTION)
AND ADDENDUMS
ATTACHMENT B
SOLICITATION (ITB-CONSTRUCTION)
AND ADDENDUMS
folAMIBEACH
INVITATIO N TO BID (1T3)
INDIAN CREEK (SR Al A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
2019-231-KB
BID ISSUANCE DATE: MAY 24, 2019
BID DUE: JUNE 28, 2019 @ 3:00 PM
MIAMIBEACH
ISSUED BY:
Kristy Sada, CPP13
Procurement Contracting Officer III
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3'd Fioor, Miami Beach, FL 33139
305.673.7000 x 26218 I kristybada@miamibeachfl.gov I www.miamibeachfl.gov
1 2019-231-KB
folAMIBEACH
INVITATIO N TO BID (1T3)
INDIAN CREEK (SR Al A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
2019-231-KB
BID ISSUANCE DATE: MAY 24, 2019
BID DUE: JUNE 28, 2019 @ 3:00 PM
MIAMIBEACH
ISSUED BY:
Kristy Sada, CPP13
Procurement Contracting Officer III
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3'd Fioor, Miami Beach, FL 33139
305.673.7000 x 26218 I kristybada@miamibeachfl.gov I www.miamibeachfl.gov
1 2019-231-KB
Mi AMI BEACH
\VITATION TO 3ID (IT3
INDIAN CREEK (SR MA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
2019-231-KB
BID ISSUANCE DATE: MAY 24, 2019
BID DUE: JUNE 28, 2019 @ 3:00 PM
MIAMIBEACH
ISSUED BY:
Kristy Sada, CPPB
Procurement Contracting Officer III
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3'd Fioor, Miami Beach, FL 33139
305.673.7000 x 26218 I kristybada@miamibeachfl.gov
1 2019-231-KB
www.miamibeachfl.gov
MI.AMI BEACH
ITB SUMMARY
The purpose of this ITB Summary is to summarize the major terms, conditions and requirements of the ITB. . Bidders shall
note that various paragraphs within these bid documents have a box ( 1=1 ) which may be checked ( 1=1 ). If the box is
checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box
is not checked, the language is not made a part of the bid documents. It is the Bidder's responsibility to become familiar
with all terms, conditions and requirements of the ITB, whether or not included in the ITB Summary. Further, it is the
Bidder's responsibility to make note of and account for any revisions to any portion of the ITB Summary that may result
from an addendum to the ITB.
ITB Information & General Requirements
ITB No.: 2019-231-KB
ITB Title: INDIAN CREEK (SR MA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Date of Issuance: May 24, 2019
Project Description &
Scope of Work:
The City seeks Proposals from, construction firms to provide construction services for the
construction of the Indian Creek Dr. (SR A1A) Improvements from south of 25th Street to 41st
(Option A) Street and from south of 25th Street to 35th Street (Option B). Indian Creek Dr.
(SR MA) is a Florida Department of Transportation (FDOT) roadway and as such
construction of this project shall comply with all applicable FDOT manuals, memorandums
and guidelines in effect as of the date of the advertising of this project, including but not limited
to those listed in Appendix G. The work shall include but not be limited to site preparation;
clearing and grubbing; earthwork, raising the elevation of the roads within the project limits
to minimum crown elevation of 3.7 feet North American Vertical Datum of 1988 (NAVD) and
transitioning into crossing streets; harmonization of all adjacent properties, including but not
limited to reconstructing impacted driveways and pedestrian accesses; installation of gravity
walls and handrails in areas where harmonization of properties is not feasible; installation of
a new drainage system, yard drains and/or driveway trench drains; complete construction of
pump station including but not limited to installation of pumps, generator, control cabinets;
providing new street lights; replacing existing signalized intersections with new mast arms
and applicable equipment; applying new pavement markings, installing new street signs;
providing new landscaping; accommodating street parking, bus stops, bus shelters, and
replacing all other pedestrian features located within the existing right of way.
The project warranty and testing procedures will follow the FDOT standards. In the event of
a conflict between the FDOT Special Conditions and any other provision of the ITB, the FDOT
Special Provisions shall take precedence and control.
Project Location: INDIAN CREEK (SR MA) FROM 25TH TO 41ST STREET; Miami Beach, FL
Estimated Budget:
Option A (Improvements from south of 25th Street to 41st): $13.0 Million
Option B (Improvements from south of 25th Street to 35th Street): $7.8 Million
Method of Award:
THE CITY RESERVES THE OPTION, AT ITS SOLE DISCRETION, TO AWARD EITHER
GROUP A OR GROUP B. See Section 0100, Sub-section 10 for further details.
Procurement Contact: Name: Kristy Bada, CPPB
Telephone: 305-673-7000 x 26218
Email: kristybada@miamibeachfl.gov
Cone of Silence: Bidders are hereby advised that, pursuant to Section 2-486 of the City Code, this solicitation
is under the Cone of Silence law. Communications regarding this solicitation are to be
submitted in writing to the Procurement Contact named herein with a copy to the City Clerk
at rafaele ranado • rniarnibeachfl . OV.
MI.AMI BEACH
ITB SUMMARY
The purpose of this ITB Summary is to summarize the major terms, conditions and requirements of the ITB. . Bidders shall
note that various paragraphs within these bid documents have a box ( 1=1 ) which may be checked ( 1=1 ). If the box is
checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box
is not checked, the language is not made a part of the bid documents. It is the Bidder's responsibility to become familiar
with all terms, conditions and requirements of the ITB, whether or not included in the ITB Summary. Further, it is the
Bidder's responsibility to make note of and account for any revisions to any portion of the ITB Summary that may result
from an addendum to the ITB.
ITB Information & General Requirements
ITB No.: 2019-231-KB
ITB Title: INDIAN CREEK (SR MA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Date of Issuance: May 24, 2019
Project Description &
Scope of Work:
The City seeks Proposals from, construction firms to provide construction services for the
construction of the Indian Creek Dr. (SR A1A) Improvements from south of 25th Street to 41st
(Option A) Street and from south of 25th Street to 35th Street (Option B). Indian Creek Dr.
(SR MA) is a Florida Department of Transportation (FDOT) roadway and as such
construction of this project shall comply with all applicable FDOT manuals, memorandums
and guidelines in effect as of the date of the advertising of this project, including but not limited
to those listed in Appendix G. The work shall include but not be limited to site preparation;
clearing and grubbing; earthwork, raising the elevation of the roads within the project limits
to minimum crown elevation of 3.7 feet North American Vertical Datum of 1988 (NAVD) and
transitioning into crossing streets; harmonization of all adjacent properties, including but not
limited to reconstructing impacted driveways and pedestrian accesses; installation of gravity
walls and handrails in areas where harmonization of properties is not feasible; installation of
a new drainage system, yard drains and/or driveway trench drains; complete construction of
pump station including but not limited to installation of pumps, generator, control cabinets;
providing new street lights; replacing existing signalized intersections with new mast arms
and applicable equipment; applying new pavement markings, installing new street signs;
providing new landscaping; accommodating street parking, bus stops, bus shelters, and
replacing all other pedestrian features located within the existing right of way.
The project warranty and testing procedures will follow the FDOT standards. In the event of
a conflict between the FDOT Special Conditions and any other provision of the ITB, the FDOT
Special Provisions shall take precedence and control.
Project Location: INDIAN CREEK (SR MA) FROM 25TH TO 41ST STREET; Miami Beach, FL
Estimated Budget:
Option A (Improvements from south of 25th Street to 41st): $13.0 Million
Option B (Improvements from south of 25th Street to 35th Street): $7.8 Million
Method of Award:
THE CITY RESERVES THE OPTION, AT ITS SOLE DISCRETION, TO AWARD EITHER
GROUP A OR GROUP B. See Section 0100, Sub-section 10 for further details.
Procurement Contact: Name: Kristy Bada, CPPB
Telephone: 305-673-7000 x 26218
Email: kristybada@miamibeachfl.gov
Cone of Silence: Bidders are hereby advised that, pursuant to Section 2-486 of the City Code, this solicitation
is under the Cone of Silence law. Communications regarding this solicitation are to be
submitted in writing to the Procurement Contact named herein with a copy to the City Clerk
at rafaele ranado • rniarnibeachfl . OV.
MI.AMI BEACH
ITB SUMMARY
The purpose of this ITB Summary is to summarize the major terms, conditions and requirements of the ITB. . Bidders shall
note that various paragraphs within these bid documents have a box ( 1=1 ) which may be checked ( 1=1 ). If the box is
checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box
is not checked, the language is not made a part of the bid documents. It is the Bidder's responsibility to become familiar
with all terms, conditions and requirements of the ITB, whether or not included in the ITB Summary. Further, it is the
Bidder's responsibility to make note of and account for any revisions to any portion of the ITB Summary that may result
from an addendum to the ITB.
ITB Information & General Requirements
ITB No.: 2019-231-KB
ITB Title: INDIAN CREEK (SR MA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Date of Issuance: May 24, 2019
Project Description &
Scope of Work:
The City seeks Proposals from, construction firms to provide construction services for the
construction of the Indian Creek Dr. (SR A1A) Improvements from south of 25th Street to 41st
(Option A) Street and from south of 25th Street to 35th Street (Option B). Indian Creek Dr.
(SR MA) is a Florida Department of Transportation (FDOT) roadway and as such
construction of this project shall comply with all applicable FDOT manuals, memorandums
and guidelines in effect as of the date of the advertising of this project, including but not limited
to those listed in Appendix G. The work shall include but not be limited to site preparation;
clearing and grubbing; earthwork, raising the elevation of the roads within the project limits
to minimum crown elevation of 3.7 feet North American Vertical Datum of 1988 (NAVD) and
transitioning into crossing streets; harmonization of all adjacent properties, including but not
limited to reconstructing impacted driveways and pedestrian accesses; installation of gravity
walls and handrails in areas where harmonization of properties is not feasible; installation of
a new drainage system, yard drains and/or driveway trench drains; complete construction of
pump station including but not limited to installation of pumps, generator, control cabinets;
providing new street lights; replacing existing signalized intersections with new mast arms
and applicable equipment; applying new pavement markings, installing new street signs;
providing new landscaping; accommodating street parking, bus stops, bus shelters, and
replacing all other pedestrian features located within the existing right of way.
The project warranty and testing procedures will follow the FDOT standards. In the event of
a conflict between the FDOT Special Conditions and any other provision of the ITB, the FDOT
Special Provisions shall take precedence and control.
Project Location: INDIAN CREEK (SR MA) FROM 25TH TO 41ST STREET; Miami Beach, FL
Estimated Budget:
Option A (Improvements from south of 25th Street to 41st): $13.0 Million
Option B (Improvements from south of 25th Street to 35th Street): $7.8 Million
Method of Award:
THE CITY RESERVES THE OPTION, AT ITS SOLE DISCRETION, TO AWARD EITHER
GROUP A OR GROUP B. See Section 0100, Sub-section 10 for further details.
Procurement Contact: Name: Kristy Bada, CPPB
Telephone: 305-673-7000 x 26218
Email: kristybada@miamibeachfl.gov
Cone of Silence: Bidders are hereby advised that, pursuant to Section 2-486 of the City Code, this solicitation
is under the Cone of Silence law. Communications regarding this solicitation are to be
submitted in writing to the Procurement Contact named herein with a copy to the City Clerk
at rafaele ranado • rniarnibeachfl . OV.
A„AA BEACH
Important Dates
Due Date & Time for Bid
Submittal:
Due date may be modified by
addendum to the ITB. It is important
that bidder download all addenda.
The deadline for submittal of bids is 3:00 p.m, on June 28, 2019.
Bidders are cautioned that late bids will not be accepted. Bidders are fully responsible for
assuring that bids are received by the deadline and shall consider all factors, including but
not limited to, weather, traffic and third-party carrier delays.
Date: June 4, 2019
Time: Immediately Following Site Visit
Location: Procurement Department
3rd Floor; Conference Room
1755 Meridian Avenue
Miami Beach, FL 33139
Dial-in Instructions:
Pre-Bid Conference:
8 Pre-Bid Conference will
be held.
q Pre-Bid Conference is
Mandatory.
q A Pre-Bid Conference
will not be held.
• Dial the Telephone Number: 1-888-270-9936
• Enter the Meeting Number: 9415468 and then press the pound (#) key
Site Visit: Date: June 4, 2019
Time: 10:00am
Location: Indian Creek Drive and 27th Street 0 Site Visit will be held.
q Site Visit is Mandatory.
q Site Visit will not be
held.
Last Day for Receipt of
Questions:
Date: June 18, 2019 .%.,
Time: 5:00pm
Questions will be allowed up to 10 days before the initial deadline for submittal of Bids.
Project Specific Information & Requirements
Minimum Requirements: Bids from bidders that do not meet the following Minimum Requirements shall be deemed
non-responsive and shall not be considered.
1. Licensing Requirements. Bidder shall be State of Florida Certified General
8 Shall apply.
q Shall not apply. Contractor or Underground Utility Contractor in the State of Florida, Division of Business and
Professional Regulations to be considered for award.
Submittal Requirement: Bidder: Submit License Number.
2. Previous Experience of Bidder (Firm). Bidder (or member of its team) shall have
completed the construction of at least three (3) similar projects in scope and volume
demonstrating their experience in urban right of ways and infrastructure improvements.
Similar projects shall be interpreted to mean projects which involve all of the following
aspects: underground storm water collection system and disposal, pump stations
construction, roadway construction and site concrete work. At least one (1) of the projects
A„AA BEACH
Important Dates
Due Date & Time for Bid
Submittal:
Due date may be modified by
addendum to the ITB. It is important
that bidder download all addenda.
The deadline for submittal of bids is 3:00 p.m, on June 28, 2019.
Bidders are cautioned that late bids will not be accepted. Bidders are fully responsible for
assuring that bids are received by the deadline and shall consider all factors, including but
not limited to, weather, traffic and third-party carrier delays.
Date: June 4, 2019
Time: Immediately Following Site Visit
Location: Procurement Department
3rd Floor; Conference Room
1755 Meridian Avenue
Miami Beach, FL 33139
Dial-in Instructions:
Pre-Bid Conference:
8 Pre-Bid Conference will
be held.
q Pre-Bid Conference is
Mandatory.
q A Pre-Bid Conference
will not be held.
• Dial the Telephone Number: 1-888-270-9936
• Enter the Meeting Number: 9415468 and then press the pound (#) key
Site Visit: Date: June 4, 2019
Time: 10:00am
Location: Indian Creek Drive and 27th Street 0 Site Visit will be held.
q Site Visit is Mandatory.
q Site Visit will not be
held.
Last Day for Receipt of
Questions:
Date: June 18, 2019 .%.,
Time: 5:00pm
Questions will be allowed up to 10 days before the initial deadline for submittal of Bids.
Project Specific Information & Requirements
Minimum Requirements: Bids from bidders that do not meet the following Minimum Requirements shall be deemed
non-responsive and shall not be considered.
1. Licensing Requirements. Bidder shall be State of Florida Certified General
8 Shall apply.
q Shall not apply. Contractor or Underground Utility Contractor in the State of Florida, Division of Business and
Professional Regulations to be considered for award.
Submittal Requirement: Bidder: Submit License Number.
2. Previous Experience of Bidder (Firm). Bidder (or member of its team) shall have
completed the construction of at least three (3) similar projects in scope and volume
demonstrating their experience in urban right of ways and infrastructure improvements.
Similar projects shall be interpreted to mean projects which involve all of the following
aspects: underground storm water collection system and disposal, pump stations
construction, roadway construction and site concrete work. At least one (1) of the projects
~iF AM1 BEACH
Important Dates
Due Date & Time for Bid
Submittal:
Due date may be modified by
addendum to the ITB. It is important
that bidder download all addenda.
The deadline for submittal of bids is 3:00 p.m., on June 28, 2019.
Bidders are cautioned that late bids will not be accepted. Bidders are fully responsible for
assuring that bids are received by the deadline and shall consider all factors, including but
not limited to, weather, traffic and third-party carrier delays.
Pre-Bid Conference:
A. Pre-Bid Conference will
be held.
q Pre-Bid Conference is
Mandatory.
q A Pre-Bid Conference
will not be held.
Date: June 4, 2019
Time: Immediately Following Site Visit
Location: Procurement Department
3rd Floor; Conference Room
1755 Meridian Avenue
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: June 4, 2019
Time: 10:00am
Location: Indian Creek Drive and 27th Street Site Visit will be held.
q Site Visit is Mandatory.
q Site Visit will not be
held.
Last Day for Receipt of
Questions:
Date: June 18, 2019 .%.,
Time: 5:00pm
Questions will be allowed up to 10 days before the initial deadline for submittal of Bids.
Project Specific Information & Requirements
Minimum Requirements: Bids from bidders that do not meet the following Minimum Requirements shall be deemed
non-responsive and shall not be considered.
1. Licensing Requirements. Bidder shall be State of Florida Certified General
0 Shall apply.
q Shall not apply. Contractor or Underground Utility Contractor in the State of Florida, Division of Business and
Professional Regulations to be considered for award.
Submittal Requirement: Bidder: Submit License Number.
2. Previous Experience of Bidder (Firm). Bidder (or member of its team) shall have
completed the construction of at least three (3) similar projects in scope and volume
demonstrating their experience in urban right of ways and infrastructure improvements.
Similar projects shall be interpreted to mean projects which involve all of the following
aspects: underground storm water collection system and disposal, pump stations
construction, roadway construction and site concrete work. At least one (1) of the projects
MI AN !BEACH
must demonstrate experience in construction and maintenance of traffic within an existing
heavily traveled urban roadway.
Submittal Requirement: For each project, submit: 1) Owner Name, 2) Contact Name,
Telephone & Email, 3) Project Address, 4) Narrative on Scope of Services Provided, 5)
Contract amount and completion date and 6) Historical Significance, including original date
of completion.
Bid Bond Requirements: If the requirement applies, Bidder shall submit, WITH ITS BID, an original bid bond, certified
check, or cashier's check, 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 shall result in the bid being deemed non-
responsive and not being considered.
Shall apply.
q Shall not apply.
Davis-Bacon Wage Rates:
q Shall apply.
If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and
mechanics employed under the contract no less than the prevailing wage rate and fringe
benefit payments to be used in implementation of this article shall be those last published by
the United States Department of Labor in the Federal Register prior to the date of issuance
of the ITB. a Shall not apply.
Insurance: If the requirement applies, Bidder agrees it shall fully comply with maintaining the following
insurance requirements:
1.Workers' Compensation and -Employer's Liability per the Statutory limits of the state of
Florida.
2.Comprehensive General Liability (occurrence form) with limits of liability $ 1,000,000.00 per
Shall apply.
q Shall not apply.
occurrence for bodily injury property damage to include Premises/ Operations; Products,
Completed Operations and Contractual Liability.
3.Automobile Liability with limits of $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4.Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as
broad as the primary General Liability coverage.
5. Builders Risk for the full value of structure, materials, fixtures and equipment.
6. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits
no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate.
Additional Insured 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.
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.
MI AN !BEACH
must demonstrate experience in construction and maintenance of traffic within an existing
heavily traveled urban roadway.
Submittal Requirement: For each project, submit: 1) Owner Name, 2) Contact Name,
Telephone & Email, 3) Project Address, 4) Narrative on Scope of Services Provided, 5)
Contract amount and completion date and 6) Historical Significance, including original date
of completion.
Bid Bond Requirements: If the requirement applies, Bidder shall submit, WITH ITS BID, an original bid bond, certified
check, or cashier's check, 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 shall result in the bid being deemed non-
responsive and not being considered.
Shall apply.
q Shall not apply.
Davis-Bacon Wage Rates:
q Shall apply.
If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and
mechanics employed under the contract no less than the prevailing wage rate and fringe
benefit payments to be used in implementation of this article shall be those last published by
the United States Department of Labor in the Federal Register prior to the date of issuance
of the ITB. a Shall not apply.
Insurance: If the requirement applies, Bidder agrees it shall fully comply with maintaining the following
insurance requirements:
1.Workers' Compensation and -Employer's Liability per the Statutory limits of the state of
Florida.
2.Comprehensive General Liability (occurrence form) with limits of liability $ 1,000,000.00 per
Shall apply.
q Shall not apply.
occurrence for bodily injury property damage to include Premises/ Operations; Products,
Completed Operations and Contractual Liability.
3.Automobile Liability with limits of $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4.Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as
broad as the primary General Liability coverage.
5. Builders Risk for the full value of structure, materials, fixtures and equipment.
6. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits
no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate.
Additional Insured 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.
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.
MI AN !BEACH
must demonstrate experience in construction and maintenance of traffic within an existing
heavily traveled urban roadway.
Submittal Requirement: For each project, submit: 1) Owner Name, 2) Contact Name,
Telephone & Email, 3) Project Address, 4) Narrative on Scope of Services Provided, 5)
Contract amount and completion date and 6) Historical Significance, including original date
of completion.
Bid Bond Requirements: If the requirement applies, Bidder shall submit, WITH ITS BID, an original bid bond, certified
check, or cashier's check, 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 shall result in the bid being deemed non-
responsive and not being considered.
Shall apply.
q Shall not apply.
Davis-Bacon Wage Rates:
q Shall apply.
If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and
mechanics employed under the contract no less than the prevailing wage rate and fringe
benefit payments to be used in implementation of this article shall be those last published by
the United States Department of Labor in the Federal Register prior to the date of issuance
of the ITB. a Shall not apply.
Insurance: If the requirement applies, Bidder agrees it shall fully comply with maintaining the following
insurance requirements:
1.Workers' Compensation and -Employer's Liability per the Statutory limits of the state of
Florida.
2.Comprehensive General Liability (occurrence form) with limits of liability $ 1,000,000.00 per
Shall apply.
q Shall not apply.
occurrence for bodily injury property damage to include Premises/ Operations; Products,
Completed Operations and Contractual Liability.
3.Automobile Liability with limits of $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4.Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as
broad as the primary General Liability coverage.
5. Builders Risk for the full value of structure, materials, fixtures and equipment.
6. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits
no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate.
Additional Insured 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.
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.
AA AM BEACH
Other Insurance Provisions
a. For any claims related to this project, the Contractor's coverage shall be primary
insurance as respects the City of Miami Beach, its officials, officers, employees, and
volunteers. Any insurance or self-insurance maintained by the City of Miami Beach
shall be excess of the Contractor's insurance and shall not contribute with it.
b. Each policy required by this clause shall provide that coverage shall not be
canceled, except with notice to the City of Miami Beach.
c. If any excavation work is included in the Contract, it is understood and agreed that
Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse
and Underground) coverage.
If any coverage required is written on a claims-made form:
d. The retroactive date must be shown, and must be before the date of the contract or
the beginning of contract work.
e. Insurance must be maintained and evidence of insurance must be provided for at
least five (5) years after completion of the contract of work.
f. 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.
g. A copy of the claims reporting requirements must be submitted to the City of Miami
Beach Risk Management (or its designee) for review.
h. 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.
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.
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.
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.
AA AM BEACH
Other Insurance Provisions
a. For any claims related to this project, the Contractor's coverage shall be primary
insurance as respects the City of Miami Beach, its officials, officers, employees, and
volunteers. Any insurance or self-insurance maintained by the City of Miami Beach
shall be excess of the Contractor's insurance and shall not contribute with it.
b. Each policy required by this clause shall provide that coverage shall not be
canceled, except with notice to the City of Miami Beach.
c. If any excavation work is included in the Contract, it is understood and agreed that
Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse
and Underground) coverage.
If any coverage required is written on a claims-made form:
d. The retroactive date must be shown, and must be before the date of the contract or
the beginning of contract work.
e. Insurance must be maintained and evidence of insurance must be provided for at
least five (5) years after completion of the contract of work.
f. 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.
g. A copy of the claims reporting requirements must be submitted to the City of Miami
Beach Risk Management (or its designee) for review.
h. 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.
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.
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.
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.
AA AM BEACH
Other Insurance Provisions
a. For any claims related to this project, the Contractor's coverage shall be primary
insurance as respects the City of Miami Beach, its officials, officers, employees, and
volunteers. Any insurance or self-insurance maintained by the City of Miami Beach
shall be excess of the Contractor's insurance and shall not contribute with it.
b. Each policy required by this clause shall provide that coverage shall not be
canceled, except with notice to the City of Miami Beach.
c. If any excavation work is included in the Contract, it is understood and agreed that
Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse
and Underground) coverage.
If any coverage required is written on a claims-made form:
d. The retroactive date must be shown, and must be before the date of the contract or
the beginning of contract work.
e. Insurance must be maintained and evidence of insurance must be provided for at
least five (5) years after completion of the contract of work.
f. 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.
g. A copy of the claims reporting requirements must be submitted to the City of Miami
Beach Risk Management (or its designee) for review.
h. 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.
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.
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.
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.
ANA BEACH
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.
Contract Price:
q Lump sum pricing shall
apply.
As indicated, contract pricing shall be based on lump sum or unit pricing in accordance with
Section 0400, Terms and Conditions of the Contract.
Unit pricing shall apply.
Contract Completion Time &
Schedule:
Option A
Days for Substantial Completion: _594_ days
Days for Final Completion: _60_ days
Option B
Days for Substantial Completion: _319_ days
Days for Final Completion: _60_ days
Project Scheduling Software Required:
q Bar Chart
Computerized CPM using Primavera "P6" software
q Modified CPM
q Microsoft Project
Reference: Section 0400, Terms and Conditions of the Contract.
Liquidated Damages: Option A
$4,866.00 shall be assessed for each day after Substantial Completion that the Work is not
complete.
Option B
$3,447.00 shall be assessed for each day after Substantial Completion that the Work is not
complete.
Shall apply.
q Shall not apply.
Local Workforce
Participation:
q Shall apply.
If the requirement applies, the Bidder agrees it, and its sub-contractors, shall 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.
a Shall not apply.
ANA BEACH
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.
Contract Price:
q Lump sum pricing shall
apply.
As indicated, contract pricing shall be based on lump sum or unit pricing in accordance with
Section 0400, Terms and Conditions of the Contract.
Unit pricing shall apply.
Contract Completion Time &
Schedule:
Option A
Days for Substantial Completion: _594_ days
Days for Final Completion: _60_ days
Option B
Days for Substantial Completion: _319_ days
Days for Final Completion: _60_ days
Project Scheduling Software Required:
q Bar Chart
Computerized CPM using Primavera "P6" software
q Modified CPM
q Microsoft Project
Reference: Section 0400, Terms and Conditions of the Contract.
Liquidated Damages: Option A
$4,866.00 shall be assessed for each day after Substantial Completion that the Work is not
complete.
Option B
$3,447.00 shall be assessed for each day after Substantial Completion that the Work is not
complete.
Shall apply.
q Shall not apply.
Local Workforce
Participation:
q Shall apply.
If the requirement applies, the Bidder agrees it, and its sub-contractors, shall 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.
a Shall not apply.
ANA BEACH
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.
Contract Price:
q Lump sum pricing shall
apply.
As indicated, contract pricing shall be based on lump sum or unit pricing in accordance with
Section 0400, Terms and Conditions of the Contract.
Unit pricing shall apply.
Contract Completion Time &
Schedule:
Option A
Days for Substantial Completion: _594_ days
Days for Final Completion: _60_ days
Option B
Days for Substantial Completion: _319_ days
Days for Final Completion: _60_ days
Project Scheduling Software Required:
q Bar Chart
Computerized CPM using Primavera "P6" software
q Modified CPM
q Microsoft Project
Reference: Section 0400, Terms and Conditions of the Contract.
Liquidated Damages: Option A
$4,866.00 shall be assessed for each day after Substantial Completion that the Work is not
complete.
Option B
$3,447.00 shall be assessed for each day after Substantial Completion that the Work is not
complete.
Shall apply.
q Shall not apply.
Local Workforce
Participation:
q Shall apply.
If the requirement applies, the Bidder agrees it, and its sub-contractors, shall 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.
a Shall not apply.
,v1 Aik,/ BEACH
Minimum % of Self-Work
Requirement:
Minimum % of the Work Contractor self-perform with its own forces: 40%
Shall apply.
q Shall not apply.
Performance & Payment
Bond Requirements:
Performance and Payment bond equal to 100% of the total project, including any change
orders.
''' Shall apply.
q Shall not apply.
Prevailing Wage Rates:
q Shall apply.
If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and
mechanics employed under the contract no less than the prevailing wage rate and fringe
benefit payments to be used in implementation of this article shall be those last published by
the United States Department of Labor in the Federal Register prior to the date of issuance
of the ITB. Shall not apply.
Required Licenses/Permits:
Bidder shall be State of Florida Certified General Contractor or Underground
Utility Contractor in the State of Florida, Division of Business and
Professional Regulations to be considered for award.
... Shall apply.
q Shall not apply.
Trench Safety Act
Requirements
FLORIDA TRENCH SAFETY ACT ACKNOWLEDGMENT
Shall apply.
q Shall not apply.
Submittal Requirements
Submittal Location: Bids will be received at:
City of Miami Beach
Procurement Department,
1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139.
Submittal Format &
Requirements:
Bids are to be submitted in sealed package clearly, contain all information, and organized in
accordance with Section 0300, including:
TAB A: CONTRACTOR QUALIFICATION FORM (APPENDIX A)
Submit the Contractor Qualification Form (Appendix A) completed and fully
executed.
TAB B: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS
Submit evidence, as specifically requested in the ITB Summary, of compliance with
each minimum requirement(s) of this ITB. Bidders that do not comply, or for whom
the City cannot verify compliance, shall be deemed non-responsive and its bid shall
not be considered.
,v1 Aik,/ BEACH
Minimum % of Self-Work
Requirement:
Minimum % of the Work Contractor self-perform with its own forces: 40%
Shall apply.
q Shall not apply.
Performance & Payment
Bond Requirements:
Performance and Payment bond equal to 100% of the total project, including any change
orders.
''' Shall apply.
q Shall not apply.
Prevailing Wage Rates:
q Shall apply.
If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and
mechanics employed under the contract no less than the prevailing wage rate and fringe
benefit payments to be used in implementation of this article shall be those last published by
the United States Department of Labor in the Federal Register prior to the date of issuance
of the ITB. Shall not apply.
Required Licenses/Permits:
Bidder shall be State of Florida Certified General Contractor or Underground
Utility Contractor in the State of Florida, Division of Business and
Professional Regulations to be considered for award.
... Shall apply.
q Shall not apply.
Trench Safety Act
Requirements
FLORIDA TRENCH SAFETY ACT ACKNOWLEDGMENT
Shall apply.
q Shall not apply.
Submittal Requirements
Submittal Location: Bids will be received at:
City of Miami Beach
Procurement Department,
1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139.
Submittal Format &
Requirements:
Bids are to be submitted in sealed package clearly, contain all information, and organized in
accordance with Section 0300, including:
TAB A: CONTRACTOR QUALIFICATION FORM (APPENDIX A)
Submit the Contractor Qualification Form (Appendix A) completed and fully
executed.
TAB B: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS
Submit evidence, as specifically requested in the ITB Summary, of compliance with
each minimum requirement(s) of this ITB. Bidders that do not comply, or for whom
the City cannot verify compliance, shall be deemed non-responsive and its bid shall
not be considered.
,v1 Aik,/ BEACH
Minimum % of Self-Work
Requirement:
Minimum % of the Work Contractor self-perform with its own forces: 40%
Shall apply.
q Shall not apply.
Performance & Payment
Bond Requirements:
Performance and Payment bond equal to 100% of the total project, including any change
orders.
''' Shall apply.
q Shall not apply.
Prevailing Wage Rates:
q Shall apply.
If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and
mechanics employed under the contract no less than the prevailing wage rate and fringe
benefit payments to be used in implementation of this article shall be those last published by
the United States Department of Labor in the Federal Register prior to the date of issuance
of the ITB. Shall not apply.
Required Licenses/Permits:
Bidder shall be State of Florida Certified General Contractor or Underground
Utility Contractor in the State of Florida, Division of Business and
Professional Regulations to be considered for award.
... Shall apply.
q Shall not apply.
Trench Safety Act
Requirements
FLORIDA TRENCH SAFETY ACT ACKNOWLEDGMENT
Shall apply.
q Shall not apply.
Submittal Requirements
Submittal Location: Bids will be received at:
City of Miami Beach
Procurement Department,
1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139.
Submittal Format &
Requirements:
Bids are to be submitted in sealed package clearly, contain all information, and organized in
accordance with Section 0300, including:
TAB A: CONTRACTOR QUALIFICATION FORM (APPENDIX A)
Submit the Contractor Qualification Form (Appendix A) completed and fully
executed.
TAB B: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS
Submit evidence, as specifically requested in the ITB Summary, of compliance with
each minimum requirement(s) of this ITB. Bidders that do not comply, or for whom
the City cannot verify compliance, shall be deemed non-responsive and its bid shall
not be considered.
l\A I AM! BEACH
TAB C: BID TENDER FORM & BID BOND
The following documents shall be submitted with the by the deadline for submittal of
bids:
1. Bid Tender Form. The Bid Tender Form (Appendix B, Form B1).
2. Bid Bond.
FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1)
BID TENDER FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR
RELEASED VIA AN ADDENDUM) AND 2) BID BOND SHALL RESULT IN BID
BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER
CONSIDERED.
TAB C: BID FORMS
Submit any other form requested on the ITB Summary, including but not limited
to:
1. Schedule of Value Form, Appendix B, Form B2.
2. Acknowledgment of Addenda, Appendix B, Form B3.
3. Local Workforce Responsible Contractor Affidavit, Part A
Art in Public Places: Proposed AiPP Language for inclusion in projects that do not qualify for AiPP under
Ordinance:
This Project is subject to review of Art in Public Places, Tourism and Culture Department
staff. The Project is required to work collaboratively with the Tourism and Culture Department
to identify opportunities for the integration of public art. Should an opportunity and funding
source be identified, the project/developer is required to work collaboratively with the Tourism
and Culture Department on the implementation of the AiPP program, including construction
project coordination as required by project, pursuant to AiPP provisions as set forth in
Sections 82-561 through 82-612 of the City of Miami Beach Code.
l\A I AM! BEACH
TAB C: BID TENDER FORM & BID BOND
The following documents shall be submitted with the by the deadline for submittal of
bids:
1. Bid Tender Form. The Bid Tender Form (Appendix B, Form B1).
2. Bid Bond.
FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1)
BID TENDER FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR
RELEASED VIA AN ADDENDUM) AND 2) BID BOND SHALL RESULT IN BID
BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER
CONSIDERED.
TAB C: BID FORMS
Submit any other form requested on the ITB Summary, including but not limited
to:
1. Schedule of Value Form, Appendix B, Form B2.
2. Acknowledgment of Addenda, Appendix B, Form B3.
3. Local Workforce Responsible Contractor Affidavit, Part A
Art in Public Places: Proposed AiPP Language for inclusion in projects that do not qualify for AiPP under
Ordinance:
This Project is subject to review of Art in Public Places, Tourism and Culture Department
staff. The Project is required to work collaboratively with the Tourism and Culture Department
to identify opportunities for the integration of public art. Should an opportunity and funding
source be identified, the project/developer is required to work collaboratively with the Tourism
and Culture Department on the implementation of the AiPP program, including construction
project coordination as required by project, pursuant to AiPP provisions as set forth in
Sections 82-561 through 82-612 of the City of Miami Beach Code.
l\A I AM! BEACH
TAB C: BID TENDER FORM & BID BOND
The following documents shall be submitted with the by the deadline for submittal of
bids:
1. Bid Tender Form. The Bid Tender Form (Appendix B, Form B1).
2. Bid Bond.
FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1)
BID TENDER FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR
RELEASED VIA AN ADDENDUM) AND 2) BID BOND SHALL RESULT IN BID
BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER
CONSIDERED.
TAB C: BID FORMS
Submit any other form requested on the ITB Summary, including but not limited
to:
1. Schedule of Value Form, Appendix B, Form B2.
2. Acknowledgment of Addenda, Appendix B, Form B3.
3. Local Workforce Responsible Contractor Affidavit, Part A
Art in Public Places: Proposed AiPP Language for inclusion in projects that do not qualify for AiPP under
Ordinance:
This Project is subject to review of Art in Public Places, Tourism and Culture Department
staff. The Project is required to work collaboratively with the Tourism and Culture Department
to identify opportunities for the integration of public art. Should an opportunity and funding
source be identified, the project/developer is required to work collaboratively with the Tourism
and Culture Department on the implementation of the AiPP program, including construction
project coordination as required by project, pursuant to AiPP provisions as set forth in
Sections 82-561 through 82-612 of the City of Miami Beach Code.
MIA„MIBEACH
TABLE OF CONTENTS
SOLICITATION SECTIONS PAGE
0100 INSTRUCTIONS TO BIDDERS X
0200 MINIMUM QUALIFICATIONS XX
0300 BID SUBMITTAL FORMAT XX
0400 TERMS & CONDITIONS (Under separate cover.) XX
APPENDICES: PAGE
APPENDIX A CONTRACTOR PRE-QUALIFICATION FORM XX
APPENDIX B BID PRICE FORM & SCHEDULE OF VALUES XX
APPENDIX C PRE-AWARD FORMS XX
APPENDIX D CONTRACT FORM XX
APPENDIX E PLANS & SPECIFICATIONS XX
APPENDIX F POST AWARD FORMS XX
9 I 2019-231-KB
MIA„MIBEACH
TABLE OF CONTENTS
SOLICITATION SECTIONS PAGE
0100 INSTRUCTIONS TO BIDDERS X
0200 MINIMUM QUALIFICATIONS XX
0300 BID SUBMITTAL FORMAT XX
0400 TERMS & CONDITIONS (Under separate cover.) XX
APPENDICES: PAGE
APPENDIX A CONTRACTOR PRE-QUALIFICATION FORM XX
APPENDIX B BID PRICE FORM & SCHEDULE OF VALUES XX
APPENDIX C PRE-AWARD FORMS XX
APPENDIX D CONTRACT FORM XX
APPENDIX E PLANS & SPECIFICATIONS XX
APPENDIX F POST AWARD FORMS XX
9 I 2019-231-KB
NA, A I B EACH
TABLE OF CONTENTS
SOLICITATION SECTIONS PAGE
0100 INSTRUCTIONS TO BIDDERS X
0200 MINIMUM QUALIFICATIONS XX
0300 BID SUBMITTAL FORMAT XX
0400 TERMS & CONDITIONS (Under separate cover.) XX
APPENDICES: PAGE
APPENDIX A CONTRACTOR PRE-QUALIFICATION FORM XX
APPENDIX B BID PRICE FORM & SCHEDULE OF VALUES XX
APPENDIX C PRE-AWARD FORMS XX
APPENDIX D CONTRACT FORM XX
APPENDIX E PLANS & SPECIFICATIONS XX
APPENDIX F POST AWARD FORMS XX
9 I 2019-231-KB
MIAMI BEACH
SECTION 0100 — INSTRUCTIONS TO BIDDERS:
1. General. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the
"City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of
work and cost proposals (the "proposal") to the City for the City's consideration as an option in
achieving the required scope of services and requirements as noted herein. All documents
released in connection with this solicitation, including all appendixes and addenda, whether
included herein or released under separate cover, comprise the solicitation, and are
complementary to one another and together establish the complete terms, conditions and
obligations of the Proposers and, subsequently, the successful Proposer(s) (the "contractor[s]") if
this RFP results in an award.
The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of
competitive solicitation opportunities and document fulfillment, including the issuance of
any addendum to this RFP. Any prospective Proposer who has received this RFP by any
means other than through PublicPurchase must register immediately with PublicPurchase
to assure it receives any addendum issued to this RFP. Failure to receive an addendum
may result in disqualification of proposal submitted.
2. Background and Scope of Work. The Project is described more fully in the Invitation to
Bid Summary (and/or the exhibits referenced therein).
3. Abbreviations and Symbols. The abbreviations used throughout the Contract
Documents are defined hereinafter in the Technical Specifications. The symbols used in the
Plans are defined therein.
4. Examination of Contract Documents and Site. It is the responsibility of each Bidder
before submitting a Bid, to:
a. Examine the Contract Documents thoroughly.
b. Visit the site or structure to become familiar with conditions that may affect costs,
progress, performance or furnishing of the Work.
c. Take into account federal, state and local (City and Miami-Dade County) laws,
regulations, permits, and ordinances that may affect costs, progress, performance,
furnishing of the Work, or award.
d. Study and carefully correlate Bidder's observations with the Contract Documents.
e. Carefully review the Contract Documents and notify City of all conflicts, errors or
discrepancies in the Contract Documents of which Bidder knows or reasonably
should have known.
The submission of a Bid shall constitute an incontrovertible representation by Bidder that
Bidder has complied with the above requirements and that without exception, the Bid is
premised upon performing and furnishing the Work required by the Contract Documents and
that the Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing of the Work.
5. Location of Work. This Scope of Work shall be completed at the Project Site/Location of
the Work specified in the Invitation to Bid Summary (the "Project Site").
10 2019-231-KB
MIAMI BEACH
SECTION 0100 — INSTRUCTIONS TO BIDDERS:
1. General. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the
"City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of
work and cost proposals (the "proposal") to the City for the City's consideration as an option in
achieving the required scope of services and requirements as noted herein. All documents
released in connection with this solicitation, including all appendixes and addenda, whether
included herein or released under separate cover, comprise the solicitation, and are
complementary to one another and together establish the complete terms, conditions and
obligations of the Proposers and, subsequently, the successful Proposer(s) (the "contractor[s]") if
this RFP results in an award.
The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of
competitive solicitation opportunities and document fulfillment, including the issuance of
any addendum to this RFP. Any prospective Proposer who has received this RFP by any
means other than through PublicPurchase must register immediately with PublicPurchase
to assure it receives any addendum issued to this RFP. Failure to receive an addendum
may result in disqualification of proposal submitted.
2. Background and Scope of Work. The Project is described more fully in the Invitation to
Bid Summary (and/or the exhibits referenced therein).
3. Abbreviations and Symbols. The abbreviations used throughout the Contract
Documents are defined hereinafter in the Technical Specifications. The symbols used in the
Plans are defined therein.
4. Examination of Contract Documents and Site. It is the responsibility of each Bidder
before submitting a Bid, to:
a. Examine the Contract Documents thoroughly.
b. Visit the site or structure to become familiar with conditions that may affect costs,
progress, performance or furnishing of the Work.
c. Take into account federal, state and local (City and Miami-Dade County) laws,
regulations, permits, and ordinances that may affect costs, progress, performance,
furnishing of the Work, or award.
d. Study and carefully correlate Bidder's observations with the Contract Documents.
e. Carefully review the Contract Documents and notify City of all conflicts, errors or
discrepancies in the Contract Documents of which Bidder knows or reasonably
should have known.
The submission of a Bid shall constitute an incontrovertible representation by Bidder that
Bidder has complied with the above requirements and that without exception, the Bid is
premised upon performing and furnishing the Work required by the Contract Documents and
that the Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing of the Work.
5. Location of Work. This Scope of Work shall be completed at the Project Site/Location of
the Work specified in the Invitation to Bid Summary (the "Project Site").
10 2019-231-KB
MIAMI BEACH
SECTION 0100 — INSTRUCTIONS TO BIDDERS:
1. General. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the
"City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of
work and cost proposals (the "proposal") to the City for the City's consideration as an option in
achieving the required scope of services and requirements as noted herein. All documents
released in connection with this solicitation, including all appendixes and addenda, whether
included herein or released under separate cover, comprise the solicitation, and are
complementary to one another and together establish the complete terms, conditions and
obligations of the Proposers and, subsequently, the successful Proposer(s) (the "contractor[s]") if
this RFP results in an award.
The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of
competitive solicitation opportunities and document fulfillment, including the issuance of
any addendum to this RFP. Any prospective Proposer who has received this RFP by any
means other than through PublicPurchase must register immediately with PublicPurchase
to assure it receives any addendum issued to this RFP. Failure to receive an addendum
may result in disqualification of proposal submitted.
2. Background and Scope of Work. The Project is described more fully in the Invitation to
Bid Summary (and/or the exhibits referenced therein).
3. Abbreviations and Symbols. The abbreviations used throughout the Contract
Documents are defined hereinafter in the Technical Specifications. The symbols used in the
Plans are defined therein.
4. Examination of Contract Documents and Site. It is the responsibility of each Bidder
before submitting a Bid, to:
a. Examine the Contract Documents thoroughly.
b. Visit the site or structure to become familiar with conditions that may affect costs,
progress, performance or furnishing of the Work.
c. Take into account federal, state and local (City and Miami-Dade County) laws,
regulations, permits, and ordinances that may affect costs, progress, performance,
furnishing of the Work, or award.
d. Study and carefully correlate Bidder's observations with the Contract Documents.
e. Carefully review the Contract Documents and notify City of all conflicts, errors or
discrepancies in the Contract Documents of which Bidder knows or reasonably
should have known.
The submission of a Bid shall constitute an incontrovertible representation by Bidder that
Bidder has complied with the above requirements and that without exception, the Bid is
premised upon performing and furnishing the Work required by the Contract Documents and
that the Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing of the Work.
5. Location of Work. This Scope of Work shall be completed at the Project Site/Location of
the Work specified in the Invitation to Bid Summary (the "Project Site").
10 2019-231-KB
MI AM! BEACH
6. Pre-Bid Interpretations. Only those questions answered by the City's Procurement
Department, via written addendum to this ITB, shall be binding as to this ITB. City's answers to
questions may supersede terms noted in this ITB, and in such event, such answers shall govern
and control this ITB. Verbal and other interpretations or clarifications of City representatives or
employees will be without legal effect. All questions about the meaning or intent of the Contract
Documents are to be directed to the City's Procurement Director in writing. Interpretations or
clarifications considered necessary by the City's Procurement Director in response to such
questions will be issued by City by means of addenda mailed or delivered to all parties recorded
by the City's Procurement Director as having received the Bidding Documents. Written
questions should be received no less than ten (10) calendar days prior to the date of the
opening of Bids. There shall be no obligation on the part of City or the City's Procurement
Director to respond to questions received less than ten (10) calendar days prior to bid
opening.
7. 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 Section 0300 and must be received
on or before the deadline for the submittal of bids. Late bids will not be accepted and will not be
considered. It is the Bidder's responsibility to account for weather, traffic, courier or any other
possible delay.
8. Bid Bond. If the Invitation to Bid Summary specifies that a bid bond is required, Bidder
shall submit, WITH ITS BID, either an original bid bond, in a form acceptable to the City, executed
by a surety company meeting the qualifications specified herein , in the amount of 5% of the bid
amount, payable to City of Miami Beach, Florida. In the alternative, Bidder may submit a certified
check or cashier's check issued by any national or state bank (United States).
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 guaranties of the unsuccessful Bidders
will be returned after award to the successful bidder.
9. Prevailing Wage Rates & Local Workforce Participation. See ITB Bid Summary to
determine if prevailing wages and local workforce participation are a requirement of this ITB. If
required, 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
MI AM! BEACH
6. Pre-Bid Interpretations. Only those questions answered by the City's Procurement
Department, via written addendum to this ITB, shall be binding as to this ITB. City's answers to
questions may supersede terms noted in this ITB, and in such event, such answers shall govern
and control this ITB. Verbal and other interpretations or clarifications of City representatives or
employees will be without legal effect. All questions about the meaning or intent of the Contract
Documents are to be directed to the City's Procurement Director in writing. Interpretations or
clarifications considered necessary by the City's Procurement Director in response to such
questions will be issued by City by means of addenda mailed or delivered to all parties recorded
by the City's Procurement Director as having received the Bidding Documents. Written
questions should be received no less than ten (10) calendar days prior to the date of the
opening of Bids. There shall be no obligation on the part of City or the City's Procurement
Director to respond to questions received less than ten (10) calendar days prior to bid
opening.
7. 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 Section 0300 and must be received
on or before the deadline for the submittal of bids. Late bids will not be accepted and will not be
considered. It is the Bidder's responsibility to account for weather, traffic, courier or any other
possible delay.
8. Bid Bond. If the Invitation to Bid Summary specifies that a bid bond is required, Bidder
shall submit, WITH ITS BID, either an original bid bond, in a form acceptable to the City, executed
by a surety company meeting the qualifications specified herein , in the amount of 5% of the bid
amount, payable to City of Miami Beach, Florida. In the alternative, Bidder may submit a certified
check or cashier's check issued by any national or state bank (United States).
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 guaranties of the unsuccessful Bidders
will be returned after award to the successful bidder.
9. Prevailing Wage Rates & Local Workforce Participation. See ITB Bid Summary to
determine if prevailing wages and local workforce participation are a requirement of this ITB. If
required, 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
MI AM! BEACH
6. Pre-Bid Interpretations. Only those questions answered by the City's Procurement
Department, via written addendum to this ITB, shall be binding as to this ITB. City's answers to
questions may supersede terms noted in this ITB, and in such event, such answers shall govern
and control this ITB. Verbal and other interpretations or clarifications of City representatives or
employees will be without legal effect. All questions about the meaning or intent of the Contract
Documents are to be directed to the City's Procurement Director in writing. Interpretations or
clarifications considered necessary by the City's Procurement Director in response to such
questions will be issued by City by means of addenda mailed or delivered to all parties recorded
by the City's Procurement Director as having received the Bidding Documents. Written
questions should be received no less than ten (10) calendar days prior to the date of the
opening of Bids. There shall be no obligation on the part of City or the City's Procurement
Director to respond to questions received less than ten (10) calendar days prior to bid
opening.
7. 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 Section 0300 and must be received
on or before the deadline for the submittal of bids. Late bids will not be accepted and will not be
considered. It is the Bidder's responsibility to account for weather, traffic, courier or any other
possible delay.
8. Bid Bond. If the Invitation to Bid Summary specifies that a bid bond is required, Bidder
shall submit, WITH ITS BID, either an original bid bond, in a form acceptable to the City, executed
by a surety company meeting the qualifications specified herein , in the amount of 5% of the bid
amount, payable to City of Miami Beach, Florida. In the alternative, Bidder may submit a certified
check or cashier's check issued by any national or state bank (United States).
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 guaranties of the unsuccessful Bidders
will be returned after award to the successful bidder.
9. Prevailing Wage Rates & Local Workforce Participation. See ITB Bid Summary to
determine if prevailing wages and local workforce participation are a requirement of this ITB. If
required, 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
AM I B EACH
residents. Refer to Appendix C for additional information and submittal requirements of
these programs, and the applicable prevailing wage table for the project.
10. Method of Award. Following the review of bids and application of vendor preferences,
the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of
the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items,
as deemed in the best interest of the City, to the City Manager for his consideration. After
considering the staff recommendation for award, the City Manager shall exercise his 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. 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. 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:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or
interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
The previous and existing compliance by the bidder with laws and ordinances relating to the
Contract.
The 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.
11. Contract Price. The Contract Price is to include the furnishing of all labor, materials,
equipment including tools, shoring, services, permit fees, general conditions costs, 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. Florida Trench Safety Act. If the work involves trench excavations that will exceed a
depth of 5 feet, the requirements of Florida Statutes, Chapter 553, Part III, Trench Safety Act,
will be in effect. The Bidder, by virtue of submitting a bid, certifies that such Act will be complied
with during the execution of the work. Bidder acknowledges that included in the total bid price
are all costs for complying with the Florida Trench Safety Act.
13. Financial Capacity. Within three (3) business days of request by the City, each Proposer
shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the
Procurement Contact named herein. No proposal will be considered without receipt, by the City,
of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the
responsibility of the Proposer. The Proposer shall request the SQR report from D&B at:
https://supplierportal.dnb.com/webapp/wcsistores/serylet/SupplierPortal?storeld=11696
Proposers are responsible for the accuracy of the information contained in its SQR. It is highly
recommended that each Proposer review the information contained in its SQR for accuracy prior
AM I B EACH
residents. Refer to Appendix C for additional information and submittal requirements of
these programs, and the applicable prevailing wage table for the project.
10. Method of Award. Following the review of bids and application of vendor preferences,
the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of
the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items,
as deemed in the best interest of the City, to the City Manager for his consideration. After
considering the staff recommendation for award, the City Manager shall exercise his 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. 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. 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:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or
interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
The previous and existing compliance by the bidder with laws and ordinances relating to the
Contract.
The 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.
11. Contract Price. The Contract Price is to include the furnishing of all labor, materials,
equipment including tools, shoring, services, permit fees, general conditions costs, 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. Florida Trench Safety Act. If the work involves trench excavations that will exceed a
depth of 5 feet, the requirements of Florida Statutes, Chapter 553, Part III, Trench Safety Act,
will be in effect. The Bidder, by virtue of submitting a bid, certifies that such Act will be complied
with during the execution of the work. Bidder acknowledges that included in the total bid price
are all costs for complying with the Florida Trench Safety Act.
13. Financial Capacity. Within three (3) business days of request by the City, each Proposer
shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the
Procurement Contact named herein. No proposal will be considered without receipt, by the City,
of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the
responsibility of the Proposer. The Proposer shall request the SQR report from D&B at:
https://supplierportal.dnb.com/webapp/wcsistores/serylet/SupplierPortal?storeld=11696
Proposers are responsible for the accuracy of the information contained in its SQR. It is highly
recommended that each Proposer review the information contained in its SQR for accuracy prior
AM I B EACH
residents. Refer to Appendix C for additional information and submittal requirements of
these programs, and the applicable prevailing wage table for the project.
10. Method of Award. Following the review of bids and application of vendor preferences,
the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of
the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items,
as deemed in the best interest of the City, to the City Manager for his consideration. After
considering the staff recommendation for award, the City Manager shall exercise his 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. 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. 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:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or
interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
The previous and existing compliance by the bidder with laws and ordinances relating to the
Contract.
The 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.
11. Contract Price. The Contract Price is to include the furnishing of all labor, materials,
equipment including tools, shoring, services, permit fees, general conditions costs, 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. Florida Trench Safety Act. If the work involves trench excavations that will exceed a
depth of 5 feet, the requirements of Florida Statutes, Chapter 553, Part III, Trench Safety Act,
will be in effect. The Bidder, by virtue of submitting a bid, certifies that such Act will be complied
with during the execution of the work. Bidder acknowledges that included in the total bid price
are all costs for complying with the Florida Trench Safety Act.
13. Financial Capacity. Within three (3) business days of request by the City, each Proposer
shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the
Procurement Contact named herein. No proposal will be considered without receipt, by the City,
of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the
responsibility of the Proposer. The Proposer shall request the SQR report from D&B at:
https://supplierportal.dnb.com/webapp/wcsistores/serylet/SupplierPortal?storeld=11696
Proposers are responsible for the accuracy of the information contained in its SQR. It is highly
recommended that each Proposer review the information contained in its SQR for accuracy prior
Mi 1BEACH
to submittal to the City and as early as possible in the solicitation process. For assistance with
any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495.
14. Omitted or Additional Information. With exception of the Bid Tender Form and the Bid
Bond, if applicable, the City reserves the right to seek any omitted information/documentation or
any additional information from bidder 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. Failure to submit any omitted or
additional information in accordance with the City's request shall result in proposal being deemed
non-responsive.
SECTION 0200 — MINIMUM QUALIFICATIONS AND REQUIREMENTS
The Minimum Eligibility Requirements for this solicitation are listed in the ITB Bid Summary.
Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall
not have its bid considered.
SECTION 0300 — BID SUBMITTAL FORMAT
1. Number Of Copies. 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 signed
Bid Price Form and Bid Bond (if applicable), which must be submitted at time of bid. Bid
Submittals received with no Bid Price Form or Bid Bond (if applicable), or with an unsigned Bid
Price Form, 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.
2. Bid Submission Format: Bid packages must contain the following information and
documents, each fully completed, signed, 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: Contractor Qualification Form (Appendix A)
Submit the Contractor Qualification Form (Appendix A) completed and fully
executed.
TAB B: Minimum Qualifications And Submittal Requirements
Submit evidence, as specifically requested in the ITB Summary, of compliance
with each minimum requirement(s) of this ITB. Bidders that do not comply, or for
whom the City cannot verify compliance, shall be deemed non-responsive and its
bid shall not be considered.
TAB C: Bid Tender Form & Bid Bond
Mi 1BEACH
to submittal to the City and as early as possible in the solicitation process. For assistance with
any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495.
14. Omitted or Additional Information. With exception of the Bid Tender Form and the Bid
Bond, if applicable, the City reserves the right to seek any omitted information/documentation or
any additional information from bidder 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. Failure to submit any omitted or
additional information in accordance with the City's request shall result in proposal being deemed
non-responsive.
SECTION 0200 — MINIMUM QUALIFICATIONS AND REQUIREMENTS
The Minimum Eligibility Requirements for this solicitation are listed in the ITB Bid Summary.
Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall
not have its bid considered.
SECTION 0300 — BID SUBMITTAL FORMAT
1. Number Of Copies. 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 signed
Bid Price Form and Bid Bond (if applicable), which must be submitted at time of bid. Bid
Submittals received with no Bid Price Form or Bid Bond (if applicable), or with an unsigned Bid
Price Form, 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.
2. Bid Submission Format: Bid packages must contain the following information and
documents, each fully completed, signed, 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: Contractor Qualification Form (Appendix A)
Submit the Contractor Qualification Form (Appendix A) completed and fully
executed.
TAB B: Minimum Qualifications And Submittal Requirements
Submit evidence, as specifically requested in the ITB Summary, of compliance
with each minimum requirement(s) of this ITB. Bidders that do not comply, or for
whom the City cannot verify compliance, shall be deemed non-responsive and its
bid shall not be considered.
TAB C: Bid Tender Form & Bid Bond
Mi 1BEACH
to submittal to the City and as early as possible in the solicitation process. For assistance with
any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495.
14. Omitted or Additional Information. With exception of the Bid Tender Form and the Bid
Bond, if applicable, the City reserves the right to seek any omitted information/documentation or
any additional information from bidder 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. Failure to submit any omitted or
additional information in accordance with the City's request shall result in proposal being deemed
non-responsive.
SECTION 0200 — MINIMUM QUALIFICATIONS AND REQUIREMENTS
The Minimum Eligibility Requirements for this solicitation are listed in the ITB Bid Summary.
Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall
not have its bid considered.
SECTION 0300 — BID SUBMITTAL FORMAT
1. Number Of Copies. 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 signed
Bid Price Form and Bid Bond (if applicable), which must be submitted at time of bid. Bid
Submittals received with no Bid Price Form or Bid Bond (if applicable), or with an unsigned Bid
Price Form, 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.
2. Bid Submission Format: Bid packages must contain the following information and
documents, each fully completed, signed, 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: Contractor Qualification Form (Appendix A)
Submit the Contractor Qualification Form (Appendix A) completed and fully
executed.
TAB B: Minimum Qualifications And Submittal Requirements
Submit evidence, as specifically requested in the ITB Summary, of compliance
with each minimum requirement(s) of this ITB. Bidders that do not comply, or for
whom the City cannot verify compliance, shall be deemed non-responsive and its
bid shall not be considered.
TAB C: Bid Tender Form & Bid Bond
MIAMI BEACH
TAB C:
The following documents shall be submitted with the by the deadline for submittal
of bids:
• Bid Tender Form.
• Bid Bond.
BIDDERS ARE CAUTIONED THAT FAILURE TO SUBMIT THE MOST RECENT
COMPLETED AND EXECUTED: 1) BID TENDER FORM (EITHER INCLUDED
IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) AND 2) BID BOND
(IF REQUIRED) SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE
AND NOT BEING FURTHER CONSIDERED.
Bid Forms
Submit any other form requested on the ITB Summary, including but not limited
to:
• Schedule of Value Form, Appendix B, Form B2.
• Acknowledgment of Addenda, Appendix B, Form B3.
• Local Workforce Responsible Contractor Affidavit, Part A
3. BID SUBMITTAL DEADLINE: Bids, and all required information, must be received on or
before the deadline established in the ITB Summary Sheet. Late bids will not be accepted and
will not be considered. Bidders are solely responsible for assuring that bids are received prior to
the submittal deadline and are cautioned to consider factors such as traffic and weather.
0400 — TERMS AND CONDITIONS
The following documents identify terms and conditions that together with the ITB, inclusive of all
appendixes and addenda, whether included herein or released under separate cover, comprise
the solicitation and the contract, and are complementary to one another and together establish
the complete terms, conditions and obligations of the bidder and, subsequently, the awarded
contractor.
1. SOLICITATION TERMS & CONDITIONS. By virtue of submitting a bid in response to this
ITB, bidder agrees to be bound by and in compliance with the Solicitation Terms and
Conditions (dated 03/15/2019), incorporated herein, located at:
https://www.miamibeachfl.qov/citv-hall/brocurement/standard-terms-and-conditions/
2. GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS. By virtue of submitting
a bid in response to this ITB, bidder agrees that all work shall be bound by and in
compliance with the Terms and Conditions for Construction Contracts (dated 04 /16/2019),
incorporated herein, located at:
https://www.miamibeachfl.qovicitv-hall/procurement/standard-terms-and-conditions/
MIAMI BEACH
TAB C:
The following documents shall be submitted with the by the deadline for submittal
of bids:
• Bid Tender Form.
• Bid Bond.
BIDDERS ARE CAUTIONED THAT FAILURE TO SUBMIT THE MOST RECENT
COMPLETED AND EXECUTED: 1) BID TENDER FORM (EITHER INCLUDED
IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) AND 2) BID BOND
(IF REQUIRED) SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE
AND NOT BEING FURTHER CONSIDERED.
Bid Forms
Submit any other form requested on the ITB Summary, including but not limited
to:
• Schedule of Value Form, Appendix B, Form B2.
• Acknowledgment of Addenda, Appendix B, Form B3.
• Local Workforce Responsible Contractor Affidavit, Part A
3. BID SUBMITTAL DEADLINE: Bids, and all required information, must be received on or
before the deadline established in the ITB Summary Sheet. Late bids will not be accepted and
will not be considered. Bidders are solely responsible for assuring that bids are received prior to
the submittal deadline and are cautioned to consider factors such as traffic and weather.
0400 — TERMS AND CONDITIONS
The following documents identify terms and conditions that together with the ITB, inclusive of all
appendixes and addenda, whether included herein or released under separate cover, comprise
the solicitation and the contract, and are complementary to one another and together establish
the complete terms, conditions and obligations of the bidder and, subsequently, the awarded
contractor.
1. SOLICITATION TERMS & CONDITIONS. By virtue of submitting a bid in response to this
ITB, bidder agrees to be bound by and in compliance with the Solicitation Terms and
Conditions (dated 03/15/2019), incorporated herein, located at:
https://www.miamibeachfl.qov/citv-hall/brocurement/standard-terms-and-conditions/
2. GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS. By virtue of submitting
a bid in response to this ITB, bidder agrees that all work shall be bound by and in
compliance with the Terms and Conditions for Construction Contracts (dated 04 /16/2019),
incorporated herein, located at:
https://www.miamibeachfl.qovicitv-hall/procurement/standard-terms-and-conditions/
MIAMI BEACH
TAB C:
The following documents shall be submitted with the by the deadline for submittal
of bids:
• Bid Tender Form.
• Bid Bond.
BIDDERS ARE CAUTIONED THAT FAILURE TO SUBMIT THE MOST RECENT
COMPLETED AND EXECUTED: 1) BID TENDER FORM (EITHER INCLUDED
IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) AND 2) BID BOND
(IF REQUIRED) SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE
AND NOT BEING FURTHER CONSIDERED.
Bid Forms
Submit any other form requested on the ITB Summary, including but not limited
to:
• Schedule of Value Form, Appendix B, Form B2.
• Acknowledgment of Addenda, Appendix B, Form B3.
• Local Workforce Responsible Contractor Affidavit, Part A
3. BID SUBMITTAL DEADLINE: Bids, and all required information, must be received on or
before the deadline established in the ITB Summary Sheet. Late bids will not be accepted and
will not be considered. Bidders are solely responsible for assuring that bids are received prior to
the submittal deadline and are cautioned to consider factors such as traffic and weather.
0400 — TERMS AND CONDITIONS
The following documents identify terms and conditions that together with the ITB, inclusive of all
appendixes and addenda, whether included herein or released under separate cover, comprise
the solicitation and the contract, and are complementary to one another and together establish
the complete terms, conditions and obligations of the bidder and, subsequently, the awarded
contractor.
1. SOLICITATION TERMS & CONDITIONS. By virtue of submitting a bid in response to this
ITB, bidder agrees to be bound by and in compliance with the Solicitation Terms and
Conditions (dated 03/15/2019), incorporated herein, located at:
https://www.miamibeachfl.qov/citv-hall/brocurement/standard-terms-and-conditions/
2. GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS. By virtue of submitting
a bid in response to this ITB, bidder agrees that all work shall be bound by and in
compliance with the Terms and Conditions for Construction Contracts (dated 04 /16/2019),
incorporated herein, located at:
https://www.miamibeachfl.qovicitv-hall/procurement/standard-terms-and-conditions/
AA I AM B EAC H
APPENDIX A
AMI BEACH M
Contractor
Qualification Form
FOR CONSTRUCTION PROJECTS
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY
AA I AM B EAC H
APPENDIX A
AMI BEACH M
Contractor
Qualification Form
FOR CONSTRUCTION PROJECTS
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY
AA I AM B EAC H
APPENDIX A
AMI BEACH M
Contractor
Qualification Form
FOR CONSTRUCTION PROJECTS
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY
MI AM BEACH
Contractor Qualification Form Instructions
Section 1, Required Form. The Contractor Qualification Form is a required form that must be submitted, completed
and executed, with the bid or within 3 days of request by the City. No bid will be considered without the Contractor
Form. Bidder's failure to submit this form as stipulated herein shall render its bid non-responsive.
Section 2, Submittal Instructions. The Contractor Qualification Form will not be considered until it has been submitted
completed and executed by a principal of the applicant. Incomplete applications shall not be considered. If requested
information is not applicable, please indicate "N/A" or "None." If answers to questions are lengthier than the spaces that
are provided in the application, the answers may be provided on additional pages, which must be attached to the application.
All requested documents must also be attached to the application. Failure to attach all requested documents will delay
review and approval of the application.
The City reserves the right to request clarifications or additional information as deemed necessary to evaluate an applicant's
qualifications. When clarifications or additional intonation is requested by the City, Applicants will have seven (7) business days to
provide, in full, all the requested information. Failure to provide the information within the prescribed time will delaythe review
process and ma/result in denial of prequalification.
Part A — General Bidder Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER 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.:
APPLICANT FIRM IS:
CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: )
16 I 2019-231-KB
MI AM BEACH
Contractor Qualification Form Instructions
Section 1, Required Form. The Contractor Qualification Form is a required form that must be submitted, completed
and executed, with the bid or within 3 days of request by the City. No bid will be considered without the Contractor
Form. Bidder's failure to submit this form as stipulated herein shall render its bid non-responsive.
Section 2, Submittal Instructions. The Contractor Qualification Form will not be considered until it has been submitted
completed and executed by a principal of the applicant. Incomplete applications shall not be considered. If requested
information is not applicable, please indicate "N/A" or "None." If answers to questions are lengthier than the spaces that
are provided in the application, the answers may be provided on additional pages, which must be attached to the application.
All requested documents must also be attached to the application. Failure to attach all requested documents will delay
review and approval of the application.
The City reserves the right to request clarifications or additional information as deemed necessary to evaluate an applicant's
qualifications. When clarifications or additional intonation is requested by the City, Applicants will have seven (7) business days to
provide, in full, all the requested information. Failure to provide the information within the prescribed time will delaythe review
process and ma/result in denial of prequalification.
Part A — General Bidder Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER 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.:
APPLICANT FIRM IS:
CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: )
16 I 2019-231-KB
MI AM BEACH
Contractor Qualification Form Instructions
Section 1, Required Form. The Contractor Qualification Form is a required form that must be submitted, completed
and executed, with the bid or within 3 days of request by the City. No bid will be considered without the Contractor
Form. Bidder's failure to submit this form as stipulated herein shall render its bid non-responsive.
Section 2, Submittal Instructions. The Contractor Qualification Form will not be considered until it has been submitted
completed and executed by a principal of the applicant. Incomplete applications shall not be considered. If requested
information is not applicable, please indicate "N/A" or "None." If answers to questions are lengthier than the spaces that
are provided in the application, the answers may be provided on additional pages, which must be attached to the application.
All requested documents must also be attached to the application. Failure to attach all requested documents will delay
review and approval of the application.
The City reserves the right to request clarifications or additional information as deemed necessary to evaluate an applicant's
qualifications. When clarifications or additional intonation is requested by the City, Applicants will have seven (7) business days to
provide, in full, all the requested information. Failure to provide the information within the prescribed time will delaythe review
process and ma/result in denial of prequalification.
Part A — General Bidder Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER 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.:
APPLICANT FIRM IS:
CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: )
16 I 2019-231-KB
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
company, below. Submit additional names on a separate sheet if required.
Ownership percentage Directorship/Office type Owner
AA i Ak„AA 1 BEACH
Part B — Proposed Team.
1. Organizational Chart. Submit 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
2. Staffing Plan. Submit 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.
Part C — Operational & Management Information.
4. Provide three (3) residential renovation projects that the applicant has completed in the last five (5)
ears.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Telephone:
5. Has the applicant company's construction licenses been revoked during the last five (5) years?
YES
NO
If yes, why?
17 12019-231-KB
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
company, below. Submit additional names on a separate sheet if required.
Ownership percentage Directorship/Office type Owner
AA i Ak„AA 1 BEACH
Part B — Proposed Team.
1. Organizational Chart. Submit 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
2. Staffing Plan. Submit 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.
Part C — Operational & Management Information.
4. Provide three (3) residential renovation projects that the applicant has completed in the last five (5)
ears.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Telephone:
5. Has the applicant company's construction licenses been revoked during the last five (5) years?
YES
NO
If yes, why?
17 12019-231-KB
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
company, below. Submit additional names on a separate sheet if required.
Ownership percentage Directorship/Office type Owner
AA i Ak„AA 1 BEACH
Part B — Proposed Team.
1. Organizational Chart. Submit 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
2. Staffing Plan. Submit 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.
Part C — Operational & Management Information.
4. Provide three (3) residential renovation projects that the applicant has completed in the last five (5)
ears.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Telephone:
5. Has the applicant company's construction licenses been revoked during the last five (5) years?
YES
NO
If yes, why?
17 12019-231-KB
FN BEACH
4. Have any owners, directors, officers, or agents of the applicant company had a license revoked during
the last five (5) years?
YES
NO
If yes, why?
5. Is the applicant company currently barred by a governmental agency, from bidding work as a prime or
subcontractor?
YES
NO
If yes, state debarment period and the reason(s) for debarment?
6. Has a surety completed, or paid for completion, of a project on behalf of the applicant company, within
the last five (5) years?
YES
NO
If yes, why?
7. Has the applicant company or any of its owners, directors, officers, or agents been convicted of a
crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years?
YES NO
If yes, why?
8. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction
work?
YES
NO
If yes, state the name of the affiliate?
18 I 2019-231-KB
FN BEACH
4. Have any owners, directors, officers, or agents of the applicant company had a license revoked during
the last five (5) years?
YES
NO
If yes, why?
5. Is the applicant company currently barred by a governmental agency, from bidding work as a prime or
subcontractor?
YES
NO
If yes, state debarment period and the reason(s) for debarment?
6. Has a surety completed, or paid for completion, of a project on behalf of the applicant company, within
the last five (5) years?
YES
NO
If yes, why?
7. Has the applicant company or any of its owners, directors, officers, or agents been convicted of a
crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years?
YES NO
If yes, why?
8. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction
work?
YES
NO
If yes, state the name of the affiliate?
18 I 2019-231-KB
FN BEACH
4. Have any owners, directors, officers, or agents of the applicant company had a license revoked during
the last five (5) years?
YES
NO
If yes, why?
5. Is the applicant company currently barred by a governmental agency, from bidding work as a prime or
subcontractor?
YES
NO
If yes, state debarment period and the reason(s) for debarment?
6. Has a surety completed, or paid for completion, of a project on behalf of the applicant company, within
the last five (5) years?
YES
NO
If yes, why?
7. Has the applicant company or any of its owners, directors, officers, or agents been convicted of a
crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years?
YES NO
If yes, why?
8. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction
work?
YES
NO
If yes, state the name of the affiliate?
18 I 2019-231-KB
Company Type of affiliation (parent or subsidiary) Period of affiliation
AM 1 BEACH
9. Is the applicant company a arent, subsidiary, or holding company for another construction company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
10. Is an owner, director, officer, or a ent of the ap licant company affiliated with another company?
YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual's name Affiliated company's name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
11. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last
five (5) years?
YES
NO
If yes, explain and attach, as applicable, the relevant case and court docurhents, including (but not limited to): the
original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy
court's discharge order, and any other document that ended the case, if no discharge order was issued.
12. Has any owner, director, officer, or agent for the applicant company, or has any business organization
in which any such person was an owner, director, officer, or agent filed for or been discharged in
bankruptcy within the past five (5 ears?
YES
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case,
a copy of the notice of commencement.
13. Has any owner, director, officer, or agent of the applicant company owned or managed a construction
company under any other name in the last five (5) years?
YES NO
19 I 2019-231-KB
NO
Company Type of affiliation (parent or subsidiary) Period of affiliation
AM 1 BEACH
9. Is the applicant company a arent, subsidiary, or holding company for another construction company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
10. Is an owner, director, officer, or a ent of the ap licant company affiliated with another company?
YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual's name Affiliated company's name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
11. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last
five (5) years?
YES
NO
If yes, explain and attach, as applicable, the relevant case and court docurhents, including (but not limited to): the
original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy
court's discharge order, and any other document that ended the case, if no discharge order was issued.
12. Has any owner, director, officer, or agent for the applicant company, or has any business organization
in which any such person was an owner, director, officer, or agent filed for or been discharged in
bankruptcy within the past five (5 ears?
YES
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case,
a copy of the notice of commencement.
13. Has any owner, director, officer, or agent of the applicant company owned or managed a construction
company under any other name in the last five (5) years?
YES NO
19 I 2019-231-KB
NO
Company Type of affiliation (parent or subsidiary) Period of affiliation
AM 1 BEACH
9. Is the applicant company a arent, subsidiary, or holding company for another construction company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
10. Is an owner, director, officer, or a ent of the ap licant company affiliated with another company?
YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual's name Affiliated company's name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
11. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last
five (5) years?
YES
NO
If yes, explain and attach, as applicable, the relevant case and court docurhents, including (but not limited to): the
original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy
court's discharge order, and any other document that ended the case, if no discharge order was issued.
12. Has any owner, director, officer, or agent for the applicant company, or has any business organization
in which any such person was an owner, director, officer, or agent filed for or been discharged in
bankruptcy within the past five (5 ears?
YES
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case,
a copy of the notice of commencement.
13. Has any owner, director, officer, or agent of the applicant company owned or managed a construction
company under any other name in the last five (5) years?
YES NO
19 I 2019-231-KB
NO
tv\$A.M1 BEACH
If yes, explain.
14. Has the applicant company been assessed or paid liquidated damages on any project during the past
five (5) years, whether the project was or private) owned?
YES NO
If yes, explain.
15. Are there currently any liens, suits, or judgments of record pending against any owner, director,
officer, or agent for the company that is related to construction activities of a business organization?
YES NO
If yes, explain.
16. Has the applicant company or any of its owners, officers, or partners ever been convicted (criminal) or
found liable (civil) for making either a false claim or material misrepresentation to any public agency or
entity?
If yes, explain.
17. Has the applicant company or any of its owners, officers, or partners ever been convicted of
any a federal or state crime?
YES
NO
If yes, explain.
18. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child)
of any officer, director, employee or a ent, an emplo ee of the City of Miami Beach?
YES NO
If yes, state name, title and share of ownership
20 I 2019-231-KB
tv\$A.M1 BEACH
If yes, explain.
14. Has the applicant company been assessed or paid liquidated damages on any project during the past
five (5) years, whether the project was or private) owned?
YES NO
If yes, explain.
15. Are there currently any liens, suits, or judgments of record pending against any owner, director,
officer, or agent for the company that is related to construction activities of a business organization?
YES NO
If yes, explain.
16. Has the applicant company or any of its owners, officers, or partners ever been convicted (criminal) or
found liable (civil) for making either a false claim or material misrepresentation to any public agency or
entity?
If yes, explain.
17. Has the applicant company or any of its owners, officers, or partners ever been convicted of
any a federal or state crime?
YES
NO
If yes, explain.
18. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child)
of any officer, director, employee or a ent, an emplo ee of the City of Miami Beach?
YES NO
If yes, state name, title and share of ownership
20 I 2019-231-KB
tv\$A.M1 BEACH
If yes, explain.
14. Has the applicant company been assessed or paid liquidated damages on any project during the past
five (5) years, whether the project was or private) owned?
YES NO
If yes, explain.
15. Are there currently any liens, suits, or judgments of record pending against any owner, director,
officer, or agent for the company that is related to construction activities of a business organization?
YES NO
If yes, explain.
16. Has the applicant company or any of its owners, officers, or partners ever been convicted (criminal) or
found liable (civil) for making either a false claim or material misrepresentation to any public agency or
entity?
If yes, explain.
17. Has the applicant company or any of its owners, officers, or partners ever been convicted of
any a federal or state crime?
YES
NO
If yes, explain.
18. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child)
of any officer, director, employee or a ent, an emplo ee of the City of Miami Beach?
YES NO
If yes, state name, title and share of ownership
20 I 2019-231-KB
MIAMIBEACH
Name Title Share (%) of Ownership
19. Has the applicant, or any officer, director, employee or agent, 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?
YES
NO
If yes, provide details.
20. 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"). Does the applicant maintain a corporate code of business
ethics?
YES
NO
21a. If yes, attach. If no, will the applicant accept the City's code of ethics (available at available at
http://mw.miamibeachfl.qovicity-hall/procuremenqrocurement-related-ordinance-and-procedures)?
YES I NO
21. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless
the business represents that it does not and will not engage in a boycott as defined in Section 2.375(a) of
the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or
entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender
identity, sexual orientation, marital or familial status, age or disability. Does the applicant agree to be
comply with this prohibition?
YES NO
22. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the State of
Florida Department of Management Services or a service-disabled veteran business enterprise (certified
by the United States Department of Veterans Affairs
YES NO
Certifying Agency
Certification Type
23. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder
are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers
with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits" to their employees
with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
supplier who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located
21 I 2019-231-KB
MIAMIBEACH
Name Title Share (%) of Ownership
19. Has the applicant, or any officer, director, employee or agent, 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?
YES
NO
If yes, provide details.
20. 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"). Does the applicant maintain a corporate code of business
ethics?
YES
NO
21a. If yes, attach. If no, will the applicant accept the City's code of ethics (available at available at
http://mw.miamibeachfl.qovicity-hall/procuremenqrocurement-related-ordinance-and-procedures)?
YES I NO
21. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless
the business represents that it does not and will not engage in a boycott as defined in Section 2.375(a) of
the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or
entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender
identity, sexual orientation, marital or familial status, age or disability. Does the applicant agree to be
comply with this prohibition?
YES NO
22. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the State of
Florida Department of Management Services or a service-disabled veteran business enterprise (certified
by the United States Department of Veterans Affairs
YES NO
Certifying Agency
Certification Type
23. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder
are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers
with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits" to their employees
with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
supplier who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located
21 I 2019-231-KB
MIAMIBEACH
Name Title Share (%) of Ownership
19. Has the applicant, or any officer, director, employee or agent, 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?
YES
NO
If yes, provide details.
20. 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"). Does the applicant maintain a corporate code of business
ethics?
YES
NO
21a. If yes, attach. If no, will the applicant accept the City's code of ethics (available at available at
http://mw.miamibeachfl.qovicity-hall/procuremenqrocurement-related-ordinance-and-procedures)?
YES I NO
21. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless
the business represents that it does not and will not engage in a boycott as defined in Section 2.375(a) of
the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or
entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender
identity, sexual orientation, marital or familial status, age or disability. Does the applicant agree to be
comply with this prohibition?
YES NO
22. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the State of
Florida Department of Management Services or a service-disabled veteran business enterprise (certified
by the United States Department of Veterans Affairs
YES NO
Certifying Agency
Certification Type
23. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder
are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers
with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits" to their employees
with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
supplier who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located
21 I 2019-231-KB
A/V\IBEACH
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 the applicant provide or offer access to any benefits to employees with spouses or to spouses of employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic
partners* or to domestic partners of employees?
YES
C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already
specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as
bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
24. 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 the purchase of goods or services
sourced in North Carolina and Mississippi. Are any of the products for which the applicant is seeking to be prequalified
sourced in North Carolina or Mississi
YES
If yes, explain.
25. 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.
26. 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.
22 I 2019-231-KB
NO
NO
A/V\IBEACH
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 the applicant provide or offer access to any benefits to employees with spouses or to spouses of employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic
partners* or to domestic partners of employees?
YES
C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already
specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as
bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
24. 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 the purchase of goods or services
sourced in North Carolina and Mississippi. Are any of the products for which the applicant is seeking to be prequalified
sourced in North Carolina or Mississi
YES
If yes, explain.
25. 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.
26. 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.
22 I 2019-231-KB
NO
NO
A/V\IBEACH
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 the applicant provide or offer access to any benefits to employees with spouses or to spouses of employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic
partners* or to domestic partners of employees?
YES
C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already
specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as
bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
24. 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 the purchase of goods or services
sourced in North Carolina and Mississippi. Are any of the products for which the applicant is seeking to be prequalified
sourced in North Carolina or Mississi
YES
If yes, explain.
25. 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.
26. 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.
22 I 2019-231-KB
NO
NO
1LAAA, I BEACH
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 Contract, in addition to any damages
that may be available at law and in equity.
CONTRACTOR QUALIFICATION FORM AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete,
true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide
a notarized statement whenever a change occurs in the ownership, management, or financial condition
of the company. Further, any prequalification applicant, including its principal(s), director(s), and any
affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach
shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment
and any other penalties prescribed by law.
The undersigned affirms that the applicant agrees: 1) to complete and unconditional acceptance of the terms
and conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any
Addenda released hereto; 2) that it has not colluded, nor will collude, with any other applicant; 3) that all
information contained herein is part of the public domain as defined by the State of Florida Sunshine and
Public Records Laws; 4) that all responses, data and information contained in the proposal are true and
accurate.
Name: Title (must be a principal of the applicant):
Signature: Date:
23 I 2019-231-KB
1LAAA, I BEACH
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 Contract, in addition to any damages
that may be available at law and in equity.
CONTRACTOR QUALIFICATION FORM AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete,
true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide
a notarized statement whenever a change occurs in the ownership, management, or financial condition
of the company. Further, any prequalification applicant, including its principal(s), director(s), and any
affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach
shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment
and any other penalties prescribed by law.
The undersigned affirms that the applicant agrees: 1) to complete and unconditional acceptance of the terms
and conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any
Addenda released hereto; 2) that it has not colluded, nor will collude, with any other applicant; 3) that all
information contained herein is part of the public domain as defined by the State of Florida Sunshine and
Public Records Laws; 4) that all responses, data and information contained in the proposal are true and
accurate.
Name: Title (must be a principal of the applicant):
Signature: Date:
23 I 2019-231-KB
1LAAA, I BEACH
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 Contract, in addition to any damages
that may be available at law and in equity.
CONTRACTOR QUALIFICATION FORM AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete,
true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide
a notarized statement whenever a change occurs in the ownership, management, or financial condition
of the company. Further, any prequalification applicant, including its principal(s), director(s), and any
affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach
shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment
and any other penalties prescribed by law.
The undersigned affirms that the applicant agrees: 1) to complete and unconditional acceptance of the terms
and conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any
Addenda released hereto; 2) that it has not colluded, nor will collude, with any other applicant; 3) that all
information contained herein is part of the public domain as defined by the State of Florida Sunshine and
Public Records Laws; 4) that all responses, data and information contained in the proposal are true and
accurate.
Name: Title (must be a principal of the applicant):
Signature: Date:
23 I 2019-231-KB
APPENDIX B
MIAMIBEACH
Bid Tender Form (B1)
FAILURE TO SUBMIT THE BID TENDER FORM (B1) FULLY COMPLETED AND
EXECUTED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID
NON-RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION.
Schedule of Values (B2)
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY.
24 2019-231-KB
APPENDIX B
MIAMIBEACH
Bid Tender Form (B1)
FAILURE TO SUBMIT THE BID TENDER FORM (B1) FULLY COMPLETED AND
EXECUTED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID
NON-RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION.
Schedule of Values (B2)
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY.
24 2019-231-KB
APPENDIX B
MIAMIBEACH
Bid Tender Form (B1)
FAILURE TO SUBMIT THE BID TENDER FORM (B1) FULLY COMPLETED AND
EXECUTED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID
NON-RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION.
Schedule of Values (B2)
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY.
24 2019-231-KB
$50,000.00 Permit Allowance
$50,025.00 SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-189 + TRENCH SAFETY + PERMIT ALLOWANCE)
$50,000.00 Permit Allowance
$50,025.00 SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-175 + TRENCH SAFETY + PERMIT ALLOWANCE)
OPTION A
GRAND TOTAL
(ITEMS 1-189)
Allowance for Trench Safet Act $25.00
OPTION
GRAND TOTAL
(ITEMS 1-175)
Allowance for Trench Safety Act $25.00
AAIMAJBEACH
Bid Tender Form (B1)
Page 1 of 1
FAILURE TO SUBMIT THIS BID TENDER FORM FULLY COMPLETED AND EXECUTED ON
OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND
BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION.
The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,
consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization, demobilization,
overhead and profit, insurance, permits, and taxes to complete the work to the full intent as shown or
indicated in the contract documents. Any or all alternates, if applicable, may be selected at the City's sole
discretion and based on funding availability.
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.
THE CITY RESERVES THE OPTION, AT ITS SOLE DISCRETION, TO AWARD EITHER GROUP A OR GROUP B.
Bidder's Affirmation
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 its 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.
Bidder:
Authorized Agent Name:
Authorized Agent Title:
Authorized Agent Signature:
25 I 2019-231-KB
$50,000.00 Permit Allowance
$50,025.00 SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-189 + TRENCH SAFETY + PERMIT ALLOWANCE)
$50,000.00 Permit Allowance
$50,025.00 SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-175 + TRENCH SAFETY + PERMIT ALLOWANCE)
OPTION A
GRAND TOTAL
(ITEMS 1-189)
Allowance for Trench Safet Act $25.00
OPTION
GRAND TOTAL
(ITEMS 1-175)
Allowance for Trench Safety Act $25.00
AAIMAJBEACH
Bid Tender Form (B1)
Page 1 of 1
FAILURE TO SUBMIT THIS BID TENDER FORM FULLY COMPLETED AND EXECUTED ON
OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND
BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION.
The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,
consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization, demobilization,
overhead and profit, insurance, permits, and taxes to complete the work to the full intent as shown or
indicated in the contract documents. Any or all alternates, if applicable, may be selected at the City's sole
discretion and based on funding availability.
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.
THE CITY RESERVES THE OPTION, AT ITS SOLE DISCRETION, TO AWARD EITHER GROUP A OR GROUP B.
Bidder's Affirmation
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 its 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.
Bidder:
Authorized Agent Name:
Authorized Agent Title:
Authorized Agent Signature:
25 I 2019-231-KB
$50,000.00 Permit Allowance
$50,025.00 SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-189 + TRENCH SAFETY + PERMIT ALLOWANCE)
$50,000.00 Permit Allowance
$50,025.00 SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-175 + TRENCH SAFETY + PERMIT ALLOWANCE)
OPTION A
GRAND TOTAL
(ITEMS 1-189)
Allowance for Trench Safet Act $25.00
OPTION
GRAND TOTAL
(ITEMS 1-175)
Allowance for Trench Safety Act $25.00
AAIMAJBEACH
Bid Tender Form (B1)
Page 1 of 1
FAILURE TO SUBMIT THIS BID TENDER FORM FULLY COMPLETED AND EXECUTED ON
OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND
BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION.
The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,
consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization, demobilization,
overhead and profit, insurance, permits, and taxes to complete the work to the full intent as shown or
indicated in the contract documents. Any or all alternates, if applicable, may be selected at the City's sole
discretion and based on funding availability.
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.
THE CITY RESERVES THE OPTION, AT ITS SOLE DISCRETION, TO AWARD EITHER GROUP A OR GROUP B.
Bidder's Affirmation
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 its 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.
Bidder:
Authorized Agent Name:
Authorized Agent Title:
Authorized Agent Signature:
25 I 2019-231-KB
Schedule of Values & Acknowledgement of Addenda (B2)
PROJECT TITLE: ITB NO. 2018-054-ZD
INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41sT STREET
OPTION A
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.
Item Pay Item Item Description Unit Quan Unit Cost Extended Cost
Number : tity.-: 7 -.,
1 101-1 MOBILIZATION LS 1 $ $
2 102-1 MAINTENANCE OF TRAFFIC LS 1 $ $
(594 DA)
3 102-14 TRAFFIC CONTROL OFFICER MH 11880 $ $
4 102-60 -WORK ZONE SIGNS ED 10610 $ $
0
5 102-71-15 TEMPORARY BARRIER, F&I,
ANCHORED
LF 192 $ $
6 102-71-16 TEMPORARY BARRIER, F&I,
FREE STANDING
LF 1876 $ $
7 102-71-25 TEMPORARY BARRIER,
RELOCATE, ANCHORED
LF 96 $ $
8 102-71-26 TEMPORARY BARRIER,
RELOCATE, FREE STANDING
LF 4821 $ $
9 102-74-1 CHANNELIZING DEVICE - ED 10133 $ $
TYPE I, II, DI, VP & DRUM 5
10 102-74-2 CHANNELIZING DEVICE - ED 18010 $ $
TYPE III - 6'
11 102-74-7 CHANNELIZING DEVICE- LF 532 $ $
PEDESTRIAN LCD
(LONGITUDINAL
CHANNELIZING DEVICE)
12 102-76 ARROW BOARD / ADVANCED ED 920 $ $
WARNING ARROW PANEL
26 I 2019-231-KB
Schedule of Values & Acknowledgement of Addenda (B2)
PROJECT TITLE: ITB NO. 2018-054-ZD
INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41sT STREET
OPTION A
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.
Item Pay Item Item Description Unit Quan Unit Cost Extended Cost
Number : tity.-: 7 -.,
1 101-1 MOBILIZATION LS 1 $ $
2 102-1 MAINTENANCE OF TRAFFIC LS 1 $ $
(594 DA)
3 102-14 TRAFFIC CONTROL OFFICER MH 11880 $ $
4 102-60 -WORK ZONE SIGNS ED 10610 $ $
0
5 102-71-15 TEMPORARY BARRIER, F&I,
ANCHORED
LF 192 $ $
6 102-71-16 TEMPORARY BARRIER, F&I,
FREE STANDING
LF 1876 $ $
7 102-71-25 TEMPORARY BARRIER,
RELOCATE, ANCHORED
LF 96 $ $
8 102-71-26 TEMPORARY BARRIER,
RELOCATE, FREE STANDING
LF 4821 $ $
9 102-74-1 CHANNELIZING DEVICE - ED 10133 $ $
TYPE I, II, DI, VP & DRUM 5
10 102-74-2 CHANNELIZING DEVICE - ED 18010 $ $
TYPE III - 6'
11 102-74-7 CHANNELIZING DEVICE- LF 532 $ $
PEDESTRIAN LCD
(LONGITUDINAL
CHANNELIZING DEVICE)
12 102-76 ARROW BOARD / ADVANCED ED 920 $ $
WARNING ARROW PANEL
26 I 2019-231-KB
Schedule of Values & Acknowledgement of Addenda (B2)
PROJECT TITLE: ITB NO. 2018-054-ZD
INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41sT STREET
OPTION A
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.
Item Pay Item Item Description Unit Quan Unit Cost Extended Cost
Number : tity.-: 7 -.,
1 101-1 MOBILIZATION LS 1 $ $
2 102-1 MAINTENANCE OF TRAFFIC LS 1 $ $
(594 DA)
3 102-14 TRAFFIC CONTROL OFFICER MH 11880 $ $
4 102-60 -WORK ZONE SIGNS ED 10610 $ $
0
5 102-71-15 TEMPORARY BARRIER, F&I,
ANCHORED
LF 192 $ $
6 102-71-16 TEMPORARY BARRIER, F&I,
FREE STANDING
LF 1876 $ $
7 102-71-25 TEMPORARY BARRIER,
RELOCATE, ANCHORED
LF 96 $ $
8 102-71-26 TEMPORARY BARRIER,
RELOCATE, FREE STANDING
LF 4821 $ $
9 102-74-1 CHANNELIZING DEVICE - ED 10133 $ $
TYPE I, II, DI, VP & DRUM 5
10 102-74-2 CHANNELIZING DEVICE - ED 18010 $ $
TYPE III - 6'
11 102-74-7 CHANNELIZING DEVICE- LF 532 $ $
PEDESTRIAN LCD
(LONGITUDINAL
CHANNELIZING DEVICE)
12 102-76 ARROW BOARD / ADVANCED ED 920 $ $
WARNING ARROW PANEL
26 I 2019-231-KB
13 102-78 TEMPORARY
RETROREFLECTIVE
PAVEMENT MARKER
EA 50 $ $
14 102-89-1 TEMPORARY CRASH
CUSHION, REDIRECTIVE
OPTION
LO 7 $ $
15 102-99 PORTABLE CHANGEABLE
MESSAGE SIGN -
TEMPORARY
ED 1570 $ $
16 102-104 TEMPORARY SIGNALIZATION
AND MAINTENANCE OF
INTERSECTION
ED 2376 $ $
17 102-107-1 TEMPORARY TRAFFIC
DETECTION AND
MAINTENANCE OF
INTERSECTION
ED 2376 $ $
18 102-911-1 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, SKIP
LF 466 $ $
19 102-911-2 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, SOLID
LF 1885 $ $
20 102-911-3 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, OTHER
SF 731 $ $
21 102-912-2 REMOVABLE TAPE
PAVEMENT MARKINGS -
YELLOW, SOLID
LF 10947 $ $
22 104-10-3 SEDIMENT BARRIER LF 3327.
7
$ $
23 104-11 FLOATING TURBIDITY
BARRIER
LF 121 $ $
24 104-18 INLET PROTECTION SYSTEM EA 77 $ $
25 107-1 LITTER REMOVAL AC 53.2 $ $
26 107-2 MOWING AC 13.2 $ $
27 108-1 MONITOR EXISTING
STRUCTURES - INSPECTION
AND SETTLEMENT
MONITORING
LS 1 $ $
28 108-2 MONITOR EXISTING
STRUCTURES - VIBRATION
MONITORING
LS 1 $ $
29 108-3 MONITOR EXISTING
STRUCTURES-
GROUNDWATER
MONITORING
LS 1 $ $
30 110-1-1 CLEARING AND GRUBBING AC 4.62 $ $
31 110-4-10 REMOVAL OF EXISTING SY 8374 $ $
CONCRETE
27 I 2019-231-KB
13 102-78 TEMPORARY
RETROREFLECTIVE
PAVEMENT MARKER
EA 50 $ $
14 102-89-1 TEMPORARY CRASH
CUSHION, REDIRECTIVE
OPTION
LO 7 $ $
15 102-99 PORTABLE CHANGEABLE
MESSAGE SIGN -
TEMPORARY
ED 1570 $ $
16 102-104 TEMPORARY SIGNALIZATION
AND MAINTENANCE OF
INTERSECTION
ED 2376 $ $
17 102-107-1 TEMPORARY TRAFFIC
DETECTION AND
MAINTENANCE OF
INTERSECTION
ED 2376 $ $
18 102-911-1 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, SKIP
LF 466 $ $
19 102-911-2 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, SOLID
LF 1885 $ $
20 102-911-3 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, OTHER
SF 731 $ $
21 102-912-2 REMOVABLE TAPE
PAVEMENT MARKINGS -
YELLOW, SOLID
LF 10947 $ $
22 104-10-3 SEDIMENT BARRIER LF 3327.
7
$ $
23 104-11 FLOATING TURBIDITY
BARRIER
LF 121 $ $
24 104-18 INLET PROTECTION SYSTEM EA 77 $ $
25 107-1 LITTER REMOVAL AC 53.2 $ $
26 107-2 MOWING AC 13.2 $ $
27 108-1 MONITOR EXISTING
STRUCTURES - INSPECTION
AND SETTLEMENT
MONITORING
LS 1 $ $
28 108-2 MONITOR EXISTING
STRUCTURES - VIBRATION
MONITORING
LS 1 $ $
29 108-3 MONITOR EXISTING
STRUCTURES-
GROUNDWATER
MONITORING
LS 1 $ $
30 110-1-1 CLEARING AND GRUBBING AC 4.62 $ $
31 110-4-10 REMOVAL OF EXISTING SY 8374 $ $
CONCRETE
27 I 2019-231-KB
13 102-78 TEMPORARY
RETROREFLECTIVE
PAVEMENT MARKER
EA 50 $ $
14 102-89-1 TEMPORARY CRASH
CUSHION, REDIRECTIVE
OPTION
LO 7 $ $
15 102-99 PORTABLE CHANGEABLE
MESSAGE SIGN -
TEMPORARY
ED 1570 $ $
16 102-104 TEMPORARY SIGNALIZATION
AND MAINTENANCE OF
INTERSECTION
ED 2376 $ $
17 102-107-1 TEMPORARY TRAFFIC
DETECTION AND
MAINTENANCE OF
INTERSECTION
ED 2376 $ $
18 102-911-1 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, SKIP
LF 466 $ $
19 102-911-2 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, SOLID
LF 1885 $ $
20 102-911-3 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, OTHER
SF 731 $ $
21 102-912-2 REMOVABLE TAPE
PAVEMENT MARKINGS -
YELLOW, SOLID
LF 10947 $ $
22 104-10-3 SEDIMENT BARRIER LF 3327.
7
$ $
23 104-11 FLOATING TURBIDITY
BARRIER
LF 121 $ $
24 104-18 INLET PROTECTION SYSTEM EA 77 $ $
25 107-1 LITTER REMOVAL AC 53.2 $ $
26 107-2 MOWING AC 13.2 $ $
27 108-1 MONITOR EXISTING
STRUCTURES - INSPECTION
AND SETTLEMENT
MONITORING
LS 1 $ $
28 108-2 MONITOR EXISTING
STRUCTURES - VIBRATION
MONITORING
LS 1 $ $
29 108-3 MONITOR EXISTING
STRUCTURES-
GROUNDWATER
MONITORING
LS 1 $ $
30 110-1-1 CLEARING AND GRUBBING AC 4.62 $ $
31 110-4-10 REMOVAL OF EXISTING SY 8374 $ $
CONCRETE
27 I 2019-231-KB
32 120-1 EXCAVATION CY 356.1 $ $
33 120-6 EMBANKMENT CY 13825
.4
$ $
34 160-4 TYPE B STABILIZATION SY 20413 $ $
35 162-1-11 PREPARED SOIL LAYER SY 3014 $ $
36 285-701 OPTIONAL BASE GROUP 01
(B-12.5 ONLY)
SY 2812 $ $
37 285-711 OPTIONAL BASE GROUP 11
(B-12.5 ONLY)
SY 15839 $ $
38 327-70-1 MILLING EXISTING ASPHALT
PAVEMENT (1" AVG. DEPTH)
SY 4561 $ $
39 327-70-4 MILLING EXISTING ASPHALT
PAVEMENT (3" AVG. DEPTH)
SY 14789 $ $
40 334-1-13 SUPERPAVE ASPHALTIC
CONC, TRAFFIC C
TN 3017.
7
$ $
41 337-7-83 ASPH CONC FC, TRAF C, FC-
12.5, PG 76-22
TN 2383.
4
$ $
42 339-1 MISCELLANEOUS ASPHALT
PAVEMENT
TN 5.8 $ $
43 400-0-11 CONCRETE CLASS NS,
GRAVITY WALL (FOR
GRAVITY WALL 2' HEIGHT
AVG.)
CY 82.3 $ $
44 400-0-13 CONCRETE CLASS NS,
STEPS
CY 23.3 $ $
45 400-4-8 CONC CLASS IV, BULKHEAD CY 7 $ $
46 415-1-6 REINFORCING STEEL-
MISCELLANEOUS
LB 1156 $ $
47 415-1-8 REINFORCING STEEL-
BULKHEAD
LB 720 $ $
48 425-1311 INLETS, CURB, TYPE P-1,
<10'
EA 6 $ $
49 425-1321 INLETS, CURB, TYPE P-2,
<10'
EA 7 $ $
50 425-1351 INLETS, CURB, TYPE P-5,
<10'
EA 18 $ $
51 425-1355 INLETS, CURB, TYPE P-5,
PARTIAL
EA 1 $ $
52 425-1361 INLETS, CURB, TYPE P-6,
<10'
EA 12 $ $
53 425-1362 INLETS, CURB, TYPE P-6,
>10'
EA 3 $ $
54 425-1521 INLETS, DITCH BOTTOM,
TYPE C, <10'
EA 4 $ $
55 425-1529 INLETS, DITCH BOTTOM
TYPE C MODIFIED <10'
(DRIVEWAY INLET SINGLE
AND DOUBLE GRATE)
EA 8 $ $
28 I 2019-231-KB
32 120-1 EXCAVATION CY 356.1 $ $
33 120-6 EMBANKMENT CY 13825
.4
$ $
34 160-4 TYPE B STABILIZATION SY 20413 $ $
35 162-1-11 PREPARED SOIL LAYER SY 3014 $ $
36 285-701 OPTIONAL BASE GROUP 01
(B-12.5 ONLY)
SY 2812 $ $
37 285-711 OPTIONAL BASE GROUP 11
(B-12.5 ONLY)
SY 15839 $ $
38 327-70-1 MILLING EXISTING ASPHALT
PAVEMENT (1" AVG. DEPTH)
SY 4561 $ $
39 327-70-4 MILLING EXISTING ASPHALT
PAVEMENT (3" AVG. DEPTH)
SY 14789 $ $
40 334-1-13 SUPERPAVE ASPHALTIC
CONC, TRAFFIC C
TN 3017.
7
$ $
41 337-7-83 ASPH CONC FC, TRAF C, FC-
12.5, PG 76-22
TN 2383.
4
$ $
42 339-1 MISCELLANEOUS ASPHALT
PAVEMENT
TN 5.8 $ $
43 400-0-11 CONCRETE CLASS NS,
GRAVITY WALL (FOR
GRAVITY WALL 2' HEIGHT
AVG.)
CY 82.3 $ $
44 400-0-13 CONCRETE CLASS NS,
STEPS
CY 23.3 $ $
45 400-4-8 CONC CLASS IV, BULKHEAD CY 7 $ $
46 415-1-6 REINFORCING STEEL-
MISCELLANEOUS
LB 1156 $ $
47 415-1-8 REINFORCING STEEL-
BULKHEAD
LB 720 $ $
48 425-1311 INLETS, CURB, TYPE P-1,
<10'
EA 6 $ $
49 425-1321 INLETS, CURB, TYPE P-2,
<10'
EA 7 $ $
50 425-1351 INLETS, CURB, TYPE P-5,
<10'
EA 18 $ $
51 425-1355 INLETS, CURB, TYPE P-5,
PARTIAL
EA 1 $ $
52 425-1361 INLETS, CURB, TYPE P-6,
<10'
EA 12 $ $
53 425-1362 INLETS, CURB, TYPE P-6,
>10'
EA 3 $ $
54 425-1521 INLETS, DITCH BOTTOM,
TYPE C, <10'
EA 4 $ $
55 425-1529 INLETS, DITCH BOTTOM
TYPE C MODIFIED <10'
(DRIVEWAY INLET SINGLE
AND DOUBLE GRATE)
EA 8 $ $
28 I 2019-231-KB
32 120-1 EXCAVATION CY 356.1 $ $
33 120-6 EMBANKMENT CY 13825
.4
$ $
34 160-4 TYPE B STABILIZATION SY 20413 $ $
35 162-1-11 PREPARED SOIL LAYER SY 3014 $ $
36 285-701 OPTIONAL BASE GROUP 01
(B-12.5 ONLY)
SY 2812 $ $
37 285-711 OPTIONAL BASE GROUP 11
(B-12.5 ONLY)
SY 15839 $ $
38 327-70-1 MILLING EXISTING ASPHALT
PAVEMENT (1" AVG. DEPTH)
SY 4561 $ $
39 327-70-4 MILLING EXISTING ASPHALT
PAVEMENT (3" AVG. DEPTH)
SY 14789 $ $
40 334-1-13 SUPERPAVE ASPHALTIC
CONC, TRAFFIC C
TN 3017.
7
$ $
41 337-7-83 ASPH CONC FC, TRAF C, FC-
12.5, PG 76-22
TN 2383.
4
$ $
42 339-1 MISCELLANEOUS ASPHALT
PAVEMENT
TN 5.8 $ $
43 400-0-11 CONCRETE CLASS NS,
GRAVITY WALL (FOR
GRAVITY WALL 2' HEIGHT
AVG.)
CY 82.3 $ $
44 400-0-13 CONCRETE CLASS NS,
STEPS
CY 23.3 $ $
45 400-4-8 CONC CLASS IV, BULKHEAD CY 7 $ $
46 415-1-6 REINFORCING STEEL-
MISCELLANEOUS
LB 1156 $ $
47 415-1-8 REINFORCING STEEL-
BULKHEAD
LB 720 $ $
48 425-1311 INLETS, CURB, TYPE P-1,
<10'
EA 6 $ $
49 425-1321 INLETS, CURB, TYPE P-2,
<10'
EA 7 $ $
50 425-1351 INLETS, CURB, TYPE P-5,
<10'
EA 18 $ $
51 425-1355 INLETS, CURB, TYPE P-5,
PARTIAL
EA 1 $ $
52 425-1361 INLETS, CURB, TYPE P-6,
<10'
EA 12 $ $
53 425-1362 INLETS, CURB, TYPE P-6,
>10'
EA 3 $ $
54 425-1521 INLETS, DITCH BOTTOM,
TYPE C, <10'
EA 4 $ $
55 425-1529 INLETS, DITCH BOTTOM
TYPE C MODIFIED <10'
(DRIVEWAY INLET SINGLE
AND DOUBLE‘GRATE)
EA 8 $ $
28 I 2019-231-KB
56 425-2-41 MANHOLES, P-7, <10' EA 9 $ $
57 425-2-42 MANHOLES, P-7, >10' EA 1 $ $
58 425-2-71 MANHOLES, J-7, <10' EA 6 $ $
59 425-2-72 MANHOLES, J-7, >10' EA 30 $ $
60 425-2-73 MANHOLES, J-7 PARTIAL (MH
RISER), <10' (INLINE 72" PIPE
RISER)
EA 17 $ $
61 425-5 MANHOLES ADJUST EA 47 $ $
62 425-5-1 MANHOLES, ADJUST,
UTILITY
EA 55 $ $
63 425-6 VALVE BOX ADJUST EA 250 $ $
64 425-10 YARD DRAIN EA 62 $ $
65
,
430-175-
112
PIPE CULV, OPT MAIL,
ROUND, 12" S/CD
LF 2131 $ $
66 430-175-
115
PIPE CULV, OPT MAIL,
ROUND, 15" S/CD
LF 32 $ $
67 430-175-
118
PIPE CULV, OPT MATL,
ROUND, 18" S/CD
LF 993 $ $
68 430-175-
124
PIPE CULV, OPT MATL,
ROUND, 24" S/CD
LF 1317 $ $
69 430-175-
130
PIPE CULV, OPT MATL,
ROUND, 30" S/CD
LF 164 $ $
70 430-175-
136
PIPE CULV, OPT MATL,
ROUND, 36" S/CD
LF 74 $ $
71 430-175-
172 ,
PIPE CULV, OPT MATL,
ROUND, 72" S/CD
LF 2080 $ $
72 431-1-1 PIPE LINER, OPTIONAL
MATERIAL, 0-24"
LF 68 $ $
73 431-1-2 PIPE LINER, OPTIONAL
MATERIAL, 25"-36"
LF 67 $ $
74 436-1-1 TRENCH DRAIN, STANDARD LF 763 $ $
75 444-75-1 DEEP WELL - PLUGGING OF
EXISTING WELLS
EA 3 $ $
76 448-73 PUMP STATION (DRAINAGE
USE ONLY)
LS 1 $ $
77 455-34-2 PRESTRESSED CONCRETE
PILING, 14" SQ.
LF 280 $ $
78 515-1-2 PIPE HANDRAIL - GUIDERAIL,
ALUMINUM
LF 971 $ $
79 520-1-10 CURB AND GUTTER TYPE "F" LF 6405 $ $
80 520-2-4 CURB AND GUTTER TYPE "D" LF 503 $ $
81 520-3 CONCRETE VALLEY GUTTER LF 332 $ $
29 I 2019-231-KB
56 425-2-41 MANHOLES, P-7, <10' EA 9 $ $
57 425-2-42 MANHOLES, P-7, >10' EA 1 $ $
58 425-2-71 MANHOLES, J-7, <10' EA 6 $ $
59 425-2-72 MANHOLES, J-7, >10' EA 30 $ $
60 425-2-73 MANHOLES, J-7 PARTIAL (MH
RISER), <10' (INLINE 72" PIPE
RISER)
EA 17 $ $
61 425-5 MANHOLES ADJUST EA 47 $ $
62 425-5-1 MANHOLES, ADJUST,
UTILITY
EA 55 $ $
63 425-6 VALVE BOX ADJUST EA 250 $ $
64 425-10 YARD DRAIN EA 62 $ $
65
,
430-175-
112
PIPE CULV, OPT MAIL,
ROUND, 12" S/CD
LF 2131 $ $
66 430-175-
115
PIPE CULV, OPT MAIL,
ROUND, 15" S/CD
LF 32 $ $
67 430-175-
118
PIPE CULV, OPT MATL,
ROUND, 18" S/CD
LF 993 $ $
68 430-175-
124
PIPE CULV, OPT MATL,
ROUND, 24" S/CD
LF 1317 $ $
69 430-175-
130
PIPE CULV, OPT MATL,
ROUND, 30" S/CD
LF 164 $ $
70 430-175-
136
PIPE CULV, OPT MATL,
ROUND, 36" S/CD
LF 74 $ $
71 430-175-
172 ,
PIPE CULV, OPT MATL,
ROUND, 72" S/CD
LF 2080 $ $
72 431-1-1 PIPE LINER, OPTIONAL
MATERIAL, 0-24"
LF 68 $ $
73 431-1-2 PIPE LINER, OPTIONAL
MATERIAL, 25"-36"
LF 67 $ $
74 436-1-1 TRENCH DRAIN, STANDARD LF 763 $ $
75 444-75-1 DEEP WELL - PLUGGING OF
EXISTING WELLS
EA 3 $ $
76 448-73 PUMP STATION (DRAINAGE
USE ONLY)
LS 1 $ $
77 455-34-2 PRESTRESSED CONCRETE
PILING, 14" SQ.
LF 280 $ $
78 515-1-2 PIPE HANDRAIL - GUIDERAIL,
ALUMINUM
LF 971 $ $
79 520-1-10 CURB AND GUTTER TYPE "F" LF 6405 $ $
80 520-2-4 CURB AND GUTTER TYPE "D" LF 503 $ $
81 520-3 CONCRETE VALLEY GUTTER LF 332 $ $
29 I 2019-231-KB
56 425-2-41 MANHOLES, P-7, <10' EA 9 $ $
57 425-2-42 MANHOLES, P-7, >10' EA 1 $ $
58 425-2-71 MANHOLES, J-7, <10' EA 6 $ $
59 425-2-72 MANHOLES, J-7, >10' EA 30 $ $
60 425-2-73 MANHOLES, J-7 PARTIAL (MH
RISER), <10' (INLINE 72" PIPE
RISER)
EA 17 $ $
61 425-5 MANHOLES ADJUST EA 47 $ $
62 425-5-1 MANHOLES, ADJUST,
UTILITY
EA 55 $ $
63 425-6 VALVE BOX ADJUST EA 250 $ $
64 425-10 YARD DRAIN EA 62 $ $
65
,
430-175-
112
PIPE CULV, OPT MAIL,
ROUND, 12" S/CD
LF 2131 $ $
66 430-175-
115
PIPE CULV, OPT MAIL,
ROUND, 15" S/CD
LF 32 $ $
67 430-175-
118
PIPE CULV, OPT MATL,
ROUND, 18" S/CD
LF 993 $ $
68 430-175-
124
PIPE CULV, OPT MATL,
ROUND, 24" S/CD
LF 1317 $ $
69 430-175-
130
PIPE CULV, OPT MATL,
ROUND, 30" S/CD
LF 164 $ $
70 430-175-
136
PIPE CULV, OPT MATL,
ROUND, 36" S/CD
LF 74 $ $
71 430-175-
172 ,
PIPE CULV, OPT MATL,
ROUND, 72" S/CD
LF 2080 $ $
72 431-1-1 PIPE LINER, OPTIONAL
MATERIAL, 0-24"
LF 68 $ $
73 431-1-2 PIPE LINER, OPTIONAL
MATERIAL, 25"-36"
LF 67 $ $
74 436-1-1 TRENCH DRAIN, STANDARD LF 763 $ $
75 444-75-1 DEEP WELL - PLUGGING OF
EXISTING WELLS
EA 3 $ $
76 448-73 PUMP STATION (DRAINAGE
USE ONLY)
LS 1 $ $
77 455-34-2 PRESTRESSED CONCRETE
PILING, 14" SQ.
LF 280 $ $
78 515-1-2 PIPE HANDRAIL - GUIDERAIL,
ALUMINUM
LF 971 $ $
79 520-1-10 CURB AND GUTTER TYPE "F" LF 6405 $ $
80 520-2-4 CURB AND GUTTER TYPE "D" LF 503 $ $
81 520-3 CONCRETE VALLEY GUTTER LF 332 $ $
29 I 2019-231-KB
82 521-72-4 SHLDR CONC. BARRIER
WALL, RIGID-RETAINING
LF 1983 $ $
83 522-1 CONCRETE SIDEWALK AND
DRIVEWAYS, 4" THICK
SY 4745 $ $
84 522-2 CONCRETE SIDEWALK AND
DRIVEWAYS, 6" THICK
SY 2341 $ $
85 523-1-3 PATTERNED PAVEMENT,
VEHICULAR AREAS- GREEN
BIKE LANE
SY 223 $ $
86 526-1-1 PAVERS, ARCHITECTURAL,
ROADWAY
SY 227 $ $
87 526-1-2 PAVERS, ARCHITECTURAL,
SIDEWALK
SY 48 $ $
88 527-2 DETECTABLE WARNING
SURFACE
SF 591 $ $
89 530-3-3 RIPRAP - RUBBLE, BANK AND
SHORE
TN 30.5 $ $
90 536-1-0 GUARDRAIL - ROADWAY,
GENERAL TL-2
LF 277 $ $
91 536-7-2 GUARDRAIL- SPECIAL POST
(SPECIAL STEEL POST PER
CONC. STRUCT MOUNT)
EA 36 $ $
92 536-73 GUARDRAIL REMOVAL LF 1684 $ $
93 536-85-24 GUARDRAIL END
TREATMENT - PARALLEL
APPROACH TERMINAL
EA 2 $ $
94 536-85-25 GUARDRAIL END
TREATMENT - TRAILING
ANCHORAGE TYPE II
EA 2 $ $
95 536-85-26 GUARDRAIL END
TREATMENT - TYPE CRT
EA 1 $ $
96 544-75-1 CRASH CUSHION EA 1 $ $
97 550-60237 FENCE GATE, TYPE B,
SLIDING/CANTILEVER,
GREATER THAN 30'
OPENNING
EA 2 $ $
98 570-1-2 PERFORMANCE TURF, SOD SY 3014 $ $
99 580-2-20 LANDSCAPE- RESET
EXISTING TREE IN PLACE
WITH STAKING AND GUYING
EA 5 $ $
100 630-2-12 CONDUIT LF 105 $ $
101 635-2-11 PULL & SPLICE BOX, F&I, 13"
X 24" COVER SIZE
EA 1 $ $
102 635-2-12 PULL & SPLICE BOX, F&I, 24"
X 36" COVER SIZE
EA 6 $ $
30 I 2019-231-KB
82 521-72-4 SHLDR CONC. BARRIER
WALL, RIGID-RETAINING
LF 1983 $ $
83 522-1 CONCRETE SIDEWALK AND
DRIVEWAYS, 4" THICK
SY 4745 $ $
84 522-2 CONCRETE SIDEWALK AND
DRIVEWAYS, 6" THICK
SY 2341 $ $
85 523-1-3 PATTERNED PAVEMENT,
VEHICULAR AREAS- GREEN
BIKE LANE
SY 223 $ $
86 526-1-1 PAVERS, ARCHITECTURAL,
ROADWAY
SY 227 $ $
87 526-1-2 PAVERS, ARCHITECTURAL,
SIDEWALK
SY 48 $ $
88 527-2 DETECTABLE WARNING
SURFACE
SF 591 $ $
89 530-3-3 RIPRAP - RUBBLE, BANK AND
SHORE
TN 30.5 $ $
90 536-1-0 GUARDRAIL - ROADWAY,
GENERAL TL-2
LF 277 $ $
91 536-7-2 GUARDRAIL- SPECIAL POST
(SPECIAL STEEL POST PER
CONC. STRUCT MOUNT)
EA 36 $ $
92 536-73 GUARDRAIL REMOVAL LF 1684 $ $
93 536-85-24 GUARDRAIL END
TREATMENT - PARALLEL
APPROACH TERMINAL
EA 2 $ $
94 536-85-25 GUARDRAIL END
TREATMENT - TRAILING
ANCHORAGE TYPE II
EA 2 $ $
95 536-85-26 GUARDRAIL END
TREATMENT - TYPE CRT
EA 1 $ $
96 544-75-1 CRASH CUSHION EA 1 $ $
97 550-60237 FENCE GATE, TYPE B,
SLIDING/CANTILEVER,
GREATER THAN 30'
OPENNING
EA 2 $ $
98 570-1-2 PERFORMANCE TURF, SOD SY 3014 $ $
99 580-2-20 LANDSCAPE- RESET
EXISTING TREE IN PLACE
WITH STAKING AND GUYING
EA 5 $ $
100 630-2-12 CONDUIT LF 105 $ $
101 635-2-11 PULL & SPLICE BOX, F&I, 13"
X 24" COVER SIZE
EA 1 $ $
102 635-2-12 PULL & SPLICE BOX, F&I, 24"
X 36" COVER SIZE
EA 6 $ $
30 I 2019-231-KB
82 521-72-4 SHLDR CONC. BARRIER
WALL, RIGID-RETAINING
LF 1983 $ $
83 522-1 CONCRETE SIDEWALK AND
DRIVEWAYS, 4" THICK
SY 4745 $ $
84 522-2 CONCRETE SIDEWALK AND
DRIVEWAYS, 6" THICK
SY 2341 $ $
85 523-1-3 PATTERNED PAVEMENT,
VEHICULAR AREAS- GREEN
BIKE LANE
SY 223 $ $
86 526-1-1 PAVERS, ARCHITECTURAL,
ROADWAY
SY 227 $ $
87 526-1-2 PAVERS, ARCHITECTURAL,
SIDEWALK
SY 48 $ $
88 527-2 DETECTABLE WARNING
SURFACE
SF 591 $ $
89 530-3-3 RIPRAP - RUBBLE, BANK AND
SHORE
TN 30.5 $ $
90 536-1-0 GUARDRAIL - ROADWAY,
GENERAL TL-2
LF 277 $ $
91 536-7-2 GUARDRAIL- SPECIAL POST
(SPECIAL STEEL POST PER
CONC. STRUCT MOUNT)
EA 36 $ $
92 536-73 GUARDRAIL REMOVAL LF 1684 $ $
93 536-85-24 GUARDRAIL END
TREATMENT - PARALLEL
APPROACH TERMINAL
EA 2 $ $
94 536-85-25 GUARDRAIL END
TREATMENT - TRAILING
ANCHORAGE TYPE II
EA 2 $ $
95 536-85-26 GUARDRAIL END
TREATMENT - TYPE CRT
EA 1 $ $
96 544-75-1 CRASH CUSHION EA 1 $ $
97 550-60237 FENCE GATE, TYPE B,
SLIDING/CANTILEVER,
GREATER THAN 30'
OPENNING
EA 2 $ $
98 570-1-2 PERFORMANCE TURF, SOD SY 3014 $ $
99 580-2-20 LANDSCAPE- RESET
EXISTING TREE IN PLACE
WITH STAKING AND GUYING
EA 5 $ $
100 630-2-12 CONDUIT LF 105 $ $
101 635-2-11 PULL & SPLICE BOX, F&I, 13"
X 24" COVER SIZE
EA 1 $ $
102 635-2-12 PULL & SPLICE BOX, F&I, 24"
X 36" COVER SIZE
EA 6 $ $
30 I 2019-231-KB
103 695-1-1 TMS VEHICLE AXLE SENSOR,
NON-WEIGHT, F&I
EA 2 $ $
104 695-6-12 TMS INDUCTIVE LOOP
ASSEMBLY
EA 2 $ $
105 695-7-132 TMS CABINET, FURNISH &
INSTALL, TYPE 3, PEDESTAL
MOUNT
EA 1 $ $
106 700-1-11 SINGLE POST SIGN, F&I
GROUND MOUNT, UP TO 12
SF
AS 72 $ $
107 700-1-12 SINGLE POST SIGN, F&I
GROUND MOUNT, 12 SF TO
20 SF
AS 13 $ $
108 700-1-21 SINGLE POST SIGN, F&I
BARRIER MOUNT INDEX
11871 UP TO 12 SF
AS 21 $ $
109 700-1-50 SINGLE POST SIGN
RELOCATE
AS 47 $ $
110 700-1-60 SINGLE POST SIGN REMOVE AS 125 $ $
111 700-3-101 SIGN PANEL, FURNISH &
INSTALL GROUND MOUNT,
UP TO 12 SF
EA 1 $ $
112 700-3501 SIGN PANEL, RELOCATE, UP
TO 12 SF
EA 3 $ $
113 700-3601 SIGN PANEL, REMOVE, UP
TO 12 SF
EA 7 $ $
114 706-3 RETRO-REFLECTIVE
PAVEMENT MARKERS
EA 518 $ $
115 710-90 PAINTED PAVEMENT
MARKINGS, FINAL SURFACE
LS 1 $ $
116 PAINTED PAVT. MARKINGS,
WHITE, SOLID, 6"
GM 2.371 $ $
117 * PAINTED PAVT. MARKINGS,
WHITE, SOLID,8"
GM 0.324 $ $
118 * PAINTED PAVT. MARKINGS,
WHITE, SOLID, 18"
LF 694 $ $
119 PAINTED PAVT. MARKINGS,
WHITE, SOLID, 24"
LF 1461 $ $
120 * PAINTED PAVT. MARKINGS,
WHITE, MESSAGE OR
SYMBOL
EA 26 $ $
121 * PAINTED PAVT. MARKINGS,
WHITE, ARROW
EA 27 $ $
122 * PAINTED PAVT. MARKINGS,
WHITE, SKIP, 6" (10/30)
GM 0.758 $ $
31 I 2019-231-KB
103 695-1-1 TMS VEHICLE AXLE SENSOR,
NON-WEIGHT, F&I
EA 2 $ $
104 695-6-12 TMS INDUCTIVE LOOP
ASSEMBLY
EA 2 $ $
105 695-7-132 TMS CABINET, FURNISH &
INSTALL, TYPE 3, PEDESTAL
MOUNT
EA 1 $ $
106 700-1-11 SINGLE POST SIGN, F&I
GROUND MOUNT, UP TO 12
SF
AS 72 $ $
107 700-1-12 SINGLE POST SIGN, F&I
GROUND MOUNT, 12 SF TO
20 SF
AS 13 $ $
108 700-1-21 SINGLE POST SIGN, F&I
BARRIER MOUNT INDEX
11871 UP TO 12 SF
AS 21 $ $
109 700-1-50 SINGLE POST SIGN
RELOCATE
AS 47 $ $
110 700-1-60 SINGLE POST SIGN REMOVE AS 125 $ $
111 700-3-101 SIGN PANEL, FURNISH &
INSTALL GROUND MOUNT,
UP TO 12 SF
EA 1 $ $
112 700-3501 SIGN PANEL, RELOCATE, UP
TO 12 SF
EA 3 $ $
113 700-3601 SIGN PANEL, REMOVE, UP
TO 12 SF
EA 7 $ $
114 706-3 RETRO-REFLECTIVE
PAVEMENT MARKERS
EA 518 $ $
115 710-90 PAINTED PAVEMENT
MARKINGS, FINAL SURFACE
LS 1 $ $
116 PAINTED PAVT. MARKINGS,
WHITE, SOLID, 6"
GM 2.371 $ $
117 * PAINTED PAVT. MARKINGS,
WHITE, SOLID,8"
GM 0.324 $ $
118 * PAINTED PAVT. MARKINGS,
WHITE, SOLID, 18"
LF 694 $ $
119 PAINTED PAVT. MARKINGS,
WHITE, SOLID, 24"
LF 1461 $ $
120 * PAINTED PAVT. MARKINGS,
WHITE, MESSAGE OR
SYMBOL
EA 26 $ $
121 * PAINTED PAVT. MARKINGS,
WHITE, ARROW
EA 27 $ $
122 * PAINTED PAVT. MARKINGS,
WHITE, SKIP, 6" (10/30)
GM 0.758 $ $
31 I 2019-231-KB
103 695-1-1 TMS VEHICLE AXLE SENSOR,
NON-WEIGHT, F&I
EA 2 $ $
104 695-6-12 TMS INDUCTIVE LOOP
ASSEMBLY
EA 2 $ $
105 695-7-132 TMS CABINET, FURNISH &
INSTALL, TYPE 3, PEDESTAL
MOUNT
EA 1 $ $
106 700-1-11 SINGLE POST SIGN, F&I
GROUND MOUNT, UP TO 12
SF
AS 72 $ $
107 700-1-12 SINGLE POST SIGN, F&I
GROUND MOUNT, 12 SF TO
20 SF
AS 13 $ $
108 700-1-21 SINGLE POST SIGN, F&I
BARRIER MOUNT INDEX
11871 UP TO 12 SF
AS 21 $ $
109 700-1-50 SINGLE POST SIGN
RELOCATE
AS 47 $ $
110 700-1-60 SINGLE POST SIGN REMOVE AS 125 $ $
111 700-3-101 SIGN PANEL, FURNISH &
INSTALL GROUND MOUNT,
UP TO 12 SF
EA 1 $ $
112 700-3501 SIGN PANEL, RELOCATE, UP
TO 12 SF
EA 3 $ $
113 700-3601 SIGN PANEL, REMOVE, UP
TO 12 SF
EA 7 $ $
114 706-3 RETRO-REFLECTIVE
PAVEMENT MARKERS
EA 518 $ $
115 710-90 PAINTED PAVEMENT
MARKINGS, FINAL SURFACE
LS 1 $ $
116 PAINTED PAVT. MARKINGS,
WHITE, SOLID, 6"
GM 2.371 $ $
117 * PAINTED PAVT. MARKINGS,
WHITE, SOLID,8"
GM 0.324 $ $
118 * PAINTED PAVT. MARKINGS,
WHITE, SOLID, 18"
LF 694 $ $
119 PAINTED PAVT. MARKINGS,
WHITE, SOLID, 24"
LF 1461 $ $
120 * PAINTED PAVT. MARKINGS,
WHITE, MESSAGE OR
SYMBOL
EA 26 $ $
121 * PAINTED PAVT. MARKINGS,
WHITE, ARROW
EA 27 $ $
122 * PAINTED PAVT. MARKINGS,
WHITE, SKIP, 6" (10/30)
GM 0.758 $ $
31 I 2019-231-KB
123 PAINTED PAVT. MARKINGS,
WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED
EXTENSION
GM 0.229 $ $
124 PAINTED PAVT. MARKINGS,
WHITE, SOLID, 12" FOR
CROSSWALK
LF 1502 $ $
125 PAINTED PAVT. MARKINGS,
YELLOW, SOLID 6"
GM 0.717 $ $
126 * PAINTED PAVT. MARKINGS,
YELLOW, SOLID 8"
GM 0.18 $ $
127 PAINTED PAVT. MARKINGS,
YELLOW, SOLID, 18"
LF 897 $ $
128 * PAINTED PAVT. MARKINGS,
YELLOW, ISLAND NOSE
SF 1094 $ $
129 710-11-160 PAINTED PAVT. MARKINGS EA 10 $ $
130 711-11-124 THERMOPLASTIC, STD.,
WHITE, SOLID, 18"
LF 694 $ $
131 711-11-125 THERMOPLASTIC, STD.,
WHITE, SOLID, 24" FOR STOP
LINE
LF 295 $ $
132 711-11-141 THERMOPLASTIC, STD.,
WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED
EXTENSION
GM 0.229 $ $
133 711-11-160 THERMOPLASTIC,
STANDARD, WHITE,
MESSAGE OR SYMBOL
EA 26 $ $
134 711-11-170 THERMOPLASTIC,
STANDARD, WHITE, ARROW
EA 27 $ $
135 711-11-224 THERMOPLASTIC, STD.,
YELLOW, SOLID, 18"
LF 897 $ $
136 711-14-123 THERMOPLASTIC,
PREFORMED, WHITE, SOLID,
12" FOR CROSSWALK
LF 1502 $ $
137 711-14-125 THERMOPLASTIC,
PREFORMED, WHITE, SOLID,
24" FOR CROSSWALK
LF 1166 $ $
138 711-14-160 THERMOPLASTIC,
PREFORMED, WHITE,
MESSAGE
EA 16 $ $
139 711-16-101 THERMOPLASTIC, OTHER
SURFACES, WHITE, SOLID, 6"
GM 2.371 $ $
140 711-16-102 THERMOPLASTIC, OTHER
SURFACES, WHITE, SOLID, 8"
GM 0.324 $ $
32 I 2019-231-KB
123 PAINTED PAVT. MARKINGS,
WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED
EXTENSION
GM 0.229 $ $
124 PAINTED PAVT. MARKINGS,
WHITE, SOLID, 12" FOR
CROSSWALK
LF 1502 $ $
125 PAINTED PAVT. MARKINGS,
YELLOW, SOLID 6"
GM 0.717 $ $
126 * PAINTED PAVT. MARKINGS,
YELLOW, SOLID 8"
GM 0.18 $ $
127 PAINTED PAVT. MARKINGS,
YELLOW, SOLID, 18"
LF 897 $ $
128 * PAINTED PAVT. MARKINGS,
YELLOW, ISLAND NOSE
SF 1094 $ $
129 710-11-160 PAINTED PAVT. MARKINGS EA 10 $ $
130 711-11-124 THERMOPLASTIC, STD.,
WHITE, SOLID, 18"
LF 694 $ $
131 711-11-125 THERMOPLASTIC, STD.,
WHITE, SOLID, 24" FOR STOP
LINE
LF 295 $ $
132 711-11-141 THERMOPLASTIC, STD.,
WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED
EXTENSION
GM 0.229 $ $
133 711-11-160 THERMOPLASTIC,
STANDARD, WHITE,
MESSAGE OR SYMBOL
EA 26 $ $
134 711-11-170 THERMOPLASTIC,
STANDARD, WHITE, ARROW
EA 27 $ $
135 711-11-224 THERMOPLASTIC, STD.,
YELLOW, SOLID, 18"
LF 897 $ $
136 711-14-123 THERMOPLASTIC,
PREFORMED, WHITE, SOLID,
12" FOR CROSSWALK
LF 1502 $ $
137 711-14-125 THERMOPLASTIC,
PREFORMED, WHITE, SOLID,
24" FOR CROSSWALK
LF 1166 $ $
138 711-14-160 THERMOPLASTIC,
PREFORMED, WHITE,
MESSAGE
EA 16 $ $
139 711-16-101 THERMOPLASTIC, OTHER
SURFACES, WHITE, SOLID, 6"
GM 2.371 $ $
140 711-16-102 THERMOPLASTIC, OTHER
SURFACES, WHITE, SOLID, 8"
GM 0.324 $ $
32 I 2019-231-KB
123 PAINTED PAVT. MARKINGS,
WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED
EXTENSION
GM 0.229 $ $
124 PAINTED PAVT. MARKINGS,
WHITE, SOLID, 12" FOR
CROSSWALK
LF 1502 $ $
125 PAINTED PAVT. MARKINGS,
YELLOW, SOLID 6"
GM 0.717 $ $
126 * PAINTED PAVT. MARKINGS,
YELLOW, SOLID 8"
GM 0.18 $ $
127 PAINTED PAVT. MARKINGS,
YELLOW, SOLID, 18"
LF 897 $ $
128 * PAINTED PAVT. MARKINGS,
YELLOW, ISLAND NOSE
SF 1094 $ $
129 710-11-160 PAINTED PAVT. MARKINGS EA 10 $ $
130 711-11-124 THERMOPLASTIC, STD.,
WHITE, SOLID, 18"
LF 694 $ $
131 711-11-125 THERMOPLASTIC, STD.,
WHITE, SOLID, 24" FOR STOP
LINE
LF 295 $ $
132 711-11-141 THERMOPLASTIC, STD.,
WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED
EXTENSION
GM 0.229 $ $
133 711-11-160 THERMOPLASTIC,
STANDARD, WHITE,
MESSAGE OR SYMBOL
EA 26 $ $
134 711-11-170 THERMOPLASTIC,
STANDARD, WHITE, ARROW
EA 27 $ $
135 711-11-224 THERMOPLASTIC, STD.,
YELLOW, SOLID, 18"
LF 897 $ $
136 711-14-123 THERMOPLASTIC,
PREFORMED, WHITE, SOLID,
12" FOR CROSSWALK
LF 1502 $ $
137 711-14-125 THERMOPLASTIC,
PREFORMED, WHITE, SOLID,
24" FOR CROSSWALK
LF 1166 $ $
138 711-14-160 THERMOPLASTIC,
PREFORMED, WHITE,
MESSAGE
EA 16 $ $
139 711-16-101 THERMOPLASTIC, OTHER
SURFACES, WHITE, SOLID, 6"
GM 2.371 $ $
140 711-16-102 THERMOPLASTIC, OTHER
SURFACES, WHITE, SOLID, 8"
GM 0.324 $ $
32 I 2019-231-KB
141 711-16-131 THERMOPLASTIC, OTHER
SURFACES, WHITE, SKIP,
6",10-30 SKIP
GM 0.758 $ $
142 711-16-201 THERMOPLASTIC, OTHER
SURFACES, YELLOW, SOLID,
6"
GM 0.717 $ $
143 711-16-202 THERMOPLASTIC, OTHER
SURFACES, YELLOW, SOLID,
8"
GM 0.18 $ $
144 630-2-12 CONDUIT, FURNISH &
INSTALL, DIRECTIONAL
BORE
LF 6800 $ $
145 635-2-11 PULL & SPLICE BOX, F & I,
DIRECTIONAL, 13" X 24"
COVER SIZE
EA 73 $ $
146 641-2-12 PRESTRESSED CONCRETE
POLE, F&I, TYPE P-II
SERVICE POLE
EA 1 $ $
147 715-1-12 LIGHTING CONDUCTORS,
F&I, INSULATED, NO.8 - 6
LF 28398 $ $
148 715-1-13 LIGHTING CONDUCTORS,
F&I, INSULATED, NO 4 TO NO
2
LF 348 $ $
149 715-4-60 LIGHT POLE COMPLETE,
RELOCATE
EA 11 $ $
150 715-4-70 LIGHT POLE COMPLETE,
REMOVE POLE AND
FOUNDATION
EA 15 $ $
151 715-7-11 LOAD CENTER,- F&I,
SECONDARY VOLTAGE
EA 2 $ $
152 715-7-21 LOAD CENTER, REWORK,
SECONDARY VOLTAGE
EA 1 $ $
153 715-7-41 LOAD CENTER, REMOVE,
SECONDARY VOLTAGE
EA 1 $ $
154 715-500-1 POLE CABLE DISTRIBUTION
SYSTEM, CONVENTIONAL
EA 47 $ $
155 715-511-
130
LIGHT POLE COMPLETE-
SPECIAL DESIGN, F&I,
SINGLE ARM SHOULDER
MOUNT, ALUMINUM, 30'
EA 47 $ $
156 630-2-12 CONDUIT, FURNISH &
INSTALL, DIRECTIONAL
BORE
LF 3288 $ $
157 632-7-1 SIGNAL CABLE - NEW OR
RECONSTRUCTED
INTERSECTION, F & I
PI 3 $ $
158 632-7-6 SIGNAL CABLE - REMOVE -
INTERSECTION
PI 3 $ $
33 I 2019-231-KB
141 711-16-131 THERMOPLASTIC, OTHER
SURFACES, WHITE, SKIP,
6",10-30 SKIP
GM 0.758 $ $
142 711-16-201 THERMOPLASTIC, OTHER
SURFACES, YELLOW, SOLID,
6"
GM 0.717 $ $
143 711-16-202 THERMOPLASTIC, OTHER
SURFACES, YELLOW, SOLID,
8"
GM 0.18 $ $
144 630-2-12 CONDUIT, FURNISH &
INSTALL, DIRECTIONAL
BORE
LF 6800 $ $
145 635-2-11 PULL & SPLICE BOX, F & I,
DIRECTIONAL, 13" X 24"
COVER SIZE
EA 73 $ $
146 641-2-12 PRESTRESSED CONCRETE
POLE, F&I, TYPE P-II
SERVICE POLE
EA 1 $ $
147 715-1-12 LIGHTING CONDUCTORS,
F&I, INSULATED, NO.8 - 6
LF 28398 $ $
148 715-1-13 LIGHTING CONDUCTORS,
F&I, INSULATED, NO 4 TO NO
2
LF 348 $ $
149 715-4-60 LIGHT POLE COMPLETE,
RELOCATE
EA 11 $ $
150 715-4-70 LIGHT POLE COMPLETE,
REMOVE POLE AND
FOUNDATION
EA 15 $ $
151 715-7-11 LOAD CENTER,- F&I,
SECONDARY VOLTAGE
EA 2 $ $
152 715-7-21 LOAD CENTER, REWORK,
SECONDARY VOLTAGE
EA 1 $ $
153 715-7-41 LOAD CENTER, REMOVE,
SECONDARY VOLTAGE
EA 1 $ $
154 715-500-1 POLE CABLE DISTRIBUTION
SYSTEM, CONVENTIONAL
EA 47 $ $
155 715-511-
130
LIGHT POLE COMPLETE-
SPECIAL DESIGN, F&I,
SINGLE ARM SHOULDER
MOUNT, ALUMINUM, 30'
EA 47 $ $
156 630-2-12 CONDUIT, FURNISH &
INSTALL, DIRECTIONAL
BORE
LF 3288 $ $
157 632-7-1 SIGNAL CABLE - NEW OR
RECONSTRUCTED
INTERSECTION, F & I
PI 3 $ $
158 632-7-6 SIGNAL CABLE - REMOVE -
INTERSECTION
PI 3 $ $
33 I 2019-231-KB
141 711-16-131 THERMOPLASTIC, OTHER
SURFACES, WHITE, SKIP,
6",10-30 SKIP
GM 0.758 $ $
142 711-16-201 THERMOPLASTIC, OTHER
SURFACES, YELLOW, SOLID,
6"
GM 0.717 $ $
143 711-16-202 THERMOPLASTIC, OTHER
SURFACES, YELLOW, SOLID,
8"
GM 0.18 $ $
144 630-2-12 CONDUIT, FURNISH &
INSTALL, DIRECTIONAL
BORE
LF 6800 $ $
145 635-2-11 PULL & SPLICE BOX, F & I,
DIRECTIONAL, 13" X 24"
COVER SIZE
EA 73 $ $
146 641-2-12 PRESTRESSED CONCRETE
POLE, F&I, TYPE P-II
SERVICE POLE
EA 1 $ $
147 715-1-12 LIGHTING CONDUCTORS,
F&I, INSULATED, NO.8 - 6
LF 28398 $ $
148 715-1-13 LIGHTING CONDUCTORS,
F&I, INSULATED, NO 4 TO NO
2
LF 348 $ $
149 715-4-60 LIGHT POLE COMPLETE,
RELOCATE
EA 11 $ $
150 715-4-70 LIGHT POLE COMPLETE,
REMOVE POLE AND
FOUNDATION
EA 15 $ $
151 715-7-11 LOAD CENTER,- F&I,
SECONDARY VOLTAGE
EA 2 $ $
152 715-7-21 LOAD CENTER, REWORK,
SECONDARY VOLTAGE
EA 1 $ $
153 715-7-41 LOAD CENTER, REMOVE,
SECONDARY VOLTAGE
EA 1 $ $
154 715-500-1 POLE CABLE DISTRIBUTION
SYSTEM, CONVENTIONAL
EA 47 $ $
155 715-511-
130
LIGHT POLE COMPLETE-
SPECIAL DESIGN, F&I,
SINGLE ARM SHOULDER
MOUNT, ALUMINUM, 30'
EA 47 $ $
156 630-2-12 CONDUIT, FURNISH &
INSTALL, DIRECTIONAL
BORE
LF 3288 $ $
157 632-7-1 SIGNAL CABLE - NEW OR
RECONSTRUCTED
INTERSECTION, F & I
PI 3 $ $
158 632-7-6 SIGNAL CABLE - REMOVE -
INTERSECTION
PI 3 $ $
33 I 2019-231-KB
159 635-2-11 PULL & SPLICE BOX,
FURNISH & INSTALL, 13" X
24" COVER SIZE
EA 92 $ $
160 639-1-122 ELECTRIC POWER SERVICE,
F&I, UNDERGROUND, METER
PURCHASED BY
CONTRACTOR
AS 4 $ $
161 639-2-1 ELECTRIC SERVICE WIRE,
F&I
LF 905 $ $
162 639-3-60 ELECTRIC SERVICE
DISCONNECT, REMOVE
EA 3 $ $
163 641-2-12 PRESTRESSED CONCRETE
POLE, F&I, TYPE P-II
SERVICE POLE
EA 4 $ $
164 646-1-11 ALUMINUM SIGNAL POLES,
PEDESTAL
EA 18 $ $
165 646-1-60 ALUMINUM SIGNALS POLE,
REMOVAL
EA 9 $ $
166 649-21-4 STEEL MAST ARM
ASSEMBLY, F&I, DOUBLE
ARM 40' - 30'
EA 1 $ $
167 649-21-6 STEEL MAST ARM
ASSEMBLY, F&I, SIGNLE ARM
50'
EA 1 $ $
168 649-21-7 STEEL MAST ARM
ASSEMBLY, F&I, DOUBLE
ARM 50' - 30'
EA 1 $ $
169 649-21-10 STEEL MAST ARM
ASSEMBLY, F&I, SINGLE ARM
60'
EA 3 $ $
170 649-26-3 STEEL MAST ARM
ASSEMBLY, REMOVE,
SHALLOW FOUNDATION-
BOLT ON ATTACHMENT
EA 5 $ $
171 650-1-14 TRAFFIC SIGNAL, F & I,
ALUMINUM, 3 SECT., 1 WAY
AS 18 $ $
172 653-1-11 PEDESTRIAN SIGNAL, F & I,
LED COUNTDOWN, 1-WAY
AS 16 $ $
173 653-1-12 PEDESTRIAN SIGNAL,
FURNISH & INSTALL LED
COUNTDOWN, 2 WAY
AS 2 $ $
174 653-1-60 PEDESTRIAN SIGNAL
REMOVE PED SIGNAL-
POLE/PEDESTAL TO REMAIN
AS 1 $ $
175 660-4-11 VEHICLE DETECTION
SYSTEM - VIDEO, F&I
CABINET EQUIPMENT
EA 3 $ $
176 660-4-12 VEHICLE DETECTION
SYSTEM - VIDEO, F&I ABOVE
GROUND
EA 8 $ $
34 I 2019-231-KB
159 635-2-11 PULL & SPLICE BOX,
FURNISH & INSTALL, 13" X
24" COVER SIZE
EA 92 $ $
160 639-1-122 ELECTRIC POWER SERVICE,
F&I, UNDERGROUND, METER
PURCHASED BY
CONTRACTOR
AS 4 $ $
161 639-2-1 ELECTRIC SERVICE WIRE,
F&I
LF 905 $ $
162 639-3-60 ELECTRIC SERVICE
DISCONNECT, REMOVE
EA 3 $ $
163 641-2-12 PRESTRESSED CONCRETE
POLE, F&I, TYPE P-II
SERVICE POLE
EA 4 $ $
164 646-1-11 ALUMINUM SIGNAL POLES,
PEDESTAL
EA 18 $ $
165 646-1-60 ALUMINUM SIGNALS POLE,
REMOVAL
EA 9 $ $
166 649-21-4 STEEL MAST ARM
ASSEMBLY, F&I, DOUBLE
ARM 40' - 30'
EA 1 $ $
167 649-21-6 STEEL MAST ARM
ASSEMBLY, F&I, SIGNLE ARM
50'
EA 1 $ $
168 649-21-7 STEEL MAST ARM
ASSEMBLY, F&I, DOUBLE
ARM 50' - 30'
EA 1 $ $
169 649-21-10 STEEL MAST ARM
ASSEMBLY, F&I, SINGLE ARM
60'
EA 3 $ $
170 649-26-3 STEEL MAST ARM
ASSEMBLY, REMOVE,
SHALLOW FOUNDATION-
BOLT ON ATTACHMENT
EA 5 $ $
171 650-1-14 TRAFFIC SIGNAL, F & I,
ALUMINUM, 3 SECT., 1 WAY
AS 18 $ $
172 653-1-11 PEDESTRIAN SIGNAL, F & I,
LED COUNTDOWN, 1-WAY
AS 16 $ $
173 653-1-12 PEDESTRIAN SIGNAL,
FURNISH & INSTALL LED
COUNTDOWN, 2 WAY
AS 2 $ $
174 653-1-60 PEDESTRIAN SIGNAL
REMOVE PED SIGNAL-
POLE/PEDESTAL TO REMAIN
AS 1 $ $
175 660-4-11 VEHICLE DETECTION
SYSTEM - VIDEO, F&I
CABINET EQUIPMENT
EA 3 $ $
176 660-4-12 VEHICLE DETECTION
SYSTEM - VIDEO, F&I ABOVE
GROUND
EA 8 $ $
34 I 2019-231-KB
159 635-2-11 PULL & SPLICE BOX,
FURNISH & INSTALL, 13" X
24" COVER SIZE
EA 92 $ $
160 639-1-122 ELECTRIC POWER SERVICE,
F&I, UNDERGROUND, METER
PURCHASED BY
CONTRACTOR
AS 4 $ $
161 639-2-1 ELECTRIC SERVICE WIRE,
F&I
LF 905 $ $
162 639-3-60 ELECTRIC SERVICE
DISCONNECT, REMOVE
EA 3 $ $
163 641-2-12 PRESTRESSED CONCRETE
POLE, F&I, TYPE P-II
SERVICE POLE
EA 4 $ $
164 646-1-11 ALUMINUM SIGNAL POLES,
PEDESTAL
EA 18 $ $
165 646-1-60 ALUMINUM SIGNALS POLE,
REMOVAL
EA 9 $ $
166 649-21-4 STEEL MAST ARM
ASSEMBLY, F&I, DOUBLE
ARM 40' - 30'
EA 1 $ $
167 649-21-6 STEEL MAST ARM
ASSEMBLY, F&I, SIGNLE ARM
50'
EA 1 $ $
168 649-21-7 STEEL MAST ARM
ASSEMBLY, F&I, DOUBLE
ARM 50' - 30'
EA 1 $ $
169 649-21-10 STEEL MAST ARM
ASSEMBLY, F&I, SINGLE ARM
60'
EA 3 $ $
170 649-26-3 STEEL MAST ARM
ASSEMBLY, REMOVE,
SHALLOW FOUNDATION-
BOLT ON ATTACHMENT
EA 5 $ $
171 650-1-14 TRAFFIC SIGNAL, F & I,
ALUMINUM, 3 SECT., 1 WAY
AS 18 $ $
172 653-1-11 PEDESTRIAN SIGNAL, F & I,
LED COUNTDOWN, 1-WAY
AS 16 $ $
173 653-1-12 PEDESTRIAN SIGNAL,
FURNISH & INSTALL LED
COUNTDOWN, 2 WAY
AS 2 $ $
174 653-1-60 PEDESTRIAN SIGNAL
REMOVE PED SIGNAL-
POLE/PEDESTAL TO REMAIN
AS 1 $ $
175 660-4-11 VEHICLE DETECTION
SYSTEM - VIDEO, F&I
CABINET EQUIPMENT
EA 3 $ $
176 660-4-12 VEHICLE DETECTION
SYSTEM - VIDEO, F&I ABOVE
GROUND
EA 8 $ $
34 I 2019-231-KB
177 665-1-11 PEDESTRIAN DETECTOR, F &
I
EA 20 $ $
178 665-1-60 PEDESTRIAN DETECTOR
REMOVE - POLE/PEDESTAL
TO REMAIN
EA 1 $ $
179 670-5-140 TRAFFIC CONTROLLER
ASSEMBLY, F&I, MODEL 2070
AS 3 $ $
180 670-5-400 TRAFFIC CONTROLLER
ASSEMBLY MODIFY
AS 1 $ $
181 670-5-600 TRAFFIC CONTROLLER
ASSEMBLY REMOVE
CONTROLLER WITH CABINET
AS 3 $ $
182 700-3-201 SIGN PANEL. F&I, OVERHEAD
MOUNT, UP TO 12 SF
EA 8 $ $
183 700-3-205 SIGN PANEL FURNISH &
INSTALL OVERHEAD MOUNT,
51-100 SF
EA 1 $ $
184 700-3-601 SIGN PANEL, REMOVE, UP
TO 12 SF
EA 1 $ $
185 700-4-112 OVERHEAD STATIC SEIGN
STRUCTURE, FURNISH &
INSTALL, CANTILEVER, 21 -
30 FT
EA 1 $ $
186 700-5-21 INTERNALLY ILLUMINATED
SIGN, F&I, OVERHEAD
MOUNT, UP TO 12 SF
EA 8 $ $
187 700-12-32
"
SIGN BEACON, F&I
OVERHEAD MOUNT, TWO
BEACONS
AS 3 $ $
SUBTOTAL BASE BID OPTION
LS 1
A (ITEMS 1487) $
188 Owner's Contingency $1,500,000.00 $1,500,000.00
189 City Indemnification EA 1 $25.00 $25.00
$1,500,025.00 SUBTOTAL CONTINGENCY AND INDEMNIFICATION OPTION A (ITEMS 188-189)
GRAND TOTAL OPTION A (ITEMS 1-189) $
Bidder: Initials:
ALTERNATE ITEMS FOR SIDE STREETS DRAINAGE
OPTION A
35 12019-231-KB
177 665-1-11 PEDESTRIAN DETECTOR, F &
I
EA 20 $ $
178 665-1-60 PEDESTRIAN DETECTOR
REMOVE - POLE/PEDESTAL
TO REMAIN
EA 1 $ $
179 670-5-140 TRAFFIC CONTROLLER
ASSEMBLY, F&I, MODEL 2070
AS 3 $ $
180 670-5-400 TRAFFIC CONTROLLER
ASSEMBLY MODIFY
AS 1 $ $
181 670-5-600 TRAFFIC CONTROLLER
ASSEMBLY REMOVE
CONTROLLER WITH CABINET
AS 3 $ $
182 700-3-201 SIGN PANEL. F&I, OVERHEAD
MOUNT, UP TO 12 SF
EA 8 $ $
183 700-3-205 SIGN PANEL FURNISH &
INSTALL OVERHEAD MOUNT,
51-100 SF
EA 1 $ $
184 700-3-601 SIGN PANEL, REMOVE, UP
TO 12 SF
EA 1 $ $
185 700-4-112 OVERHEAD STATIC SEIGN
STRUCTURE, FURNISH &
INSTALL, CANTILEVER, 21 -
30 FT
EA 1 $ $
186 700-5-21 INTERNALLY ILLUMINATED
SIGN, F&I, OVERHEAD
MOUNT, UP TO 12 SF
EA 8 $ $
187 700-12-32
"
SIGN BEACON, F&I
OVERHEAD MOUNT, TWO
BEACONS
AS 3 $ $
SUBTOTAL BASE BID OPTION
LS 1
A (ITEMS 1487) $
188 Owner's Contingency $1,500,000.00 $1,500,000.00
189 City Indemnification EA 1 $25.00 $25.00
$1,500,025.00 SUBTOTAL CONTINGENCY AND INDEMNIFICATION OPTION A (ITEMS 188-189)
GRAND TOTAL OPTION A (ITEMS 1-189) $
Bidder: Initials:
ALTERNATE ITEMS FOR SIDE STREETS DRAINAGE
OPTION A
35 12019-231-KB
177 665-1-11 PEDESTRIAN DETECTOR, F &
I
EA 20 $ $
178 665-1-60 PEDESTRIAN DETECTOR
REMOVE - POLE/PEDESTAL
TO REMAIN
EA 1 $ $
179 670-5-140 TRAFFIC CONTROLLER
ASSEMBLY, F&I, MODEL 2070
AS 3 $ $
180 670-5-400 TRAFFIC CONTROLLER
ASSEMBLY MODIFY
AS 1 $ $
181 670-5-600 TRAFFIC CONTROLLER
ASSEMBLY REMOVE
CONTROLLER WITH CABINET
AS 3 $ $
182 700-3-201 SIGN PANEL. F&I, OVERHEAD
MOUNT, UP TO 12 SF
EA 8 $ $
183 700-3-205 SIGN PANEL FURNISH &
INSTALL OVERHEAD MOUNT,
51-100 SF
EA 1 $ $
184 700-3-601 SIGN PANEL, REMOVE, UP
TO 12 SF
EA 1 $ $
185 700-4-112 OVERHEAD STATIC SEIGN
STRUCTURE, FURNISH &
INSTALL, CANTILEVER, 21 -
30 FT
EA 1 $ $
186 700-5-21 INTERNALLY ILLUMINATED
SIGN, F&I, OVERHEAD
MOUNT, UP TO 12 SF
EA 8 $ $
187 700-12-32
.
SIGN BEACON, F&I
OVERHEAD MOUNT, TWO
BEACONS
AS 3 $ $
SUBTOTAL BASE BID OPTION A (ITEMS 1487) $
188 Owner's Contingency LS 1 $1,500,000.00 $1,500,000.00
189 City Indemnification EA 1 $25.00 $25.00
$1,500,025.00 SUBTOTAL CONTINGENCY AND INDEMNIFICATION OPTION A (ITEMS 188-189)
GRAND TOTAL OPTION A (ITEMS 1-189)
Bidder: Initials:
ALTERNATE ITEMS FOR SIDE STREETS DRAINAGE
OPTION A
35 12019-231-KB
191 425-2-42 MANHOLES, P-7, >10' EA 1 $ $
192 430-175-
115
PIPE CULV, OPT MAIL,
ROUND, 15" S/CD
LF 4 $ $
193 430-175-
118
PIPE CULV, OPT MAIL,
ROUND, 18" S/CD
LF 49 $ $
194 430-175-
124
PIPE CULV, OPT MATL,
ROUND, 24" S/CD
LF 1824 $ $
195 431-1-1 PIPE LINER, OPTIONAL LF 1158 $ $
MATERIAL, 0-24"
196 431-1-2 PIPE LINER, OPTIONAL LF 249 $ $
MATERIAL, 25%36"
SUBTOTAL ALTERNATE SIDE STREETS OPTION A (ITEM 190-196)
Bidder: Initials:
CONTINUED ON THE FOLLOWING PAGE
36 12019-231-KB
191 425-2-42 MANHOLES, P-7, >10' EA 1 $ $
192 430-175-
115
PIPE CULV, OPT MAIL,
ROUND, 15" S/CD
LF 4 $ $
193 430-175-
118
PIPE CULV, OPT MAIL,
ROUND, 18" S/CD
LF 49 $ $
194 430-175-
124
PIPE CULV, OPT MATL,
ROUND, 24" S/CD
LF 1824 $ $
195 431-1-1 PIPE LINER, OPTIONAL LF 1158 $ $
MATERIAL, 0-24"
196 431-1-2 PIPE LINER, OPTIONAL LF 249 $ $
MATERIAL, 25%36"
SUBTOTAL ALTERNATE SIDE STREETS OPTION A (ITEM 190-196)
Bidder: Initials:
CONTINUED ON THE FOLLOWING PAGE
36 12019-231-KB
191 425-2-42 MANHOLES, P-7, >10' EA 1 $ $
192 430-175-
115
PIPE CULV, OPT MAIL,
ROUND, 15" S/CD
LF 4 $ $
193 430-175-
118
PIPE CULV, OPT MAIL,
ROUND, 18" S/CD
LF 49 $ $
194 430-175-
124
PIPE CULV, OPT MAIL,
ROUND, 24" S/CD
LF 1824 $ $
195 431-1-1 PIPE LINER, OPTIONAL LF 1158 $ $
MATERIAL, 0-24"
196 431-1-2 PIPE LINER, OPTIONAL LF 249 $ $
MATERIAL, 25"-36"
SUBTOTAL ALTERNATE SIDE STREETS OPTION A (ITEM 190-196)
Bidder: Initials:
CONTINUED ON THE FOLLOWING PAGE
36 12019-231-KB
PROJECT TITLE: ITB NO. 2018-054-ZD
INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 35TH STREET
OPTION B
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.
Item Pay Item Item Description 'Unit ' - Quantity - -Unit Cost- , . Extended -Cost '
Number
1 101-1 MOBILIZATION LS 1 $ $
2 102-1 MAINTENANCE OF TRAFFIC LS 1 $ $
(319 DA)
3 102-14 TRAFFIC CONTROL OFFICER MH 6180 $ $
4 102-60 WORK ZONE SIGNS ED 73525 $ $
5 102-71-15 TEMPORARY BARRIER, F&I,
ANCHORED
LF 96 $ $
6 102-71-16 TEMPORARY BARRIER, F&I,
FREE STANDING
LF 1876 $ $
7 102-71-25 TEMPORARY BARRIER,
RELOCATE, ANCHORED
LF 48 $ $
8 102-71-26 TEMPORARY BARRIER,
RELOCATE, FREE STANDING
LF 2835 $ $
9 102-74-1 CHANNELIZING DEVICE - ED 72210 $ $
TYPE I, II, DI, VP & DRUM
10 102-74-2 CHANNELIZING DEVICE - ED 10700 $ $
TYPE III - 6'
11 102-74-7 CHANNELIZING DEVICE- LF 336 $ $
PEDESTRIAN LCD
(LONGITUDINAL
CHANNELIZING DEVICE)
12 102-76 ARROW BOARD / ADVANCED ED 530 $ $
WARNING ARROW PANEL
13 102-78 TEMPORARY EA 50 $ $
RETROREFLECTIVE
PAVEMENT MARKER
37 12019-231-KB
PROJECT TITLE: ITB NO. 2018-054-ZD
INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 35TH STREET
OPTION B
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.
Item Pay Item Item Description 'Unit ' - Quantity - -Unit Cost- , . Extended -Cost '
Number
1 101-1 MOBILIZATION LS 1 $ $
2 102-1 MAINTENANCE OF TRAFFIC LS 1 $ $
(319 DA)
3 102-14 TRAFFIC CONTROL OFFICER MH 6180 $ $
4 102-60 WORK ZONE SIGNS ED 73525 $ $
5 102-71-15 TEMPORARY BARRIER, F&I,
ANCHORED
LF 96 $ $
6 102-71-16 TEMPORARY BARRIER, F&I,
FREE STANDING
LF 1876 $ $
7 102-71-25 TEMPORARY BARRIER,
RELOCATE, ANCHORED
LF 48 $ $
8 102-71-26 TEMPORARY BARRIER,
RELOCATE, FREE STANDING
LF 2835 $ $
9 102-74-1 CHANNELIZING DEVICE - ED 72210 $ $
TYPE I, II, DI, VP & DRUM
10 102-74-2 CHANNELIZING DEVICE - ED 10700 $ $
TYPE III - 6'
11 102-74-7 CHANNELIZING DEVICE- LF 336 $ $
PEDESTRIAN LCD
(LONGITUDINAL
CHANNELIZING DEVICE)
12 102-76 ARROW BOARD / ADVANCED ED 530 $ $
WARNING ARROW PANEL
13 102-78 TEMPORARY EA 50 $ $
RETROREFLECTIVE
PAVEMENT MARKER
37 12019-231-KB
PROJECT TITLE: ITB NO. 2018-054-ZD
INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 35TH STREET
OPTION B
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.
Item Pay Item Item Description 'Unit ' - Quantity - -Unit Cost- , . Extended -Cost '
Number
1 101-1 MOBILIZATION LS 1 $ $
2 102-1 MAINTENANCE OF TRAFFIC LS 1 $ $
(319 DA)
3 102-14 TRAFFIC CONTROL OFFICER MH 6180 $ $
4 102-60 WORK ZONE SIGNS ED 73525 $ $
5 102-71-15 TEMPORARY BARRIER, F&I,
ANCHORED
LF 96 $ $
6 102-71-16 TEMPORARY BARRIER, F&I,
FREE STANDING
LF 1876 $ $
7 102-71-25 TEMPORARY BARRIER,
RELOCATE, ANCHORED
LF 48 $ $
8 102-71-26 TEMPORARY BARRIER,
RELOCATE, FREE STANDING
LF 2835 $ $
9 102-74-1 CHANNELIZING DEVICE - ED 72210 $ $
TYPE I, II, DI, VP & DRUM
10 102-74-2 CHANNELIZING DEVICE - ED 10700 $ $
TYPE III - 6'
11 102-74-7 CHANNELIZING DEVICE- LF 336 $ $
PEDESTRIAN LCD
(LONGITUDINAL
CHANNELIZING DEVICE)
12 102-76 ARROW BOARD / ADVANCED ED 530 $ $
WARNING ARROW PANEL
13 102-78 TEMPORARY EA 50 $ $
RETROREFLECTIVE
PAVEMENT MARKER
37 12019-231-KB
14 102-89-1 TEMPORARY CRASH
CUSHION, REDIRECTIVE
OPTION
LO 4 $ $
15 102-99 PORTABLE CHANGEABLE
MESSAGE SIGN -
TEMPORARY
ED 945 $ $
16 102-104 TEMPORARY SIGNALIZATION
AND MAINTENANCE OF
INTERSECTION
ED 638 $ $
17 102-107-1 TEMPORARY TRAFFIC
DETECTION AND
MAINTENANCE OF
INTERSECTION
ED 638 $ $
:
18 102-911-2 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, SOLID
LF 1340 $ $
19 102-911-3 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, OTHER
SF 128 $ $
20 102-912-2 REMOVABLE TAPE
PAVEMENT MARKINGS -
YELLOW, SOLID
LF 8512 $ $
21 104-10-3 SEDIMENT BARRIER LF 1807 $ $
22 104-11 FLOATING TURBIDITY
BARRIER
LF 121 $ $
23 104-18 INLET PROTECTION SYSTEM EA 55 $ $
24 107-1 LITTER REMOVAL AC 20.45 $ $
25 107-2 MOWING AC 3.27 $ $
26 108-1 MONITOR EXISTING
STRUCTURES - INSPECTION
AND SETTLEMENT
MONITORING
LS 1 $ $
27 108-2 MONITOR EXISTING
STRUCTURES - VIBRATION
MONITORING
LS 1 $ $
28 108-3 MONITOR EXISTING
STRUCTURES-
GROUNDWATER
MONITORING
LS 1 $ $
29 110-1-1 CLEARING AND GRUBBING AC 2.23 $ $
30 110-4-10 REMOVAL OF EXISTING
CONCRETE
SY 4871 $ $
31 120-1 EXCAVATION CY 417.9 $ $
32 120-6 EMBANKMENT CY 9114.3 $ $
33 160-4 TYPE B STABILIZATION SY 11391 $ $
34 162-1-11 PREPARED SOIL LAYER SY 1501 $ $
35 285-701 OPTIONAL BASE GROUP 01
(B-12.5 ONLY)
SY 1494 $ $
38 I 2019-231-KB
14 102-89-1 TEMPORARY CRASH
CUSHION, REDIRECTIVE
OPTION
LO 4 $ $
15 102-99 PORTABLE CHANGEABLE
MESSAGE SIGN -
TEMPORARY
ED 945 $ $
16 102-104 TEMPORARY SIGNALIZATION
AND MAINTENANCE OF
INTERSECTION
ED 638 $ $
17 102-107-1 TEMPORARY TRAFFIC
DETECTION AND
MAINTENANCE OF
INTERSECTION
ED 638 $ $
:
18 102-911-2 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, SOLID
LF 1340 $ $
19 102-911-3 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, OTHER
SF 128 $ $
20 102-912-2 REMOVABLE TAPE
PAVEMENT MARKINGS -
YELLOW, SOLID
LF 8512 $ $
21 104-10-3 SEDIMENT BARRIER LF 1807 $ $
22 104-11 FLOATING TURBIDITY
BARRIER
LF 121 $ $
23 104-18 INLET PROTECTION SYSTEM EA 55 $ $
24 107-1 LITTER REMOVAL AC 20.45 $ $
25 107-2 MOWING AC 3.27 $ $
26 108-1 MONITOR EXISTING
STRUCTURES - INSPECTION
AND SETTLEMENT
MONITORING
LS 1 $ $
27 108-2 MONITOR EXISTING
STRUCTURES - VIBRATION
MONITORING
LS 1 $ $
28 108-3 MONITOR EXISTING
STRUCTURES-
GROUNDWATER
MONITORING
LS 1 $ $
29 110-1-1 CLEARING AND GRUBBING AC 2.23 $ $
30 110-4-10 REMOVAL OF EXISTING
CONCRETE
SY 4871 $ $
31 120-1 EXCAVATION CY 417.9 $ $
32 120-6 EMBANKMENT CY 9114.3 $ $
33 160-4 TYPE B STABILIZATION SY 11391 $ $
34 162-1-11 PREPARED SOIL LAYER SY 1501 $ $
35 285-701 OPTIONAL BASE GROUP 01
(B-12.5 ONLY)
SY 1494 $ $
38 I 2019-231-KB
14 102-89-1 TEMPORARY CRASH
CUSHION, REDIRECTIVE
OPTION
LO 4 $ $
15 102-99 PORTABLE CHANGEABLE
MESSAGE SIGN -
TEMPORARY
ED 945 $ $
16 102-104 TEMPORARY SIGNALIZATION
AND MAINTENANCE OF
INTERSECTION
ED 638 $ $
17 102-107-1 TEMPORARY TRAFFIC
DETECTION AND
MAINTENANCE OF
INTERSECTION
ED 638 $ $
:
18 102-911-2 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, SOLID
LF 1340 $ $
19 102-911-3 REMOVABLE TAPE
PAVEMENT MARKINGS -
WHITE OR BLACK, OTHER
SF 128 $ $
20 102-912-2 REMOVABLE TAPE
PAVEMENT MARKINGS -
YELLOW, SOLID
LF 8512 $ $
21 104-10-3 SEDIMENT BARRIER LF 1807 $ $
22 104-11 FLOATING TURBIDITY
BARRIER
LF 121 $ $
23 104-18 INLET PROTECTION SYSTEM EA 55 $ $
24 107-1 LITTER REMOVAL AC 20.45 $ $
25 107-2 MOWING AC 3.27 $ $
26 108-1 MONITOR EXISTING
STRUCTURES - INSPECTION
AND SETTLEMENT
MONITORING
LS 1 $ $
27 108-2 MONITOR EXISTING
STRUCTURES - VIBRATION
MONITORING
LS 1 $ $
28 108-3 MONITOR EXISTING
STRUCTURES-
GROUNDWATER
MONITORING
LS 1 $ $
29 110-1-1 CLEARING AND GRUBBING AC 2.23 $ $
30 110-4-10 REMOVAL OF EXISTING
CONCRETE
SY 4871 $ $
31 120-1 EXCAVATION CY 417.9 $ $
32 120-6 EMBANKMENT CY 9114.3 $ $
33 160-4 TYPE B STABILIZATION SY 11391 $ $
34 162-1-11 PREPARED SOIL LAYER SY 1501 $ $
35 285-701 OPTIONAL BASE GROUP 01
(B-12.5 ONLY)
SY 1494 $ $
38 I 2019-231-KB
36 285-711 OPTIONAL BASE GROUP 11
(B-12.5 ONLY)
SY 8875 $ $
37 327-70-1 MILLING EXISTING ASPHALT
PAVEMENT (1" AVG. DEPTH)
SY 4561 $ $
38 327-70-4 MILLING EXISTING ASPHALT
PAVEMENT (3" AVG. DEPTH)
SY 7006 $ $
39 334-1-13 SUPERPAVE ASPHALTIC
CONC, TRAFFIC C
TN 2213.5 $ $
40 337-7-83 ASPH CONC FC, TRAF C, FC-
12.5, PG 76-22
TN 1549.8 $ $
41 339-1 MISCELLANEOUS ASPHALT
PAVEMENT
TN 11.3 $ $
42 400-0-11 CONCRETE CLASS NS,
GRAVITY WALL (FOR
GRAVITY WALL 2' HEIGHT
AVG.)
CY 61 $ $
43 400-0-13 CONCRETE CLASS NS,
STEPS
CY 23.3 $ $
44 400-4-8 CONC CLASS IV, BULKHEAD CY 7 $ $
45 415-1-6 REINFORCING STEEL-
MISCELLANEOUS
LB 1156 $ $
46 415-1-8 REINFORCING STEEL-
BULKHEAD
LB 720 $ $
47 425-1201 INLETS, CURB, TYPE 9, <10' EA 1 $ $
48 425-1311 INLETS, CURB, TYPE P-1,
<10'
EA 2 $ $
49 425-1321 INLETS, CURB, TYPE P-2,
<10'
EA 5 $ $
50 425-1351 INLETS, CURB, TYPE P-5,
<10'
EA 10 $ $
51 425-1355 INLETS, CURB, TYPE P-5,
PARTIAL
EA 1 $ $
52 425-1361 INLETS, CURB, TYPE P-6,
<10'
EA 6 $ $
53 425-1521 INLETS, DITCH BOTTOM,
TYPE C, <10'
EA 3 $ $
54 425-1529 INLETS, DITCH BOTTOM
TYPE C MODIFIED <10'
(DRIVEWAY INLET SINGLE
AND DOUBLE GRATE)
EA 3 $ $
55 425-2-41 MANHOLES, P-7, <10' EA 5 $ $
56 425-2-42 MANHOLES, P-7, >10' EA 1 $ $
57 425-2-71 MANHOLES, J-7, <10' EA 3 $ $
58 425-2-72 MANHOLES, J-7, >10' EA 12 $ $
59 425-2-73 MANHOLES, J-7 PARTIAL (MH
RISER), <10' (INLINE 72" PIPE
RISER)
EA 4 $ $
39 12019-231-KB
36 285-711 OPTIONAL BASE GROUP 11
(B-12.5 ONLY)
SY 8875 $ $
37 327-70-1 MILLING EXISTING ASPHALT
PAVEMENT (1" AVG. DEPTH)
SY 4561 $ $
38 327-70-4 MILLING EXISTING ASPHALT
PAVEMENT (3" AVG. DEPTH)
SY 7006 $ $
39 334-1-13 SUPERPAVE ASPHALTIC
CONC, TRAFFIC C
TN 2213.5 $ $
40 337-7-83 ASPH CONC FC, TRAF C, FC-
12.5, PG 76-22
TN 1549.8 $ $
41 339-1 MISCELLANEOUS ASPHALT
PAVEMENT
TN 11.3 $ $
42 400-0-11 CONCRETE CLASS NS,
GRAVITY WALL (FOR
GRAVITY WALL 2' HEIGHT
AVG.)
CY 61 $ $
43 400-0-13 CONCRETE CLASS NS,
STEPS
CY 23.3 $ $
44 400-4-8 CONC CLASS IV, BULKHEAD CY 7 $ $
45 415-1-6 REINFORCING STEEL-
MISCELLANEOUS
LB 1156 $ $
46 415-1-8 REINFORCING STEEL-
BULKHEAD
LB 720 $ $
47 425-1201 INLETS, CURB, TYPE 9, <10' EA 1 $ $
48 425-1311 INLETS, CURB, TYPE P-1,
<10'
EA 2 $ $
49 425-1321 INLETS, CURB, TYPE P-2,
<10'
EA 5 $ $
50 425-1351 INLETS, CURB, TYPE P-5,
<10'
EA 10 $ $
51 425-1355 INLETS, CURB, TYPE P-5,
PARTIAL
EA 1 $ $
52 425-1361 INLETS, CURB, TYPE P-6,
<10'
EA 6 $ $
53 425-1521 INLETS, DITCH BOTTOM,
TYPE C, <10'
EA 3 $ $
54 425-1529 INLETS, DITCH BOTTOM
TYPE C MODIFIED <10'
(DRIVEWAY INLET SINGLE
AND DOUBLE GRATE)
EA 3 $ $
55 425-2-41 MANHOLES, P-7, <10' EA 5 $ $
56 425-2-42 MANHOLES, P-7, >10' EA 1 $ $
57 425-2-71 MANHOLES, J-7, <10' EA 3 $ $
58 425-2-72 MANHOLES, J-7, >10' EA 12 $ $
59 425-2-73 MANHOLES, J-7 PARTIAL (MH
RISER), <10' (INLINE 72" PIPE
RISER)
EA 4 $ $
39 12019-231-KB
36 285-711 OPTIONAL BASE GROUP 11
(B-12.5 ONLY)
SY 8875 $ $
37 327-70-1 MILLING EXISTING ASPHALT
PAVEMENT (1" AVG. DEPTH)
SY 4561 $ $
38 327-70-4 MILLING EXISTING ASPHALT
PAVEMENT (3" AVG. DEPTH)
SY 7006 $ $
39 334-1-13 SUPERPAVE ASPHALTIC
CONC, TRAFFIC C
TN 2213.5 $ $
40 337-7-83 ASPH CONC FC, TRAF C, FC-
12.5, PG 76-22
TN 1549.8 $ $
41 339-1 MISCELLANEOUS ASPHALT
PAVEMENT
TN 11.3 $ $
42 400-0-11 CONCRETE CLASS NS,
GRAVITY WALL (FOR
GRAVITY WALL 2' HEIGHT
AVG.)
CY 61 $ $
43 400-0-13 CONCRETE CLASS NS,
STEPS
CY 23.3 $ $
44 400-4-8 CONC CLASS IV, BULKHEAD CY 7 $ $
45 415-1-6 REINFORCING STEEL-
MISCELLANEOUS
LB 1156 $ $
46 415-1-8 REINFORCING STEEL-
BULKHEAD
LB 720 $ $
47 425-1201 INLETS, CURB, TYPE 9, <10' EA 1 $ $
48 425-1311 INLETS, CURB, TYPE P-1,
<10'
EA 2 $ $
49 425-1321 INLETS, CURB, TYPE P-2,
<10'
EA 5 $ $
50 425-1351 INLETS, CURB, TYPE P-5,
<10'
EA 10 $ $
51 425-1355 INLETS, CURB, TYPE P-5,
PARTIAL
EA 1 $ $
52 425-1361 INLETS, CURB, TYPE P-6,
<10'
EA 6 $ $
53 425-1521 INLETS, DITCH BOTTOM,
TYPE C, <10'
EA 3 $ $
54 425-1529 INLETS, DITCH BOTTOM
TYPE C MODIFIED <10'
(DRIVEWAY INLET SINGLE
AND DOUBLE GRATE)
EA 3 $ $
55 425-2-41 MANHOLES, P-7, <10' EA 5 $ $
56 425-2-42 MANHOLES, P-7, >10' EA 1 $ $
57 425-2-71 MANHOLES, J-7, <10' EA 3 $ $
58 425-2-72 MANHOLES, J-7, >10' EA 12 $ $
59 425-2-73 MANHOLES, J-7 PARTIAL (MH
RISER), <10' ONLINE 72" PIPE
RISER)
EA 4 $ $
39 12019-231-KB
60 425-5 MANHOLES ADJUST EA 47 $ $
61 425-5-1 MANHOLES, ADJUST,
UTILITY
EA 46 $ $
62 425-6 VALVE BOX ADJUST EA 150 $ $
63 425-10 YARD DRAIN EA 43 $ $
64 430-175-
112
PIPE CULV, OPT MATL,
ROUND, 12" S/CD
LF 1394 $ $
65 430-175-
115
PIPE CULV, OPT MATL,
ROUND, 15" S/CD
LF 32 $ $
66 430-175-
118
PIPE CULV, OPT MAIL,
ROUND, 18" S/CD
LF 420 $ $
67 430-175-
124
PIPE CULV, OPT MAIL,
ROUND, 24" S/CD
LF 772 $ $
68 430-175-
130
PIPE CULV, OPT MAIL,
ROUND, 30" S/CD
LF 103 $ $
69 430-175-
172
PIPE CULV, OPT MAIL,
ROUND, 72" S/CD
LF 480 $ $
70 436-1-1 TRENCH DRAIN, STANDARD LF 416 $ $
71 444-75-1 DEEP WELL - PLUGGING OF
EXISTING WELLS
EA 3 $ $
72 448-73 PUMP STATION (DRAINAGE
USE ONLY)
LS 1 $ $
73 455-34-2 PRESTRESSED CONCRETE
PILING, 14" SQ.
LF 280 $ $
74 515-1-2 PIPE HANDRAIL - GUIDERAIL,
ALUMINUM
LF 753 $ $
75 520-1-10 CURB AND GUTTER TYPE "F" LF 3986 $ $
76 520-2-4 CURB AND GUTTER TYPE "D" LF 319 $ $
77 520-3 CONCRETE VALLEY GUTTER LF 257 $ $
78 521-72-4 SHLDR CONC. BARRIER
WALL, RIGID-RETAINING
LF 721 $ $
79 522-1 CONCRETE SIDEWALK AND
DRIVEWAYS, 4" THICK
SY 3094 $ $
80 522-2 CONCRETE SIDEWALK AND
DRIVEWAYS, 6" THICK
SY 1479 $ $
81 526-1-1 PAVERS, ARCHITECTURAL,
ROADWAY
SY 213 $ $
82 526-1-2 PAVERS, ARCHITECTURAL,
SIDEWALK
SY 24 $ $
83 527-2 DETECTABLE WARNING
SURFACE
SF 371 $ $
84 530-3-3 RIPRAP - RUBBLE, BANK
AND SHORE
TN 30.5 $ $
40 I 2019-231-KB
60 425-5 MANHOLES ADJUST EA 47 $ $
61 425-5-1 MANHOLES, ADJUST,
UTILITY
EA 46 $ $
62 425-6 VALVE BOX ADJUST EA 150 $ $
63 425-10 YARD DRAIN EA 43 $ $
64 430-175-
112
PIPE CULV, OPT MATL,
ROUND, 12" S/CD
LF 1394 $ $
65 430-175-
115
PIPE CULV, OPT MATL,
ROUND, 15" S/CD
LF 32 $ $
66 430-175-
118
PIPE CULV, OPT MAIL,
ROUND, 18" S/CD
LF 420 $ $
67 430-175-
124
PIPE CULV, OPT MAIL,
ROUND, 24" S/CD
LF 772 $ $
68 430-175-
130
PIPE CULV, OPT MAIL,
ROUND, 30" S/CD
LF 103 $ $
69 430-175-
172
PIPE CULV, OPT MAIL,
ROUND, 72" S/CD
LF 480 $ $
70 436-1-1 TRENCH DRAIN, STANDARD LF 416 $ $
71 444-75-1 DEEP WELL - PLUGGING OF
EXISTING WELLS
EA 3 $ $
72 448-73 PUMP STATION (DRAINAGE
USE ONLY)
LS 1 $ $
73 455-34-2 PRESTRESSED CONCRETE
PILING, 14" SQ.
LF 280 $ $
74 515-1-2 PIPE HANDRAIL - GUIDERAIL,
ALUMINUM
LF 753 $ $
75 520-1-10 CURB AND GUTTER TYPE "F" LF 3986 $ $
76 520-2-4 CURB AND GUTTER TYPE "D" LF 319 $ $
77 520-3 CONCRETE VALLEY GUTTER LF 257 $ $
78 521-72-4 SHLDR CONC. BARRIER
WALL, RIGID-RETAINING
LF 721 $ $
79 522-1 CONCRETE SIDEWALK AND
DRIVEWAYS, 4" THICK
SY 3094 $ $
80 522-2 CONCRETE SIDEWALK AND
DRIVEWAYS, 6" THICK
SY 1479 $ $
81 526-1-1 PAVERS, ARCHITECTURAL,
ROADWAY
SY 213 $ $
82 526-1-2 PAVERS, ARCHITECTURAL,
SIDEWALK
SY 24 $ $
83 527-2 DETECTABLE WARNING
SURFACE
SF 371 $ $
84 530-3-3 RIPRAP - RUBBLE, BANK
AND SHORE
TN 30.5 $ $
40 I 2019-231-KB
60 425-5 MANHOLES ADJUST EA 47 $ $
61 425-5-1 MANHOLES, ADJUST,
UTILITY
EA 46 $ $
62 425-6 VALVE BOX ADJUST EA 150 $ $
63 425-10 YARD DRAIN EA 43 $ $
64 430-175-
112
PIPE CULV, OPT MATL,
ROUND, 12" S/CD
LF 1394 $ $
65 430-175-
115
PIPE CULV, OPT MATL,
ROUND, 15" S/CD
LF 32 $ $
66 430-175-
118
PIPE CULV, OPT MAIL,
ROUND, 18" S/CD
LF 420 $ $
67 430-175-
124
PIPE CULV, OPT MAIL,
ROUND, 24" S/CD
LF 772 $ $
68 430-175-
130
PIPE CULV, OPT MAIL,
ROUND, 30" S/CD
LF 103 $ $
69 430-175-
172
PIPE CULV, OPT MAIL,
ROUND, 72" S/CD
LF 480 $ $
70 436-1-1 TRENCH DRAIN, STANDARD LF 416 $ $
71 444-75-1 DEEP WELL - PLUGGING OF
EXISTING WELLS
EA 3 $ $
72 448-73 PUMP STATION (DRAINAGE
USE ONLY)
LS 1 $ $
73 455-34-2 PRESTRESSED CONCRETE
PILING, 14" SQ.
LF 280 $ $
74 515-1-2 PIPE HANDRAIL - GUIDERAIL,
ALUMINUM
LF 753 $ $
75 520-1-10 CURB AND GUTTER TYPE "F" LF 3986 $ $
76 520-2-4 CURB AND GUTTER TYPE "D" LF 319 $ $
77 520-3 CONCRETE VALLEY GUTTER LF 257 $ $
78 521-72-4 SHLDR CONC. BARRIER
WALL, RIGID-RETAINING
LF 721 $ $
79 522-1 CONCRETE SIDEWALK AND
DRIVEWAYS, 4" THICK
SY 3094 $ $
80 522-2 CONCRETE SIDEWALK AND
DRIVEWAYS, 6" THICK
SY 1479 $ $
81 526-1-1 PAVERS, ARCHITECTURAL,
ROADWAY
SY 213 $ $
82 526-1-2 PAVERS, ARCHITECTURAL,
SIDEWALK
SY 24 $ $
83 527-2 DETECTABLE WARNING
SURFACE
SF 371 $ $
84 530-3-3 RIPRAP - RUBBLE, BANK
AND SHORE
TN 30.5 $ $
40 I 2019-231-KB
85 536-1-0 GUARDRAIL - ROADWAY,
GENERAL TL-2
LF 418 $ $
86 536-7-2 GUARDRAIL- SPECIAL POST
(SPECIAL STEEL POST PER
CONC. STRUCT MOUNT)
EA 36 $ $
87 536-73 GUARDRAIL REMOVAL LF 1194 $ $
88 536-8-12 APPROACH TRANSITION
CONNECTION TO RIGID
BARRIER, FURNISH AND
INSTALL, TL-2
EA 1 $ $
89 536-85-24 GUARDRAIL END
TREATMENT - PARALLEL
APPROACH TERMINAL
EA 3 $ $
90 536-85-25 GUARDRAIL END
TREATMENT - TRAILING
ANCHORAGE TYPE II
EA 4 $ $
91 536-85-26 GUARDRAIL END
TREATMENT - TYPE CRT
EA 1 $ $
92 544-75-1 CRASH CUSHION EA 1 $ $
93 550-60237 FENCE GATE, TYPE B,
SLIDING/CANTILEVER,
GREATER THAN 30'
OPENNING
EA 2 $ $
94 570-1-2 PERFORMANCE TURF, SOD SY 1501 $ $
95 580-2-20 LANDSCAPE- RESET
EXISTING TREE IN PLACE
WITH STAKING AND GUYING
EA 5 $ $
96 630-2-12 CONDUIT LF 70 $ $
97 635-2-12 PULL & SPLICE BOX, F&I, 24"
X 36" COVER SIZE
EA 6 $ $
98 700-1-11 SINGLE POST SIGN, F&I
GROUND MOUNT, UP TO 12
SF
AS 50 $ $
99 700-1-12 SINGLE POST SIGN, F&I
GROUND MOUNT, 12 SF TO
20 SF
AS 8 $ $
100 700-1-21 SINGLE POST SIGN, F&I
BARRIER MOUNT INDEX
11871 UP TO 12 SF
AS 13 $ $
101 700-1-50 SINGLE POST SIGN
RELOCATE
AS 27 $ $
102 700-1-60 SINGLE POST SIGN REMOVE AS 83 $ $
103 700-3501 SIGN PANEL, RELOCATE, UP
TO 12 SF
EA 3 $ $
104 700-3601 SIGN PANEL, REMOVE, UP
TO 12 SF
EA 2 $ $
41 I 2019-231-KB
85 536-1-0 GUARDRAIL - ROADWAY,
GENERAL TL-2
LF 418 $ $
86 536-7-2 GUARDRAIL- SPECIAL POST
(SPECIAL STEEL POST PER
CONC. STRUCT MOUNT)
EA 36 $ $
87 536-73 GUARDRAIL REMOVAL LF 1194 $ $
88 536-8-12 APPROACH TRANSITION
CONNECTION TO RIGID
BARRIER, FURNISH AND
INSTALL, TL-2
EA 1 $ $
89 536-85-24 GUARDRAIL END
TREATMENT - PARALLEL
APPROACH TERMINAL
EA 3 $ $
90 536-85-25 GUARDRAIL END
TREATMENT - TRAILING
ANCHORAGE TYPE II
EA 4 $ $
91 536-85-26 GUARDRAIL END
TREATMENT - TYPE CRT
EA 1 $ $
92 544-75-1 CRASH CUSHION EA 1 $ $
93 550-60237 FENCE GATE, TYPE B,
SLIDING/CANTILEVER,
GREATER THAN 30'
OPENNING
EA 2 $ $
94 570-1-2 PERFORMANCE TURF, SOD SY 1501 $ $
95 580-2-20 LANDSCAPE- RESET
EXISTING TREE IN PLACE
WITH STAKING AND GUYING
EA 5 $ $
96 630-2-12 CONDUIT LF 70 $ $
97 635-2-12 PULL & SPLICE BOX, F&I, 24"
X 36" COVER SIZE
EA 6 $ $
98 700-1-11 SINGLE POST SIGN, F&I
GROUND MOUNT, UP TO 12
SF
AS 50 $ $
99 700-1-12 SINGLE POST SIGN, F&I
GROUND MOUNT, 12 SF TO
20 SF
AS 8 $ $
100 700-1-21 SINGLE POST SIGN, F&I
BARRIER MOUNT INDEX
11871 UP TO 12 SF
AS 13 $ $
101 700-1-50 SINGLE POST SIGN
RELOCATE
AS 27 $ $
102 700-1-60 SINGLE POST SIGN REMOVE AS 83 $ $
103 700-3501 SIGN PANEL, RELOCATE, UP
TO 12 SF
EA 3 $ $
104 700-3601 SIGN PANEL, REMOVE, UP
TO 12 SF
EA 2 $ $
41 I 2019-231-KB
85 536-1-0 GUARDRAIL - ROADWAY,
GENERAL TL-2
LF 418 $ $
86 536-7-2 GUARDRAIL- SPECIAL POST
(SPECIAL STEEL POST PER
CONC. STRUCT MOUNT)
EA 36 $ $
87 536-73 GUARDRAIL REMOVAL LF 1194 $ $
88 536-8-12 APPROACH TRANSITION
CONNECTION TO RIGID
BARRIER, FURNISH AND
INSTALL, TL-2
EA 1 $ $
89 536-85-24 GUARDRAIL END
TREATMENT - PARALLEL
APPROACH TERMINAL
EA 3 $ $
90 536-85-25 GUARDRAIL END
TREATMENT - TRAILING
ANCHORAGE TYPE II
EA 4 $ $
91 536-85-26 GUARDRAIL END
TREATMENT - TYPE CRT
EA 1 $ $
92 544-75-1 CRASH CUSHION EA 1 $ $
93 550-60237 FENCE GATE, TYPE B,
SLIDING/CANTILEVER,
GREATER THAN 30'
OPENNING
EA 2 $ $
94 570-1-2 PERFORMANCE TURF, SOD SY 1501 $ $
95 580-2-20 LANDSCAPE- RESET
EXISTING TREE IN PLACE
WITH STAKING AND GUYING
EA 5 $ $
96 630-2-12 CONDUIT LF 70 $ $
97 635-2-12 PULL & SPLICE BOX, F&I, 24"
X 36" COVER SIZE
EA 6 $ $
98 700-1-11 SINGLE POST SIGN, F&I
GROUND MOUNT, UP TO 12
SF
AS 50 $ $
99 700-1-12 SINGLE POST SIGN, F&I
GROUND MOUNT, 12 SF TO
20 SF
AS 8 $ $
100 700-1-21 SINGLE POST SIGN, F&I
BARRIER MOUNT INDEX
11871 UP TO 12 SF
AS 13 $ $
101 700-1-50 SINGLE POST SIGN
RELOCATE
AS 27 $ $
102 700-1-60 SINGLE POST SIGN REMOVE AS 83 $ $
103 700-3501 SIGN PANEL, RELOCATE, UP
TO 12 SF
EA 3 $ $
104 700-3601 SIGN PANEL, REMOVE, UP
TO 12 SF
EA 2 $ $
41 I 2019-231-KB
105 706-3 RETRO-REFLECTIVE
'PAVEMENT MARKERS
EA 387 $ $
106 710-90 PAINTED PAVEMENT
MARKINGS, FINAL SURFACE
LS 1 $ $
107 * PAINTED PAVT. MARKINGS,
WHITE, SOLID, 6"
GM 1.579 $ $
108 PAINTED PAVT. MARKINGS,
WHITE, SOLID,8"
GM 0.168 $ $
109 PAINTED PAVT. MARKINGS,
WHITE, SOLID, 18"
LF 519 $ $
110 * PAINTED PAVT. MARKINGS,
WHITE, SOLID, 24"
LF 921 $ $
111 PAINTED PAVT. MARKINGS,
WHITE, MESSAGE OR
SYMBOL
EA 14 $ $
112 PAINTED PAVT. MARKINGS,
WHITE, ARROW
EA 19 $ $
113 PAINTED PAVT. MARKINGS,
WHITE, SKIP, 6" (10/30)
GM 0.541 $ $
114 PAINTED PAVT. MARKINGS,
WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED
EXTENSION
GM 0.072 $ $
115 * PAINTED PAVT. MARKINGS,
WHITE, SOLID, 12" FOR
CROSSWALK
LF 935 $ $
116 PAINTED PAVT. MARKINGS,
YELLOW, SOLID 6"
GM 0.576 $ $
117 PAINTED PAVT. MARKINGS,
YELLOW, SOLID 8"
GM 0.157 $ $
118 PAINTED PAVT. MARKINGS,
YELLOW, SOLID, 18"
LF 769 $ $
119 PAINTED PAVT. MARKINGS,
YELLOW, ISLAND NOSE
SF 900 $ $
120 710-11-160 PAINTED PAVT. MARKINGS EA 10 $ $
121 711-11-124 THERMOPLASTIC, STD.,
WHITE, SOLID, 18"
LF 519 $ $
122 711-11-125 THERMOPLASTIC, STD.,
WHITE, SOLID, 24" FOR STOP
LINE
LF 203 $ $
123 711-11-141 THERMOPLASTIC, STD.,
WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED
EXTENSION
GM 0.072 $ $
42 I 2019-231-KB
105 706-3 RETRO-REFLECTIVE
'PAVEMENT MARKERS
EA 387 $ $
106 710-90 PAINTED PAVEMENT
MARKINGS, FINAL SURFACE
LS 1 $ $
107 * PAINTED PAVT. MARKINGS,
WHITE, SOLID, 6"
GM 1.579 $ $
108 PAINTED PAVT. MARKINGS,
WHITE, SOLID,8"
GM 0.168 $ $
109 PAINTED PAVT. MARKINGS,
WHITE, SOLID, 18"
LF 519 $ $
110 * PAINTED PAVT. MARKINGS,
WHITE, SOLID, 24"
LF 921 $ $
111 PAINTED PAVT. MARKINGS,
WHITE, MESSAGE OR
SYMBOL
EA 14 $ $
112 PAINTED PAVT. MARKINGS,
WHITE, ARROW
EA 19 $ $
113 PAINTED PAVT. MARKINGS,
WHITE, SKIP, 6" (10/30)
GM 0.541 $ $
114 PAINTED PAVT. MARKINGS,
WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED
EXTENSION
GM 0.072 $ $
115 * PAINTED PAVT. MARKINGS,
WHITE, SOLID, 12" FOR
CROSSWALK
LF 935 $ $
116 PAINTED PAVT. MARKINGS,
YELLOW, SOLID 6"
GM 0.576 $ $
117 PAINTED PAVT. MARKINGS,
YELLOW, SOLID 8"
GM 0.157 $ $
118 PAINTED PAVT. MARKINGS,
YELLOW, SOLID, 18"
LF 769 $ $
119 PAINTED PAVT. MARKINGS,
YELLOW, ISLAND NOSE
SF 900 $ $
120 710-11-160 PAINTED PAVT. MARKINGS EA 10 $ $
121 711-11-124 THERMOPLASTIC, STD.,
WHITE, SOLID, 18"
LF 519 $ $
122 711-11-125 THERMOPLASTIC, STD.,
WHITE, SOLID, 24" FOR STOP
LINE
LF 203 $ $
123 711-11-141 THERMOPLASTIC, STD.,
WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED
EXTENSION
GM 0.072 $ $
42 I 2019-231-KB
105 706-3 RETRO-REFLECTIVE
'PAVEMENT MARKERS
EA 387 $ $
106 710-90 PAINTED PAVEMENT
MARKINGS, FINAL SURFACE
LS 1 $ $
107 * PAINTED PAVT. MARKINGS,
WHITE, SOLID, 6"
GM 1.579 $ $
108 PAINTED PAVT. MARKINGS,
WHITE, SOLID,8"
GM 0.168 $ $
109 PAINTED PAVT. MARKINGS,
WHITE, SOLID, 18"
LF 519 $ $
110 * PAINTED PAVT. MARKINGS,
WHITE, SOLID, 24"
LF 921 $ $
111 PAINTED PAVT. MARKINGS,
WHITE, MESSAGE OR
SYMBOL
EA 14 $ $
112 PAINTED PAVT. MARKINGS,
WHITE, ARROW
EA 19 $ $
113 PAINTED PAVT. MARKINGS,
WHITE, SKIP, 6" (10/30)
GM 0.541 $ $
114 PAINTED PAVT. MARKINGS,
WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED
EXTENSION
GM 0.072 $ $
115 * PAINTED PAVT. MARKINGS,
WHITE, SOLID, 12" FOR
CROSSWALK
LF 935 $ $
116 PAINTED PAVT. MARKINGS,
YELLOW, SOLID 6"
GM 0.576 $ $
117 PAINTED PAVT. MARKINGS,
YELLOW, SOLID 8"
GM 0.157 $ $
118 PAINTED PAVT. MARKINGS,
YELLOW, SOLID, 18"
LF 769 $ $
119 PAINTED PAVT. MARKINGS,
YELLOW, ISLAND NOSE
SF 900 $ $
120 710-11-160 PAINTED PAVT. MARKINGS EA 10 $ $
121 711-11-124 THERMOPLASTIC, STD.,
WHITE, SOLID, 18"
LF 519 $ $
122 711-11-125 THERMOPLASTIC, STD.,
WHITE, SOLID, 24" FOR STOP
LINE
LF 203 $ $
123 711-11-141 THERMOPLASTIC, STD.,
WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED
EXTENSION
GM 0.072 $ $
42 I 2019-231-KB
124 711-11-160 THERMOPLASTIC,
STANDARD, WHITE,
MESSAGE OR SYMBOL
EA 14 $ $
125 711-11-170 THERMOPLASTIC,
STANDARD, WHITE, ARROW
EA 19 $ $
126 711-11-224 THERMOPLASTIC, STD.,
YELLOW, SOLID, 18"
LF 769 $ $
127 711-14-123 THERMOPLASTIC,
PREFORMED, WHITE, SOLID,
12" FOR CROSSWALK
LF 935 $ $
128 711-14-125 THERMOPLASTIC,
PREFORMED, WHITE, SOLID,
24" FOR CROSSWALK
LF 718 $ $
129 711-14-160 THERMOPLASTIC,
PREFORMED, WHITE,
MESSAGE
EA 13 $ $
130 711-16-101 THERMOPLASTIC, OTHER
SURFACES, WHITE, SOLID, 6"
GM 1.579 $ $
131 711-16-102 THERMOPLASTIC, OTHER
SURFACES, WHITE, SOLID, 8"
GM 0.168 $ $
132 711-16-131 THERMOPLASTIC, OTHER
SURFACES, WHITE, SKIP,
6",10-30 SKIP
GM 0.541 $ $
133 711-16-201 THERMOPLASTIC, OTHER
SURFACES, YELLOW, SOLID,
6"
GM 0.576 $ $
134 711-16-202 THERMOPLASTIC, OTHER
SURFACES, YELLOW, SOLID,
8"
GM 0.157 $ $
135 630-2-12 CONDUIT, FURNISH &
INSTALL, DIRECTIONAL
BORE
LF 4679 $ $
136 635-2-11 PULL & SPLICE BOX, F & I,
DIRECTIONAL, 13" X 24"
COVER SIZE
EA 55 $ $
137 641-2-12 PRESTRESSED CONCRETE
POLE, F&I, TYPE P-II
SERVICE POLE
EA 1 $ $
138 715-1-12 LIGHTING CONDUCTORS,
F&I, INSULATED, NO.8 - 6
LF 18487 $ $
139 715-1-13 LIGHTING CONDUCTORS,
F&I, INSULATED, NO 4 TO NO
2
LF 348 $ $
.
140 715-4-60 LIGHT POLE COMPLETE,
RELOCATE
EA 10 $ $
141 715-4-70 LIGHT POLE COMPLETE,
REMOVE POLE AND
FOUNDATION
EA 8 $ $
43 I 2019-231-KB
124 711-11-160 THERMOPLASTIC,
STANDARD, WHITE,
MESSAGE OR SYMBOL
EA 14 $ $
125 711-11-170 THERMOPLASTIC,
STANDARD, WHITE, ARROW
EA 19 $ $
126 711-11-224 THERMOPLASTIC, STD.,
YELLOW, SOLID, 18"
LF 769 $ $
127 711-14-123 THERMOPLASTIC,
PREFORMED, WHITE, SOLID,
12" FOR CROSSWALK
LF 935 $ $
128 711-14-125 THERMOPLASTIC,
PREFORMED, WHITE, SOLID,
24" FOR CROSSWALK
LF 718 $ $
129 711-14-160 THERMOPLASTIC,
PREFORMED, WHITE,
MESSAGE
EA 13 $ $
130 711-16-101 THERMOPLASTIC, OTHER
SURFACES, WHITE, SOLID, 6"
GM 1.579 $ $
131 711-16-102 THERMOPLASTIC, OTHER
SURFACES, WHITE, SOLID, 8"
GM 0.168 $ $
132 711-16-131 THERMOPLASTIC, OTHER
SURFACES, WHITE, SKIP,
6",10-30 SKIP
GM 0.541 $ $
133 711-16-201 THERMOPLASTIC, OTHER
SURFACES, YELLOW, SOLID,
6"
GM 0.576 $ $
134 711-16-202 THERMOPLASTIC, OTHER
SURFACES, YELLOW, SOLID,
8"
GM 0.157 $ $
135 630-2-12 CONDUIT, FURNISH &
INSTALL, DIRECTIONAL
BORE
LF 4679 $ $
136 635-2-11 PULL & SPLICE BOX, F & I,
DIRECTIONAL, 13" X 24"
COVER SIZE
EA 55 $ $
137 641-2-12 PRESTRESSED CONCRETE
POLE, F&I, TYPE P-II
SERVICE POLE
EA 1 $ $
138 715-1-12 LIGHTING CONDUCTORS,
F&I, INSULATED, NO.8 - 6
LF 18487 $ $
139 715-1-13 LIGHTING CONDUCTORS,
F&I, INSULATED, NO 4 TO NO
2
LF 348 $ $
.
140 715-4-60 LIGHT POLE COMPLETE,
RELOCATE
EA 10 $ $
141 715-4-70 LIGHT POLE COMPLETE,
REMOVE POLE AND
FOUNDATION
EA 8 $ $
43 I 2019-231-KB
124 711-11-160 THERMOPLASTIC,
STANDARD, WHITE,
MESSAGE OR SYMBOL
EA 14 $ $
125 711-11-170 THERMOPLASTIC,
STANDARD, WHITE, ARROW
EA 19 $ $
126 711-11-224 THERMOPLASTIC, STD.,
YELLOW, SOLID, 18"
LF 769 $ $
127 711-14-123 THERMOPLASTIC,
PREFORMED, WHITE, SOLID,
12" FOR CROSSWALK
LF 935 $ $
128 711-14-125 THERMOPLASTIC,
PREFORMED, WHITE, SOLID,
24" FOR CROSSWALK
LF 718 $ $
129 711-14-160 THERMOPLASTIC,
PREFORMED, WHITE,
MESSAGE
EA 13 $ $
130 711-16-101 THERMOPLASTIC, OTHER
SURFACES, WHITE, SOLID, 6"
GM 1.579 $ $
131 711-16-102 THERMOPLASTIC, OTHER
SURFACES, WHITE, SOLID, 8"
GM 0.168 $ $
132 711-16-131 THERMOPLASTIC, OTHER
SURFACES, WHITE, SKIP,
6",10-30 SKIP
GM 0.541 $ $
133 711-16-201 THERMOPLASTIC, OTHER
SURFACES, YELLOW, SOLID,
6"
GM 0.576 $ $
134 711-16-202 THERMOPLASTIC, OTHER
SURFACES, YELLOW, SOLID,
8"
GM 0.157 $ $
135 630-2-12 CONDUIT, FURNISH &
INSTALL, DIRECTIONAL
BORE
LF 4679 $ $
136 635-2-11 PULL & SPLICE BOX, F & I,
DIRECTIONAL, 13" X 24"
COVER SIZE
EA 55 $ $
137 641-2-12 PRESTRESSED CONCRETE
POLE, F&I, TYPE P-II
SERVICE POLE
EA 1 $ $
138 715-1-12 LIGHTING CONDUCTORS,
F&I, INSULATED, NO.8 - 6
LF 18487 $ $
139 715-1-13 LIGHTING CONDUCTORS,
F&I, INSULATED, NO 4 TO NO
2
LF 348 $ $
.
140 715-4-60 LIGHT POLE COMPLETE,
RELOCATE
EA 10 $ $
141 715-4-70 LIGHT POLE COMPLETE,
REMOVE POLE AND
FOUNDATION
EA 8 $ $
43 I 2019-231-KB
142 715-7-11 LOAD CENTER, F&I,
SECONDARY VOLTAGE
EA 2 $ $
143 715-7-21 LOAD CENTER, REWORK,
SECONDARY VOLTAGE
EA 1 $ $
144 715-7-41 LOAD CENTER, REMOVE,
SECONDARY VOLTAGE
EA 1 $ $
145 715-500-1 POLE CABLE DISTRIBUTION
SYSTEM, CONVENTIONAL
EA 33 $ $
146 715-511-
130
LIGHT POLE COMPLETE-
SPECIAL DESIGN, F&I,
SINGLE ARM SHOULDER
MOUNT, ALUMINUM, 30'
EA 33 $ $
147 630-2-12 CONDUIT, FURNISH &
INSTALL, DIRECTIONAL
BORE
LF 2108 $ $
148 632-7-1 SIGNAL CABLE - NEW OR
RECONSTRUCTED
INTERSECTION, F & I
PI 2 $ $
149 632-7-6 SIGNAL CABLE - REMOVE -
INTERSECTION
PI 2 $ $
150 635-2-11 PULL & SPLICE BOX,
FURNISH & INSTALL, 13" X
24" COVER SIZE
EA 61 $ $
151 639-1-122 ELECTRIC POWER SERVICE,
F&I, UNDERGROUND, METER
PURCHASED.BY
CONTRACTOR
AS 3 $ $
152 639-2-1 ELECTRIC SERVICE WIRE,
F&I
LF 685 $ $
.153 639-3-60 ELECTRIC SERVICE
DISCONNECT, REMOVE
EA 2 $ $
154 641-2-12 PRESTRESSED CONCRETE
POLE, F&I, TYPE P-II
SERVICE POLE
EA 3 $ $
155 646-1-11 ALUMINUM SIGNAL POLES,
PEDESTAL
EA 11 $ $
156 646-1-60 ALUMINUM SIGNALS POLE,
REMOVAL
EA 5 $ $
157 649-21-6 STEEL MAST ARM
ASSEMBLY, F&I, SIGNLE ARM
50'
EA 1 $ $
158 649-21-7 STEEL MAST ARM
ASSEMBLY, F&I, DOUBLE
ARM 50' - 30'
EA 1 $ $
159 649-21-10 STEEL MAST ARM
ASSEMBLY, F&I, SINGLE ARM
60'
EA 3 $ $
44 I 2019-231-KB
142 715-7-11 LOAD CENTER, F&I,
SECONDARY VOLTAGE
EA 2 $ $
143 715-7-21 LOAD CENTER, REWORK,
SECONDARY VOLTAGE
EA 1 $ $
144 715-7-41 LOAD CENTER, REMOVE,
SECONDARY VOLTAGE
EA 1 $ $
145 715-500-1 POLE CABLE DISTRIBUTION
SYSTEM, CONVENTIONAL
EA 33 $ $
146 715-511-
130
LIGHT POLE COMPLETE-
SPECIAL DESIGN, F&I,
SINGLE ARM SHOULDER
MOUNT, ALUMINUM, 30'
EA 33 $ $
147 630-2-12 CONDUIT, FURNISH &
INSTALL, DIRECTIONAL
BORE
LF 2108 $ $
148 632-7-1 SIGNAL CABLE - NEW OR
RECONSTRUCTED
INTERSECTION, F & I
PI 2 $ $
149 632-7-6 SIGNAL CABLE - REMOVE -
INTERSECTION
PI 2 $ $
150 635-2-11 PULL & SPLICE BOX,
FURNISH & INSTALL, 13" X
24" COVER SIZE
EA 61 $ $
151 639-1-122 ELECTRIC POWER SERVICE,
F&I, UNDERGROUND, METER
PURCHASED.BY
CONTRACTOR
AS 3 $ $
152 639-2-1 ELECTRIC SERVICE WIRE,
F&I
LF 685 $ $
.153 639-3-60 ELECTRIC SERVICE
DISCONNECT, REMOVE
EA 2 $ $
154 641-2-12 PRESTRESSED CONCRETE
POLE, F&I, TYPE P-II
SERVICE POLE
EA 3 $ $
155 646-1-11 ALUMINUM SIGNAL POLES,
PEDESTAL
EA 11 $ $
156 646-1-60 ALUMINUM SIGNALS POLE,
REMOVAL
EA 5 $ $
157 649-21-6 STEEL MAST ARM
ASSEMBLY, F&I, SIGNLE ARM
50'
EA 1 $ $
158 649-21-7 STEEL MAST ARM
ASSEMBLY, F&I, DOUBLE
ARM 50' - 30'
EA 1 $ $
159 649-21-10 STEEL MAST ARM
ASSEMBLY, F&I, SINGLE ARM
60'
EA 3 $ $
44 I 2019-231-KB
142 715-7-11 LOAD CENTER, F&I,
SECONDARY VOLTAGE
EA 2 $ $
143 715-7-21 LOAD CENTER, REWORK,
SECONDARY VOLTAGE
EA 1 $ $
144 715-7-41 LOAD CENTER, REMOVE,
SECONDARY VOLTAGE
EA 1 $ $
145 715-500-1 POLE CABLE DISTRIBUTION
SYSTEM, CONVENTIONAL
EA 33 $ $
146 715-511-
130
LIGHT POLE COMPLETE-
SPECIAL DESIGN, F&I,
SINGLE ARM SHOULDER
MOUNT, ALUMINUM, 30'
EA 33 $ $
147 630-2-12 CONDUIT, FURNISH &
INSTALL, DIRECTIONAL
BORE
LF 2108 $ $
148 632-7-1 SIGNAL CABLE - NEW OR
RECONSTRUCTED
INTERSECTION, F & I
PI 2 $ $
149 632-7-6 SIGNAL CABLE - REMOVE -
INTERSECTION
PI 2 $ $
150 635-2-11 PULL & SPLICE BOX,
FURNISH & INSTALL, 13" X
24" COVER SIZE
EA 61 $ $
151 639-1-122 ELECTRIC POWER SERVICE,
F&I, UNDERGROUND, METER
PURCHASED.BY
CONTRACTOR
AS 3 $ $
152 639-2-1 ELECTRIC SERVICE WIRE,
F&I
LF 685 $ $
.153 639-3-60 ELECTRIC SERVICE
DISCONNECT, REMOVE
EA 2 $ $
154 641-2-12 PRESTRESSED CONCRETE
POLE, F&I, TYPE P-II
SERVICE POLE
EA 3 $ $
155 646-1-11 ALUMINUM SIGNAL POLES,
PEDESTAL
EA 11 $ $
156 646-1-60 ALUMINUM SIGNALS POLE,
REMOVAL
EA 5 $ $
157 649-21-6 STEEL MAST ARM
ASSEMBLY, F&I, SIGNLE ARM
50'
EA 1 $ $
158 649-21-7 STEEL MAST ARM
ASSEMBLY, F&I, DOUBLE
ARM 50' - 30'
EA 1 $ $
159 649-21-10 STEEL MAST ARM
ASSEMBLY, F&I, SINGLE ARM
60'
EA 3 $ $
44 I 2019-231-KB
160 649-26-3 STEEL MAST ARM
ASSEMBLY, REMOVE,
SHALLOW FOUNDATION-
BOLT ON ATTACHMENT
EA 4 $ $
161 650-1-14 TRAFFIC SIGNAL, F & I,
ALUMINUM, 3 SECT., 1 WAY
AS 14 $ $
162 653-1-11 PEDESTRIAN SIGNAL, F & I,
LED COUNTDOWN, 1-WAY
AS 10 $ $
163 653-1-12 PEDESTRIAN SIGNAL,
FURNISH & INSTALL LED
COUNTDOWN, 2 WAY
AS 1 $ $
164 660-4-11 VEHICLE DETECTION
SYSTEM - VIDEO, F&I
CABINET EQUIPMENT
EA 2 $ $
165 660-4-12 VEHICLE DETECTION
SYSTEM - VIDEO, F&I ABOVE
GROUND
EA 6 $ $
166 665-1-11 PEDESTRIAN DETECTOR, F
&I
EA 12 $ $
167 670-5-140 TRAFFIC CONTROLLER
ASSEMBLY, F&I, MODEL 2070
AS 2 $ $
168 670-5-600 TRAFFIC CONTROLLER
ASSEMBLY REMOVE
CONTROLLER WITH
CABINET
AS 2 $ $
169 700-3-201 SIGN PANEL. F&I,
OVERHEAD MOUNT, UP TO
12 SF '
EA 6 $ $
170 700-3-205 SIGN PANEL FURNISH &
INSTALL OVERHEAD MOUNT,
51-100 SF
EA 1 $ $
171 700-4-112 OVERHEAD STATIC SIGN
STRUCTURE, FURNISH &
INSTALL, CANTILEVER, 21 -
30 FT
EA 1 $ $
172 700-5-21 INTERNALLY ILLUMINATED
SIGN, F&I, OVERHEAD
MOUNT, UP TO 12 SF
EA 6 $ $
173 700-12-32 SIGN BEACON, F&I
OVERHEAD MOUNT, TWO
BEACONS
AS 3 $ $
SUBTOTAL BASE BID OPTION B (ITEMS 1-173) $
174 Owner's Contingency LS 1 $1,150,000.00 $1,150,000.00
175 City Indemnification EA 1 $25.00 $25.00
SUBTOTAL CONTINGENCY AND INDEMNIFICATION OPTION A (ITEMS
GRAND TOTAL OPTION A (ITEMS
174-175) $1,150,025.00
1-175)
Bidder: Initials:
45 12019-231-KB
160 649-26-3 STEEL MAST ARM
ASSEMBLY, REMOVE,
SHALLOW FOUNDATION-
BOLT ON ATTACHMENT
EA 4 $ $
161 650-1-14 TRAFFIC SIGNAL, F & I,
ALUMINUM, 3 SECT., 1 WAY
AS 14 $ $
162 653-1-11 PEDESTRIAN SIGNAL, F & I,
LED COUNTDOWN, 1-WAY
AS 10 $ $
163 653-1-12 PEDESTRIAN SIGNAL,
FURNISH & INSTALL LED
COUNTDOWN, 2 WAY
AS 1 $ $
164 660-4-11 VEHICLE DETECTION
SYSTEM - VIDEO, F&I
CABINET EQUIPMENT
EA 2 $ $
165 660-4-12 VEHICLE DETECTION
SYSTEM - VIDEO, F&I ABOVE
GROUND
EA 6 $ $
166 665-1-11 PEDESTRIAN DETECTOR, F
&I
EA 12 $ $
167 670-5-140 TRAFFIC CONTROLLER
ASSEMBLY, F&I, MODEL 2070
AS 2 $ $
168 670-5-600 TRAFFIC CONTROLLER
ASSEMBLY REMOVE
CONTROLLER WITH
CABINET
AS 2 $ $
169 700-3-201 SIGN PANEL. F&I,
OVERHEAD MOUNT, UP TO
12 SF '
EA 6 $ $
170 700-3-205 SIGN PANEL FURNISH &
INSTALL OVERHEAD MOUNT,
51-100 SF
EA 1 $ $
171 700-4-112 OVERHEAD STATIC SIGN
STRUCTURE, FURNISH &
INSTALL, CANTILEVER, 21 -
30 FT
EA 1 $ $
172 700-5-21 INTERNALLY ILLUMINATED
SIGN, F&I, OVERHEAD
MOUNT, UP TO 12 SF
EA 6 $ $
173 700-12-32 SIGN BEACON, F&I
OVERHEAD MOUNT, TWO
BEACONS
AS 3 $ $
SUBTOTAL BASE BID OPTION B (ITEMS 1-173) $
174 Owner's Contingency LS 1 $1,150,000.00 $1,150,000.00
175 City Indemnification EA 1 $25.00 $25.00
SUBTOTAL CONTINGENCY AND INDEMNIFICATION OPTION A (ITEMS
GRAND TOTAL OPTION A (ITEMS
174-175) $1,150,025.00
1-175)
Bidder: Initials:
45 12019-231-KB
160 649-26-3 STEEL MAST ARM
ASSEMBLY, REMOVE,
SHALLOW FOUNDATION-
BOLT ON ATTACHMENT
EA 4 $ $
161 650-1-14 TRAFFIC SIGNAL, F & I,
ALUMINUM, 3 SECT., 1 WAY
AS 14 $ $
162 653-1-11 PEDESTRIAN SIGNAL, F & I,
LED COUNTDOWN, 1-WAY
AS 10 $ $
163 653-1-12 PEDESTRIAN SIGNAL,
FURNISH & INSTALL LED
COUNTDOWN, 2 WAY
AS 1 $ $
164 660-4-11 VEHICLE DETECTION
SYSTEM - VIDEO, F&I
CABINET EQUIPMENT
EA 2 $ $
165 660-4-12 VEHICLE DETECTION
SYSTEM - VIDEO, F&I ABOVE
GROUND
EA 6 $ $
166 665-1-11 PEDESTRIAN DETECTOR, F
&I
EA 12 $ $
167 670-5-140 TRAFFIC CONTROLLER
ASSEMBLY, F&I, MODEL 2070
AS 2 $ $
168 670-5-600 TRAFFIC CONTROLLER
ASSEMBLY REMOVE
CONTROLLER WITH
CABINET
AS 2 $ $
169 700-3-201 SIGN PANEL. F&I,
OVERHEAD MOUNT, UP TO
12 SF '
EA 6 $ $
170 700-3-205 SIGN PANEL FURNISH &
INSTALL OVERHEAD MOUNT,
51-100 SF
EA 1 $ $
171 700-4-112 OVERHEAD STATIC SIGN
STRUCTURE, FURNISH &
INSTALL, CANTILEVER, 21 -
30 FT
EA 1 $ $
172 700-5-21 INTERNALLY ILLUMINATED
SIGN, F&I, OVERHEAD
MOUNT, UP TO 12 SF
EA 6 $ $
173 700-12-32 SIGN BEACON, F&I
OVERHEAD MOUNT, TWO
BEACONS
AS 3 $ $
SUBTOTAL BASE BID OPTION B (ITEMS 1-173) $
174 Owner's Contingency LS 1 $1,150,000.00 $1,150,000.00
175 City Indemnification EA 1 $25.00 $25.00
SUBTOTAL CONTINGENCY AND INDEMNIFICATION OPTION A (ITEMS
GRAND TOTAL OPTION A (ITEMS
174-175) $1,150,025.00
1-175)
Bidder: Initials:
45 12019-231-KB
176 425-2-41
ALTERNATE ITEMS FOR SIDE
OPTION B
STREETS
2
DRAINAGE
$ $ MANHOLES, P-7, <10' EA
177 430-175- PIPE CULV, OPT MATL, LF 4 $ $
115 ROUND, 15" S/CD
178 430-175- PIPE CULV, OPT MATL, LF 10 $ $
118 ROUND, 18" S/CD
179 430-175- PIPE CULV, OPT MATL, LF 1104 $ $
124 ROUND, 24" S/CD
180 431-1-1 PIPE LINER, OPTIONAL LF 918 $ $
MATERIAL, 0-24"
SUBTOTAL ALTERNATE SIDE STREETS OPTION B (?.76-180)
Bidder: Initials:
46 I 2019-231-KB
176 425-2-41
ALTERNATE ITEMS FOR SIDE
OPTION B
STREETS
2
DRAINAGE
$ $ MANHOLES, P-7, <10' EA
177 430-175- PIPE CULV, OPT MATL, LF 4 $ $
115 ROUND, 15" S/CD
178 430-175- PIPE CULV, OPT MATL, LF 10 $ $
118 ROUND, 18" S/CD
179 430-175- PIPE CULV, OPT MATL, LF 1104 $ $
124 ROUND, 24" S/CD
180 431-1-1 PIPE LINER, OPTIONAL LF 918 $ $
MATERIAL, 0-24"
SUBTOTAL ALTERNATE SIDE STREETS OPTION B (?.76-180)
Bidder: Initials:
46 I 2019-231-KB
176 425-2-41
ALTERNATE ITEMS FOR SIDE
OPTION
MANHOLES, P-7, <10'
B
EA
STREETS
2
DRAINAGE
$ $
177 430-175- PIPE CULV, OPT MATL, LF 4 $ $
115 ROUND, 15" S/CD
178 430-175- PIPE CULV, OPT MATL, LF 10 $ $
118 ROUND, 18" S/CD
179 430-175- PIPE CULV, OPT MATL, LF 1104 $ $
124 ROUND, 24" S/CD
180 431-1-1 PIPE LINER, OPTIONAL LF 918 $ $
MATERIAL, 0-24"
SUBTOTAL ALTERNATE SIDE STREETS OPTION B (?.76-180)
Bidder: Initials:
46 I 2019-231-KB
Schedule of Values & Acknowledgement of Addenda (B3)
Page 1 of 1
Amendment Date Issued Amendment
Amendment 1 Amendment 6
Amendment 2 Amendment 7
Amendment 3 Amendment 8
Amendment 4 Amendment 9
Amendment 5 Amendment 10
Bidder: Initials:
47 I 2019-231-KB
Schedule of Values & Acknowledgement of Addenda (B3)
Page 1 of 1
Amendment Date Issued Amendment
Amendment 1 Amendment 6
Amendment 2 Amendment 7
Amendment 3 Amendment 8
Amendment 4 Amendment 9
Amendment 5 Amendment 10
Bidder: Initials:
47 I 2019-231-KB
Schedule of Values & Acknowledgement of Addenda (B3)
Page 1 of 1
Amendment Date Issued Amendment
Amendment 1 Amendment 6
Amendment 2 Amendment 7
Amendment 3 Amendment 8
Amendment 4 Amendment 9
Amendment 5 Amendment 10
Bidder: Initials:
47 I 2019-231-KB
APPENDIX C
MIAMIBEACH
Pre-Award Forms
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY.
Cl
Bid Bond
48 I 2019-231-KB
APPENDIX C
MIAMIBEACH
Pre-Award Forms
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY.
Cl
Bid Bond
48 I 2019-231-KB
APPENDIX C
MIAMIBEACH
Pre-Award Forms
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY.
Cl
Bid Bond
48 I 2019-231-KB
I AM BEACH
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, hereinafter
referred to as Contractor, and as Surety, are held and firmly bound unto the
City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in
the sum of five percent (5%) of the Contractor's Base Bid amount of $ lawful
money of the United States of America, for the payment of which well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these
presents.
WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the
furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the
performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans
and Specifications, and any Addenda thereto, for the following solicitation.
Bid No.:
Title:
WHEREAS, it was a condition precedent to the submission of said Bid that a cashiers check, certified
check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a
guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the
performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the
Award of the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten
(10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City
and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one
hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this
obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of North Miami
and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful
money of the United States of America, as liquidated damages for failure thereof of said Contractor.
49 12019-231-KB
I AM BEACH
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, hereinafter
referred to as Contractor, and as Surety, are held and firmly bound unto the
City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in
the sum of five percent (5%) of the Contractor's Base Bid amount of $ lawful
money of the United States of America, for the payment of which well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these
presents.
WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the
furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the
performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans
and Specifications, and any Addenda thereto, for the following solicitation.
Bid No.:
Title:
WHEREAS, it was a condition precedent to the submission of said Bid that a cashiers check, certified
check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a
guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the
performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the
Award of the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten
(10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City
and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one
hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this
obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of North Miami
and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful
money of the United States of America, as liquidated damages for failure thereof of said Contractor.
49 12019-231-KB
I AM BEACH
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, hereinafter
referred to as Contractor, and as Surety, are held and firmly bound unto the
City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in
the sum of five percent (5%) of the Contractor's Base Bid amount of $ lawful
money of the United States of America, for the payment of which well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these
presents.
WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the
furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the
performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans
and Specifications, and any Addenda thereto, for the following solicitation.
Bid No.:
Title:
WHEREAS, it was a condition precedent to the submission of said Bid that a cashiers check, certified
check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a
guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the
performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the
Award of the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten
(10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City
and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one
hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this
obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of North Miami
and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful
money of the United States of America, as liquidated damages for failure thereof of said Contractor.
49 12019-231-KB
IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the
day of 20 .
ATTEST: PRINCIPAL:
(Contractor Name)
Signature Signature
Print Name Print Name (Principal)
Title Title
COUNTERSIGNED BY RESIDENT FLORIDA AGENT SURETY:
OF SURETY:
Signature (Surety Name)
Print Name
(CORPORATE SEAL)
Attomey-in-Fact (Print Name)
Signature
(Power of Attorney must be attached.)
50 l 2019-231-KB
IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the
day of 20 .
ATTEST: PRINCIPAL:
(Contractor Name)
Signature Signature
Print Name Print Name (Principal)
Title Title
COUNTERSIGNED BY RESIDENT FLORIDA AGENT SURETY:
OF SURETY:
Signature (Surety Name)
Print Name
(CORPORATE SEAL)
Attomey-in-Fact (Print Name)
Signature
(Power of Attorney must be attached.)
50 l 2019-231-KB
IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the
day of 20 .
ATTEST: PRINCIPAL:
(Contractor Name)
Signature Signature
Print Name Print Name (Principal)
Title Title
COUNTERSIGNED BY RESIDENT FLORIDA AGENT SURETY:
OF SURETY:
Signature (Surety Name)
Print Name
(CORPORATE SEAL)
Attomey-in-Fact (Print Name)
Signature
(Power of Attorney must be attached.)
50 l 2019-231-KB
APPENDIX D
M AM BEACH
Contract
51 I 2019-231-KB
APPENDIX D
M AM BEACH
Contract
51 I 2019-231-KB
APPENDIX D
M1AMIBEACH
Contract
51 2019-231-KB
CONTRACT
THIS CONTRACT ("Contract") is made and entered into as of the _ day of
, 2019, by and between the City of Miami Beach, Florida, a municipal
corporation (the "City") and
(the "Contractor"):
WTTNESSETH, that the Contractor, for and in consideration of the payments hereinafter
specified and agreed to be made by the City, hereby covenants and agrees to furnish and
deliver all the materials required, to do and perform all the work and labor, in a satisfactory
and workmanlike manner, required to complete this Contract within the time specified, in
strict and entire conformity with the Plans, Specifications, and other Contract Documents,
which are hereby incorporated into this Contract by reference, for:
ITB No. and Title:
The Contractor agrees to make payment of all proper charges for labor and materials
required in the aforementioned work, and to defend, indemnify and save harmless City,
and their respective officers and employees, from liabilities, damages, losses and costs
including, but not limited to, reasonable attorney's fees, to the extent caused by the
negligence, recklessness, or intentional wrongful misconduct of Contractor and persons
employed or utilized by Contractor in the performance of this Contract.
The requirements of the Contract Documents, as such term is defined in the Invitation 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.
In consideration of these premises, the City hereby agrees to pay to the Contractor for the
said work, when fully completed, the total maximum sum of I Base Bid below +
allowance account items' dollars ($ ) (the "Contract
Price"), consisting of the following accepted items or schedules of work as taken from the
Contractor's Bid Submittal:
Total Base Bid
Total Allowance Account Items
Total Owner's Contingency
52 I 2019-231-KB
CONTRACT
THIS CONTRACT ("Contract") is made and entered into as of the _ day of
, 2019, by and between the City of Miami Beach, Florida, a municipal
corporation (the "City") and
(the "Contractor"):
WTTNESSETH, that the Contractor, for and in consideration of the payments hereinafter
specified and agreed to be made by the City, hereby covenants and agrees to furnish and
deliver all the materials required, to do and perform all the work and labor, in a satisfactory
and workmanlike manner, required to complete this Contract within the time specified, in
strict and entire conformity with the Plans, Specifications, and other Contract Documents,
which are hereby incorporated into this Contract by reference, for:
ITB No. and Title:
The Contractor agrees to make payment of all proper charges for labor and materials
required in the aforementioned work, and to defend, indemnify and save harmless City,
and their respective officers and employees, from liabilities, damages, losses and costs
including, but not limited to, reasonable attorney's fees, to the extent caused by the
negligence, recklessness, or intentional wrongful misconduct of Contractor and persons
employed or utilized by Contractor in the performance of this Contract.
The requirements of the Contract Documents, as such term is defined in the Invitation 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.
In consideration of these premises, the City hereby agrees to pay to the Contractor for the
said work, when fully completed, the total maximum sum of I Base Bid below +
allowance account items' dollars ($ ) (the "Contract
Price"), consisting of the following accepted items or schedules of work as taken from the
Contractor's Bid Submittal:
Total Base Bid
Total Allowance Account Items
Total Owner's Contingency
52 I 2019-231-KB
CONTRACT
THIS CONTRACT ("Contract") is made and entered into as of the _ day of
, 2019, by and between the City of Miami Beach, Florida, a municipal
corporation (the "City") and
(the "Contractor"):
WTTNESSETH, that the Contractor, for and in consideration of the payments hereinafter
specified and agreed to be made by the City, hereby covenants and agrees to furnish and
deliver all the materials required, to do and perform all the work and labor, in a satisfactory
and workmanlike manner, required to complete this Contract within the time specified, in
strict and entire conformity with the Plans, Specifications, and other Contract Documents,
which are hereby incorporated into this Contract by reference, for:
ITB No. and Title:
The Contractor agrees to make payment of all proper charges for labor and materials
required in the aforementioned work, and to defend, indemnify and save harmless City,
and their respective officers and employees, from liabilities, damages, losses and costs
including, but not limited to, reasonable attorney's fees, to the extent caused by the
negligence, recklessness, or intentional wrongful misconduct of Contractor and persons
employed or utilized by Contractor in the performance of this Contract.
The requirements of the Contract Documents, as such term is defined in the Invitation 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.
In consideration of these premises, the City hereby agrees to pay to the Contractor for the
said work, when fully completed, the total maximum sum of I Base Bid below +
allowance account items' dollars ($ ) (the "Contract
Price"), consisting of the following accepted items or schedules of work as taken from the
Contractor's Bid Submittal:
Total Base Bid
Total Allowance Account Items
Total Owner's Contingency
52 I 2019-231-KB
The Contract Price is subject to such additions and deductions as may be provided for in
the Contract Documents. Partial and Final Payments will be made as provided for in the
Contract Documents.
Whenever either party desires to give notice to the other, such notice must be in writing,
sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-
delivery with a request for a written receipt of acknowledgment of delivery, addressed to
the party for whom it is intended at the place last specified.
The place for giving notice shall remain the same as set forth herein, unless such
notice information is revised in a Contract amendment duly executed by the City
and the Contractor. For the present, the parties designate the following:
For City:
Attn:
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
Attn:
53 I 2019-231-KB
The Contract Price is subject to such additions and deductions as may be provided for in
the Contract Documents. Partial and Final Payments will be made as provided for in the
Contract Documents.
Whenever either party desires to give notice to the other, such notice must be in writing,
sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-
delivery with a request for a written receipt of acknowledgment of delivery, addressed to
the party for whom it is intended at the place last specified.
The place for giving notice shall remain the same as set forth herein, unless such
notice information is revised in a Contract amendment duly executed by the City
and the Contractor. For the present, the parties designate the following:
For City:
Attn:
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
Attn:
53 I 2019-231-KB
The Contract Price is subject to such additions and deductions as may be provided for in
the Contract Documents. Partial and Final Payments will be made as provided for in the
Contract Documents.
Whenever either party desires to give notice to the other, such notice must be in writing,
sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-
delivery with a request for a written receipt of acknowledgment of delivery, addressed to
the party for whom it is intended at the place last specified.
The place for giving notice shall remain the same as set forth herein, unless such
notice information is revised in a Contract amendment duly executed by the City
and the Contractor. For the present, the parties designate the following:
For City:
Attn:
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
Attn:
53 I 2019-231-KB
IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by
their appropriate officials as of the date first above written.
ATTEST: CITY OF MIAMI BEACH, FLORIDA
By:
Rafael E. Granado, City Clerk Jimmy L. Morales, City Manager
[seal]
ATTEST: [INSERT CONTRACTOR NAME]
By:
Name:
Name:
[seal]
54 I 2019-231-KB
IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by
their appropriate officials as of the date first above written.
ATTEST: CITY OF MIAMI BEACH, FLORIDA
By:
Rafael E. Granado, City Clerk Jimmy L. Morales, City Manager
[seal]
ATTEST: [INSERT CONTRACTOR NAME]
By:
Name:
Name:
[seal]
54 I 2019-231-KB
IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by
their appropriate officials as of the date first above written.
ATTEST: CITY OF MIAMI BEACH, FLORIDA
By:
Rafael E. Granado, City Clerk Jimmy L. Morales, City Manager
[seal]
ATTEST: [INSERT CONTRACTOR NAME]
By:
Name:
Name:
[seal]
54 I 2019-231-KB
APPENDIX E
M AMIBEALH
Plans & Specifications
55 I 2019-231-KB
APPENDIX E
M AMIBEALH
Plans & Specifications
55 I 2019-231-KB
APPENDIX E
M AMIBEALH
Plans & Specifications
55 I 2019-231-KB
APPENDIX F
M1AM BEACH
Post Award Forms
56 I 2019-231-KB
APPENDIX F
M1AM BEACH
Post Award Forms
56 I 2019-231-KB
APPENDIX F
M1AM BEACH
Post Award Forms
56 I 2019-231-KB
MIAMIBEACH
FORM OF PERFORMANCE BOND
BY THIS BOND, We , as Principal,
hereinafter called Contractor , and , as Surety, are bound
to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of
Dollars ($ ) for the payment whereof Contractor
and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally.
WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract
No.: , awarded the day of , 20 , with City
which Contract Documents are by reference incorporated herein and made a part hereof, and
specifically include provision for liquidated damages, and other damages identified, and for the
purposes of this Bond are hereafter referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Contractor:
1. Performs the Contract between Contractor and City for construction of
, the Contract being made a
part of this Bond by reference, at the times and in the manner prescribed in the Contract;
and
2. Pays City -all losses, liquidated damages, expenses, costs and attorney's fees including
appellate proceedings, that City sustains as a result of default by Contractor under the
Contract; and
3. Performs the guarantee of all work and materials furnished under the Contract for the time
specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL
FORCE AND EFFECT.
Whenever Contractor shall be, and declared by City to be, in default under the Contract,
City having performed City obligations thereunder, the Surety may promptly remedy the
default, or shall promptly:
3.1. Complete the Project in accordance with the terms and conditions of the Contract
Documents; or
3.2. Obtain a bid or bids for completing the Project in accordance with the terms and
conditions of the Contract Documents, and upon determination by Surety of the
lowest responsible Bidder, or, if City elects, upon determination by City and
Surety jointly of the lowest responsible Bidder, arrange for a contract between
such Bidder and City, and make available as work progresses (even though
there should be a default or a succession of defaults under the Contract
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
MIAMI BEACH
57
MIAMIBEACH
FORM OF PERFORMANCE BOND
BY THIS BOND, We , as Principal,
hereinafter called Contractor , and , as Surety, are bound
to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of
Dollars ($ ) for the payment whereof Contractor
and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally.
WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract
No.: , awarded the day of , 20 , with City
which Contract Documents are by reference incorporated herein and made a part hereof, and
specifically include provision for liquidated damages, and other damages identified, and for the
purposes of this Bond are hereafter referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Contractor:
1. Performs the Contract between Contractor and City for construction of
, the Contract being made a
part of this Bond by reference, at the times and in the manner prescribed in the Contract;
and
2. Pays City -all losses, liquidated damages, expenses, costs and attorney's fees including
appellate proceedings, that City sustains as a result of default by Contractor under the
Contract; and
3. Performs the guarantee of all work and materials furnished under the Contract for the time
specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL
FORCE AND EFFECT.
Whenever Contractor shall be, and declared by City to be, in default under the Contract,
City having performed City obligations thereunder, the Surety may promptly remedy the
default, or shall promptly:
3.1. Complete the Project in accordance with the terms and conditions of the Contract
Documents; or
3.2. Obtain a bid or bids for completing the Project in accordance with the terms and
conditions of the Contract Documents, and upon determination by Surety of the
lowest responsible Bidder, or, if City elects, upon determination by City and
Surety jointly of the lowest responsible Bidder, arrange for a contract between
such Bidder and City, and make available as work progresses (even though
there should be a default or a succession of defaults under the Contract
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
MIAMI BEACH
57
MIAMIBEACH
FORM OF PERFORMANCE BOND
BY THIS BOND, We , as Principal,
hereinafter called Contractor , and , as Surety, are bound
to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of
Dollars ($ ) for the payment whereof Contractor
and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally.
WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract
No.: , awarded the day of , 20 , with City
which Contract Documents are by reference incorporated herein and made a part hereof, and
specifically include provision for liquidated damages, and other damages identified, and for the
purposes of this Bond are hereafter referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Contractor:
1. Performs the Contract between Contractor and City for construction of
, the Contract being made a
part of this Bond by reference, at the times and in the manner prescribed in the Contract;
and
2. Pays City -all losses, liquidated damages, expenses, costs and attorney's fees including
appellate proceedings, that City sustains as a result of default by Contractor under the
Contract; and
3. Performs the guarantee of all work and materials furnished under the Contract for the time
specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL
FORCE AND EFFECT.
Whenever Contractor shall be, and declared by City to be, in default under the Contract,
City having performed City obligations thereunder, the Surety may promptly remedy the
default, or shall promptly:
3.1. Complete the Project in accordance with the terms and conditions of the Contract
Documents; or
3.2. Obtain a bid or bids for completing the Project in accordance with the terms and
conditions of the Contract Documents, and upon determination by Surety of the
lowest responsible Bidder, or, if City elects, upon determination by City and
Surety jointly of the lowest responsible Bidder, arrange for a contract between
such Bidder and City, and make available as work progresses (even though
there should be a default or a succession of defaults under the Contract
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
MIAMI BEACH
57
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: 2018-125-ZD CITY OF MIAMI BEACH
58 BEACH
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: 2018-125-ZD CITY OF MIAMI BEACH
58 BEACH
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: 2018-125-ZD CITY OF MIAMI BEACH
58 BEACH
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: 2018-125-ZD CITY OF MIAMI BEACH
59 1.,AIA[Ai BEACH
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: 2018-125-ZD CITY OF MIAMI BEACH
59 1.,AIA[Ai BEACH
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: 2018-125-ZD CITY OF MIAMI BEACH
59 1.,AIA[Ai BEACH
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)
(Corporate Seal)
(Signature)
(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: 2018-125-ZD CITY OF MIAMI BEACH
60 BEACH
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)
(Corporate Seal)
(Signature)
(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: 2018-125-ZD CITY OF MIAMI BEACH
60 BEACH
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)
(Corporate Seal)
(Signature)
(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: 2018-125-ZD CITY OF MIAMI BEACH
60 BEACH
CERTIFICATE AS TO CORPORATE PRINCIPAL
, 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: 2018-125-ZD CITY OF MIAMI BEACH
61 BEACH
CERTIFICATE AS TO CORPORATE PRINCIPAL
, 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: 2018-125-ZD CITY OF MIAMI BEACH
61 BEACH
CERTIFICATE AS TO CORPORATE PRINCIPAL
, 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: 2018-125-ZD CITY OF MIAMI BEACH
61 BEACH
PERFORMANCE AND PAYMENT BOND FORM
UNCONDITIONAL LETTER OF CREDIT:
Date of Issue
Issuing Bank's No.
Beneficiary: Applicant:
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
Amount:
in United States Funds
Expiry:
(Date)
Bid/Contract Number
We hereby authorize you to draw on
(Bank, Issuer name)
at
by order
(branch address)
of and for the account of
(contractor, applicant, customer)
up to an aggregate amount, in United States Funds, of available by your
drafts at sight, accompanied by:
1. A signed statement from the City Manager or his authorized designee, that the drawing is
due to default in performance of certain obligations on the part
(contractor, applicant, customer) agreed upon by and between the City of Miami Beach,
Florida and (contractor), pursuant to the
(applicant, customer) Bid/Contract No. for (name of project)
and Section 255.05, Florida Statutes.
Drafts must be drawn and negotiated not later than
(expiration date)
Drafts must bear the clause: "Drawn under Letter of Credit No. (Number),
of (Bank name) dated
This Letter of Credit shall be renewed for successive periods of one (1) year each unless we
provide the City of Miami Beach with written notice of our intent to terminate the credit herein
extended, which notice must be provided at least thirty (30) days prior to the expiration date of
the original term hereof or any renewed one (1) year term. Notification to the City that this Letter
of Credit will expire prior to performance of the contractor's obligations will be deemed a default.
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
62 ALF,,r1,, BEACH
PERFORMANCE AND PAYMENT BOND FORM
UNCONDITIONAL LETTER OF CREDIT:
Date of Issue
Issuing Bank's No.
Beneficiary: Applicant:
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
Amount:
in United States Funds
Expiry:
(Date)
Bid/Contract Number
We hereby authorize you to draw on
(Bank, Issuer name)
at
by order
(branch address)
of and for the account of
(contractor, applicant, customer)
up to an aggregate amount, in United States Funds, of available by your
drafts at sight, accompanied by:
1. A signed statement from the City Manager or his authorized designee, that the drawing is
due to default in performance of certain obligations on the part
(contractor, applicant, customer) agreed upon by and between the City of Miami Beach,
Florida and (contractor), pursuant to the
(applicant, customer) Bid/Contract No. for (name of project)
and Section 255.05, Florida Statutes.
Drafts must be drawn and negotiated not later than
(expiration date)
Drafts must bear the clause: "Drawn under Letter of Credit No. (Number),
of (Bank name) dated
This Letter of Credit shall be renewed for successive periods of one (1) year each unless we
provide the City of Miami Beach with written notice of our intent to terminate the credit herein
extended, which notice must be provided at least thirty (30) days prior to the expiration date of
the original term hereof or any renewed one (1) year term. Notification to the City that this Letter
of Credit will expire prior to performance of the contractor's obligations will be deemed a default.
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
62 ALF,,r1,, BEACH
PERFORMANCE AND PAYMENT BOND FORM
UNCONDITIONAL LETTER OF CREDIT:
Date of Issue
Issuing Bank's No.
Beneficiary: Applicant:
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
Amount:
in United States Funds
Expiry:
(Date)
Bid/Contract Number
We hereby authorize you to draw on
(Bank, Issuer name)
at
by order
(branch address)
of and for the account of
(contractor, applicant, customer)
up to an aggregate amount, in United States Funds, of available by your
drafts at sight, accompanied by:
1. A signed statement from the City Manager or his authorized designee, that the drawing is
due to default in performance of certain obligations on the part
(contractor, applicant, customer) agreed upon by and between the City of Miami Beach,
Florida and (contractor), pursuant to the
(applicant, customer) Bid/Contract No. for (name of project)
and Section 255.05, Florida Statutes.
Drafts must be drawn and negotiated not later than
(expiration date)
Drafts must bear the clause: "Drawn under Letter of Credit No. (Number),
of (Bank name) dated
This Letter of Credit shall be renewed for successive periods of one (1) year each unless we
provide the City of Miami Beach with written notice of our intent to terminate the credit herein
extended, which notice must be provided at least thirty (30) days prior to the expiration date of
the original term hereof or any renewed one (1) year term. Notification to the City that this Letter
of Credit will expire prior to performance of the contractor's obligations will be deemed a default.
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
62 ALF,,r1,, BEACH
This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not
in any way be modified, or amplified by reference to any documents, instrument, or agreement
referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and
any such reference shall not be deemed to incorporate herein by reference any document,
instrument, or agreement.
We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under
and in compliance with the terms of this credit that such drafts will be duly honored upon
presentation to the drawee.
Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of
the Project by the
(contractor, applicant, customer)
This Credit is subject to the "Uniform Customs and Practice for Documentary Credits,"
International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of
Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and
Florida law should arise, Florida law shall prevail. If a conflict between the law of another state
or country and Florida law should arise, Florida law shall prevail.
Authorized Signature
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
63 BEACH
This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not
in any way be modified, or amplified by reference to any documents, instrument, or agreement
referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and
any such reference shall not be deemed to incorporate herein by reference any document,
instrument, or agreement.
We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under
and in compliance with the terms of this credit that such drafts will be duly honored upon
presentation to the drawee.
Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of
the Project by the
(contractor, applicant, customer)
This Credit is subject to the "Uniform Customs and Practice for Documentary Credits,"
International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of
Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and
Florida law should arise, Florida law shall prevail. If a conflict between the law of another state
or country and Florida law should arise, Florida law shall prevail.
Authorized Signature
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
63 BEACH
This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not
in any way be modified, or amplified by reference to any documents, instrument, or agreement
referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and
any such reference shall not be deemed to incorporate herein by reference any document,
instrument, or agreement.
We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under
and in compliance with the terms of this credit that such drafts will be duly honored upon
presentation to the drawee.
Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of
the Project by the
(contractor, applicant, customer)
This Credit is subject to the "Uniform Customs and Practice for Documentary Credits,"
International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of
Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and
Florida law should arise, Florida law shall prevail. If a conflict between the law of another state
or country and Florida law should arise, Florida law shall prevail.
Authorized Signature
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
63 BEACH
CERTIFICATE OF SUBSTANTIAL COMPLETION:
PROJECT: Consultant:
(name, address)
TO (City):
DATE OF ISSUANCE:
BID/CONTRACT NUMBER:
Contractor :
CONTRACT FOR:
NOTICE TO PROCEED DATE:
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 for Substantial Completion to be
achieved, however, the issuance of a Certificate of Occupancy or
the date thereof are not to be determinative of the achievement or
date of Substantial Completion.
A list of items to be completed or corrected, prepared by Consultant and approved by City, is
attached hereto. The failure to include any items on such list does not alter the responsibility of
Contractor to complete all work in accordance with the Contract Documents. The date of
commencement of warranties for items on the attached list will be the date of final payment unless
otherwise agreed in writing.
Consultant
BY DATE
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
64 BEACH
CERTIFICATE OF SUBSTANTIAL COMPLETION:
PROJECT: Consultant:
(name, address)
TO (City):
DATE OF ISSUANCE:
BID/CONTRACT NUMBER:
Contractor :
CONTRACT FOR:
NOTICE TO PROCEED DATE:
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 for Substantial Completion to be
achieved, however, the issuance of a Certificate of Occupancy or
the date thereof are not to be determinative of the achievement or
date of Substantial Completion.
A list of items to be completed or corrected, prepared by Consultant and approved by City, is
attached hereto. The failure to include any items on such list does not alter the responsibility of
Contractor to complete all work in accordance with the Contract Documents. The date of
commencement of warranties for items on the attached list will be the date of final payment unless
otherwise agreed in writing.
Consultant
BY DATE
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
64 BEACH
CERTIFICATE OF SUBSTANTIAL COMPLETION:
PROJECT: Consultant:
(name, address)
TO (City):
DATE OF ISSUANCE:
BID/CONTRACT NUMBER:
Contractor :
CONTRACT FOR:
NOTICE TO PROCEED DATE:
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 for Substantial Completion to be
achieved, however, the issuance of a Certificate of Occupancy or
the date thereof are not to be determinative of the achievement or
date of Substantial Completion.
A list of items to be completed or corrected, prepared by Consultant and approved by City, is
attached hereto. The failure to include any items on such list does not alter the responsibility of
Contractor to complete all work in accordance with the Contract Documents. The date of
commencement of warranties for items on the attached list will be the date of final payment unless
otherwise agreed in writing.
Consultant
BY DATE
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
64 BEACH
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: 2018-125-ZD CITY OF MIAMI BEACH
65 MIAMI BEACH
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: 2018-125-ZD CITY OF MIAMI BEACH
65 MIAMI BEACH
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: 2018-125-ZD
CITY OF MIAMI BEACH
65
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: 2013-125-ZD CITY OF MIAMI BEACH
66 MiAW: BEACH
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: 2013-125-ZD CITY OF MIAMI BEACH
66 MiAW: BEACH
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: 2013-125-ZD CITY OF MIAMI BEACH
66 MiAW: BEACH
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)
(Secretary)
(Corporate Seal)
incorporated sign below.]
WITNESSES:
By:
(Signature)
(Print Name and Title)
day of , 20 [If not
Contractor
(Name of Firm)
By:
(Signature)
(Print Name and Title)
day of , 20
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
67 BEACH
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)
(Secretary)
(Corporate Seal)
incorporated sign below.]
WITNESSES:
By:
(Signature)
(Print Name and Title)
day of , 20 [If not
Contractor
(Name of Firm)
By:
(Signature)
(Print Name and Title)
day of , 20
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
67 BEACH
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)
(Secretary)
(Corporate Seal)
incorporated sign below.]
WITNESSES:
By:
(Signature)
(Print Name and Title)
day of , 20 [If not
Contractor
(Name of Firm)
By:
(Signature)
(Print Name and Title)
day of , 20
BID NO: 2018-125-ZD CITY OF MIAMI BEACH
67 BEACH
MIAMI BEACH
Procurement Department, 1755 Meridian Avenue, 3'`i Floor, Miami Beach, Florida 33139, w\i‘mmiamibeachfl.gov,
305-673-7490
ADDENDUM NO. 3
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
June 27, 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. QUESTIONS HAS
PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED.
ACCORDINGLY, NO FURTHER EXTENSIONS TO THE DUE DATE FOR BIDS 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 2, 2019.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow
for traffic or other delays for which the Proposer is solely responsible.
I. ANSWERS TO QUESTIONS RECEIVED.
01: I had a technical question for the bid proposal. It is my general understanding we cannot submit
a bid proposal with empty spaces. If so, there is a section of the cost proposal, in specific the paving
markings, that we are forced to leave blank. Could you please clarify? Please see below plan note.
3. 1,11.11_ 51.1RF4CE Li
iirrs 5.01.M, r Su 0 ?PO 0 097 0173 0.979 0—P5
ot11-0,-, 520t10.0• 5,1f I 0.C53 0.944 0.003 0 013 0011
firrE. sou). 13' L, 245 14? S $1 37
WITS. 5041D, .,.. Li 52
[
.25? 50 154 155
WtTS. A4F.S524GE 0f1 sewool, 54 3 1 4 2 ?
Of rrf, 4,910W ea I 5 6 1 2 2
1117-F, SCIO. r 111113C) I GA( 1 0.15! 0.919 04127 0,014 0 094
kirg, gxto. s. f3f4i PtirTED at.. 3..39 774-0 a etEMS7„.14 Cm 1 0941 0011.
tirri", 30411,12' irCiR MS-NAV U I. a9.. 231 64 151 .17?
als.'w sctia r cm i 0.214 1 0.046 0001 0-066 0.075
'LLCW. 5000 r 6 1 0009 (Lail 0341 00,111
LICA' SQ.Q. IT tr ! 04 140 140 14?
1.1.7AV 1St..4190 .305e 1 SF I15 51 100 131 17t
2H4:7„4: THESE CCANTIT.15 An 1.410 1:7•11=414 PA11110 klAt/P105 (FIYAL aWLf lel LCW 30W PAY ITEO Mg, 713.54 PANT %A.V7rriES POT, t09 Pa?: icArx-.9:
Sr- EcArrav rr-o r,+.6 Moto* 00 AfP1.1C.A.710k5 4.1171:1410.
A1: Items 117 through 129 for Option A and items 108 through 120 for Option B should
not be priced individually. Include price for these items in Item 116 for Option A and Item
107 for Option B.
ADDENDUM NO. 3
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR MA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
MIAMI BEACH
Procurement Department, 1755 Meridian Avenue, 3'`i Floor, Miami Beach, Florida 33139, w\i‘mmiamibeachfl.gov,
305-673-7490
ADDENDUM NO. 3
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
June 27, 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. QUESTIONS HAS
PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED.
ACCORDINGLY, NO FURTHER EXTENSIONS TO THE DUE DATE FOR BIDS 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 2, 2019.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow
for traffic or other delays for which the Proposer is solely responsible.
I. ANSWERS TO QUESTIONS RECEIVED.
01: I had a technical question for the bid proposal. It is my general understanding we cannot submit
a bid proposal with empty spaces. If so, there is a section of the cost proposal, in specific the paving
markings, that we are forced to leave blank. Could you please clarify? Please see below plan note.
3. 1,11.11_ 51.1RF4CE Li
iirrs 5.01.M, r Su 0 ?PO 0 097 0173 0.979 0—P5
ot11-0,-, 520t10.0• 5,1f I 0.C53 0.944 0.003 0 013 0011
firrE. sou). 13' L, 245 14? S $1 37
WITS. 5041D, .,.. Li 52
[
.25? 50 154 155
WtTS. A4F.S524GE 0f1 sewool, 54 3 1 4 2 ?
Of rrf, 4,910W ea I 5 6 1 2 2
1117-F, SCIO. r 111113C) I GA( 1 0.15! 0.919 04127 0,014 0 094
kirg, gxto. s. f3f4i PtirTED at.. 3..39 774-0 a etEMS7„.14 Cm 1 0941 0011.
tirri", 30411,12' irCiR MS-NAV U I. a9.. 231 64 151 .17?
als.'w sctia r cm i 0.214 1 0.046 0001 0-066 0.075
'LLCW. 5000 r 6 1 0009 (Lail 0341 00,111
LICA' SQ.Q. IT tr ! 04 140 140 14?
1.1.7AV 1St..4190 .305e 1 SF I15 51 100 131 17t
2H4:7„4: THESE CCANTIT.15 An 1.410 1:7•11=414 PA11110 klAt/P105 (FIYAL aWLf lel LCW 30W PAY ITEO Mg, 713.54 PANT %A.V7rriES POT, t09 Pa?: icArx-.9:
Sr- EcArrav rr-o r,+.6 Moto* 00 AfP1.1C.A.710k5 4.1171:1410.
A1: Items 117 through 129 for Option A and items 108 through 120 for Option B should
not be priced individually. Include price for these items in Item 116 for Option A and Item
107 for Option B.
ADDENDUM NO. 3
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR MA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
PURSUANT TO INVITATION TO BID SUMMARY, THE DEADLINE FOR QUESTIONS HAS
PASSED AND NO FURTHER, QUESTIONS WILL BE CONSIDERED_
ACCORDINGLY, NO FURTHER EXTENSIONS TO THE DUE DATE FOR BIDS WILL BE
ALLOWED_
MIAMIBEACH
Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, wivw.miamibeachfl.gov,
305-673-7490
ADDENDUM NO. 3
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
June 27, 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 Tuesday, July 2, 2019.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow
for traffic or other delays for which the Proposer is solely responsible.
I. ANSWERS TO QUESTIONS RECEIVED.
Q1: I had a technical question for the bid proposal. It is my general understanding we cannot submit
a bid proposal with empty spaces. If so, there is a section of the cost proposal, in specific the paving
markings, that we are forced to leave blank. Could you please clarify? Please see below plan note.
15. P47104_ re/FIF4EE 1.5 !
0t-r= 5-0( PI, fi" Gs/ 01.4 0347 0221 ' 0279 0.1,3
Ntrf, 5otio.3 63‘ I 0-C63 0.063 0.001 0013 0011
ffiTE. 50119. 13 L= 245 143 S 13 31
1.071, 501.10, 2 = 62 251 50 156 13S
WirE. M.s3666 65/ 5l$40474 E1 3 I 4 7 2
47 fr 6, AARON ea I 6 6 7 1
4l/7-1. 5.(10 5-110,0C) Gg 0.15! 0.019 0-027 0074 0014
liTTE, Exia. 6. 0144 007-r to u4,00444:71E/ 3.10 Gorr? o EctEmENN C74 F I ?.gOt Go g t
tirrf. SOLD, 1? 1r00 CR05571,1“ L.; 49 I 235 64 157 75?
LLI.IAV .561,I0 er 04 0.214 10046 I) 007 01366 0 075
ILLCIlle scvn tr 60 I 0.009 V35 0047 0.010
1-1.G.W SQCO. IP tf d 4 710 PH 447
`1..[.^W 1C1...010 .405e 1. 5 ,= 155 59 No j31 111
.acTS: T,73 CUANTTrES 4f 74420 F 4 usATA 14.1,002 RAAftNtS tFtwi 3AFACE1, :LW SV44 PAT ITSN 10. 712,91 PAINT %AsT:rif$ ;harm Apt TOR a/E APPUE4TIES:
SrE SPEC;ricatrm F14 frTI THE NIRRINIR 00 APPLIC4T:0,41 414414:1110.
Al: Items 117 through 129 for Option A and items 108 through 120 for Option B should
not be priced individually. Include price for these items in Item 116 for Option A and Item
107 for Option B.
ADDENDUM NO. 3
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Q2: Addendum #2 revised bid schedule adding separate line items for Optional Base Group 11
(Limerock) and Optional base group 11 (SP-12.5). The plans give the contractor an option of either or
so why two separate bid items? In addition, by having the contractor bid on both the total bid is
skewed. Please advise because this is a very large difference in pricing. In addition to me previous
email regarding the optional base group 11, depending on what the City will require, SP12.5 or
Limerock, greatly affects the MOT and schedule for the contractors, which ultimately affects the
general conditions. So please clarify which option and dependent on the option that is selected will
the contractor be entitled to additional MOT (LS) pay item and Mobilization GC (1) LS? This will
greatly affect the pricing the city will receive from the contractors.
A2: Contractors are required to bid both base options. After award of the project, the City
will direct the successful contractor on the pavement option to be utilized and
constructed. Compensation will be provided based on the corresponding bid item.
03: What are the limits of the red (colored) sidewalk, they are not reflected in the plans.
A3: All sidewalks and driveways within the right-of-way will be red. The color/material at
all other sidewalks and driveways within the private properties have not been determined
at this point.
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 RafaelGranadomiamibeachfl.00v
Contact: Telephone: Email:
Kristy Bada 305-673-7490 kristybadamiamibeachfl.qov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission.
Potential proposers that have elected not to submit a response to the RFP are requested to complete
and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a
proposal.
1ro
LK.
lex is
ment Director
2 ADDENDUM NO. 3
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Q2: Addendum #2 revised bid schedule adding separate line items for Optional Base Group 11
(Limerock) and Optional base group 11 (SP-12.5). The plans give the contractor an option of either or
so why two separate bid items? In addition, by having the contractor bid on both the total bid is
skewed. Please advise because this is a very large difference in pricing. In addition to me previous
email regarding the optional base group 11, depending on what the City will require, SP12.5 or
Limerock, greatly affects the MOT and schedule for the contractors, which ultimately affects the
general conditions. So please clarify which option and dependent on the option that is selected will
the contractor be entitled to additional MOT (LS) pay item and Mobilization GC (1) LS? This will
greatly affect the pricing the city will receive from the contractors.
A2: Contractors are required to bid both base options. After award of the project, the City
will direct the successful contractor on the pavement option to be utilized and
constructed. Compensation will be provided based on the corresponding bid item.
03: What are the limits of the red (colored) sidewalk, they are not reflected in the plans.
A3: All sidewalks and driveways within the right-of-way will be red. The color/material at
all other sidewalks and driveways within the private properties have not been determined
at this point.
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 RafaelGranadomiamibeachfl.00v
Contact: Telephone: Email:
Kristy Bada 305-673-7490 kristybadamiamibeachfl.qov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission.
Potential proposers that have elected not to submit a response to the RFP are requested to complete
and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a
proposal.
1ro
LK.
lex is
ment Director
2 ADDENDUM NO. 3
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Q2: Addendum #2 revised bid schedule adding separate line items for Optional Base Group 11
(Limerock) and Optional base group 11 (SP-12.5). The plans give the contractor an option of either or
so why two separate bid items? In addition, by having the contractor bid on both the total bid is
skewed. Please advise because this is a very large difference in pricing. In addition to me previous
email regarding the optional base group 11, depending on what the City will require, SP12.5 or
Limerock, greatly affects the MOT and schedule for the contractors, which ultimately affects the
general conditions. So please clarify which option and dependent on the option that is selected will
the contractor be entitled to additional MOT (LS) pay item and Mobilization GC (1) LS? This will
greatly affect the pricing the city will receive from the contractors.
A2: Contractors are required to bid both base options. After award of the project, the City
will direct the successful contractor on the pavement option to be utilized and
constructed. Compensation will be provided based on the corresponding bid item.
03: What are the limits of the red (colored) sidewalk, they are not reflected in the plans.
A3: All sidewalks and driveways within the right-of-way will be red. The color/material at
all other sidewalks and driveways within the private properties have not been determined
at this point.
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 RafaelGranadomiamibeachfl.00v
Contact: Telephone: Email:
Kristy Bada 305-673-7490 kristybadamiamibeachfl.qov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission.
Potential proposers that have elected not to submit a response to the RFP are requested to complete
and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a
proposal.
1ro
LK.
lex is
ment Director
2 ADDENDUM NO. 3
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
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. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
June 21, 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 QUESTIONS HAS
PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED. ACCORDINGLY, NO
FURTHER EXTENSIONS TO THE DUE DATE FOR BIDS WILL BE ALLOWED.
I. ATTACHMENT(S).
Exhibit A:
Exhibit B:
Exhibit C:
Pre-bid/Site Visit Sign-in Sheet
Technical Special Provisions (TSP)
Revised Bid Tender Form and Revised Schedule of Values
(Appendix B, Form B1 and B2 of the ITB)
Bid Tender Form
A••enclix B form B1 of the ITB, Revised Via Addendum No. 2, Exhibit C
FAILURE TO SUBMIT THE BID TENDER FORM (BI) FULLY COMPLETED AND
EXECUTED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE
BID NON' RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER
CONSIDERATION.
Schedule of Values
(Appendix B form B2 of the ITB; Revised Via Addendum No. 2, Exhibit C)
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY
HE CITY.
II. CLARIFICATION(S)
1 The city will provide a staging area to the successful bidder.
2. The pumps shall be manufactured by Flygt or ABS. All VFDs shall be Allen Bradley PowerFlex
750 Series.
3. Currently, there are two options for the base material in the revised schedule of values (Exhibit
C), B-12.5 material (Black Base) and Limerock (added to schedule of values via Addendum No.
2, Exhibit C). Bid Items 37 & 38 for Option A and Bid Items 36 & 38 for Option B. It will be up to
the City and FDOT to decide which is going to be used upon receipt of bids. Attached please find
revised schedule of values (Exhibit C; Appendix B of the ITB)
I ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
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. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
June 21, 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 QUESTIONS HAS
PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED. ACCORDINGLY, NO
FURTHER EXTENSIONS TO THE DUE DATE FOR BIDS WILL BE ALLOWED.
I. ATTACHMENT(S).
Exhibit A:
Exhibit B:
Exhibit C:
Pre-bid/Site Visit Sign-in Sheet
Technical Special Provisions (TSP)
Revised Bid Tender Form and Revised Schedule of Values
(Appendix B, Form B1 and B2 of the ITB)
Bid Tender Form
A••enclix B form B1 of the ITB, Revised Via Addendum No. 2, Exhibit C
FAILURE TO SUBMIT THE BID TENDER FORM (BI) FULLY COMPLETED AND
EXECUTED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE
BID NON' RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER
CONSIDERATION.
Schedule of Values
(Appendix B form B2 of the ITB; Revised Via Addendum No. 2, Exhibit C)
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY
HE CITY.
II. CLARIFICATION(S)
1 The city will provide a staging area to the successful bidder.
2. The pumps shall be manufactured by Flygt or ABS. All VFDs shall be Allen Bradley PowerFlex
750 Series.
3. Currently, there are two options for the base material in the revised schedule of values (Exhibit
C), B-12.5 material (Black Base) and Limerock (added to schedule of values via Addendum No.
2, Exhibit C). Bid Items 37 & 38 for Option A and Bid Items 36 & 38 for Option B. It will be up to
the City and FDOT to decide which is going to be used upon receipt of bids. Attached please find
revised schedule of values (Exhibit C; Appendix B of the ITB)
I ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
MIAMIBEACH
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. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
June 21, 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 QUESTIONS HAS
PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED. ACCORDINGLY, NO
FURTHER EXTENSIONS TO THE DUE DATE FOR BIDS WILL BE ALLOWED.
I. ATTACHMENT(S).
Exhibit A:
Exhibit B:
Exhibit C:
Pre-bid/Site Visit Sign-in Sheet
Technical Special Provisions (TSP)
Revised Bid Tender Form and Revised Schedule of Values
(Appendix B, Form B1 and B2 of the ITB)
Bid Tender Form
A••endix B form B1 of the ITB. Revised Via Addendum No. 2, Exhibit C
FAILURE TO SUBMIT THE BID TENDER FORM (B1) FULLY COMPLETED AND
EXECUTED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE
BID NON-RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER
CONSIDERATION.
Schedule of Values
A•pendix B form B2 of the ITB; Revised Via Addendum No. 2, Exhibit C)
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY
HE CITY.
II. CLARIFICATION(S)
1. The city will provide a staging area to the successful bidder.
2. The pumps shall be manufactured by Flygt or ABS. All VFDs shall be Allen Bradley PowerFlex
750 Series.
3. Currently, there are two options for the base material in the revised schedule of values (Exhibit
C), B-12.5 material (Black Base) and Limerock (added to schedule of values via Addendum No.
2, Exhibit C). Bid Items 37 & 38 for Option A and Bid Items 36 & 38 for Option B. It will be up to
the City and FDOT to decide which is going to be used upon receipt of bids. Attached please find
revised schedule of values (Exhibit C; Appendix B of the ITB)
1 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Revised Bid Tender Form (Appendix B form B1 of the ITB; Revised Via Addendum No. 2, Exhibit
C)
FAILURE TO SUBMIT THE BID TENDER FORM (B1) FULLY COMPLETED AND EXECUTED
ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE
A ND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION.
5. Revised Schedule of Values (Appendix B form B2 of the ITB; Revised Via Addendum No. 2,
Exhibit C
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY.
III. ANSWERS TO QUESTIONS RECEIVED.
01: The original 2018 bid plans included plan sheet 92 with existing steel sheeting. The current bid plans
on sheet 93 show no steel sheeting present. Since there is no "call out" on this, please clarify if the
sheeting is non existing or will it need to be removed?
Al: There is no proposed steel sheet piling. Please refer to the plan sets provided in this
advertisement. In addition, sheet 93 shows proposed concrete piles and refers to the
structural plans in section B-B.
Q2: Please confirm that the Ecosense units for structures S159, S163 and S320 are in place with media
already installed. Reference note 2 on Sheets 68 & 69 wherein it states "Install filter media (furnish by the
City)".
A2: The Ecosense units are in place (S159, S163, S320). The filter media are in place. Note 2,
on Sheets 95&96 of Option A and 68&69 of Option B, "Install filter media (furnish by the city)"
is hereby removed from the scope. Scope listed in Note 1 and Note 3, remain unchanged.
Q3: Please confirm full scope requirements for the Ecosense units.
A3: Refer to the plan sets provided and response A2. The scope of work will include Note 1
and Note 3 of Sheets 95 & 96 of. Option A and 68 & 69 of Option B.
Q4: Temp Lighting states that the General Contractor shall provide temporary lighting that is to be bolted-
down or staked down on Type K barrier wall but then when you look on the M.O.T. plans it shows water
filled barrier wall please clarify?
A4: The lighting needs to be installed on Type K Barrier walls. The walls would need to be
placed behind the water filled barrier per standard.
Q5: Your Pay item is for temporary barrier wall but in the plans its shown water fill wall which is not the
same and is not approved for index 600.
A5: FDOT pay item description was revised and the pay item does not apply for concrete
barrier wall only. This was overwritten by Bulletin RDM 18-01. Refer to
https://fdotwww.blob.core.windows. net/sitefinity/docs/defa ult-
source/content/desiqn/bulletins/rdm 1 8-01.pdf?sfigsn=aff88306 0
If the contractor feels the water filled barrier does not suffice they may exchange it for
concrete barrier at their own cost. No additional cost will be reimbursed by the City for such a
change.
Q6: For the curb pad is the only option the black base (12.5) that can be used.
A6: At the contractor's option, limerock base curb pad may be used in sections where the
2 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Revised Bid Tender Form (Appendix B form B1 of the ITB; Revised Via Addendum No. 2, Exhibit
C)
FAILURE TO SUBMIT THE BID TENDER FORM (B1) FULLY COMPLETED AND EXECUTED
ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE
A ND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION.
5. Revised Schedule of Values (Appendix B form B2 of the ITB; Revised Via Addendum No. 2,
Exhibit C
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY.
III. ANSWERS TO QUESTIONS RECEIVED.
01: The original 2018 bid plans included plan sheet 92 with existing steel sheeting. The current bid plans
on sheet 93 show no steel sheeting present. Since there is no "call out" on this, please clarify if the
sheeting is non existing or will it need to be removed?
Al: There is no proposed steel sheet piling. Please refer to the plan sets provided in this
advertisement. In addition, sheet 93 shows proposed concrete piles and refers to the
structural plans in section B-B.
Q2: Please confirm that the Ecosense units for structures S159, S163 and S320 are in place with media
already installed. Reference note 2 on Sheets 68 & 69 wherein it states "Install filter media (furnish by the
City)".
A2: The Ecosense units are in place (S159, S163, S320). The filter media are in place. Note 2,
on Sheets 95&96 of Option A and 68&69 of Option B, "Install filter media (furnish by the city)"
is hereby removed from the scope. Scope listed in Note 1 and Note 3, remain unchanged.
Q3: Please confirm full scope requirements for the Ecosense units.
A3: Refer to the plan sets provided and response A2. The scope of work will include Note 1
and Note 3 of Sheets 95 & 96 of. Option A and 68 & 69 of Option B.
Q4: Temp Lighting states that the General Contractor shall provide temporary lighting that is to be bolted-
down or staked down on Type K barrier wall but then when you look on the M.O.T. plans it shows water
filled barrier wall please clarify?
A4: The lighting needs to be installed on Type K Barrier walls. The walls would need to be
placed behind the water filled barrier per standard.
Q5: Your Pay item is for temporary barrier wall but in the plans its shown water fill wall which is not the
same and is not approved for index 600.
A5: FDOT pay item description was revised and the pay item does not apply for concrete
barrier wall only. This was overwritten by Bulletin RDM 18-01. Refer to
https://fdotwww.blob.core.windows. net/sitefinity/docs/defa ult-
source/content/desiqn/bulletins/rdm 1 8-01.pdf?sfigsn=aff88306 0
If the contractor feels the water filled barrier does not suffice they may exchange it for
concrete barrier at their own cost. No additional cost will be reimbursed by the City for such a
change.
Q6: For the curb pad is the only option the black base (12.5) that can be used.
A6: At the contractor's option, limerock base curb pad may be used in sections where the
2 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Revised Bid Tender Form (Appendix B form B1 of the ITB; Revised Via Addendum No. 2, Exhibit
C)
FAILURE TO SUBMIT THE BID TENDER FORM (B1) FULLY COMPLETED AND EXECUTED
ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE
A ND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION.
5. Revised Schedule of Values (Appendix B form B2 of the ITB; Revised Via Addendum No. 2,
Exhibit C
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY.
III. ANSWERS TO QUESTIONS RECEIVED.
01: The original 2018 bid plans included plan sheet 92 with existing steel sheeting. The current bid plans
on sheet 93 show no steel sheeting present. Since there is no "call out" on this, please clarify if the
sheeting is non existing or will it need to be removed?
Al: There is no proposed steel sheet piling. Please refer to the plan sets provided in this
advertisement. In addition, sheet 93 shows proposed concrete piles and refers to the
structural plans in section B-B.
Q2: Please confirm that the Ecosense units for structures S159, S163 and S320 are in place with media
already installed. Reference note 2 on Sheets 68 & 69 wherein it states "Install filter media (furnish by the
City)".
A2: The Ecosense units are in place (S159, S163, S320). The filter media are in place. Note 2,
on Sheets 95&96 of Option A and 68&69 of Option B, "Install filter media (furnish by the city)"
is hereby removed from the scope. Scope listed in Note 1 and Note 3, remain unchanged.
Q3: Please confirm full scope requirements for the Ecosense units.
A3: Refer to the plan sets provided and response A2. The scope of work will include Note 1
and Note 3 of Sheets 95 & 96 of. Option A and 68 & 69 of Option B.
Q4: Temp Lighting states that the General Contractor shall provide temporary lighting that is to be bolted-
down or staked down on Type K barrier wall but then when you look on the M.O.T. plans it shows water
filled barrier wall please clarify?
A4: The lighting needs to be installed on Type K Barrier walls. The walls would need to be
placed behind the water filled barrier per standard.
Q5: Your Pay item is for temporary barrier wall but in the plans its shown water fill wall which is not the
same and is not approved for index 600.
A5: FDOT pay item description was revised and the pay item does not apply for concrete
barrier wall only. This was overwritten by Bulletin RDM 18-01. Refer to
https://fdotwww.blob.core.windows. net/sitefinity/docs/defa ult-
source/content/desiqn/bulletins/rdm 1 8-01.pdf?sfigsn=aff88306 0
If the contractor feels the water filled barrier does not suffice they may exchange it for
concrete barrier at their own cost. No additional cost will be reimbursed by the City for such a
change.
Q6: For the curb pad is the only option the black base (12.5) that can be used.
A6: At the contractor's option, limerock base curb pad may be used in sections where the
2 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
• trIr1,14-'
,w ... •
°Er 'e: 4
r 1 t
1% V ill
- 1
•-..
4....!
1 ..._t- 1
i 1.... . __-.4 r. k ie • • .... J , ..a.±..` /....!-: •••.Z .' r ' 1 ..t.t.• ::.L.• r...'-`..:-.. • :..-...:t.i...2.1.;:..!...4'.:/-A
r
PLAN VIEW
SCALE: r-s' 8 .4111—J
project calls for roadway reconstruction utilizing limerock base. No additional cost will be
reimbursed by the City for such a change.
Q7: Can you please provide the sign in sheet from the pre-bid meeting for the above project?
A7: Please refer to Exhibit A attached.
Q8: The plans that are provided in Public Purchase suggest that specs are incorporated into the plan file
see below file names:
`11.' Appendix E - Plans and Specs - Up to 35th
Appendix E - Plans and Specs - Up to 41st
However there are no tech specs within these files, please advise where to find those
A8: Sheet 1 of the plans references the governing standards and specifications. Please refer
to the FDOT website for such specifications. The TSP is attached in Exhibit B.
Q9: if bids come in higher than estimate will City have the funds to proceed with construction.
Is the estimate for Option A and with Alternates? If so which Alternates?
A9: Currently, the only available funding is 9.6 Million including contingency. It will be up to
the City and FDOT to decide if more funding will be available after bids are received. The
FDOT estimate does not include the Alternative work.
Q10: Our cursory review of the plans, brought up a discrepancy. The original 2018 bid plans included plan
sheet 92 with existing steel sheeting as shown below (yellow highlight).
The current bid plans on sheet 93 show no steel sheeting present (see yellow highlight below). Since
there is no "call out" on this, please clarify if the sheeting is non existing or will it need to be removed?
3 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
• trIr1,14-'
,w ... •
°Er 'e: 4
r 1 t
1% V ill
- 1
•-..
4....!
1 ..._t- 1
i 1.... . __-.4 r. k ie • • .... J , ..a.±..` /....!-: •••.Z .' r ' 1 ..t.t.• ::.L.• r...'-`..:-.. • :..-...:t.i...2.1.;:..!...4'.:/-A
r
PLAN VIEW
SCALE: r-s' 8 .4111—J
project calls for roadway reconstruction utilizing limerock base. No additional cost will be
reimbursed by the City for such a change.
Q7: Can you please provide the sign in sheet from the pre-bid meeting for the above project?
A7: Please refer to Exhibit A attached.
Q8: The plans that are provided in Public Purchase suggest that specs are incorporated into the plan file
see below file names:
`11.' Appendix E - Plans and Specs - Up to 35th
Appendix E - Plans and Specs - Up to 41st
However there are no tech specs within these files, please advise where to find those
A8: Sheet 1 of the plans references the governing standards and specifications. Please refer
to the FDOT website for such specifications. The TSP is attached in Exhibit B.
Q9: if bids come in higher than estimate will City have the funds to proceed with construction.
Is the estimate for Option A and with Alternates? If so which Alternates?
A9: Currently, the only available funding is 9.6 Million including contingency. It will be up to
the City and FDOT to decide if more funding will be available after bids are received. The
FDOT estimate does not include the Alternative work.
Q10: Our cursory review of the plans, brought up a discrepancy. The original 2018 bid plans included plan
sheet 92 with existing steel sheeting as shown below (yellow highlight).
The current bid plans on sheet 93 show no steel sheeting present (see yellow highlight below). Since
there is no "call out" on this, please clarify if the sheeting is non existing or will it need to be removed?
3 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
project calls for roadway reconstruction utilizing limerock base. No additional cost will be
reimbursed by the City for such a change.
07: Can you please provide the sign in sheet from the pre-bid meeting for the above project?
A7: Please refer to Exhibit A attached.
Q8: The plans that are provided in Public Purchase suggest that specs are incorporated into the plan file
see below file names:
71. Appendix E - Plans and Specs - Up to 35th
'1"-• Appendix E - Plans and Specs - Up to 41st
However there are no tech specs within these files, please advise where to find those
A8: Sheet 1 of the plans references the governing standards and specifications. Please refer
to the FDOT website for such specifications. The TSP is attached in Exhibit B.
Q9: if bids come in higher than estimate will City have the funds to proceed with construction.
Is the estimate for Option A and with Alternates? If so which Alternates?
A9: Currently, the only available funding is 9.6 Million including contingency. It will be up to
the City and FDOT to decide if more funding will be available after bids are received. The
FDOT estimate does not include the Alternative work.
Q10: Our cursory review of the plans, brought up a discrepancy. The original 2018 bid plans included plan
sheet 92 with existing steel sheeting as shown below (yellow highlight).
i ••7 SPCA. P * t 471 -4-r
I
1 , - - - 12 sm. • r it.4-2 I
A
-••••• ., 4.
f
AL. , rl /---i- (Po, I
111111111111MTIVIPMAPAPJ?,91097.071.KaCCar
3), r 4 . AilirMIIIMPri Or 7. ' "4
"
i . 1
1, •..r, ••••,.. • • I
f •.' `•.'i•'!..; '' ' ' • ' • .2: •" • .•....#.. :.:* :-•*•!. Z.-:.4.:..C.11.%1:.-..tn • :.--1 • t:#. ........j.=-2-
ir-r r
4rr
PLAN VIEW
SCALE: PAS'
#0111--2
The current bid plans on sheet 93 show no steel sheeting present (see yellow highlight below). Since
there is no "call out" on this, please clarify if the sheeting is non existing or will it need to be removed?
r-r
17nri ;herr
3 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
I OPMD11011M10,1 APJPPIPM0
:4 "2wourtninniv '1-4 "
•:;.•..4.1-V-41'
1r
6.
At
2 Si 1 r
ent Director
A10: There are no proposed steel sheet pilings. The latest plan shows the pending work.
Please refer to the latest set of plans ONLY. See structural plans.
Q11: Would you please share with us the Bid form in excel format also the plans in CADD ?
Al 1: The bid form was provided in excel format in Addendum No. 1. Plans will not be provided
in CADD.
Q12: Appendix E of the above referenced ITB indicates that it should have plans and specifications.
Appendix E has the two sets of plans (35th Street and 41st Street); however, there are no project specific
specifications. On the cover sheet, it refers us to the FDOT Standard Specifications. Could you please
confirm whether there are any project specific specifications?
Al2: The project warranty and testing procedures will follow the FDOT standards. In the event
of a conflict between the FDOT Special Conditions and any other provision of the ITB, the
FDOT Special Provisions shall take precedence and control. See Exhibit Brfor TSP.
Q13: Under Option A: What is the quantity for Item 4, Work Zone Signs and Item 9, Channelizing Devices?
A13: The Quantities are 106,100.00 for Item 4 and 101,335.00 for Item 9 for Option A. Refer to
attached revised schedule of values (Exhibit C)
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
RafaelGranadomiamibeachfl. oov
Contact: Telephone: Email:
Kristy Bada 305-673-7490 kristybadamiamibeachfl.qov
P posers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential
N. p sers that have elected not to submit a response to the RFP are requested to complete and return the
of ce to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal.
102'
4 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
I OPMD11011M10,1 APJPPIPM0
:4 "2wourtninniv '1-4 "
•:;.•..4.1-V-41'
1r
6.
At
2 Si 1 r
ent Director
A10: There are no proposed steel sheet pilings. The latest plan shows the pending work.
Please refer to the latest set of plans ONLY. See structural plans.
Q11: Would you please share with us the Bid form in excel format also the plans in CADD ?
Al 1: The bid form was provided in excel format in Addendum No. 1. Plans will not be provided
in CADD.
Q12: Appendix E of the above referenced ITB indicates that it should have plans and specifications.
Appendix E has the two sets of plans (35th Street and 41st Street); however, there are no project specific
specifications. On the cover sheet, it refers us to the FDOT Standard Specifications. Could you please
confirm whether there are any project specific specifications?
Al2: The project warranty and testing procedures will follow the FDOT standards. In the event
of a conflict between the FDOT Special Conditions and any other provision of the ITB, the
FDOT Special Provisions shall take precedence and control. See Exhibit Brfor TSP.
Q13: Under Option A: What is the quantity for Item 4, Work Zone Signs and Item 9, Channelizing Devices?
A13: The Quantities are 106,100.00 for Item 4 and 101,335.00 for Item 9 for Option A. Refer to
attached revised schedule of values (Exhibit C)
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
RafaelGranadomiamibeachfl. oov
Contact: Telephone: Email:
Kristy Bada 305-673-7490 kristybadamiamibeachfl.qov
P posers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential
N. p sers that have elected not to submit a response to the RFP are requested to complete and return the
of ce to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal.
102'
4 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
VC S, 7. 2 S
ti•
I PPIRADDIDOMPOPPP -FARM JP JUG
kIP,)
4
1.r.T. •
• •^-5. • A'.41.-4 "i•
AIM"
ItVIII
4r1, 104-2.
40,0.
PL AN VISW
SCALE; r=,5'
ent Director
A10: There are no proposed steel sheet pilings. The latest plan shows the pending work.
Please refer to the latest set of plans ONLY. See structural plans.
Q11: Would you please share with us the Bid form in excel format also the plans in CADD ?
Al 1: The bid form was provided in excel format in Addendum No. 1. Plans will not be provided
in CADD.
Q12: Appendix E of the above referenced ITB indicates that it should have plans and specifications.
Appendix E has the two sets of plans (35th Street and 41st Street); however, there are no project specific
specifications. On the cover sheet, it refers us to the FDOT Standard Specifications. Could you please
confirm whether there are any project specific specifications?
Al2: The project warranty and testing procedures will follow the FDOT standards. In the event
of a conflict between the FDOT Special Conditions and any other provision of the ITB, the
FDOT Special Provisions shall take precedence and control. See Exhibit Brfor TSP.
Q13: Under Option A: What is the quantity for Item 4, Work Zone Signs and Item 9, Channelizing Devices?
A13: The Quantities are 106,100.00 for Item 4 and 101,335.00 for Item 9 for Option A. Refer to
attached revised schedule of values (Exhibit C)
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
RafaelGranadomiamibeachfl.dov
Contact: Telephone: Email:
Kristy Bada 305-673-7490 kristybadamiamibeachttoov
P1r posers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential
N. p sers that have elected not to submit a response to the RFP are requested to complete and return the
of ce to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal.
102'
4 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Exhibit A:
Pre-Bid/Site Visit Sign-in Sheet
5 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Exhibit A:
Pre-Bid/Site Visit Sign-in Sheet
5 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Exhibit A:
Pre-Bid/Site Visit Sign-in Sheet
5 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
MIAMI BEACH
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
DATE: JUNE 4, 2019
TITLE: ITB-2019-231-KB
INDIAN CREEK (SR Al A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
NAME
(PLEASE PRINT)
COMPANY NAME PHONE# Signature
E-MAIL ADDRESS
KRISTY BADA PROCUREMENT DEPT. - CMB 305-673-7490
kristybaclogrniarnibeachfl.gov
Senn Y' 1 trfaino Qv) hreY I 4209 1 No.lir\S
-• 1-gmeco T. si-hciefb-Aroavin tv:Dic,al'ex-(45.42,{q. at.,
Li/0 .,____,_. ef-Cii/e'1113.6
i lar:6a54,54...4,-,oyiva/ 7.-z>
Calf evl it-`"'v ? 3- ei
73 1-‘55r
Lai-,c- —if? O'
' ryo )1, -,1, 0 A, n et7,c, c:`--.-"">-------
1\1-8 Es1" t"- D'""Et' V.¢., c.
U.e.
9
'DANZ CONTRIXT) N 6, LtC/E 3TO 24NLCoorilAn.4. Co^ 771- t 74k- 5'6° 1
>e),
'Mb - efol - 9382.
' 1 , ...-:-. . '..- -, :, # ,..- -. ... (
1C-H)( illea....a(
1
I &.-14Qvi Coy-is 0„17:61,7 Ihc. ;,?-5 -7r(.,-
/ 5
,,,,
Vfreface)WicrfrX‘r eok 01. (Poc. -0,,,,z,., j- ' ,.:
p-f-,:ttri; ( i
erle
121 C- itfaq firtteriov4-; cycJ cis+
LOG, 10%2.
-,7-ie:,-c
,_6(-,,,,
07,41 Bittia--,Jcce44. saKve0.1 W100-4444-0 ',Jr:444774E4"
167 9 '...„be 101AA0111 CP ' • 4-0-1
1-'4E1_ .C644
Y5ti- 424 -a •//
r. arc Mil aPICIOXNV FeekM
NE9A Q Ric-y*1441c teas,
6 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
MIAMI BEACH
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
DATE: JUNE 4, 2019
TITLE: ITB-2019-231-KB
INDIAN CREEK (SR Al A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
NAME
(PLEASE PRINT)
COMPANY NAME PHONE# Signature
E-MAIL ADDRESS
KRISTY BADA PROCUREMENT DEPT. - CMB 305-673-7490
kristybaclogrniarnibeachfl.gov
Senn Y' 1 trfaino Qv) hreY I 4209 1 No.lir\S
-• 1-gmeco T. si-hciefb-Aroavin tv:Dic,al'ex-(45.42,{q. at.,
Li/0 .,____,_. ef-Cii/e'1113.6
i lar:6a54,54...4,-,oyiva/ 7.-z>
Calf evl it-`"'v ? 3- ei
73 1-‘55r
Lai-,c- —if? O'
' ryo )1, -,1, 0 A, n et7,c, c:`--.-"">-------
1\1-8 Es1" t"- D'""Et' V.¢., c.
U.e.
9
'DANZ CONTRIXT) N 6, LtC/E 3TO 24NLCoorilAn.4. Co^ 771- t 74k- 5'6° 1
>e),
'Mb - efol - 9382.
' 1 , ...-:-. . '..- -, :, # ,..- -. ... (
1C-H)( illea....a(
1
I &.-14Qvi Coy-is 0„17:61,7 Ihc. ;,?-5 -7r(.,-
/ 5
,,,,
Vfreface)WicrfrX‘r eok 01. (Poc. -0,,,,z,., j- ' ,.:
p-f-,:ttri; ( i
erle
121 C- itfaq firtteriov4-; cycJ cis+
LOG, 10%2.
-,7-ie:,-c
,_6(-,,,,
07,41 Bittia--,Jcce44. saKve0.1 W100-4444-0 ',Jr:444774E4"
167 9 '...„be 101AA0111 CP ' • 4-0-1
1-'4E1_ .C644
Y5ti- 424 -a •//
r. arc Mil aPICIOXNV FeekM
NE9A Q Ric-y*1441c teas,
6 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
MIAMI BEACH
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
DATE: JUNE 4, 2019
TITLE: ITB-2019-231-KB
INDIAN CREEK (SR Al A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
NAME
(PLEASE PRINT)
COMPANY NAME PHONE# Signature
E-MAIL ADDRESS
KRISTY BADA PROCUREMENT DEPT. - CMB 305-673-7490
kristybaclogrniarnibeachfl.gov
Senn Y' 1 trfaino Qv) hreY I 4209 1 No.lir\S
-• 1-gmeco T. si-hciefb-Aroavin tv:Dic,al'ex-(45.42,{q. at.,
Li/0 .,____,_. ef-Cii/e'1113.6
i lar:6a54,54...4,-,oyiva/ 7.-z>
Calf evl it-`"'v ? 3- ei
73 1-‘55r
Lai-,c- —if? O'
' ryo )1, -,1, 0 A, n et7,c, c:`--.-"">-------
1\1-8 Es1" t"- D'""Et' V.¢., c.
U.e.
9
'DANZ CONTRIXT) N 6, LtC/E 3TO 24NLCoorilAn.4. Co^ 771- t 74k- 5'6° 1
>e),
'Mb - efol - 9382.
' 1 , ...-:-. . '..- -, :, # ,..- -. ... (
1C-H)( illea....a(
1
I &.-14Qvi Coy-is 0„17:61,7 Ihc. ;,?-5 -7r(.,-
/ 5
,,,,
Vfreface)WicrfrX‘r eok 01. (Poc. -0,,,,z,., j- ' ,.:
p-f-,:ttri; ( i
erle
121 C- itfaq firtteriov4-; cycJ cis+
LOG, 10%2.
-,7-ie:,-c
,_6(-,,,,
07,41 Bittia--,Jcce44. saKve0.1 W100-4444-0 ',Jr:444774E4"
167 9 '...„be 101AA0111 CP ' • 4-0-1
1-'4E1_ .C644
Y5ti- 424 -a •//
r. arc Mil aPICIOXNV FeekM
NE9A Q Ric-y*1441c teas,
6 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
M1AAAIBEACH
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
DATE: JUNE 4, 2019
TITLE: ITB-2019-231 - KB
INDIAN CREEK (SR MA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
NAME
(PLEASE PRINT)
COMPANY NAME PHONE# FAX#
E-MAIL ADDRESS
0/14-c'.7/CC 0 A'r -/--•
L/.-i-, Cle fr9 Zlie .
(- .CIVY)06Q21- 14/4-r-/A./ ef it ,1--A"?-- 0 tar,c-4, cg,7
1,A1K
%AA -6i=t1.)A,
5 ‘1 IP- /16 y rif"1 pa qi3-Ter
kr),11E5sAtre-S>14.1641( 62,d te. cm 3644
L, •-•.-40
3c,,Eci-1 0 9c 44.---
0-1c) — Qu O k_ (k r A4
)\e)Scv, Qc C(2- - lc c\-
Git \C — ' 9 tiVx._ lk_k x-
(C4\4.-
GM f) - act A Ct:QAt\ 1-0(tA6`tA
„ t14,1%.1 •,1,t,tL ,t,,,,e,i.,.)
7 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
M1AAAIBEACH
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
DATE: JUNE 4, 2019
TITLE: ITB-2019-231 - KB
INDIAN CREEK (SR MA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
NAME
(PLEASE PRINT)
COMPANY NAME PHONE# FAX#
E-MAIL ADDRESS
0/14-c'.7/CC 0 A'r -/--•
L/.-i-, Cle fr9 Zlie .
(- .CIVY)06Q21- 14/4-r-/A./ ef it ,1--A"?-- 0 tar,c-4, cg,7
1,A1K
%AA -6i=t1.)A,
5 ‘1 IP- /16 y rif"1 pa qi3-Ter
kr),11E5sAtre-S>14.1641( 62,d te. cm 3644
L, •-•.-40
3c,,Eci-1 0 9c 44.---
0-1c) — Qu O k_ (k r A4
)\e)Scv, Qc C(2- - lc c\-
Git \C — ' 9 tiVx._ lk_k x-
(C4\4.-
GM f) - act A Ct:QAt\ 1-0(tA6`tA
„ t14,1%.1 •,1,t,tL ,t,,,,e,i.,.)
7 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
M1AAAIBEACH
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
DATE: JUNE 4, 2019
TITLE: ITB-2019-231 - KB
INDIAN CREEK (SR MA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
NAME
(PLEASE PRINT)
COMPANY NAME PHONE# FAX#
E-MAIL ADDRESS
0/14-c'.7/CC 0 A'r -/--•
L/.-i-, Cle fr9 Zlie .
(- .CIVY)06Q21- 14/4-r-/A./ ef it ,1--A"?-- 0 tar,c-4, cg,7
1,A1K
%AA -6i=t1.)A,
5 ‘1 IP- /16 y rif"1 pa qi3-Ter
kr),11E5sAtre-S>14.1641( 62,d te. cm 3644
L, •-•.-40
3c,,Eci-1 0 9c 44.---
0-1c) — Qu O k_ (k r A4
)\e)Scv, Qc C(2- - lc c\-
Git \C — ' 9 tiVx._ lk_k x-
(C4\4.-
GM f) - act A Ct:QAt\ 1-0(tA6`tA
„ t14,1%.1 •,1,t,tL ,t,,,,e,i.,.)
7 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
MIAMIBEACH
CITY OF MIAMI BEACH
SITE VISIT
SIGN-IN SHEET
DATE: JUNE 4, 2019
TITLE: ITB-2019-231-KB
INDIAN CREEK (SR AlA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
NAME
(PLEASE PRINT)
COMPANY NAME PHONE# Signature
E-MAIL ADDRESS
KRISTY BADA PROCUREMENT DEPT. - CMB 305-673-7490
krisfybodarD. rniamibeachfl.gov
f-'
_L---
ci'?"1 PP) Qi-,,....„0-1 PI, 'NG./
12- \ \--;\,-)ec L ri_..f,.,,,,
/.//4c, ,471(--, 0 ,i-.)-f i ?-7 -s--
tv-rf C,l , - C/9 _.z7v c .
\.7-C-fr)/0 693..r
S>6
,-//-g 4 A",ec/4/-,:-./d, A'f--"F--e le.„1,v-c,..°, 2t7,-,-(
/ II. i 0 '1-5-r )4.34`7, .2g-
Rieft. C .9A
42 -/e-//9A/ (Sct-rt,e_776fit) f/loei net
95Y- `-/C -1211 ( -7- RI! 6---cA 0 Ric --/-hwrz. . 6.-"m
o ( JIte v.- , S-`/ -7--?/- .5•c,(7 I DOS 7
4
ltresl J ' J ....._
IL_ , _65,4,, p ,p4 oel „„-,,e,,,,,,,,,vherpc ,4
fLtA(__ i,),2,a, ( 4 _ , i y
Le.o.5er-t-,,,, Li t 4\,, ( t / 15-17L-115----21Z6-- __
(---)t 1- IJA ( 13er-raW ;4f,... . G e>1
/) itc„dil
8 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
MIAMIBEACH
CITY OF MIAMI BEACH
SITE VISIT
SIGN-IN SHEET
DATE: JUNE 4, 2019
TITLE: ITB-2019-231-KB
INDIAN CREEK (SR AlA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
NAME
(PLEASE PRINT)
COMPANY NAME PHONE# Signature
E-MAIL ADDRESS
KRISTY BADA PROCUREMENT DEPT. - CMB 305-673-7490
krisfybodarD. rniamibeachfl.gov
f-'
_L---
ci'?"1 PP) Qi-,,....„0-1 PI, 'NG./
12- \ \--;\,-)ec L ri_..f,.,,,,
/.//4c, ,471(--, 0 ,i-.)-f i ?-7 -s--
tv-rf C,l , - C/9 _.z7v c .
\.7-C-fr)/0 693..r
S>6
,-//-g 4 A",ec/4/-,:-./d, A'f--"F--e le.„1,v-c,..°, 2t7,-,-(
/ II. i 0 '1-5-r )4.34`7, .2g-
Rieft. C .9A
42 -/e-//9A/ (Sct-rt,e_776fit) f/loei net
95Y- `-/C -1211 ( -7- RI! 6---cA 0 Ric --/-hwrz. . 6.-"m
o ( JIte v.- , S-`/ -7--?/- .5•c,(7 I DOS 7
4
ltresl J ' J ....._
IL_ , _65,4,, p ,p4 oel „„-,,e,,,,,,,,,vherpc ,4
fLtA(__ i,),2,a, ( 4 _ , i y
Le.o.5er-t-,,,, Li t 4\,, ( t / 15-17L-115----21Z6-- __
(---)t 1- IJA ( 13er-raW ;4f,... . G e>1
/) itc„dil
8 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
iv\IAMI BEACH
CITY OF MIAMI BEACH
SITE VISIT
SIGN-IN SHEET
DATE: JUNE 4, 2019
TITLE: 1118-2019-231-KB
INDIAN CREEK (SR AlA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
NAME
(PLEASE PRINT}
COMPANY NAME PI--10NE# Signature
E-MAIL ADDRESS
KRISTY BADA PROCUREMENT DEPT. - CMB 305-673-7490
kristyboda(3miamibeachfl.gov
\ •-- //
..k--
it.V.,-) Qh;c-kLiin • -,c,./
P4t,t4,- Hcc- 4:
12- 0.--.,\,0,c 15- ...i-f:4,-,
3c5.-9-2c;,.59-/ is
nn Kr- Q \ i r -. \(-)Pec.• Lc:.
/1/4-rj47 / Cv 0 i-'
ill-CP C'('-‘ -Z71/ C , 7- 1
4 j a 693 yq/c/4/.;:/01,,2re e_ii,,r,, 2,,,, (6/53
i
L L AI .5 (..sz.,
4 1 e/le f ‘f 1701 ee i.--C1-43(-1
'D5 - ;--/
/ y I .1 0 .--5-r-94.7,e e 0., Alcia.zats'
At-74‘="C. U*,4
42e -1/41/ (iitr -40-76V) filce / 4
95V ' eqg -12 Z i Ri / 6--,q 0 Ric -A-m,f) r! • 6:,i ,7 "7— (
0000 (e_04ec arr
1
-.1-c;ic '',S`-/
-----'-
7 ..........,
N i-i A
-7g4:q 659; 4' 1141/ 1 vvi pleS e e-c 4 415 Yherpeco ,4toel
1..t A(.., l.„ I ac5 ,k be-ki-er,,,..) LA K A, L
o I,„
15-9- 9 1 C-21 115—
c--1 - /4yr.c.Z111
t.k.) oock (0 ,13,-4-y-ew;q,.... z.. ,..1.1
1A0 in) Ii ,
Arri '
9( c • an I r)-V•tf v-jci CamS
A Q , C - re'rz I) i_f
1
S ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
M1AMIBEACH
CITY OF MLAMI BEACH
SITE VISIT
SIGN-IN SHEET
DATE: JUNE 4, 2019
TITLE: ITB-2019-231-KB
INDIAN CREEK (SR Al A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
NAME
(PLEASE PRINT)
COMPANY NAME PHONE# FAX#
E-WJL ADDRESS
V ! ;,-jur ev-vvc-c,1 g / 41 (7,n (co .,s4}v c.- 7.1.6_, 7‘4.1 ?, q25 - -lit, -Y)
N t _. 4 t -
1 /„v1 -.-t,-)c-e 1 e, v I 6.- ,vy, fi .60-". ‘, hil YLC, 1 ---0-4?. v' - ,...--
t--Zi.t.irC oriksbial
--DAtkz_ 0 ch4- c is. a 1 +16 , LLC.. 7 2,6- tioz- //qz,
Es-ia .' MIL es)7\i-rati,-11,,, , C 0 IV\
/ ii,4)6/1/
Pt 4Dvils LA:kAA A-maRcikv, 1),0t-240,,i,,- 6,,51,4u,,,, -11G
231.-0.15 (..A.Avvt 40.14.?.1;ce,v,_et-k?el‘vs,(6;ii
.17.44,1 ?mut Hec4e 546044P 141-19 440140 (P4P607114 irl -40.10
ti 44‘-/ j t.iliAttsd5Otet4 114(41. 44...--%
e..'" , // e /4 ,.. • ,.. /7-1" e 7.- -., e--- x.'1:4 -s--1 ----v ,.:, _7 e4
3 83 :7 6-2 (-7 Q(11 boo e ''T'a,L„, . c o ,t,-7
0...ili f__ b-s)oc- c.cic..,,c.{%\o,-,,..c,A-sns•-•t....Par-1--E‘ 0:>4 ,,,,..z)--) e"13-1071
9 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR MA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
MIAMI BEACH
CITY OF MIAMI BEACH
SITE VISIT
SIGN-IN SHEET
DATE: JUNE 4, 2019
TITLE: ITB-2019-231-KB
INDIAN CREEK (SR Al A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
NAME
(PLEASE PRIM)
COMPANY NAME PHONE# FAX#
E-MAIL ADDRESS
I cAu ( 14 nro,....,, vg i 6 --ik-t(•:,, 10,0 ckv,-17,,,i -.J..._vic, ?),75- - 7-16 -mi
\I /116;1ce 6.,y1c:--evwq.co-.1 V \-1."e f , c:.-016.1, f..,----
t\ L0EFCC 0 f;tk $ 61JE E l-
.--94417-- 00411-4-61(416 , L-LC- 7 56.- tio-z- 119z..
C ST A .. A A I Z. Conk - e ..t.:41 I- 3 • C 0 MI
(:111 '1-i16/1;
/ (." -50/1-341
A 4 D AI. S Lx.k A Ak PrvtACYtivAl 1>i ))-z,i,It. 65,,,siu,1,4k -1-c
73L -5011 cilcAok i(;a,..i.zt.,1,,,„„c ,-pei ,,,2.(6).,,,,
Sk441 biti-“.1-ec.14€ sznyhicip, I.J944.40.40 rwpcctaws T11-615 0
cio‘i juAAt.pfr‘u.n.i. 44.....,
Zre^,•-•AA,177
i,e/4-,.... /.74e 7.........., E Ye:, .3-$ ...--v . -2 86
3 53 -7 6-2 V e( 600 e ‘141-... - cc., ,e7
_-,_ -S )6Y- C.:c(c Ic.ck vv .----- v`.1 ‘'''''t i*3aaCi"-+ \ .1,,5) p1 6i 3-1011
I
9 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR AlA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
MIAMI BEACH
CITY OF MIAMI BEACH
SITE VISIT
SIGN-IN SHEET
DATE: JUNE 4, 2019
TITLE: ITB-2019-231-KB
INDIAN CREEK (SR Al A) - PHASE HI IMPROVEMENTS FROM 25TH TO 41ST STREET
NAME
(PLEASE PRINT)
COMPANY NAME PHONE# FAX#
E-MAIL ADDRESS
V 1 ,-k)( /1 ev'oc..,, / --il ..f/1 (0(1 5-1)iirk0 7-viC
\I Ai !=‘,1c.-e 6 \ e., vIClivkiq .(-6.- :1/41 LQI;(---oi6,> . ,..--
t..e,t1k•C okk 0 6vE -1..
'Dtkt.z._ 0.4-mt.*, t4 6 , LLC_. 7 86-102- 114z.
C.s-ca -Q ANZ Co,\Ac...d,i 0) , COP\
i It i.- Lroi ,ri - -50/-f 1
ib(1 I ji,i(11
A viX s L.A:k A A PriAtt-Y4C4511/1 IP( 0t72-Itkit• (.0N5i\L-441, 11'
z31--5 °11 oicAvI k (D4wAzi.,:cevt _et--)‘v2,(61„,,i
1241 bill44-PeC4E
Soic)444-3 4/9440 ,40 AJP01-04015 ISI -(070
&‘1
z-•,-,...,.,,,-7,
6, ,. /, e ,4,' s?
/7,,,,7„ E Afife .-...., s., 7 56
3e3 :7 6 -2 ("i •2 (11 6 ov 'fa..1,„ . Co rt.-7
C$`` 1 ).,i x,c--, C.IcKC ic,ci Isto-.,- mk cks""-iLz,a.d..---E \ a,4 ,..?„,.5) 6`13-1011
9 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Exhibit B:
TSP
10 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Exhibit B:
TSP
10 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Exhibit B:
TSP
10 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
June 21, 2019
PREPARED BY: Maher Maaliki / Hans Ribbeck I Carlos Ribbeck
SPECIFICATIONS PACKAGE
Contract Number:
FINANCIAL PROJECT ID(S): 439228-2-58-01
DISTRICT SIX
MIAMI-DADE COUNTY
The July 2017 Edition of the Florida Department of Transportation Standard Specifications is
revised as follows:
hereby cert0,' that this specifications package has been properly prepared by me, or under my
responsible charge. in accordance with procedurwitrOptcd by the Florida Department of
Transportation. 1.
Signature and Seal:
-- 1 No.
Date: = * 06/21/2519
State of Florida, -,:.. ;
-;.-3 s STATE OF
•cfe
, b..
Professional Engineer, License No.: 1.%6k97, b. I...........:.
Firm Name: .,,,
,
At 0.. -:, inc.
Firm Address: 43,ch , treet, Suite 205
City, State, Zip Code: MiairiLi tt.AJ186
Certificate of Authorization Number:
Page(s):
FPID(S):439228-2-58-01
11 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
27592
:33
-1-
June 21, 2019
PREPARED BY: Maher Maaliki / Hans Ribbeck I Carlos Ribbeck
SPECIFICATIONS PACKAGE
Contract Number:
FINANCIAL PROJECT ID(S): 439228-2-58-01
DISTRICT SIX
MIAMI-DADE COUNTY
The July 2017 Edition of the Florida Department of Transportation Standard Specifications is
revised as follows:
hereby cert0,' that this specifications package has been properly prepared by me, or under my
responsible charge. in accordance with procedurwitrOptcd by the Florida Department of
Transportation. 1.
Signature and Seal:
-- 1 No.
Date: = * 06/21/2519
State of Florida, -,:.. ;
-;.-3 s STATE OF
•cfe
, b..
Professional Engineer, License No.: 1.%6k97, b. I...........:.
Firm Name: .,,,
,
At 0.. -:, inc.
Firm Address: 43,ch , treet, Suite 205
City, State, Zip Code: MiairiLi tt.AJ186
Certificate of Authorization Number:
Page(s):
FPID(S):439228-2-58-01
11 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
27592
:33
-1-
June 21, 2019
PREPARED BY: Maher Maaliki / Hans Ribbeck I Carlos Ribbeck
SPECIFICATIONS PACKAGE
Contract Number:
FINANCIAL PROJECT ID(S): 439228-2-58-01
DISTRICT SIX
MIAMI-DADE COUNTY
The July 2017 Edition of the Florida Department of Transportation Standard Specifications is
revised as follows:
hereby cert0,' that this specifications package has been properly prepared by me, or under my
responsible charge. in accordance with procedurwitrOptcd by the Florida Department of
Transportation. 1.
Signature and Seal:
-- 1 No.
Date: = * 06/21/2519
State of Florida, -,:.. ;
-;.-3 s STATE OF
•cfe
, b..
Professional Engineer, License No.: 1.%6k97, b. I...........:.
Firm Name: .,,,
,
At 0.. -:, inc.
Firm Address: 43,ch , treet, Suite 205
City, State, Zip Code: MiairiLi tt.AJ186
Certificate of Authorization Number:
Page(s):
FPID(S):439228-2-58-01
11 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
27592
:33
-1-
SPECIAL PROVISIONS 5
AWARD AND EXECUTION OF CONTRACT — PUBLIC RECORDS 6
SCOPE OF WORK — INTENT OF CONTRACT 6
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (EAGLE). 6
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (GOPHER TORTOISE). 7
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (MANATEE). 7
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (SAWFISH). 8
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (SEA TURTLE). 9
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
—LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL
ENDANGERED SPECIES ACT AND OTHER WILDLIFE
REGULATIONS (INDIGO SNAKE). 10
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES Ael AND OTHER
WILDLIFE REGULATIONS (STURGEON) 10
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
- WORK OR STRUCTURES IN NAVIGABLE WATERS OF
THE U.S., WATERS OF THE U.S. AND WATERS OF THE
STATE (Discharge To) 11
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— PRESERVATION OF EXISTING PROPERTY —
OPERATIONS WITHIN THE RAILROAD RIGHT-OF-WAY. 12
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— PRESERVATION OF EXISTING PROPERTY — UTILITIES —
ARRANGEMENTS FOR PROTECTION OR ADJUSTMENT. 13
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— PRESERVATION OF EXISTING PROPERTY - UTILITIES —
UTILITY ADJUSTMENTS (Utility Work Schedules). 13
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
-2-
FPID(S):439228-2-58-01
12 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
SPECIAL PROVISIONS 5
AWARD AND EXECUTION OF CONTRACT — PUBLIC RECORDS 6
SCOPE OF WORK — INTENT OF CONTRACT 6
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (EAGLE). 6
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (GOPHER TORTOISE). 7
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (MANATEE). 7
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (SAWFISH). 8
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (SEA TURTLE). 9
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
—LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL
ENDANGERED SPECIES ACT AND OTHER WILDLIFE
REGULATIONS (INDIGO SNAKE). 10
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES Ael AND OTHER
WILDLIFE REGULATIONS (STURGEON) 10
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
- WORK OR STRUCTURES IN NAVIGABLE WATERS OF
THE U.S., WATERS OF THE U.S. AND WATERS OF THE
STATE (Discharge To) 11
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— PRESERVATION OF EXISTING PROPERTY —
OPERATIONS WITHIN THE RAILROAD RIGHT-OF-WAY. 12
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— PRESERVATION OF EXISTING PROPERTY — UTILITIES —
ARRANGEMENTS FOR PROTECTION OR ADJUSTMENT. 13
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— PRESERVATION OF EXISTING PROPERTY - UTILITIES —
UTILITY ADJUSTMENTS (Utility Work Schedules). 13
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
-2-
FPID(S):439228-2-58-01
12 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
SPECIAL PROVISIONS 5
AWARD AND EXECUTION OF CONTRACT — PUBLIC RECORDS 6
SCOPE OF WORK — INTENT OF CONTRACT 6
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (EAGLE). 6
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (GOPHER TORTOISE). 7
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (MANATEE). 7
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (SAWFISH). 8
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES ACT AND OTHER
WILDLIFE REGULATIONS (SEA TURTLE). 9
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
—LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL
ENDANGERED SPECIES ACT AND OTHER WILDLIFE
REGULATIONS (INDIGO SNAKE). 10
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— LAWS TO BE OBSERVED - COMPLIANCE WITH
FEDERAL ENDANGERED SPECIES Ael AND OTHER
WILDLIFE REGULATIONS (STURGEON) 10
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
- WORK OR STRUCTURES IN NAVIGABLE WATERS OF
THE U.S., WATERS OF THE U.S. AND WATERS OF THE
STATE (Discharge To) 11
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— PRESERVATION OF EXISTING PROPERTY —
OPERATIONS WITHIN THE RAILROAD RIGHT-OF-WAY. 12
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— PRESERVATION OF EXISTING PROPERTY — UTILITIES —
ARRANGEMENTS FOR PROTECTION OR ADJUSTMENT. 13
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— PRESERVATION OF EXISTING PROPERTY - UTILITIES —
UTILITY ADJUSTMENTS (Utility Work Schedules). 13
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
-2-
FPID(S):439228-2-58-01
12 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
- EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS. 14
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— PREFERENCE TO STATE RESIDENTS. 16
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— E-VERIFY. 16
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— SCRUTINIZED COMPANIES. 17
PROSECUTION AND PROGRESS — PROSECUTION OF WORK —
BEGINNING WORK (Archaeological Monitor).... 17
PROSECUTION AND PROGRESS — PROSECUTION OF WORK —
BEGINNING WORK (Barge Use) 17
PROSECUTION AND PROGRESS — PROSECUTION OF WORK —
BEGINNING WORK. 18
PROSECUTION AND PROGRESS - PROSECUTION OF WORK—
STATEWIDE DISPUTES REVIEW BOARD. 18
PROSECUTION AND PROGRESS — LIMITATIONS OF
OPERATIONS - CONTAMINATED MATERIALS (MERCURY-
CONTAINING DEVICES AND LAMPS). 21
MAINTENANCE OF TRAFFIC 21
PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND
WATER POLLUTION — CONTROL OF CONTRACTOR'S
OPERATIONS WHICH MAY RESULT IN WATER
POLLUTION. 22
PREVENTION, CONTROL, AND ABATEMENT OF EROSION
CONTROL AND WATER POLLUTION CONSTRUCTION
REQUIREMENTS - CONTAINMENT WORK PLAN. 22
CEMENT CONCRETE PAVEMENT (Colored Concrete). 23
LANDSCAPING. 24
GENERAL REQUIREMENTS FOR TRAFFIC CONTROL SIGNALS
AND DEVICES. 26
CONDUIT — INSTALLATION REQUIREMENTS - GENERAL 27
SIGNAL CABLE — INSTALLATION REQUIREMENTS -- NUMBER
OF CONDUCTORS. 28
PULL, SPLICE, AND JUNCTION BOXES — MATERIALS — PULL
AND SPLICE BOXES - DIMENSIONS. 29
ELECTRICAL POWER SERVICE ASSEMBLIES — MATERIALS —
ELECTRICAL SERVICE WIRE. 29
HIGHWAY LIGHTING SYSTEM. 29
HIGHWAY LIGHTING MATERIALS. 30
APPENDICES 32
TECHNICAL SPECIAL PROVISIONS. 33
-3-
FPID(S):439228-2-58-01
13 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
- EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS. 14
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— PREFERENCE TO STATE RESIDENTS. 16
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— E-VERIFY. 16
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— SCRUTINIZED COMPANIES. 17
PROSECUTION AND PROGRESS — PROSECUTION OF WORK —
BEGINNING WORK (Archaeological Monitor).... 17
PROSECUTION AND PROGRESS — PROSECUTION OF WORK —
BEGINNING WORK (Barge Use) 17
PROSECUTION AND PROGRESS — PROSECUTION OF WORK —
BEGINNING WORK. 18
PROSECUTION AND PROGRESS - PROSECUTION OF WORK—
STATEWIDE DISPUTES REVIEW BOARD. 18
PROSECUTION AND PROGRESS — LIMITATIONS OF
OPERATIONS - CONTAMINATED MATERIALS (MERCURY-
CONTAINING DEVICES AND LAMPS). 21
MAINTENANCE OF TRAFFIC 21
PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND
WATER POLLUTION — CONTROL OF CONTRACTOR'S
OPERATIONS WHICH MAY RESULT IN WATER
POLLUTION. 22
PREVENTION, CONTROL, AND ABATEMENT OF EROSION
CONTROL AND WATER POLLUTION CONSTRUCTION
REQUIREMENTS - CONTAINMENT WORK PLAN. 22
CEMENT CONCRETE PAVEMENT (Colored Concrete). 23
LANDSCAPING. 24
GENERAL REQUIREMENTS FOR TRAFFIC CONTROL SIGNALS
AND DEVICES. 26
CONDUIT — INSTALLATION REQUIREMENTS - GENERAL 27
SIGNAL CABLE — INSTALLATION REQUIREMENTS -- NUMBER
OF CONDUCTORS. 28
PULL, SPLICE, AND JUNCTION BOXES — MATERIALS — PULL
AND SPLICE BOXES - DIMENSIONS. 29
ELECTRICAL POWER SERVICE ASSEMBLIES — MATERIALS —
ELECTRICAL SERVICE WIRE. 29
HIGHWAY LIGHTING SYSTEM. 29
HIGHWAY LIGHTING MATERIALS. 30
APPENDICES 32
TECHNICAL SPECIAL PROVISIONS. 33
-3-
FPID(S):439228-2-58-01
13 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
- EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS. 14
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— PREFERENCE TO STATE RESIDENTS. 16
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— E-VERIFY. 16
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC
— SCRUTINIZED COMPANIES. 17
PROSECUTION AND PROGRESS — PROSECUTION OF WORK —
BEGINNING WORK (Archaeological Monitor).... 17
PROSECUTION AND PROGRESS — PROSECUTION OF WORK —
BEGINNING WORK (Barge Use) 17
PROSECUTION AND PROGRESS — PROSECUTION OF WORK —
BEGINNING WORK. 18
PROSECUTION AND PROGRESS - PROSECUTION OF WORK—
STATEWIDE DISPUTES REVIEW BOARD. 18
PROSECUTION AND PROGRESS — LIMITATIONS OF
OPERATIONS - CONTAMINATED MATERIALS (MERCURY-
CONTAINING DEVICES AND LAMPS). 21
MAINTENANCE OF TRAFFIC 21
PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND
WATER POLLUTION — CONTROL OF CONTRACTOR'S
OPERATIONS WHICH MAY RESULT IN WATER
POLLUTION. 22
PREVENTION, CONTROL, AND ABATEMENT OF EROSION
CONTROL AND WATER POLLUTION CONSTRUCTION
REQUIREMENTS - CONTAINMENT WORK PLAN. 22
CEMENT CONCRETE PAVEMENT (Colored Concrete). 23
LANDSCAPING. 24
GENERAL REQUIREMENTS FOR TRAFFIC CONTROL SIGNALS
AND DEVICES. 26
CONDUIT — INSTALLATION REQUIREMENTS - GENERAL 27
SIGNAL CABLE — INSTALLATION REQUIREMENTS -- NUMBER
OF CONDUCTORS. 28
PULL, SPLICE, AND JUNCTION BOXES — MATERIALS — PULL
AND SPLICE BOXES - DIMENSIONS. 29
ELECTRICAL POWER SERVICE ASSEMBLIES — MATERIALS —
ELECTRICAL SERVICE WIRE. 29
HIGHWAY LIGHTING SYSTEM. 29
HIGHWAY LIGHTING MATERIALS. 30
APPENDICES 32
TECHNICAL SPECIAL PROVISIONS. 33
-3-
FPID(S):439228-2-58-01
13 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
-4-
FPID(S):439228-2-58-01
14 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
-4-
FPID(S):439228-2-58-01
14 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
-4-
FPID(S):439228-2-58-01
14 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
SPECIAL
PROVISIONS
-5-
FPID(S):439228-2-58-01
15 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
SPECIAL
PROVISIONS
-5-
FPID(S):439228-2-58-01
15 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
SPECIAL
PROVISIONS
-5-
FPID(S):439228-2-58-01
15 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
AWARD AND EXECUTION OF CONTRACT — PUBLIC RECORDS.
(REV 10-17-16) (FA 10-24-16) (1-19)
ARTICLE 3-9 is expanded by the following:
IF THE CONTRACTOR HAS QUESTIONS REGARDLNG THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT:
District 6
305-470-5435
D6Drcus todia We-Mots ta te.fl.us
Florida Department of Transportation
District 6 — Office of General Counsel
1000 NW 111 Avenue
Miami, FL 33172-5800
SCOPE OF WORK — INTENT OF CONTRACT.
(REV 8-19-09) (FA 8-24-09) (1-19)
ARTICLE 4-1 is expanded by the following:
The Improvements under this Contract consist of Place description here.
The summary of pay items for this project is listed in the Plans.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (EAGLE).
(REV 6-16-17) (FA 6-28-17) (1-19)
SUBARTICLE 7-1.4 is being expanded by the following new Sub article:
7-1.4.1 Additional Requirements for Bald Eagles (Haliaeetus leucocephalus):
The following active bald eagle nests are located within 660 feet of the project as shown in the
Plans:
Nest # (note which buffer zone nest falls within)
Nest # (note which.buffer zone nest galls within)
-6-
FPID(S):439228-2-58-01
16 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
AWARD AND EXECUTION OF CONTRACT — PUBLIC RECORDS.
(REV 10-17-16) (FA 10-24-16) (1-19)
ARTICLE 3-9 is expanded by the following:
IF THE CONTRACTOR HAS QUESTIONS REGARDLNG THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT:
District 6
305-470-5435
D6Drcus todia We-Mots ta te.fl.us
Florida Department of Transportation
District 6 — Office of General Counsel
1000 NW 111 Avenue
Miami, FL 33172-5800
SCOPE OF WORK — INTENT OF CONTRACT.
(REV 8-19-09) (FA 8-24-09) (1-19)
ARTICLE 4-1 is expanded by the following:
The Improvements under this Contract consist of Place description here.
The summary of pay items for this project is listed in the Plans.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (EAGLE).
(REV 6-16-17) (FA 6-28-17) (1-19)
SUBARTICLE 7-1.4 is being expanded by the following new Sub article:
7-1.4.1 Additional Requirements for Bald Eagles (Haliaeetus leucocephalus):
The following active bald eagle nests are located within 660 feet of the project as shown in the
Plans:
Nest # (note which buffer zone nest falls within)
Nest # (note which.buffer zone nest galls within)
-6-
FPID(S):439228-2-58-01
16 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
AWARD AND EXECUTION OF CONTRACT — PUBLIC RECORDS.
(REV 10-17-16) (FA 10-24-16) (1-19)
ARTICLE 3-9 is expanded by the following:
IF THE CONTRACTOR HAS QUESTIONS REGARDLNG tHE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT:
District 6
305-470-5435
D6Drcustodianc? dotstate.fl.us
Florida Department of Transportation
District 6 — Office of General Counsel
1000 MV 111 Avenue
Miami, FL 33172-5800
SCOPE OF WORK — LNTENT OF CONTRACT.
(REV 8-19-09) (FA 8-24-09) (1-19)
ARTICLE 4-1 is expanded by the following:
The Improvements under this Contract consist of Place description here.
The summary of pay items for this project is listed in the Plans.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (EAGLE).
(REV 6-16-17) (FA 6-28-17) (1-19)
SUBARTICLE 7-1.4 is being expanded by the following new Sub article:
7-1.4.1 Additional Requirements for Bald Eagles (Haliaeetus leucocephalus):
The following active bald eagle nests are located within 660 feet of the project as shown in the
Plans:
Nest # (note which buffer zone nest falls within)
Nest ft- (note which buffer zone nest falls within)
-6-
FPID(S):439228-2-58-0l
16 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
No construction activities can occur, including staging of equipment,
within 330 feet of any active bald eagle nest during nesting season (October 1 — May 15, or until
all nestlings fledge).
Conduct construction activities occurring between 330 feet and 660 feet
from an active bald eagle nest during nesting season as directed by the Engineer, who will act in
coordination with the nest monitor provided by the Department. Stop work when directed by the
Engineer and do not resume work within the monitoring area until approval is received from the
Engineer.
Construction activities more than 660 feet from a nest may be conducted,
at any time of year, with no coordination required with the USFWS or FWC.
When new or alternate nests are observed, follow the bald eagle species
guidelines posted in the URL address in 7-1.4.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (GOPHER TORTOISE).
(REV 6-15-17) (FA 6-20-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Additional Requirements for Gopher Tortoises (Gopherus
Polyphemus): Certain gopher tortoise burrows are to remain within the project area, as shown in
the Plans, and must be protected. Avoid ground disturbing impacts within a 25 foot radius of
each burrow. Install and maintain silt fence in accordance with Section 104 as a means of burrow
avoidance, ensuring that it opens towards the offsite project limits, does not herd tortoises toward
an obstacle, and that burrows are not fully encircled. Install fence prior to any other construction
activity. Replace fence in the same location as the original fence. Remove fence upon completion
of construction.
Silt fence intended for burrow avoidance may also be used as silt fence for
erosion control but shall not be considered as the only silt fence needed for erosion control
purposes within the project limits.
Follow the gopher tortoise species requirements posted in the URL
address in 7-1.4 when gopher tortoises are observed or previously unidentified burrows are
discovered.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (MANATEE).
(REV 6-15-17) (FA 6-20-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Additional Requirements for Manatees (Trichechus manatus): The
Department has determined that the project occurs within the known habitat of manatees.
-7-
FPID(S):439228-2-58-01
17 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
No construction activities can occur, including staging of equipment,
within 330 feet of any active bald eagle nest during nesting season (October 1 — May 15, or until
all nestlings fledge).
Conduct construction activities occurring between 330 feet and 660 feet
from an active bald eagle nest during nesting season as directed by the Engineer, who will act in
coordination with the nest monitor provided by the Department. Stop work when directed by the
Engineer and do not resume work within the monitoring area until approval is received from the
Engineer.
Construction activities more than 660 feet from a nest may be conducted,
at any time of year, with no coordination required with the USFWS or FWC.
When new or alternate nests are observed, follow the bald eagle species
guidelines posted in the URL address in 7-1.4.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (GOPHER TORTOISE).
(REV 6-15-17) (FA 6-20-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Additional Requirements for Gopher Tortoises (Gopherus
Polyphemus): Certain gopher tortoise burrows are to remain within the project area, as shown in
the Plans, and must be protected. Avoid ground disturbing impacts within a 25 foot radius of
each burrow. Install and maintain silt fence in accordance with Section 104 as a means of burrow
avoidance, ensuring that it opens towards the offsite project limits, does not herd tortoises toward
an obstacle, and that burrows are not fully encircled. Install fence prior to any other construction
activity. Replace fence in the same location as the original fence. Remove fence upon completion
of construction.
Silt fence intended for burrow avoidance may also be used as silt fence for
erosion control but shall not be considered as the only silt fence needed for erosion control
purposes within the project limits.
Follow the gopher tortoise species requirements posted in the URL
address in 7-1.4 when gopher tortoises are observed or previously unidentified burrows are
discovered.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (MANATEE).
(REV 6-15-17) (FA 6-20-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Additional Requirements for Manatees (Trichechus manatus): The
Department has determined that the project occurs within the known habitat of manatees.
-7-
FPID(S):439228-2-58-01
17 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
No construction activities can occur, including staging of equipment,
within 330 feet of any active bald eagle nest during nesting season (October 1 — May 15, or until
all nestlings fledge).
Conduct construction activities occurring between 330 feet and 660 feet
from an active bald eagle nest during nesting season as directed by the Engineer, who will act in
coordination with the nest monitor provided by the Department. Stop work when directed by the
Engineer and do not resume work within the monitoring area until approval is received from the
Engineer.
Construction activities more than 660 feet from a nest may be conducted,
at any time of year, with no coordination required with the USFWS or FWC.
When new or alternate nests are observed, follow the bald eagle species
guidelines posted in the URL address in 7-1.4.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (GOPHER TORTOISE).
(REV 6-15-17) (FA 6-20-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Additional Requirements for Gopher Tortoises (Gopherus
Polyphemus): Certain gopher tortoise burrows are to remain within the project area, as shown in
the Plans, and must be protected. Avoid ground disturbing impacts within a 25 foot radius of
each burrow. Install and maintain silt fence in accordance with Section 104 as a means of burrow
avoidance, ensuring that it opens towards the offsite project limits, does not herd tortoises toward
an obstacle, and that burrows are not fully encircled. Install fence prior to any other construction
activity. Replace fence in the same location as the original fence. Remove fence upon completion
of construction.
Silt fence intended for burrow avoidance may also be used as silt fence for
erosion control but shall not be considered as the only silt fence needed for erosion control
purposes within the project limits.
Follow the gopher tortoise species requirements posted in the URL
address in 7-1.4 when gopher tortoises are observed or previously unidentified burrows are
discovered.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (MANATEE).
(REV 6-15-17) (FA 6-20-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Additional Requirements for Manatees (Trichechus manatus): The
Department has determined that the project occurs within the known habitat of manatees.
-7-
FPID(S):439228-2-58-01
17 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
The Department will provide instruction at a preconstruction meeting
regarding:
1. The presence of the species and manatee speed zones.
2. The appearance, habits and biology of the species.
3. Their protected status.
4. The need to avoid collisions with and injury to the species.
5. The need to avoid any actions that would jeopardize the
existence of these species.
6. The civil and criminal penalties for harming, harassing, or
killing these species.
Advise all work crews of this information.
Operate all vessels at "Idle Speed/No Wake" at all times while in the
construction area and while in water where the draft of the vessel provides less than a four-foot
clearance from the bottom. Follow routes of deep water whenever possible.
Do not dredge river bottom for barge access.
Lower all equipment or material to the mudline in a controlled descent. Do
not allow freefall of any equipment or material below the water surface.
Advise all on-site project personnel they are responsible for observing
water-related activities for the presence of manatees. Follow the requirements posted in the URL
address in Spec 7-1.4 when manatees are observed.
Except for projects in Bay, Escambia, Franklin, Gilchrist, Gulf, Jefferson,
Lafayette, Okaloosa, Santa Rosa, Suwannee and Walton:
1. Sediment or turbidity barriers shall be made of material which
manatees cannot become entangled, shall be secured, and shall be monitored to avoid manatee
entanglement or entrapment. Barriers must not impede manatee movement_
2. Temporary signs concerning manatees shall be posted prior to
and during all in-water project activities. All signs are to be removed by the Contractor upon
completion of the project. Temporary signs that have already been approved for this use by the
FWC must be used. One-sign which reads "Caution: Boaters", must be posted in a location
conspicuous to boating traffic. A second sign measuring at least 8-1/2 inches by 11 inches,
explaining the requirements for "Idle Speed/No Wake" and the shutdown of in-water operations,
must be posted in at least one location prominently visible to all onsite project personnel engaged
in water-related activities. These signs can be viewed at:
http 'mvfw c. co mAvil dl ifehabitats/Wildli felmanatee/educati on- for-marinas/
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (SAWFISH).
(REV 5-25-17) (FA 6-13-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Additional Requirements for Smalltooth Sawfish (Pristis pectinata):
The Department has determined that the project occurs within the known habitat of smalltooth
sawfish.
-8-
FPID(S):439228-2-58-01
18 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
The Department will provide instruction at a preconstruction meeting
regarding:
1. The presence of the species and manatee speed zones.
2. The appearance, habits and biology of the species.
3. Their protected status.
4. The need to avoid collisions with and injury to the species.
5. The need to avoid any actions that would jeopardize the
existence of these species.
6. The civil and criminal penalties for harming, harassing, or
killing these species.
Advise all work crews of this information.
Operate all vessels at "Idle Speed/No Wake" at all times while in the
construction area and while in water where the draft of the vessel provides less than a four-foot
clearance from the bottom. Follow routes of deep water whenever possible.
Do not dredge river bottom for barge access.
Lower all equipment or material to the mudline in a controlled descent. Do
not allow freefall of any equipment or material below the water surface.
Advise all on-site project personnel they are responsible for observing
water-related activities for the presence of manatees. Follow the requirements posted in the URL
address in Spec 7-1.4 when manatees are observed.
Except for projects in Bay, Escambia, Franklin, Gilchrist, Gulf, Jefferson,
Lafayette, Okaloosa, Santa Rosa, Suwannee and Walton:
1. Sediment or turbidity barriers shall be made of material which
manatees cannot become entangled, shall be secured, and shall be monitored to avoid manatee
entanglement or entrapment. Barriers must not impede manatee movement_
2. Temporary signs concerning manatees shall be posted prior to
and during all in-water project activities. All signs are to be removed by the Contractor upon
completion of the project. Temporary signs that have already been approved for this use by the
FWC must be used. One-sign which reads "Caution: Boaters", must be posted in a location
conspicuous to boating traffic. A second sign measuring at least 8-1/2 inches by 11 inches,
explaining the requirements for "Idle Speed/No Wake" and the shutdown of in-water operations,
must be posted in at least one location prominently visible to all onsite project personnel engaged
in water-related activities. These signs can be viewed at:
http 'mvfw c. co mAvil dl ifehabitats/Wildli felmanatee/educati on- for-marinas/
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (SAWFISH).
(REV 5-25-17) (FA 6-13-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Additional Requirements for Smalltooth Sawfish (Pristis pectinata):
The Department has determined that the project occurs within the known habitat of smalltooth
sawfish.
-8-
FPID(S):439228-2-58-01
18 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
The Department will provide instruction at a preconstruction meeting
regarding:
1. The presence of the species and manatee speed zones.
2. The appearance, habits and biology of the species.
3. Their protected status.
4. The need to avoid collisions with and injury to the species.
5. The need to avoid any actions that would jeopardize the
existence of these species.
6. The civil and criminal penalties for harming, harassing, or
killing these species.
Advise all work crews of this information.
Operate all vessels at "Idle Speed/No Wake" at all times while in the
construction area and while in water where the draft of the vessel provides less than a four-foot
clearance from the bottom. Follow routes of deep water whenever possible.
Do not dredge river bottom for barge access.
Lower all equipment or material to the mudline in a controlled descent. Do
not allow freefall of any equipment or material below the water surface.
Advise all on-site project personnel they are responsible for observing
water-related activities for the presence of manatees. Follow the requirements posted in the URL
address in Spec 7-1.4 when manatees are observed.
Except for projects in Bay, Escambia, Franklin, Gilchrist, Gulf, Jefferson,
Lafayette, Okaloosa, Santa Rosa, Suwannee and Walton:
1. Sediment or turbidity barriers shall be made of material which
manatees cannot become entangled, shall be secured, and shall be monitored to avoid manatee
entanglement or entrapment. Barriers must not impede manatee movement_
2. Temporary signs concerning manatees shall be posted prior to
and during all in-water project activities. All signs are to be removed by the Contractor upon
completion of the project. Temporary signs that have already been approved for this use by the
FWC must be used. One-sign which reads "Caution: Boaters", must be posted in a location
conspicuous to boating traffic. A second sign measuring at least 8-1/2 inches by 11 inches,
explaining the requirements for "Idle Speed/No Wake" and the shutdown of in-water operations,
must be posted in at least one location prominently visible to all onsite project personnel engaged
in water-related activities. These signs can be viewed at:
http 'mvfw c. co mAvil dl ifehabitats/Wildli felmanatee/educati on- for-marinas/
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (SAWFISH).
(REV 5-25-17) (FA 6-13-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Additional Requirements for Smalltooth Sawfish (Pristis pectinata):
The Department has determined that the project occurs within the known habitat of smalltooth
sawfish.
-8-
FPID(S):439228-2-58-01
18 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
The Department will provide instruction at a preconstniction meeting
regarding:
1. The presence of species and limits of critical habitat.
2. The appearance, habits and biology of the species.
3. Their protected status.
4. The need to avoid collisions with these species.
5. The need to avoid any actions that would jeopardize the
existence of these species.
6. The civil and criminal penalties for harming, harassing, or
killing these species.
Advise all work crews of this information.
Provide sediment and turbidity barriers constructed of material in which a
smalltooth sawfish cannot become entangled. Secure and monitor the sediment and turbidity
barriers to avoid protected species entrapment. Sediment and turbidity barriers may not block
smalltooth sawfish entry to or exit from designated critical habitat without prior approval of the
Engineer and concurrence from the National Marine Fisheries Service's Protected Resources
Division, St. Petersburg, Florida.
Operate all vessels at "Idle Speed'No Wake" at all times while in the
construction area and while in water where the draft of the vessel provides less than a four-foot
clearance from the bottom. Follow marked channels or routes of deep water whenever possible.
All on-site project personnel are responsible for observing water-related
activities for the presence of smalltooth sawfish. When smalltooth sawfish are observed, follow
the smalltooth sawfish guidelines posted in the URL address in 7-1.4.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —LAWS TO BE
OBSE-RVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (SEA TURTLE).
(REV 5-2547) (FA 6-28-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Additional Requirements for Sea Turtles (Caretta caretta, Chelonia
mydas, Dermochelys coriacea, Lepidochelys kempi, Eretmochelys imbricate):
The Department has determined that the project occurs within the known
habitat of sea turtles.
The Department will provide instruction at a pre-construction meeting
regarding:
1. The presence of species and limits of critical habitat.
2. The appearance, habits and biology of the species.
3. Their protected status.
4. The need to avoid collisions with these species.
5. The need to avoid any actions that would jeopardize the
existence of these species.
6. The civil and criminal penalties for harming, harassing, or
killing these species.
-9-
FP1D(S):439228-2-58-01
19 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
The Department will provide instruction at a preconstniction meeting
regarding:
1. The presence of species and limits of critical habitat.
2. The appearance, habits and biology of the species.
3. Their protected status.
4. The need to avoid collisions with these species.
5. The need to avoid any actions that would jeopardize the
existence of these species.
6. The civil and criminal penalties for harming, harassing, or
killing these species.
Advise all work crews of this information.
Provide sediment and turbidity barriers constructed of material in which a
smalltooth sawfish cannot become entangled. Secure and monitor the sediment and turbidity
barriers to avoid protected species entrapment. Sediment and turbidity barriers may not block
smalltooth sawfish entry to or exit from designated critical habitat without prior approval of the
Engineer and concurrence from the National Marine Fisheries Service's Protected Resources
Division, St. Petersburg, Florida.
Operate all vessels at "Idle Speed'No Wake" at all times while in the
construction area and while in water where the draft of the vessel provides less than a four-foot
clearance from the bottom. Follow marked channels or routes of deep water whenever possible.
All on-site project personnel are responsible for observing water-related
activities for the presence of smalltooth sawfish. When smalltooth sawfish are observed, follow
the smalltooth sawfish guidelines posted in the URL address in 7-1.4.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —LAWS TO BE
OBSE-RVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (SEA TURTLE).
(REV 5-2547) (FA 6-28-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Additional Requirements for Sea Turtles (Caretta caretta, Chelonia
mydas, Dermochelys coriacea, Lepidochelys kempi, Eretmochelys imbricate):
The Department has determined that the project occurs within the known
habitat of sea turtles.
The Department will provide instruction at a pre-construction meeting
regarding:
1. The presence of species and limits of critical habitat.
2. The appearance, habits and biology of the species.
3. Their protected status.
4. The need to avoid collisions with these species.
5. The need to avoid any actions that would jeopardize the
existence of these species.
6. The civil and criminal penalties for harming, harassing, or
killing these species.
-9-
FP1D(S):439228-2-58-01
19 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
The Department will provide instruction at a preconstniction meeting
regarding:
1. The presence of species and limits of critical habitat.
2. The appearance, habits and biology of the species.
3. Their protected status.
4. The need to avoid collisions with these species.
5. The need to avoid any actions that would jeopardize the
existence of these species.
6. The civil and criminal penalties for harming, harassing, or
killing these species.
Advise all work crews of this information.
Provide sediment and turbidity barriers constructed of material in which a
smalltooth sawfish cannot become entangled. Secure and monitor the sediment and turbidity
barriers to avoid protected species entrapment. Sediment and turbidity barriers may not block
smalltooth sawfish entry to or exit from designated critical habitat without prior approval of the
Engineer and concurrence from the National Marine Fisheries Service's Protected Resources
Division, St. Petersburg, Florida.
Operate all vessels at "Idle Speed'No Wake" at all times while in the
construction area and while in water where the draft of the vessel provides less than a four-foot
clearance from the bottom. Follow marked channels or routes of deep water whenever possible.
All on-site project personnel are responsible for observing water-related
activities for the presence of smalltooth sawfish. When smalltooth sawfish are observed, follow
the smalltooth sawfish guidelines posted in the URL address in 7-1.4.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —LAWS TO BE
OBSE-RVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (SEA TURTLE).
(REV 5-2547) (FA 6-28-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Additional Requirements for Sea Turtles (Caretta caretta, Chelonia
mydas, Dermochelys coriacea, Lepidochelys kempi, Eretmochelys imbricate):
The Department has determined that the project occurs within the known
habitat of sea turtles.
The Department will provide instruction at a pre-construction meeting
regarding:
1. The presence of species and limits of critical habitat.
2. The appearance, habits and biology of the species.
3. Their protected status.
4. The need to avoid collisions with these species.
5. The need to avoid any actions that would jeopardize the
existence of these species.
6. The civil and criminal penalties for harming, harassing, or
killing these species.
-9-
FP1D(S):439228-2-58-01
19 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Advise all work crews of this information.
Provide sediment and turbidity barriers constructed of material in which a
sea turtle cannot become entangled. Secure and monitor the sediment and turbidity barriers to
avoid protected species entrapment. Sediment and turbidity barriers may not block sea turtle
entry to or exit from designated critical habitat without prior approval of the Engineer and
concurrence from the National Marine Fisheries Service's Protected Resources Division, St.
Petersburg, Florida.
Operate all vessels at "Idle Speed/No Wake" at all times while in the
construction area and while in water where the draft of the vessel provides less than a four-foot
clearance from the bottom. Follow marked channels or routes of deep water whenever possible.
All on-site project personnel are responsible for observing water-related
activities for the presence of sea turtles. When sea turtles are observed, follow the sea turtle
species guidelines posted in the URL address in 7-1.4_
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (INDIGO SNAKE).
(REV 5-25-17) (FA 6-13-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following:
7-1.4.1 Additional Requirements for Eastern Indigo Snake (Drvmarchon
corals couveri): The Department has determined that eastern indigo snake habitat exists in the
project limits. Implement the Standard Protection Measures for the Eastern Indigo Snake
published by the US Fish and Wildlife Service which are available at:
http://wwl,v.fws.govUorthIloridalndigoSnakes/20130812_Eastem indigo snake Standard Prot
ection Measures.htm.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (STURGEON).
(REV 5-25-17) (FA 6-28-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Requirements for Atlantic Sturgeon, Gulf subspecies (Acinenser
oxvrinchus desotoi): The Department has determined that the project occurs within the habitat of
gulf sturgeon.
The Department will provide instruction at a preconstmction meeting
regarding:
1. The presence of the species.
2. The appearance, habits, biology, migratory patterns and
preservation of the species.
3. Their protected status.
-10-
FPID(S):439228-2-58-01
20 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Advise all work crews of this information.
Provide sediment and turbidity barriers constructed of material in which a
sea turtle cannot become entangled. Secure and monitor the sediment and turbidity barriers to
avoid protected species entrapment. Sediment and turbidity barriers may not block sea turtle
entry to or exit from designated critical habitat without prior approval of the Engineer and
concurrence from the National Marine Fisheries Service's Protected Resources Division, St.
Petersburg, Florida.
Operate all vessels at "Idle Speed/No Wake" at all times while in the
construction area and while in water where the draft of the vessel provides less than a four-foot
clearance from the bottom. Follow marked channels or routes of deep water whenever possible.
All on-site project personnel are responsible for observing water-related
activities for the presence of sea turtles. When sea turtles are observed, follow the sea turtle
species guidelines posted in the URL address in 7-1.4_
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (INDIGO SNAKE).
(REV 5-25-17) (FA 6-13-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following:
7-1.4.1 Additional Requirements for Eastern Indigo Snake (Drvmarchon
corals couveri): The Department has determined that eastern indigo snake habitat exists in the
project limits. Implement the Standard Protection Measures for the Eastern Indigo Snake
published by the US Fish and Wildlife Service which are available at:
http://wwl,v.fws.govUorthIloridalndigoSnakes/20130812_Eastem indigo snake Standard Prot
ection Measures.htm.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (STURGEON).
(REV 5-25-17) (FA 6-28-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Requirements for Atlantic Sturgeon, Gulf subspecies (Acinenser
oxvrinchus desotoi): The Department has determined that the project occurs within the habitat of
gulf sturgeon.
The Department will provide instruction at a preconstmction meeting
regarding:
1. The presence of the species.
2. The appearance, habits, biology, migratory patterns and
preservation of the species.
3. Their protected status.
-10-
FPID(S):439228-2-58-01
20 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Advise all work crews of this information.
Provide sediment and turbidity barriers constructed of material in which a
sea turtle cannot become entangled. Secure and monitor the sediment and turbidity barriers to
avoid protected species entrapment. Sediment and turbidity barriers may not block sea turtle
entry to or exit from designated critical habitat without prior approval of the Engineer and
concurrence from the National Marine Fisheries Service's Protected Resources Division, St.
Petersburg, Florida.
Operate all vessels at "Idle Speed/No Wake" at all times while in the
construction area and while in water where the draft of the vessel provides less than a four-foot
clearance from the bottom. Follow marked channels or routes of deep water whenever possible.
All on-site project personnel are responsible for observing water-related
activities for the presence of sea turtles. When sea turtles are observed, follow the sea turtle
species guidelines posted in the URL address in 7-1.4_
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (INDIGO SNAKE).
(REV 5-25-17) (FA 6-13-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following:
7-1.4.1 Additional Requirements for Eastern Indigo Snake (Drvmarchon
corals couveri): The Department has determined that eastern indigo snake habitat exists in the
project limits. Implement the Standard Protection Measures for the Eastern Indigo Snake
published by the US Fish and Wildlife Service which are available at:
http://wwl,v.fws.govUorthIloridalndigoSnakes/20130812_Eastem indigo snake Standard Prot
ection Measures.htm.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — LAWS TO BE
OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND
OTHER WILDLIFE REGULATIONS (STURGEON).
(REV 5-25-17) (FA 6-28-17) (1-19)
SUBARTICLE 7-1.4 is expanded by the following new Subarticle:
7-1.4.1 Requirements for Atlantic Sturgeon, Gulf subspecies (Acinenser
oxvrinchus desotoi): The Department has determined that the project occurs within the habitat of
gulf sturgeon.
The Department will provide instruction at a preconstmction meeting
regarding:
1. The presence of the species.
2. The appearance, habits, biology, migratory patterns and
preservation of the species.
3. Their protected status.
-10-
FPID(S):439228-2-58-01
20 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
4. The need to avoid collisions with these species.
5. The need to avoid any actions that would jeopardize the
existence of these species.
6. The civil and criminal penalties for harming, harassing, or
killing these species.
7. The times of year when the spotter will be required.
Provide a spotter at appropriate times of the year during in-water
construction activities to maintain constant surveillance for the species; assure adherence to the
requirements posted in the URL address in Spec 7-1.4; and assure that uninhibited passage for
these fish is provided.
Post signs on site warning of the presence of sturgeon and their federal
protection.
Use floating turbidity barriers of appropriate dimension to restrict sturgeon
access to or entrapment in the work area. Properly secure, regularly monitor and maintain all
deployed sediment and turbidity barriers to prevent entanglement and entrapment. Immediately
free sturgeon trapped in sediment or turbidity bathers.
Do not dredge the river bottom for barge access_
Lower all equipment or material to the mudline in a controlled descent.
Do not allow freefall of any equipment or material below the water surface.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC - WORK OR
STRUCTURES IN NAVIGABLE WATERS OF THE U.S., WATERS OF THE U.S. AND
WATERS OF 1HE STATE (DISCHARGE TO).
(REV 6-9-15) (FA 7-22-15) (1-19)
SUBARTICLE 7-2.2 is expanded by the following:
The "State of Florida Department of Environmental Protection (DEP) Generic
Permit for Stormwater Discharge from Large and Small Construction Activities" applies to this
Contract. Obtain a copy of the permit through the Department's website and comply with the
requirements of the permit. The URL for obtaining a copy of the permit is
lift to ://www.de . state .fl .us/wateristo rmwate rinpdesipermits forms. htm
In accordance with the requirements of the DEP generic permit, accept
responsibility for the following:
(a) Preparation, execution and submission of DEP Generic Permit Notice
of Intent (NOI) and payment of associated fee(s)
(b) Preparation and submission of Erosion Control Plan as outlined in
Section 104
(c) Any Contractor initiated SWPPP modifications
(d) Performing inspections using a qualified inspector
(e) Completion of SWPPP construction inspection reports
(1) Executing associated certification forms provided by the Engineer
(g) Preparation, execution and submission of Notice of Termination
(NOT) of the DEP Generic Permit coverage.
-11-
FPID(S):439228-2-58-01
21 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
4. The need to avoid collisions with these species.
5. The need to avoid any actions that would jeopardize the
existence of these species.
6. The civil and criminal penalties for harming, harassing, or
killing these species.
7. The times of year when the spotter will be required.
Provide a spotter at appropriate times of the year during in-water
construction activities to maintain constant surveillance for the species; assure adherence to the
requirements posted in the URL address in Spec 7-1.4; and assure that uninhibited passage for
these fish is provided.
Post signs on site warning of the presence of sturgeon and their federal
protection.
Use floating turbidity barriers of appropriate dimension to restrict sturgeon
access to or entrapment in the work area. Properly secure, regularly monitor and maintain all
deployed sediment and turbidity barriers to prevent entanglement and entrapment. Immediately
free sturgeon trapped in sediment or turbidity bathers.
Do not dredge the river bottom for barge access_
Lower all equipment or material to the mudline in a controlled descent.
Do not allow freefall of any equipment or material below the water surface.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC - WORK OR
STRUCTURES IN NAVIGABLE WATERS OF THE U.S., WATERS OF THE U.S. AND
WATERS OF 1HE STATE (DISCHARGE TO).
(REV 6-9-15) (FA 7-22-15) (1-19)
SUBARTICLE 7-2.2 is expanded by the following:
The "State of Florida Department of Environmental Protection (DEP) Generic
Permit for Stormwater Discharge from Large and Small Construction Activities" applies to this
Contract. Obtain a copy of the permit through the Department's website and comply with the
requirements of the permit. The URL for obtaining a copy of the permit is
lift to ://www.de . state .fl .us/wateristo rmwate rinpdesipermits forms. htm
In accordance with the requirements of the DEP generic permit, accept
responsibility for the following:
(a) Preparation, execution and submission of DEP Generic Permit Notice
of Intent (NOI) and payment of associated fee(s)
(b) Preparation and submission of Erosion Control Plan as outlined in
Section 104
(c) Any Contractor initiated SWPPP modifications
(d) Performing inspections using a qualified inspector
(e) Completion of SWPPP construction inspection reports
(1) Executing associated certification forms provided by the Engineer
(g) Preparation, execution and submission of Notice of Termination
(NOT) of the DEP Generic Permit coverage.
-11-
FPID(S):439228-2-58-01
21 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
4. The need to avoid collisions with these species.
5. The need to avoid any actions that would jeopardize the
existence of these species.
6. The civil and criminal penalties for harming, harassing, or
killing these species.
7. The times of year when the spotter will be required.
Provide a spotter at appropriate times of the year during in-water
construction activities to maintain constant surveillance for the species; assure adherence to the
requirements posted in the URL address in Spec 7-1.4; and assure that uninhibited passage for
these fish is provided.
Post signs on site warning of the presence of sturgeon and their federal
protection.
Use floating turbidity barriers of appropriate dimension to restrict sturgeon
access to or entrapment in the work area. Properly secure, regularly monitor and maintain all
deployed sediment and turbidity barriers to prevent entanglement and entrapment. Immediately
free sturgeon trapped in sediment or turbidity bathers.
Do not dredge the river bottom for barge access_
Lower all equipment or material to the mudline in a controlled descent.
Do not allow freefall of any equipment or material below the water surface.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC - WORK OR
STRUCTURES IN NAVIGABLE WATERS OF THE U.S., WATERS OF THE U.S. AND
WATERS OF 1HE STATE (DISCHARGE TO).
(REV 6-9-15) (FA 7-22-15) (1-19)
SUBARTICLE 7-2.2 is expanded by the following:
The "State of Florida Department of Environmental Protection (DEP) Generic
Permit for Stormwater Discharge from Large and Small Construction Activities" applies to this
Contract. Obtain a copy of the permit through the Department's website and comply with the
requirements of the permit. The URL for obtaining a copy of the permit is
lift to ://www.de . state .fl .us/wateristo rmwate rinpdesipermits forms. htm
In accordance with the requirements of the DEP generic permit, accept
responsibility for the following:
(a) Preparation, execution and submission of DEP Generic Permit Notice
of Intent (NOI) and payment of associated fee(s)
(b) Preparation and submission of Erosion Control Plan as outlined in
Section 104
(c) Any Contractor initiated SWPPP modifications
(d) Performing inspections using a qualified inspector
(e) Completion of SWPPP construction inspection reports
(1) Executing associated certification forms provided by the Engineer
(g) Preparation, execution and submission of Notice of Termination
(NOT) of the DEP Generic Permit coverage.
-11-
FPID(S):439228-2-58-01
21 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Use the SWPPP Construction Inspection Form provided by the Engineer to report
all inspection findings and to document all corrective actions taken as a result of the inspection.
Sign each inspection report and submit it weekly to the Engineer.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
PRESERVATION OF EXISTING PROPERTY — OPERATIONS WITHIN THE
RAILROAD RIGHT-OF-WAY.
(REV 8-21-17) (1-19)
SUBARTICLE 7-11.4 is deleted and the following substituted:
7-11-4 Operations within the Railroad Right-of-Way:
7-11.4.1 Notification to the Railroad Company: Notify the superintendent of
the railroad company, as shown in the Plans, and the Engineer at least 72 hours before beginning
any operation within the limits of the railroad right-of-way; any operation requiring movement of
employees, trucks, or other equipment across the tracks of the railroad company at other than an
established public crossing; and any other work that may affect railroad operations or property_
Notify Miami-Dade County Department of Transportation and Public
Works (DTPW), Office of Safety & Security representative, as shown in the Plans, and the
Engineer at least 48 hours before initiating any work within 30 feet of a DTPW busway,
Metrorail, or Metromover facility. Notify DTPW bus traffic control center as shown in the Plans
in an emergency situation.
7-11.4.2 Contractor's Responsibilities: Comply with whatever requirements an
authorized representative of the railroad company deems necessary in order to safeguard the
railroad's property and operations. The Contractor is responsible for all damages, delays, or
injuries and all suits, actions, or claims brought on account of damages or injuries resulting from
the Contractor's operations within or adjacent to railroad company right-of-way.
7-11.43 Watchman or Flagging Services: The railroad company will furnish
protective services (i.e., watchman or flagging services) to ensure the safety of railroad
operations during certain periods of the project. The Department will reimburse the railroad
company for the cost thereof. Schedule work that affects railroad operations so as to miRimize
the need for protective services by the railroad company.
Do not operate a crane or perform aerial work (boom trucks, cherry
pickers, scissor lifts, cranes, etc.) within a 30 feet zone extending outward from the outer most
edges of the DTPW's MetroraftMetromover guideway unless a DTPW monitor (spotter) is
present. Include the cost for the DTPW spotter in related pay items of work for which the spotter
will be required. A DTPW spotter will be provided at a cost of $23.53 per hour, including one
additional hour travel time (30 minutes to and from the project). These employees report to work
for either a minimum four hour half shift or for a full eight hour shift. Minimum billing will be
four hours. If work is cancelled, the Contractor is responsible for the hours unless cancellation is
received at least 24 hours in advance of the scheduled work.
Ensure that all Contractor personnel take DTPW safety training prior to
performing any work underneath a DTPW Metrorail or Metromover guideway.
-12-
FPID(S):439228-2-58-0 I
22 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Use the SWPPP Construction Inspection Form provided by the Engineer to report
all inspection findings and to document all corrective actions taken as a result of the inspection.
Sign each inspection report and submit it weekly to the Engineer.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
PRESERVATION OF EXISTING PROPERTY — OPERATIONS WITHIN THE
RAILROAD RIGHT-OF-WAY.
(REV 8-21-17) (1-19)
SUBARTICLE 7-11.4 is deleted and the following substituted:
7-11-4 Operations within the Railroad Right-of-Way:
7-11.4.1 Notification to the Railroad Company: Notify the superintendent of
the railroad company, as shown in the Plans, and the Engineer at least 72 hours before beginning
any operation within the limits of the railroad right-of-way; any operation requiring movement of
employees, trucks, or other equipment across the tracks of the railroad company at other than an
established public crossing; and any other work that may affect railroad operations or property_
Notify Miami-Dade County Department of Transportation and Public
Works (DTPW), Office of Safety & Security representative, as shown in the Plans, and the
Engineer at least 48 hours before initiating any work within 30 feet of a DTPW busway,
Metrorail, or Metromover facility. Notify DTPW bus traffic control center as shown in the Plans
in an emergency situation.
7-11.4.2 Contractor's Responsibilities: Comply with whatever requirements an
authorized representative of the railroad company deems necessary in order to safeguard the
railroad's property and operations. The Contractor is responsible for all damages, delays, or
injuries and all suits, actions, or claims brought on account of damages or injuries resulting from
the Contractor's operations within or adjacent to railroad company right-of-way.
7-11.43 Watchman or Flagging Services: The railroad company will furnish
protective services (i.e., watchman or flagging services) to ensure the safety of railroad
operations during certain periods of the project. The Department will reimburse the railroad
company for the cost thereof. Schedule work that affects railroad operations so as to miRimize
the need for protective services by the railroad company.
Do not operate a crane or perform aerial work (boom trucks, cherry
pickers, scissor lifts, cranes, etc.) within a 30 feet zone extending outward from the outer most
edges of the DTPW's MetroraftMetromover guideway unless a DTPW monitor (spotter) is
present. Include the cost for the DTPW spotter in related pay items of work for which the spotter
will be required. A DTPW spotter will be provided at a cost of $23.53 per hour, including one
additional hour travel time (30 minutes to and from the project). These employees report to work
for either a minimum four hour half shift or for a full eight hour shift. Minimum billing will be
four hours. If work is cancelled, the Contractor is responsible for the hours unless cancellation is
received at least 24 hours in advance of the scheduled work.
Ensure that all Contractor personnel take DTPW safety training prior to
performing any work underneath a DTPW Metrorail or Metromover guideway.
-12-
FPID(S):439228-2-58-0 I
22 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Use the SWPPP Construction Inspection Form provided by the Engineer to report
all inspection findings and to document all corrective actions taken as a result of the inspection.
Sign each inspection report and submit it weekly to the Engineer.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
PRESERVATION OF EXISTING PROPERTY — OPERATIONS WITHIN THE
RAILROAD RIGHT-OF-WAY.
(REV 8-21-17) (1-19)
SUBARTICLE 7-11.4 is deleted and the following substituted:
7-11-4 Operations within the Railroad Right-of-Way:
7-11.4.1 Notification to the Railroad Company: Notify the superintendent of
the railroad company, as shown in the Plans, and the Engineer at least 72 hours before beginning
any operation within the limits of the railroad right-of-way; any operation requiring movement of
employees, trucks, or other equipment across the tracks of the railroad company at other than an
established public crossing; and any other work that may affect railroad operations or property_
Notify Miami-Dade County Department of Transportation and Public
Works (DTPW), Office of Safety & Security representative, as shown in the Plans, and the
Engineer at least 48 hours before initiating any work within 30 feet of a DTPW busway,
Metrorail, or Metromover facility. Notify DTPW bus traffic control center as shown in the Plans
in an emergency situation.
7-11.4.2 Contractor's Responsibilities: Comply with whatever requirements an
authorized representative of the railroad company deems necessary in order to safeguard the
railroad's property and operations. The Contractor is responsible for all damages, delays, or
injuries and all suits, actions, or claims brought on account of damages or injuries resulting from
the Contractor's operations within or adjacent to railroad company right-of-way.
7-11.43 Watchman or Flagging Services: The railroad company will furnish
protective services (i.e., watchman or flagging services) to ensure the safety of railroad
operations during certain periods of the project. The Department will reimburse the railroad
company for the cost thereof. Schedule work that affects railroad operations so as to miRimize
the need for protective services by the railroad company.
Do not operate a crane or perform aerial work (boom trucks, cherry
pickers, scissor lifts, cranes, etc.) within a 30 feet zone extending outward from the outer most
edges of the DTPW's MetroraftMetromover guideway unless a DTPW monitor (spotter) is
present. Include the cost for the DTPW spotter in related pay items of work for which the spotter
will be required. A DTPW spotter will be provided at a cost of $23.53 per hour, including one
additional hour travel time (30 minutes to and from the project). These employees report to work
for either a minimum four hour half shift or for a full eight hour shift. Minimum billing will be
four hours. If work is cancelled, the Contractor is responsible for the hours unless cancellation is
received at least 24 hours in advance of the scheduled work.
Ensure that all Contractor personnel take DTPW safety training prior to
performing any work underneath a DTPW Metrorail or Metromover guideway.
-12-
FPID(S):439228-2-58-0 I
22 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
PRESERVATION OF EXISTING PROPERTY — UTILITIES — ARRANGEMENTS FOR
PROTECTION OR ADJUSTMENT.
(REV 10-5-16) (1-19)
SUBARTICLE 7-11.5.1 is deleted and the following substituted:
7-11.5.1 Arrangements for Protection or Adjustment: Do not commence work
at points where the construction operations are adjacent to utility facilities until all necessary
arrangements have been made for removal, temporary removal, relocation, de-energizing,
deactivation or adjustment with the utility facilities owner to protect against damage that might
result in expense, loss, disruption of service, or other undue inconvenience to the public or to the
owners. The Contractor is solely and directly responsible to the owners and operators of such
properties for all damages, injuries, expenses, losses, inconveniences, or delays caused by the
Contractor's operations.
Do not request utility removal, temporary removal, relocation, de-
energizing, deactivation, or adjustment when work can be accomplished within the utility work
schedules. In the event that removal, temporary removal, relocation, de-energizing, deactivation,
or adjustment of a utility or a particular sequence of timing in the relocation of a utility is
necessary and has not been addressed in a utility work schedule, the Engineer will determine the
necessity for any such utility work. Coordinate such work as to cause the least impediment to the
overall construction operations and utility service. The Department is not responsible for utility
removal, temporary removal, relocation, de-energizing, deactivation, or adjustment work where
such work is determined not necessary by the Engineer or done solely for the benefit or
convenience of the utility owner or its contractor, or the Contractor.
Perform exploratory excavation in the alignment and grade of proposed
pipes, structures, french drains, slab covered trenches, conduits, pole foundation andlor sub-
grade seven days in advance of its construction. Provide underground utility owners and the
Department with a seven days advance notice of any conflict with proposed construction.
Provide survey information about existing utility alignment, grade and possible conflicts.
Payment for pre-trenching, survey and backfilling shall be included in the cost of the related bid
item for the proposed installation.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
PRESERVATION OF EXISTING PROPERTY - UTILITIES — UTILITY
ADJUSTMENTS (UTILITY WORK SCHEDULES).
(REV 11-10-16) (FA 1-26-17) (1-19)
SUBARTICLE 7-11.5.3 is expanded by the following:
The utility work which will be accomplished concurrently with the highway
construction Contract will involve facilities owned by other agencies. Utility Schedules (Utility
Relocation and/or Work Schedules) for these agencies are posted on the Department's website at
the following URL address:
-13-
FPID(S):439228-2-58-01
23 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
PRESERVATION OF EXISTING PROPERTY — UTILITIES — ARRANGEMENTS FOR
PROTECTION OR ADJUSTMENT.
(REV 10-5-16) (1-19)
SUBARTICLE 7-11.5.1 is deleted and the following substituted:
7-11.5.1 Arrangements for Protection or Adjustment: Do not commence work
at points where the construction operations are adjacent to utility facilities until all necessary
arrangements have been made for removal, temporary removal, relocation, de-energizing,
deactivation or adjustment with the utility facilities owner to protect against damage that might
result in expense, loss, disruption of service, or other undue inconvenience to the public or to the
owners. The Contractor is solely and directly responsible to the owners and operators of such
properties for all damages, injuries, expenses, losses, inconveniences, or delays caused by the
Contractor's operations.
Do not request utility removal, temporary removal, relocation, de-
energizing, deactivation, or adjustment when work can be accomplished within the utility work
schedules. In the event that removal, temporary removal, relocation, de-energizing, deactivation,
or adjustment of a utility or a particular sequence of timing in the relocation of a utility is
necessary and has not been addressed in a utility work schedule, the Engineer will determine the
necessity for any such utility work. Coordinate such work as to cause the least impediment to the
overall construction operations and utility service. The Department is not responsible for utility
removal, temporary removal, relocation, de-energizing, deactivation, or adjustment work where
such work is determined not necessary by the Engineer or done solely for the benefit or
convenience of the utility owner or its contractor, or the Contractor.
Perform exploratory excavation in the alignment and grade of proposed
pipes, structures, french drains, slab covered trenches, conduits, pole foundation andlor sub-
grade seven days in advance of its construction. Provide underground utility owners and the
Department with a seven days advance notice of any conflict with proposed construction.
Provide survey information about existing utility alignment, grade and possible conflicts.
Payment for pre-trenching, survey and backfilling shall be included in the cost of the related bid
item for the proposed installation.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
PRESERVATION OF EXISTING PROPERTY - UTILITIES — UTILITY
ADJUSTMENTS (UTILITY WORK SCHEDULES).
(REV 11-10-16) (FA 1-26-17) (1-19)
SUBARTICLE 7-11.5.3 is expanded by the following:
The utility work which will be accomplished concurrently with the highway
construction Contract will involve facilities owned by other agencies. Utility Schedules (Utility
Relocation and/or Work Schedules) for these agencies are posted on the Department's website at
the following URL address:
-13-
FPID(S):439228-2-58-01
23 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
PRESERVATION OF EXISTING PROPERTY — UTILITIES — ARRANGEMENTS FOR
PROTECTION OR ADJUSTMENT.
(REV 10-5-16) (1-19)
SUBARTICLE 7-11.5.1 is deleted and the following substituted:
7-11.5.1 Arrangements for Protection or Adjustment: Do not commence work
at points where the construction operations are adjacent to utility facilities until all necessary
arrangements have been made for removal, temporary removal, relocation, de-energizing,
deactivation or adjustment with the utility facilities owner to protect against damage that might
result in expense, loss, disruption of service, or other undue inconvenience to the public or to the
owners. The Contractor is solely and directly responsible to the owners and operators of such
properties for all damages, injuries, expenses, losses, inconveniences, or delays caused by the
Contractor's operations.
Do not request utility removal, temporary removal, relocation, de-
energizing, deactivation, or adjustment when work can be accomplished within the utility work
schedules. In the event that removal, temporary removal, relocation, de-energizing, deactivation,
or adjustment of a utility or a particular sequence of timing in the relocation of a utility is
necessary and has not been addressed in a utility work schedule, the Engineer will determine the
necessity for any such utility work. Coordinate such work as to cause the least impediment to the
overall construction operations and utility service. The Department is not responsible for utility
removal, temporary removal, relocation, de-energizing, deactivation, or adjustment work where
such work is determined not necessary by the Engineer or done solely for the benefit or
convenience of the utility owner or its contractor, or the Contractor.
Perform exploratory excavation in the alignment and grade of proposed
pipes, structures, french drains, slab covered trenches, conduits, pole foundation andlor sub-
grade seven days in advance of its construction. Provide underground utility owners and the
Department with a seven days advance notice of any conflict with proposed construction.
Provide survey information about existing utility alignment, grade and possible conflicts.
Payment for pre-trenching, survey and backfilling shall be included in the cost of the related bid
item for the proposed installation.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
PRESERVATION OF EXISTING PROPERTY - UTILITIES — UTILITY
ADJUSTMENTS (UTILITY WORK SCHEDULES).
(REV 11-10-16) (FA 1-26-17) (1-19)
SUBARTICLE 7-11.5.3 is expanded by the following:
The utility work which will be accomplished concurrently with the highway
construction Contract will involve facilities owned by other agencies. Utility Schedules (Utility
Relocation and/or Work Schedules) for these agencies are posted on the Department's website at
the following URL address:
-13-
FPID(S):439228-2-58-01
23 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
https: %ftp.fdot.uov%publicifolder'HkSW1K59GOgRNsAJUh3xXgipermitsandorutilitvworkschedu
les. 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.
Where utility work must be coordinated with highway construction operations,
the portion of the anticipated utility work period covering such concurrent work may or may not
begin on the day highway construction commences and may or may not be consecutive days.
The anticipated scheduling of new work, adjustments andior relocation work is
included on the Lrtility Schedules.
More precise scheduling to accomplish utility work in the most expeditious
manner that is feasible will be established at the preconstruction conference as provided in 8-3.5.
The Utility Schedules shall be used in conjunction with the utility sheets included
in the roadway plans.
If the Department's website cannot be accessed, contact the Department's
Specifications office Web Coordinator at (850) 414-4101.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC - EQUAL
EMPLOYMENT OPPORTUNITY REQUIREMENTS.
(REV 4-25-02) (FA 7-17-02) (1-19)
SECTION 7 is expanded by the following:
7-27 Equal Employment Opportunity Requirements.
7-27.1 Equal Employment Opportunity Policy: Accept as the operating policy, the
following statement which is designed to further the provision of equal employment opportunity
to all persons without regard to their age, race, color, religion, national origin, sex, or disability
and to promote the full realization of equal employment opportunity through a positive
continuing program:
"It is the policy of this Company to assure that applicants are employed, and that
employees are treated during employment, without regard to their age, race, religion, color,
national origin, sex, or disability. Such action must include: employment, upgrading, demotion,
or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship, preapprenticeship,
andlor on-the-job training."
7-27.2 Equal Employment Opportunity Officer: Designate and make known to the
Department's contracting officers an equal employment opportunity officer (hereinafter referred
to as the EEO Officer) who must be capable of effectively administering and promoting an active
Contractor program employment opportunity and who must be assigned adequate authority and
responsibility to do so.
7-273 Dissemination of Policy: All members of the Contractor's staff who are
authorized to hire, supervise, promote, and discharge employees, or who recommend such
action, or who are substantially involved in such action, will be made fully cognizant of, and will
-14-
FPID(S):439228-2-58-01
7 ........" 24 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
https: %ftp.fdot.uov%publicifolder'HkSW1K59GOgRNsAJUh3xXgipermitsandorutilitvworkschedu
les. 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.
Where utility work must be coordinated with highway construction operations,
the portion of the anticipated utility work period covering such concurrent work may or may not
begin on the day highway construction commences and may or may not be consecutive days.
The anticipated scheduling of new work, adjustments andior relocation work is
included on the Lrtility Schedules.
More precise scheduling to accomplish utility work in the most expeditious
manner that is feasible will be established at the preconstruction conference as provided in 8-3.5.
The Utility Schedules shall be used in conjunction with the utility sheets included
in the roadway plans.
If the Department's website cannot be accessed, contact the Department's
Specifications office Web Coordinator at (850) 414-4101.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC - EQUAL
EMPLOYMENT OPPORTUNITY REQUIREMENTS.
(REV 4-25-02) (FA 7-17-02) (1-19)
SECTION 7 is expanded by the following:
7-27 Equal Employment Opportunity Requirements.
7-27.1 Equal Employment Opportunity Policy: Accept as the operating policy, the
following statement which is designed to further the provision of equal employment opportunity
to all persons without regard to their age, race, color, religion, national origin, sex, or disability
and to promote the full realization of equal employment opportunity through a positive
continuing program:
"It is the policy of this Company to assure that applicants are employed, and that
employees are treated during employment, without regard to their age, race, religion, color,
national origin, sex, or disability. Such action must include: employment, upgrading, demotion,
or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship, preapprenticeship,
andlor on-the-job training."
7-27.2 Equal Employment Opportunity Officer: Designate and make known to the
Department's contracting officers an equal employment opportunity officer (hereinafter referred
to as the EEO Officer) who must be capable of effectively administering and promoting an active
Contractor program employment opportunity and who must be assigned adequate authority and
responsibility to do so.
7-273 Dissemination of Policy: All members of the Contractor's staff who are
authorized to hire, supervise, promote, and discharge employees, or who recommend such
action, or who are substantially involved in such action, will be made fully cognizant of, and will
-14-
FPID(S):439228-2-58-01
7 ........" 24 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
https: %ftp.fdot.uov%publicifolder'HkSW1K59GOgRNsAJUh3xXgipermitsandorutilitvworkschedu
les. 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.
Where utility work must be coordinated with highway construction operations,
the portion of the anticipated utility work period covering such concurrent work may or may not
begin on the day highway construction commences and may or may not be consecutive days.
The anticipated scheduling of new work, adjustments andior relocation work is
included on the Lrtility Schedules.
More precise scheduling to accomplish utility work in the most expeditious
manner that is feasible will be established at the preconstruction conference as provided in 8-3.5.
The Utility Schedules shall be used in conjunction with the utility sheets included
in the roadway plans.
If the Department's website cannot be accessed, contact the Department's
Specifications office Web Coordinator at (850) 414-4101.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC - EQUAL
EMPLOYMENT OPPORTUNITY REQUIREMENTS.
(REV 4-25-02) (FA 7-17-02) (1-19)
SECTION 7 is expanded by the following:
7-27 Equal Employment Opportunity Requirements.
7-27.1 Equal Employment Opportunity Policy: Accept as the operating policy, the
following statement which is designed to further the provision of equal employment opportunity
to all persons without regard to their age, race, color, religion, national origin, sex, or disability
and to promote the full realization of equal employment opportunity through a positive
continuing program:
"It is the policy of this Company to assure that applicants are employed, and that
employees are treated during employment, without regard to their age, race, religion, color,
national origin, sex, or disability. Such action must include: employment, upgrading, demotion,
or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship, preapprenticeship,
andlor on-the-job training."
7-27.2 Equal Employment Opportunity Officer: Designate and make known to the
Department's contracting officers an equal employment opportunity officer (hereinafter referred
to as the EEO Officer) who must be capable of effectively administering and promoting an active
Contractor program employment opportunity and who must be assigned adequate authority and
responsibility to do so.
7-273 Dissemination of Policy: All members of the Contractor's staff who are
authorized to hire, supervise, promote, and discharge employees, or who recommend such
action, or who are substantially involved in such action, will be made fully cognizant of, and will
-14-
FPID(S):439228-2-58-01
7 ........" 24 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
implement, the Contractor's equal employment opportunity policy and contractual
responsibilities.
7-27.4 Recruitment: When advertising for employees, include in all advertisements for
employees the notation "An Equal Opportunity Employer".
7-27.5 Personnel Actions: Establish and administer wages, working conditions,
employee benefits, and personnel actions of every type, including hiring, upgrading, promotion,
transfer, demotion, layoff and termination without regard to age, race, color, religion, national
origin, sex, or disability.
Follow the following procedures:
1. Conduct periodic inspections of project sites to ensure that working
conditions and employee facilities do not indicate discriminatory treatment of project site
personnel.
2. Periodically evaluate the spread of wages paid with each classification
to determine any evidence of discriminatory wage practices.
3_ Periodically review selected personnel actions in depth to determine
whether there is evidence of discrimination. Where evidence is found, promptly take corrective
action. If the review indicates that the discrimination may extend beyond the actions reviewed,
such corrective action must include all affected persons.
4. Investigate all complaints of alleged discrimination made in connection
with obligations under this Contract, attempt to resolve such complaints, and take appropriate
corrective action. If the investigation indicates that the discrimination may affect persons other
than the complainant, such corrective action must include such other persons. Upon completion
of each investigation inform every complainant of all of the avenues of appeal.
7-27.6 Subcontracting: Use the best efforts to ensure subcontractor compliance with
their equal employment opportunity policy.
7-27.7 Records and Reports: Keep such records as are necessary to determine
compliance with the equal employment opportunity obligations. The records kept will be
designed to indicate the following:
1. The number of minority and nonminority group members employed in each
work classification on the project.
2. The progress and efforts being made in cooperation with unions to increase
minority group employment opportunities (applicable only to Contractors who rely in whole or
in part on unions as a source of their work force).
3. The progress and efforts being made in locating, hiring, training, qualifying,
and upgrading minority group employees as deemed appropriate to comply with their Equal
Employment Opportunity Policy.
4. The progress and efforts being made in securing the services of minority group
subcontractors or subcontractors with meaningful minority group representation among their
employees as deemed appropriate to comply with their Equal Employment Opportunity Policy.
All such records must be retained for a period of three years following completion
of the contract work and be available at reasonable times and places for inspection by authorized
representatives to the Department and the Federal Highway Administration.
-15-
FPID(S):439228-2-58-01
25 ADDENDUM NO. 2
INVITATION TO BID (118) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
implement, the Contractor's equal employment opportunity policy and contractual
responsibilities.
7-27.4 Recruitment: When advertising for employees, include in all advertisements for
employees the notation "An Equal Opportunity Employer".
7-27.5 Personnel Actions: Establish and administer wages, working conditions,
employee benefits, and personnel actions of every type, including hiring, upgrading, promotion,
transfer, demotion, layoff and termination without regard to age, race, color, religion, national
origin, sex, or disability.
Follow the following procedures:
1. Conduct periodic inspections of project sites to ensure that working
conditions and employee facilities do not indicate discriminatory treatment of project site
personnel.
2. Periodically evaluate the spread of wages paid with each classification
to determine any evidence of discriminatory wage practices.
3_ Periodically review selected personnel actions in depth to determine
whether there is evidence of discrimination. Where evidence is found, promptly take corrective
action. If the review indicates that the discrimination may extend beyond the actions reviewed,
such corrective action must include all affected persons.
4. Investigate all complaints of alleged discrimination made in connection
with obligations under this Contract, attempt to resolve such complaints, and take appropriate
corrective action. If the investigation indicates that the discrimination may affect persons other
than the complainant, such corrective action must include such other persons. Upon completion
of each investigation inform every complainant of all of the avenues of appeal.
7-27.6 Subcontracting: Use the best efforts to ensure subcontractor compliance with
their equal employment opportunity policy.
7-27.7 Records and Reports: Keep such records as are necessary to determine
compliance with the equal employment opportunity obligations. The records kept will be
designed to indicate the following:
1. The number of minority and nonminority group members employed in each
work classification on the project.
2. The progress and efforts being made in cooperation with unions to increase
minority group employment opportunities (applicable only to Contractors who rely in whole or
in part on unions as a source of their work force).
3. The progress and efforts being made in locating, hiring, training, qualifying,
and upgrading minority group employees as deemed appropriate to comply with their Equal
Employment Opportunity Policy.
4. The progress and efforts being made in securing the services of minority group
subcontractors or subcontractors with meaningful minority group representation among their
employees as deemed appropriate to comply with their Equal Employment Opportunity Policy.
All such records must be retained for a period of three years following completion
of the contract work and be available at reasonable times and places for inspection by authorized
representatives to the Department and the Federal Highway Administration.
-15-
FPID(S):439228-2-58-01
25 ADDENDUM NO. 2
INVITATION TO BID (118) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
implement, the Contractor's equal employment opportunity policy and contractual
responsibilities.
7-27.4 Recruitment: When advertising for employees, include in all advertisements for
employees the notation "An Equal Opportunity Employer".
7-27.5 Personnel Actions: Establish and administer wages, working conditions,
employee benefits, and personnel actions of every type, including hiring, upgrading, promotion,
transfer, demotion, layoff and termination without regard to age, race, color, religion, national
origin, sex, or disability.
Follow the following procedures:
1. Conduct periodic inspections of project sites to ensure that working
conditions and employee facilities do not indicate discriminatory treatment of project site
personnel.
2. Periodically evaluate the spread of wages paid with each classification
to determine any evidence of discriminatory wage practices.
3_ Periodically review selected personnel actions in depth to determine
whether there is evidence of discrimination. Where evidence is found, promptly take corrective
action. If the review indicates that the discrimination may extend beyond the actions reviewed,
such corrective action must include all affected persons.
4. Investigate all complaints of alleged discrimination made in connection
with obligations under this Contract, attempt to resolve such complaints, and take appropriate
corrective action. If the investigation indicates that the discrimination may affect persons other
than the complainant, such corrective action must include such other persons. Upon completion
of each investigation inform every complainant of all of the avenues of appeal.
7-27.6 Subcontracting: Use the best efforts to ensure subcontractor compliance with
their equal employment opportunity policy.
7-27.7 Records and Reports: Keep such records as are necessary to determine
compliance with the equal employment opportunity obligations. The records kept will be
designed to indicate the following:
1. The number of minority and nonminority group members employed in each
work classification on the project.
2. The progress and efforts being made in cooperation with unions to increase
minority group employment opportunities (applicable only to Contractors who rely in whole or
in part on unions as a source of their work force).
3. The progress and efforts being made in locating, hiring, training, qualifying,
and upgrading minority group employees as deemed appropriate to comply with their Equal
Employment Opportunity Policy.
4. The progress and efforts being made in securing the services of minority group
subcontractors or subcontractors with meaningful minority group representation among their
employees as deemed appropriate to comply with their Equal Employment Opportunity Policy.
All such records must be retained for a period of three years following completion
of the contract work and be available at reasonable times and places for inspection by authorized
representatives to the Department and the Federal Highway Administration.
-15-
FPID(S):439228-2-58-01
25 ADDENDUM NO. 2
INVITATION TO BID (118) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Upon request, submit to the Department a report of the number of minority and
nonminority group employees currently engaged in each work classification required by the
Contract work.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
PREFERENCE TO STATE RESIDENTS.
(REV 1-13-12) (1-19)
SECTION 7 is expanded by the following new Article:
7-28 Preference to State Residents.
Florida Statutes 255.099 (Chapter 2010-147, Section 50, Laws of Florida). providing for
preference to residents of the State of Florida, is hereby made a part of this Contract:
Each contract that is funded by state funds must contain a provision requiring the
Contractor to give preference to the employment of state residents in the performance of the
work on the project if state residents have substantially equal qualifications to those of
nonresidents.
As used in this Section, the term "substantially equal qualifications" means the
qualification of two or more persons among whom the employer cannot make a reasonable
determination that the qualifications held by one person are better suited for the position than the
qualifications held by the other person or persons.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — E-VERIFY.
(REV 6-13-11) (FA 6-16-11) (1-19)
SECTION 7 is expanded by the following new Article:
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.
-16-
FPID(S):439228-2-58-01
26 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Upon request, submit to the Department a report of the number of minority and
nonminority group employees currently engaged in each work classification required by the
Contract work.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
PREFERENCE TO STATE RESIDENTS.
(REV 1-13-12) (1-19)
SECTION 7 is expanded by the following new Article:
7-28 Preference to State Residents.
Florida Statutes 255.099 (Chapter 2010-147, Section 50, Laws of Florida). providing for
preference to residents of the State of Florida, is hereby made a part of this Contract:
Each contract that is funded by state funds must contain a provision requiring the
Contractor to give preference to the employment of state residents in the performance of the
work on the project if state residents have substantially equal qualifications to those of
nonresidents.
As used in this Section, the term "substantially equal qualifications" means the
qualification of two or more persons among whom the employer cannot make a reasonable
determination that the qualifications held by one person are better suited for the position than the
qualifications held by the other person or persons.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — E-VERIFY.
(REV 6-13-11) (FA 6-16-11) (1-19)
SECTION 7 is expanded by the following new Article:
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.
-16-
FPID(S):439228-2-58-01
26 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Upon request, submit to the Department a report of the number of minority and
nonminority group employees currently engaged in each work classification required by the
Contract work.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
PREFERENCE TO STATE RESIDENTS.
(REV 1-13-12) (1-19)
SECTION 7 is expanded by the following new Article:
7-28 Preference to State Residents.
Florida Statutes 255.099 (Chapter 2010-147, Section 50, Laws of Florida). providing for
preference to residents of the State of Florida, is hereby made a part of this Contract:
Each contract that is funded by state funds must contain a provision requiring the
Contractor to give preference to the employment of state residents in the performance of the
work on the project if state residents have substantially equal qualifications to those of
nonresidents.
As used in this Section, the term "substantially equal qualifications" means the
qualification of two or more persons among whom the employer cannot make a reasonable
determination that the qualifications held by one person are better suited for the position than the
qualifications held by the other person or persons.
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — E-VERIFY.
(REV 6-13-11) (FA 6-16-11) (1-19)
SECTION 7 is expanded by the following new Article:
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.
-16-
FPID(S):439228-2-58-01
26 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
SCRUTINIZED COMPANIES.
(REV 3-22-18) (1-19)
SECTION 7 is expanded by the following new Article:
7-30 Scrutinized Companies.
For Contracts of any amount, if the Department determines the Contractor submitted a
false certification under Section 287.135(5) of the Florida Statutes, or if the Contractor has been
placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel,
the Department shall either terminate the Contract after it has given the Contractor notice and an
opportunity to demonstrate the Department's determination of false certification was in error
pursuant to Section 287.135(5)(a) of the Florida Statutes, or maintain the Contract if the
conditions of Section 287.135(4) of the Florida Statutes are met.
For Contracts $1,000,000 and greater, if the Department determines the Contractor
submitted a false certification under Section 287.135(5) of the Florida Statutes, or if the
Contractor has been placed on the Scrutinized Companies with Activities in the Sudan List, or
the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, the
Department shall either terminate the Contract after it has given the Contractor notice and an
opportunity to demonstrate the Department's determination of false certification was in error
pursuant to Section 287.135(5)(a) of the Florida Statutes, or maintain the Contract if the
conditions of Section 287.135(4) of the Florida Statutes are met.
PROSECUTION AND PROGRESS — PROSECUTION OF WORK — BEGLNNLNG
WORK (ARCHAEOLOGICAL MONITOR).
(REV 2-12-18) (1-19)
SUBARTICLE 8-3.3 is expanded by the following:
Notify the Engineer not less than 72 hours prior to any ground-disturbing
operations in the areas noted in the Plans to arrange for an archaeological monitor.
PROSECUTION AND PROGRESS — PROSECUTION OF WORK —BEGLNNING
WORK (BARGE USE).
(REV 2-12-18) (1-19)
SUBARTICLE 8-3.3 is expanded by the following:
Notify the Engineer and submit an anchoring plan not less than two weeks prior to
barge use to obtain approval of anchoring locations.
-17-
FPID(S):439228-2-58-01
27 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
SCRUTINIZED COMPANIES.
(REV 3-22-18) (1-19)
SECTION 7 is expanded by the following new Article:
7-30 Scrutinized Companies.
For Contracts of any amount, if the Department determines the Contractor submitted a
false certification under Section 287.135(5) of the Florida Statutes, or if the Contractor has been
placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel,
the Department shall either terminate the Contract after it has given the Contractor notice and an
opportunity to demonstrate the Department's determination of false certification was in error
pursuant to Section 287.135(5)(a) of the Florida Statutes, or maintain the Contract if the
conditions of Section 287.135(4) of the Florida Statutes are met.
For Contracts $1,000,000 and greater, if the Department determines the Contractor
submitted a false certification under Section 287.135(5) of the Florida Statutes, or if the
Contractor has been placed on the Scrutinized Companies with Activities in the Sudan List, or
the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, the
Department shall either terminate the Contract after it has given the Contractor notice and an
opportunity to demonstrate the Department's determination of false certification was in error
pursuant to Section 287.135(5)(a) of the Florida Statutes, or maintain the Contract if the
conditions of Section 287.135(4) of the Florida Statutes are met.
PROSECUTION AND PROGRESS — PROSECUTION OF WORK — BEGLNNLNG
WORK (ARCHAEOLOGICAL MONITOR).
(REV 2-12-18) (1-19)
SUBARTICLE 8-3.3 is expanded by the following:
Notify the Engineer not less than 72 hours prior to any ground-disturbing
operations in the areas noted in the Plans to arrange for an archaeological monitor.
PROSECUTION AND PROGRESS — PROSECUTION OF WORK —BEGLNNING
WORK (BARGE USE).
(REV 2-12-18) (1-19)
SUBARTICLE 8-3.3 is expanded by the following:
Notify the Engineer and submit an anchoring plan not less than two weeks prior to
barge use to obtain approval of anchoring locations.
-17-
FPID(S):439228-2-58-01
27 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC —
SCRUTINIZED COMPANIES.
(REV 3-22-18) (1-19)
SECTION 7 is expanded by the following new Article:
7-30 Scrutinized Companies.
For Contracts of any amount, if the Department determines the Contractor submitted a
false certification under Section 287.135(5) of the Florida Statutes, or if the Contractor has been
placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel,
the Department shall either terminate the Contract after it has given the Contractor notice and an
opportunity to demonstrate the Department's determination of false certification was in error
pursuant to Section 287.135(5)(a) of the Florida Statutes, or maintain the Contract if the
conditions of Section 287.135(4) of the Florida Statutes are met.
For Contracts $1,000,000 and greater, if the Department determines the Contractor
submitted a false certification under Section 287.135(5) of the Florida Statutes, or if the
Contractor has been placed on the Scrutinized Companies with Activities in the Sudan List, or
the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, the
Department shall either terminate the Contract after it has given the Contractor notice and an
opportunity to demonstrate the Department's determination of false certification was in error
pursuant to Section 287.135(5)(a) of the Florida Statutes, or maintain the Contract if the
conditions of Section 287.135(4) of the Florida Statutes are met.
PROSECUTION AND PROGRESS — PROSECUTION OF WORK — BEGLNNLNG
WORK (ARCHAEOLOGICAL MONITOR).
(REV 2-12-18) (1-19)
SUBARTICLE 8-3.3 is expanded by the following:
Notify the Engineer not less than 72 hours prior to any ground-disturbing
operations in the areas noted in the Plans to arrange for an archaeological monitor.
PROSECUTION AND PROGRESS — PROSECUTION OF WORK —BEGLNNING
WORK (BARGE USE).
(REV 2-12-18) (1-19)
SUBARTICLE 8-3.3 is expanded by the following:
Notify the Engineer and submit an anchoring plan not less than two weeks prior to
barge use to obtain approval of anchoring locations.
-17-
FPID(S):439228-2-58-01
27 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
PROSECUTION AND PROGRESS — PROSECUTION OF WORK — BEGINNING
WORK.
(REV 10-5-16) (1-19)
SUBARTICLE 8-3.3 is deleted and the following substituted:
8-3.3 Beginning Work: Notify the Engineer not less than five days in advance of the
planned start day of work. Upon the receipt of such notice, the Engineer may give the Contractor
Notice to Proceed and may designate the point or points to start the work. In the Notice to
Proceed, the Engineer may waive the five day advance notice and authorize the Contractor to
begin immediately. Notify the Engineer in writing at least two days in advance of the starting
date of important features of the work. Do not commence work under the Contract until after the
Department has issued the Notice to Proceed. The Department will issue the Notice to Proceed
within 20 calendar days, excluding Saturdays, Sundays and Holidays, after execution of the
Contract.
Notify Miami-Dade County Department of Transportation and Public Works
(DTPW) Traffic Signals & Signs Division representative, as shown in the Plans, and the
Engineer at least 48 hours before initiating work on any traffic signal device.
PROSECUTION AND PROGRESS - PROSECUTION OF WORK — STATEWIDE
DISPUTES REVIEW BOARD.
(REV 1-4-11) (FA 1-21-11) (1-19)
ARTICLE 8-3 is expanded by the following new Subarticle:
8-3.8 Statewide Disputes Review Board: For this Contract, a Statewide Disputes
Review Board will be available to assist in the resolution of disputes and claims arising out of
the administration and enforcement of a specification when such specification specifically refers
disputes to this Board.
8-3.8.1 Purpose: The Board will provide special expertise to assist in and
facilitate the timely and equitable resolution of the disputes and claims betWeen the Contractor
and the Department.
It is not intended that the Department or the Contractor default on their
normal responsibility to cooperatively and fairly settle their differences by indiscriminately
assigning them to the Board. It is intended that the Board encourage the Department and
Contractor to resolve potential disputes or claims without resorting to this alternative resolution
procedure.
The Board will be used when normal Department-Contractor dispute or
claim resolution is unsuccessful. Either the Department or the Contractor may refer a dispute or
claim to the Board. Referral to the Board should be initiated as soon as it appears that the normal
dispute resolution effort is not succeeding. Referral to the Board is accomplished by providing a
position paper outlining the nature and scope of the dispute or claim and describing the basis for
entitlement to the dispute or claim. Only disputes or claims that have been duly preserved under
the terms of the Contract as determined by the Board will be eligible to be heard by the Board.
-18-
FPID(S) :439228-2-5 8-01
28 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
PROSECUTION AND PROGRESS — PROSECUTION OF WORK — BEGINNING
WORK.
(REV 10-5-16) (1-19)
SUBARTICLE 8-3.3 is deleted and the following substituted:
8-3.3 Beginning Work: Notify the Engineer not less than five days in advance of the
planned start day of work. Upon the receipt of such notice, the Engineer may give the Contractor
Notice to Proceed and may designate the point or points to start the work. In the Notice to
Proceed, the Engineer may waive the five day advance notice and authorize the Contractor to
begin immediately. Notify the Engineer in writing at least two days in advance of the starting
date of important features of the work. Do not commence work under the Contract until after the
Department has issued the Notice to Proceed. The Department will issue the Notice to Proceed
within 20 calendar days, excluding Saturdays, Sundays and Holidays, after execution of the
Contract.
Notify Miami-Dade County Department of Transportation and Public Works
(DTPW) Traffic Signals & Signs Division representative, as shown in the Plans, and the
Engineer at least 48 hours before initiating work on any traffic signal device.
PROSECUTION AND PROGRESS - PROSECUTION OF WORK — STATEWIDE
DISPUTES REVIEW BOARD.
(REV 1-4-11) (FA 1-21-11) (1-19)
ARTICLE 8-3 is expanded by the following new Subarticle:
8-3.8 Statewide Disputes Review Board: For this Contract, a Statewide Disputes
Review Board will be available to assist in the resolution of disputes and claims arising out of
the administration and enforcement of a specification when such specification specifically refers
disputes to this Board.
8-3.8.1 Purpose: The Board will provide special expertise to assist in and
facilitate the timely and equitable resolution of the disputes and claims betWeen the Contractor
and the Department.
It is not intended that the Department or the Contractor default on their
normal responsibility to cooperatively and fairly settle their differences by indiscriminately
assigning them to the Board. It is intended that the Board encourage the Department and
Contractor to resolve potential disputes or claims without resorting to this alternative resolution
procedure.
The Board will be used when normal Department-Contractor dispute or
claim resolution is unsuccessful. Either the Department or the Contractor may refer a dispute or
claim to the Board. Referral to the Board should be initiated as soon as it appears that the normal
dispute resolution effort is not succeeding. Referral to the Board is accomplished by providing a
position paper outlining the nature and scope of the dispute or claim and describing the basis for
entitlement to the dispute or claim. Only disputes or claims that have been duly preserved under
the terms of the Contract as determined by the Board will be eligible to be heard by the Board.
-18-
FPID(S) :439228-2-5 8-01
28 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
PROSECUTION AND PROGRESS — PROSECUTION OF WORK — BEGINNING
WORK.
(REV 10-5-16) (1-19)
SUBARTICLE 8-3.3 is deleted and the following substituted:
8-3.3 Beginning Work: Notify the Engineer not less than five days in advance of the
planned start day of work. Upon the receipt of such notice, the Engineer may give the Contractor
Notice to Proceed and may designate the point or points to start the work. In the Notice to
Proceed, the Engineer may waive the five day advance notice and authorize the Contractor to
begin immediately. Notify the Engineer in writing at least two days in advance of the starting
date of important features of the work. Do not commence work under the Contract until after the
Department has issued the Notice to Proceed. The Department will issue the Notice to Proceed
within 20 calendar days, excluding Saturdays, Sundays and Holidays, after execution of the
Contract.
Notify Miami-Dade County Department of Transportation and Public Works
(DTPW) Traffic Signals & Signs Division representative, as shown in the Plans, and the
Engineer at least 48 hours before initiating work on any traffic signal device.
PROSECUTION AND PROGRESS - PROSECUTION OF WORK — STATEWIDE
DISPUTES REVIEW BOARD.
(REV 1-4-11) (FA 1-21-11) (1-19)
ARTICLE 8-3 is expanded by the following new Subarticle:
8-3.8 Statewide Disputes Review Board: For this Contract, a Statewide Disputes
Review Board will be available to assist in the resolution of disputes and claims arising out of
the administration and enforcement of a specification when such specification specifically refers
disputes to this Board.
8-3.8.1 Purpose: The Board will provide special expertise to assist in and
facilitate the timely and equitable resolution of the disputes and claims betWeen the Contractor
and the Department.
It is not intended that the Department or the Contractor default on their
normal responsibility to cooperatively and fairly settle their differences by indiscriminately
assigning them to the Board. It is intended that the Board encourage the Department and
Contractor to resolve potential disputes or claims without resorting to this alternative resolution
procedure.
The Board will be used when normal Department-Contractor dispute or
claim resolution is unsuccessful. Either the Department or the Contractor may refer a dispute or
claim to the Board. Referral to the Board should be initiated as soon as it appears that the normal
dispute resolution effort is not succeeding. Referral to the Board is accomplished by providing a
position paper outlining the nature and scope of the dispute or claim and describing the basis for
entitlement to the dispute or claim. Only disputes or claims that have been duly preserved under
the terms of the Contract as determined by the Board will be eligible to be heard by the Board.
-18-
FPID(S) :439228-2-5 8-01
28 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Requests for equitable adjustment must be certified as required by 4-3.2. Claims that are referred
to the Board must be in compliance with 5-12. It is a condition of this Contract that the parties
shall use the Statewide Disputes Review Board.
The recommendations of the Board will be binding on both the
Department and the Contractor.
The Board will fairly and impartially and without regard to how or by
whom they may have been appointed, consider disputes or claims referred to it and will provide
written recommendations to the Department and Contractor to assist in the resolution of these
disputes or claims.
8-3.8.2 Membership: The Statewide Disputes Review Board will consist of
members pre-selected by the Engineer and the President of the Florida Transportation Builders'
Association (FTBA), and posted on the Department's Website.
Members on the Board will be pre-qualified as experts of the type of work
being referred to this Board.
If during the life of the contract, a Board member has a discussion
regarding employment or entered into any agreement for employment after completion of the
contract with the Department, the Contractor or any subcontractor or supplier on the project,
he/she shall immediately disclose this to the Contractor and the Department and shall be
disqualified from serving on the Board.
After the Department has made final acceptance of the project, if disputes
arise, the Statewide Disputes Review Board shall be activated to hear and rule on the disputed
issue.
8-3.8.3 Procedure and Schedules for Disputes Resolution: Disputes or claims
will be considered as quickly as possible, taking into consideration the particular circumstances
and the time required to prepare detailed documentation. Steps may be omitted as agreed by the
Department and the Contractor and the time periods stated below may be shortened in order to
hasten resolution.
. a. If the Contractor objects to any decision, action or order of the Engineer
resulting from the Engineer's evaluation of the guaranteed product or performance period, the
Contractor may file a written protest with the Engineer, stating clearly and in detail the basis for
the objection, within 15 days after the event.
b. The Engineer will consider the written protest and make his decision on
the basis of the pertinent contract provisions, together with the facts and circumstances involved
in the dispute. The Engineer's decision will be furnished in writing to the Contractor within 15
days after receipt of the Contractor's written protest.
c. The Engineer's decision will be final and conclusive on the subject,
unless the Contractor files a written appeal to the Engineer within 15 days of receiving the
decision. Upon the Engineer's receipt of the Contractor's written appeal containing specific
protest of all or part of the Engineer's decision, either the Department or the Contractor can refer
the matter to the Board.
d. Upon receipt by the Board of a written duly preserved protest of a
dispute or claim, either from the Department or the Contractor, it will first be decided when to
conduct the hearing.
e. Either party furnishing any written evidence or documentation to the
Board will furnish copies of such information to the other party a minimum of 15 days prior to
the date the Board sets to convene the hearing for the dispute or claim. If the Board requests any
-19-
FPID(S):439228-2-58-01
29 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Requests for equitable adjustment must be certified as required by 4-3.2. Claims that are referred
to the Board must be in compliance with 5-12. It is a condition of this Contract that the parties
shall use the Statewide Disputes Review Board.
The recommendations of the Board will be binding on both the
Department and the Contractor.
The Board will fairly and impartially and without regard to how or by
whom they may have been appointed, consider disputes or claims referred to it and will provide
written recommendations to the Department and Contractor to assist in the resolution of these
disputes or claims.
8-3.8.2 Membership: The Statewide Disputes Review Board will consist of
members pre-selected by the Engineer and the President of the Florida Transportation Builders'
Association (FTBA), and posted on the Department's Website.
Members on the Board will be pre-qualified as experts of the type of work
being referred to this Board.
If during the life of the contract, a Board member has a discussion
regarding employment or entered into any agreement for employment after completion of the
contract with the Department, the Contractor or any subcontractor or supplier on the project,
he/she shall immediately disclose this to the Contractor and the Department and shall be
disqualified from serving on the Board.
After the Department has made final acceptance of the project, if disputes
arise, the Statewide Disputes Review Board shall be activated to hear and rule on the disputed
issue.
8-3.8.3 Procedure and Schedules for Disputes Resolution: Disputes or claims
will be considered as quickly as possible, taking into consideration the particular circumstances
and the time required to prepare detailed documentation. Steps may be omitted as agreed by the
Department and the Contractor and the time periods stated below may be shortened in order to
hasten resolution.
. a. If the Contractor objects to any decision, action or order of the Engineer
resulting from the Engineer's evaluation of the guaranteed product or performance period, the
Contractor may file a written protest with the Engineer, stating clearly and in detail the basis for
the objection, within 15 days after the event.
b. The Engineer will consider the written protest and make his decision on
the basis of the pertinent contract provisions, together with the facts and circumstances involved
in the dispute. The Engineer's decision will be furnished in writing to the Contractor within 15
days after receipt of the Contractor's written protest.
c. The Engineer's decision will be final and conclusive on the subject,
unless the Contractor files a written appeal to the Engineer within 15 days of receiving the
decision. Upon the Engineer's receipt of the Contractor's written appeal containing specific
protest of all or part of the Engineer's decision, either the Department or the Contractor can refer
the matter to the Board.
d. Upon receipt by the Board of a written duly preserved protest of a
dispute or claim, either from the Department or the Contractor, it will first be decided when to
conduct the hearing.
e. Either party furnishing any written evidence or documentation to the
Board will furnish copies of such information to the other party a minimum of 15 days prior to
the date the Board sets to convene the hearing for the dispute or claim. If the Board requests any
-19-
FPID(S):439228-2-58-01
29 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Requests for equitable adjustment must be certified as required by 4-3.2. Claims that are referred
to the Board must be in compliance with 5-12. It is a condition of this Contract that the parties
shall use the Statewide Disputes Review Board.
The recommendations of the Board will be binding on both the
Department and the Contractor.
The Board will fairly and impartially and without regard to how or by
whom they may have been appointed, consider disputes or claims referred to it and will provide
written recommendations to the Department and Contractor to assist in the resolution of these
disputes or claims.
8-3.8.2 Membership: The Statewide Disputes Review Board will consist of
members pre-selected by the Engineer and the President of the Florida Transportation Builders'
Association (FTBA), and posted on the Department's Website.
Members on the Board will be pre-qualified as experts of the type of work
being referred to this Board.
If during the life of the contract, a Board member has a discussion
regarding employment or entered into any agreement for employment after completion of the
contract with the Department, the Contractor or any subcontractor or supplier on the project,
he/she shall immediately disclose this to the Contractor and the Department and shall be
disqualified from serving on the Board.
After the Department has made final acceptance of the project, if disputes
arise, the Statewide Disputes Review Board shall be activated to hear and rule on the disputed
issue.
8-3.8.3 Procedure and Schedules for Disputes Resolution: Disputes or claims
will be considered as quickly as possible, taking into consideration the particular circumstances
and the time required to prepare detailed documentation. Steps may be omitted as agreed by the
Department and the Contractor and the time periods stated below may be shortened in order to
hasten resolution.
. a. If the Contractor objects to any decision, action or order of the Engineer
resulting from the Engineer's evaluation of the guaranteed product or performance period, the
Contractor may file a written protest with the Engineer, stating clearly and in detail the basis for
the objection, within 15 days after the event.
b. The Engineer will consider the written protest and make his decision on
the basis of the pertinent contract provisions, together with the facts and circumstances involved
in the dispute. The Engineer's decision will be furnished in writing to the Contractor within 15
days after receipt of the Contractor's written protest.
c. The Engineer's decision will be final and conclusive on the subject,
unless the Contractor files a written appeal to the Engineer within 15 days of receiving the
decision. Upon the Engineer's receipt of the Contractor's written appeal containing specific
protest of all or part of the Engineer's decision, either the Department or the Contractor can refer
the matter to the Board.
d. Upon receipt by the Board of a written duly preserved protest of a
dispute or claim, either from the Department or the Contractor, it will first be decided when to
conduct the hearing.
e. Either party furnishing any written evidence or documentation to the
Board will furnish copies of such information to the other party a minimum of 15 days prior to
the date the Board sets to convene the hearing for the dispute or claim. If the Board requests any
-19-
FPID(S):439228-2-58-01
29 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
additional documentation or evidence prior to, during, or after the hearing, the Department
and• or Contractor will provide the requested information to the Board and to the other party.
f The Contractor and the Department will each be afforded an opportunity
to be heard by the Board and to offer evidence. Neither the Department nor the Contractor may
present information at the hearing that was not previously distributed to both the Board and the
other party.
g. The Board's recommendations for resolution of the dispute or claim
will be given in writing to both the Department and the Contractor, within 15 days of completion
of the hearings. The Board will focus its attention in the written report to matters of
responsibility for repairs of guaranteed work or performance period as provided for by the
Contract Documents.
8-3.8.4 Contractor Responsibility: The Contractor shall furnish to each Board
member a set of all pertinent documents that are or may become necessary for the Board, except
documents furnished by Department, to perform their function. Pertinent documents are any
drawings or sketches, calculations, procedures, schedules, estimates, or other documents which
are used in the performance of the work or in justifying or substantiating the Contractor's
position. A copy of such pertinent documents must also be furnished to the Department.
Except for its participation in the Board's activities as provided in the
construction Contract and in this Agreement, the Contractor will not solicit advice or
consultation from the Board or any of its members on matters dealing in any way with the
project, the conduct of the work or resolution of problems.
8-3.83 Department Responsibilities: Except for its participation in the Board's
activities as provided in the construction Contract and in this Agreement, the Department will
not solicit advice or consultation from the Board or any of its members on matters dealing in any
way with the project, the conduct of the work or resolution of problems.
The Department shall furnish the following services and items:
a. Contract Related Documents: The Department shall furnish each
Board member a copy of all Contract Documents, supplemental agreements, written instructions
issued by the Department to the Contractor, or other documents pertinent to the performance of
the Contract and necessary for the Board to perform their function. A copy of such pertinent
documents must also be furnished to the Contractor.
b. Coordination and Services: The Department, in cooperation with
the Contractor, will coordinate the operations of the Board. The Department, through the Project
Engineer, will arrange or provide conference facilities at or near the Contract site and provide
secretarial and copying services.
8-3.8.6 Basis of Payment: A per hearing cost of $8,000 has been established by
the Department for providing compensation for all members of the Dispute Review Board for
participation in an actual hearing. The Board chairman will receive $3,000 for participation in
the hearing while the remaining two members will receive $2,500 each. The Department and the
Contractor will equally provide compensation to the Board for participation in an actual hearing.
The Department will compensate the Contractor $4,000 as its contribution to the hearing cost.
Such payment will be full and complete compensation to the Board members for all expenses
related to the hearing. This includes travel, accommodations, meals, pre- and post- hearing work,
review of position papers and any rebuttals, conducting the hearing, drafting and issuance of
recommendations, readdressing any requests for clarification. It is not intended for hearings to
last longer than a single day, however, in some cases they may. Any additional time and/or
-20-
FPID(S):439228-2-58-0I
30 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
additional documentation or evidence prior to, during, or after the hearing, the Department
and• or Contractor will provide the requested information to the Board and to the other party.
f The Contractor and the Department will each be afforded an opportunity
to be heard by the Board and to offer evidence. Neither the Department nor the Contractor may
present information at the hearing that was not previously distributed to both the Board and the
other party.
g. The Board's recommendations for resolution of the dispute or claim
will be given in writing to both the Department and the Contractor, within 15 days of completion
of the hearings. The Board will focus its attention in the written report to matters of
responsibility for repairs of guaranteed work or performance period as provided for by the
Contract Documents.
8-3.8.4 Contractor Responsibility: The Contractor shall furnish to each Board
member a set of all pertinent documents that are or may become necessary for the Board, except
documents furnished by Department, to perform their function. Pertinent documents are any
drawings or sketches, calculations, procedures, schedules, estimates, or other documents which
are used in the performance of the work or in justifying or substantiating the Contractor's
position. A copy of such pertinent documents must also be furnished to the Department.
Except for its participation in the Board's activities as provided in the
construction Contract and in this Agreement, the Contractor will not solicit advice or
consultation from the Board or any of its members on matters dealing in any way with the
project, the conduct of the work or resolution of problems.
8-3.83 Department Responsibilities: Except for its participation in the Board's
activities as provided in the construction Contract and in this Agreement, the Department will
not solicit advice or consultation from the Board or any of its members on matters dealing in any
way with the project, the conduct of the work or resolution of problems.
The Department shall furnish the following services and items:
a. Contract Related Documents: The Department shall furnish each
Board member a copy of all Contract Documents, supplemental agreements, written instructions
issued by the Department to the Contractor, or other documents pertinent to the performance of
the Contract and necessary for the Board to perform their function. A copy of such pertinent
documents must also be furnished to the Contractor.
b. Coordination and Services: The Department, in cooperation with
the Contractor, will coordinate the operations of the Board. The Department, through the Project
Engineer, will arrange or provide conference facilities at or near the Contract site and provide
secretarial and copying services.
8-3.8.6 Basis of Payment: A per hearing cost of $8,000 has been established by
the Department for providing compensation for all members of the Dispute Review Board for
participation in an actual hearing. The Board chairman will receive $3,000 for participation in
the hearing while the remaining two members will receive $2,500 each. The Department and the
Contractor will equally provide compensation to the Board for participation in an actual hearing.
The Department will compensate the Contractor $4,000 as its contribution to the hearing cost.
Such payment will be full and complete compensation to the Board members for all expenses
related to the hearing. This includes travel, accommodations, meals, pre- and post- hearing work,
review of position papers and any rebuttals, conducting the hearing, drafting and issuance of
recommendations, readdressing any requests for clarification. It is not intended for hearings to
last longer than a single day, however, in some cases they may. Any additional time and/or
-20-
FPID(S):439228-2-58-0I
30 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
additional documentation or evidence prior to, during, or after the hearing, the Department
and• or Contractor will provide the requested information to the Board and to the other party.
f The Contractor and the Department will each be afforded an opportunity
to be heard by the Board and to offer evidence. Neither the Department nor the Contractor may
present information at the hearing that was not previously distributed to both the Board and the
other party.
g. The Board's recommendations for resolution of the dispute or claim
will be given in writing to both the Department and the Contractor, within 15 days of completion
of the hearings. The Board will focus its attention in the written report to matters of
responsibility for repairs of guaranteed work or performance period as provided for by the
Contract Documents.
8-3.8.4 Contractor Responsibility: The Contractor shall furnish to each Board
member a set of all pertinent documents that are or may become necessary for the Board, except
documents furnished by Department, to perform their function. Pertinent documents are any
drawings or sketches, calculations, procedures, schedules, estimates, or other documents which
are used in the performance of the work or in justifying or substantiating the Contractor's
position. A copy of such pertinent documents must also be furnished to the Department.
Except for its participation in the Board's activities as provided in the
construction Contract and in this Agreement, the Contractor will not solicit advice or
consultation from the Board or any of its members on matters dealing in any way with the
project, the conduct of the work or resolution of problems.
8-3.83 Department Responsibilities: Except for its participation in the Board's
activities as provided in the construction Contract and in this Agreement, the Department will
not solicit advice or consultation from the Board or any of its members on matters dealing in any
way with the project, the conduct of the work or resolution of problems.
The Department shall furnish the following services and items:
a. Contract Related Documents: The Department shall furnish each
Board member a copy of all Contract Documents, supplemental agreements, written instructions
issued by the Department to the Contractor, or other documents pertinent to the performance of
the Contract and necessary for the Board to perform their function. A copy of such pertinent
documents must also be furnished to the Contractor.
b. Coordination and Services: The Department, in cooperation with
the Contractor, will coordinate the operations of the Board. The Department, through the Project
Engineer, will arrange or provide conference facilities at or near the Contract site and provide
secretarial and copying services.
8-3.8.6 Basis of Payment: A per hearing cost of $8,000 has been established by
the Department for providing compensation for all members of the Dispute Review Board for
participation in an actual hearing. The Board chairman will receive $3,000 for participation in
the hearing while the remaining two members will receive $2,500 each. The Department and the
Contractor will equally provide compensation to the Board for participation in an actual hearing.
The Department will compensate the Contractor $4,000 as its contribution to the hearing cost.
Such payment will be full and complete compensation to the Board members for all expenses
related to the hearing. This includes travel, accommodations, meals, pre- and post- hearing work,
review of position papers and any rebuttals, conducting the hearing, drafting and issuance of
recommendations, readdressing any requests for clarification. It is not intended for hearings to
last longer than a single day, however, in some cases they may. Any additional time and/or
-20-
FPID(S):439228-2-58-0I
30 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
compensation for a hearing would only be allowed upon prior written approval of the
Department and the Contractor. If an additional day(s) is granted for the hearing, it will be at
53,300 per day, payment of which is equally split between the Department and the Contractor.
Payment shall be made by issuing a work order against contingency funds set aside for this
Contract.
The Department will prepare and mail minutes and progress reports, will
provide administrative services, such as conference facilities and secretarial services, and will
bear the cost of these services. If the Board desires special services, such as legal consultation,
accounting, data research, and the like, both parties must agree, and the costs will be shared by
them as mutually agreed.
PROSECUTION AND PROGRESS — LIMITATIONS OF OPERATIONS -
CONTAMLNATED MATERIALS (MERCURY-CONTALNING DEVICES AND LAMPS).
(REV 11-6-95) (FA 12-27-95) (1-19)
SUBARTICLE 8-4.9 is expanded by the following:
This Contract may require the removal and special disposal of mercury-containing
devices.
Contact the District Contamination Impact Coordinator at (305) 470-5228 for
information relating to the identification and proper disposal of these hazardous waste materials.
Include payment for the removal and disposal of mercury-containing devices in
the payment for the related Contract items.
MAINTENANCE OF TRAFFIC.
(REV 11-6-17) (1-19)
SUBARTICLE 102-9.2.1 is deleted and the following substituted:
102-9.2.1 Post Mounted Signs: Meet the requirements of 990-8. Maintain all
navigation and regulatory signage within the project area throughout the project duration.
Temporarily relocate existing signs as necessary. Cost of relocation shall be paid for under pay
item 102-1 "Maintenance of Traffic".
SUBARTICLE 102-9.15 is deleted and the following substituted:
102-9.15 Temporary Signalization and Maintenance: Provide temporary signalization
and maintenance at existing, temporary, and new intersections including but not limited to the
following:
1. Installation of temporary poles and span wire assemblies as shown in the Plans,
2. Temporary portable traffic signals as shown in the Plans,
3. Adding or shifting signal heads,
4. Trouble calls,
-21-
FPID(S):439228-2-58-01
31 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
compensation for a hearing would only be allowed upon prior written approval of the
Department and the Contractor. If an additional day(s) is granted for the hearing, it will be at
53,300 per day, payment of which is equally split between the Department and the Contractor.
Payment shall be made by issuing a work order against contingency funds set aside for this
Contract.
The Department will prepare and mail minutes and progress reports, will
provide administrative services, such as conference facilities and secretarial services, and will
bear the cost of these services. If the Board desires special services, such as legal consultation,
accounting, data research, and the like, both parties must agree, and the costs will be shared by
them as mutually agreed.
PROSECUTION AND PROGRESS — LIMITATIONS OF OPERATIONS -
CONTAMLNATED MATERIALS (MERCURY-CONTALNING DEVICES AND LAMPS).
(REV 11-6-95) (FA 12-27-95) (1-19)
SUBARTICLE 8-4.9 is expanded by the following:
This Contract may require the removal and special disposal of mercury-containing
devices.
Contact the District Contamination Impact Coordinator at (305) 470-5228 for
information relating to the identification and proper disposal of these hazardous waste materials.
Include payment for the removal and disposal of mercury-containing devices in
the payment for the related Contract items.
MAINTENANCE OF TRAFFIC.
(REV 11-6-17) (1-19)
SUBARTICLE 102-9.2.1 is deleted and the following substituted:
102-9.2.1 Post Mounted Signs: Meet the requirements of 990-8. Maintain all
navigation and regulatory signage within the project area throughout the project duration.
Temporarily relocate existing signs as necessary. Cost of relocation shall be paid for under pay
item 102-1 "Maintenance of Traffic".
SUBARTICLE 102-9.15 is deleted and the following substituted:
102-9.15 Temporary Signalization and Maintenance: Provide temporary signalization
and maintenance at existing, temporary, and new intersections including but not limited to the
following:
1. Installation of temporary poles and span wire assemblies as shown in the Plans,
2. Temporary portable traffic signals as shown in the Plans,
3. Adding or shifting signal heads,
4. Trouble calls,
-21-
FPID(S):439228-2-58-01
31 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
compensation for a hearing would only be allowed upon prior written approval of the
Department and the Contractor. If an additional day(s) is granted for the hearing, it will be at
53,300 per day, payment of which is equally split between the Department and the Contractor.
Payment shall be made by issuing a work order against contingency funds set aside for this
Contract.
The Department will prepare and mail minutes and progress reports, will
provide administrative services, such as conference facilities and secretarial services, and will
bear the cost of these services. If the Board desires special services, such as legal consultation,
accounting, data research, and the like, both parties must agree, and the costs will be shared by
them as mutually agreed.
PROSECUTION AND PROGRESS — LIMITATIONS OF OPERATIONS -
CONTAMLNATED MATERIALS (MERCURY-CONTALNING DEVICES AND LAMPS).
(REV 11-6-95) (FA 12-27-95) (1-19)
SUBARTICLE 8-4.9 is expanded by the following:
This Contract may require the removal and special disposal of mercury-containing
devices.
Contact the District Contamination Impact Coordinator at (305) 470-5228 for
information relating to the identification and proper disposal of these hazardous waste materials.
Include payment for the removal and disposal of mercury-containing devices in
the payment for the related Contract items.
MAINTENANCE OF TRAFFIC.
(REV 11-6-17) (1-19)
SUBARTICLE 102-9.2.1 is deleted and the following substituted:
102-9.2.1 Post Mounted Signs: Meet the requirements of 990-8. Maintain all
navigation and regulatory signage within the project area throughout the project duration.
Temporarily relocate existing signs as necessary. Cost of relocation shall be paid for under pay
item 102-1 "Maintenance of Traffic".
SUBARTICLE 102-9.15 is deleted and the following substituted:
102-9.15 Temporary Signalization and Maintenance: Provide temporary signalization
and maintenance at existing, temporary, and new intersections including but not limited to the
following:
1. Installation of temporary poles and span wire assemblies as shown in the Plans,
2. Temporary portable traffic signals as shown in the Plans,
3. Adding or shifting signal heads,
4. Trouble calls,
-21-
FPID(S):439228-2-58-01
31 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
5. Maintaining intersection and coordination timing and preemption devices.
Coordination timing will require maintaining functionality of system communications.
Respond to all trouble call dispatches and reported malfunctions of traffic signals
within two hours, and restore any loss of operation within 12 hours after notification.
Immediately after, clear the dispatches with the Miami-Dade County Department of
Transportation and Public Works (DTPW) Traffic Control Center (TCC) Operator or Timing
Engineer as shown in the Plans. During down time, at no additional cost to the Department,
provide temporary traffic control devices, flagman personnel and law enforcement personnel as
necessary to maintain safe and efficient flow of traffic at the affected signalized intersection(s).
Provide traffic signal equipment that meets the requirements of the Standard Plans
and 603-2. The Engineer may approve used signal equipment if it is in acceptable condition.
Replacement components for traffic signal cabinet assemblies will be provided by the
maintaining agency.
PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER
POLLUTION — CONTROL OF CONTRACTOR'S OPERATIONS WHICH MAY
RESULT LN WATER POLLUTION.
(REV 2-12-18) (1-19)
ARTICLE 104-3 is expanded by the following:
When work occurs in, on, over, or adjacent to an Outstanding Florida Water (OFW),
comply with the turbidity requirements of the OFW designation including no degradation of
water quality, no increased turbidity of the water, and turbidity levels beyond the turbidity
control measures are not to exceed 0 nephelometric turbidity units (NTUs) above background
levels.
PREVENTION, CONTROL, AND ABATEMENT OF EROSION CONTROL AND
WATER POLLUTION — CONSTRUCTION REQUIREMENTS - CONTAINMENT
WORK PLAN.
(REV 8-23-18) (1-19)
SUBARTICLE 104-6.4 is expanded by the following new Subarticle:
104-6.4.11 Containment Work Plan: Any inspection, maintenance or
construction activity, which occurs in or over Waters of the State, will be conducted in such a
manner as to prevent any materials from falling in the water. All excess debris and/or materials
(solid waste) shall be disposed of in accordance with Rule 62-701.300(a), Fla. Administrative
Code, Section 403.708(1)(a) Fla. Statutes.
In order to ensure that all solid waste generated by the activity is
prevented from entering Waters of the State and is collected and disposed of in a proper manner,
-22-
FPID(S):439228-2-58-01
32 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
5. Maintaining intersection and coordination timing and preemption devices.
Coordination timing will require maintaining functionality of system communications.
Respond to all trouble call dispatches and reported malfunctions of traffic signals
within two hours, and restore any loss of operation within 12 hours after notification.
Immediately after, clear the dispatches with the Miami-Dade County Department of
Transportation and Public Works (DTPW) Traffic Control Center (TCC) Operator or Timing
Engineer as shown in the Plans. During down time, at no additional cost to the Department,
provide temporary traffic control devices, flagman personnel and law enforcement personnel as
necessary to maintain safe and efficient flow of traffic at the affected signalized intersection(s).
Provide traffic signal equipment that meets the requirements of the Standard Plans
and 603-2. The Engineer may approve used signal equipment if it is in acceptable condition.
Replacement components for traffic signal cabinet assemblies will be provided by the
maintaining agency.
PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER
POLLUTION — CONTROL OF CONTRACTOR'S OPERATIONS WHICH MAY
RESULT LN WATER POLLUTION.
(REV 2-12-18) (1-19)
ARTICLE 104-3 is expanded by the following:
When work occurs in, on, over, or adjacent to an Outstanding Florida Water (OFW),
comply with the turbidity requirements of the OFW designation including no degradation of
water quality, no increased turbidity of the water, and turbidity levels beyond the turbidity
control measures are not to exceed 0 nephelometric turbidity units (NTUs) above background
levels.
PREVENTION, CONTROL, AND ABATEMENT OF EROSION CONTROL AND
WATER POLLUTION — CONSTRUCTION REQUIREMENTS - CONTAINMENT
WORK PLAN.
(REV 8-23-18) (1-19)
SUBARTICLE 104-6.4 is expanded by the following new Subarticle:
104-6.4.11 Containment Work Plan: Any inspection, maintenance or
construction activity, which occurs in or over Waters of the State, will be conducted in such a
manner as to prevent any materials from falling in the water. All excess debris and/or materials
(solid waste) shall be disposed of in accordance with Rule 62-701.300(a), Fla. Administrative
Code, Section 403.708(1)(a) Fla. Statutes.
In order to ensure that all solid waste generated by the activity is
prevented from entering Waters of the State and is collected and disposed of in a proper manner,
-22-
FPID(S):439228-2-58-01
32 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
5. Maintaining intersection and coordination timing and preemption devices.
Coordination timing will require maintaining functionality of system communications.
Respond to all trouble call dispatches and reported malfunctions of traffic signals
within two hours, and restore any loss of operation within 12 hours after notification.
Immediately after, clear the dispatches with the Miami-Dade County Department of
Transportation and Public Works (DTPW) Traffic Control Center (TCC) Operator or Timing
Engineer as shown in the Plans. During down time, at no additional cost to the Department,
provide temporary traffic control devices, flagman personnel and law enforcement personnel as
necessary to maintain safe and efficient flow of traffic at the affected signalized intersection(s).
Provide traffic signal equipment that meets the requirements of the Standard Plans
and 603-2. The Engineer may approve used signal equipment if it is in acceptable condition.
Replacement components for traffic signal cabinet assemblies will be provided by the
maintaining agency.
PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER
POLLUTION — CONTROL OF CONTRACTOR'S OPERATIONS WHICH MAY
RESULT LN WATER POLLUTION.
(REV 2-12-18) (1-19)
ARTICLE 104-3 is expanded by the following:
When work occurs in, on, over, or adjacent to an Outstanding Florida Water (OFW),
comply with the turbidity requirements of the OFW designation including no degradation of
water quality, no increased turbidity of the water, and turbidity levels beyond the turbidity
control measures are not to exceed 0 nephelometric turbidity units (NTUs) above background
levels.
PREVENTION, CONTROL, AND ABATEMENT OF EROSION CONTROL AND
WATER POLLUTION — CONSTRUCTION REQUIREMENTS - CONTAINMENT
WORK PLAN.
(REV 8-23-18) (1-19)
SUBARTICLE 104-6.4 is expanded by the following new Subarticle:
104-6.4.11 Containment Work Plan: Any inspection, maintenance or
construction activity, which occurs in or over Waters of the State, will be conducted in such a
manner as to prevent any materials from falling in the water. All excess debris and/or materials
(solid waste) shall be disposed of in accordance with Rule 62-701.300(a), Fla. Administrative
Code, Section 403.708(1)(a) Fla. Statutes.
In order to ensure that all solid waste generated by the activity is
prevented from entering Waters of the State and is collected and disposed of in a proper manner,
-22-
FPID(S):439228-2-58-01
32 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
the Contractor shall be required to submit in writing to the Engineer a Containment Work Plan
(CWP) for review and approval.
The CWP shall address containment notification and documentation of
any accidental discharges and methods for timely remediation of accidental discharges. Approval
of the CVvrP is performance based and should the means and methods chosen by the Contractor
fail to prevent any materials from falling in the water, resulting in accidental discharges, the
Engineer may stop all work until corrective action is taken to prevent additional discharges into
the water. Should work be stopped by the Engineer, no work other than containment, removal or
clean up shall take place until the revised CWP is reviewed and approved by the Engineer.
The CWP shall address the following items in sufficient detail acceptable
to the Engineer:
Pre-existing conditions.
Identification of materials which might possibly be discharged into
adjacent surface waters as a result of the proposed activity.
Methodology to contain all debris and other related materials to
prevent entry into the water.
Methodology for reporting, responding to, documenting and
removing all accidental discharges
Methodology to track all materials (debris, etc.) that shall
demonstrate that no material is left in the water.
Certification that all documented "solid waste" has been removed
from the waters, all documented "solid waste" has been disposed of in an approved landfill and
pre-existing conditions have not been altered due to the operations performed.
CEMENT CONCRETE PAVEMENT (COLORED CONCRETE).
• (REV -5-11-16) (FA 5-12-16) (1-19)
ARTICLE 350-1 is expanded by the following:
Construct colored portland cement concrete pavement as shown in the Plans.
ARTICLE 350-2 is deleted and the following substituted:
350-2 Materials.
350-2.1 General: Meet the following requirements:
Concrete, Class I or Class I (Pavement) Section 346
Grinding Concrete Pavement Section 352
Curing Materials Section 925
Embedded Items Section 931
Joint Seal Section 932
For concrete pavement placed using the slip-form method of construction, utilize
Concrete Class I (Pavement). For concrete pavement placed by hand in constructed forms, utilize
Concrete Class I or Concrete Class I (Pavement). LOT size for the use of either material shall be
as stated in Section 346 for Concrete Class I (Pavement).
-23-
FPID(S):439228-2-58-01
33 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
the Contractor shall be required to submit in writing to the Engineer a Containment Work Plan
(CWP) for review and approval.
The CWP shall address containment notification and documentation of
any accidental discharges and methods for timely remediation of accidental discharges. Approval
of the CVvrP is performance based and should the means and methods chosen by the Contractor
fail to prevent any materials from falling in the water, resulting in accidental discharges, the
Engineer may stop all work until corrective action is taken to prevent additional discharges into
the water. Should work be stopped by the Engineer, no work other than containment, removal or
clean up shall take place until the revised CWP is reviewed and approved by the Engineer.
The CWP shall address the following items in sufficient detail acceptable
to the Engineer:
Pre-existing conditions.
Identification of materials which might possibly be discharged into
adjacent surface waters as a result of the proposed activity.
Methodology to contain all debris and other related materials to
prevent entry into the water.
Methodology for reporting, responding to, documenting and
removing all accidental discharges
Methodology to track all materials (debris, etc.) that shall
demonstrate that no material is left in the water.
Certification that all documented "solid waste" has been removed
from the waters, all documented "solid waste" has been disposed of in an approved landfill and
pre-existing conditions have not been altered due to the operations performed.
CEMENT CONCRETE PAVEMENT (COLORED CONCRETE).
• (REV -5-11-16) (FA 5-12-16) (1-19)
ARTICLE 350-1 is expanded by the following:
Construct colored portland cement concrete pavement as shown in the Plans.
ARTICLE 350-2 is deleted and the following substituted:
350-2 Materials.
350-2.1 General: Meet the following requirements:
Concrete, Class I or Class I (Pavement) Section 346
Grinding Concrete Pavement Section 352
Curing Materials Section 925
Embedded Items Section 931
Joint Seal Section 932
For concrete pavement placed using the slip-form method of construction, utilize
Concrete Class I (Pavement). For concrete pavement placed by hand in constructed forms, utilize
Concrete Class I or Concrete Class I (Pavement). LOT size for the use of either material shall be
as stated in Section 346 for Concrete Class I (Pavement).
-23-
FPID(S):439228-2-58-01
33 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
the Contractor shall be required to submit in writing to the Engineer a Containment Work Plan
(CWP) for review and approval.
The CWP shall address containment notification and documentation of
any accidental discharges and methods for timely remediation of accidental discharges. Approval
of the CVvrP is performance based and should the means and methods chosen by the Contractor
fail to prevent any materials from falling in the water, resulting in accidental discharges, the
Engineer may stop all work until corrective action is taken to prevent additional discharges into
the water. Should work be stopped by the Engineer, no work other than containment, removal or
clean up shall take place until the revised CWP is reviewed and approved by the Engineer.
The CWP shall address the following items in sufficient detail acceptable
to the Engineer:
Pre-existing conditions.
Identification of materials which might possibly be discharged into
adjacent surface waters as a result of the proposed activity.
Methodology to contain all debris and other related materials to
prevent entry into the water.
Methodology for reporting, responding to, documenting and
removing all accidental discharges
Methodology to track all materials (debris, etc.) that shall
demonstrate that no material is left in the water.
Certification that all documented "solid waste" has been removed
from the waters, all documented "solid waste" has been disposed of in an approved landfill and
pre-existing conditions have not been altered due to the operations performed.
CEMENT CONCRETE PAVEMENT (COLORED CONCRETE).
• (REV -5-11-16) (FA 5-12-16) (1-19)
ARTICLE 350-1 is expanded by the following:
Construct colored portland cement concrete pavement as shown in the Plans.
ARTICLE 350-2 is deleted and the following substituted:
350-2 Materials.
350-2.1 General: Meet the following requirements:
Concrete, Class I or Class I (Pavement) Section 346
Grinding Concrete Pavement Section 352
Curing Materials Section 925
Embedded Items Section 931
Joint Seal Section 932
For concrete pavement placed using the slip-form method of construction, utilize
Concrete Class I (Pavement). For concrete pavement placed by hand in constructed forms, utilize
Concrete Class I or Concrete Class I (Pavement). LOT size for the use of either material shall be
as stated in Section 346 for Concrete Class I (Pavement).
-23-
FPID(S):439228-2-58-01
33 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
350-2.2 Colored Concrete Pavement: Add coloring agents to the concrete mix in
accordance with the manufacturer's recommendations.
Use a mineral oxide containing no calcium chloride. Use only non-fading, finely
ground synthetic coloring agents that are lime proof and UV resistant. The mineral oxide must
closely match the Federal Standard 595C Color number shown in the Plans and conform to the
requirements of ACI 303.1, ASTM C979, and ASTM C494. Submit to the Engineer a certificate
from the manufacturer attesting that the color agents meet the requirements of this Subarticle.
ARTICLE 350-10 is deleted and the following substituted:
350-10 Final Finish.
350-10.1 Finishing: As the water sheen disappears from the surface of the pavement and
just before the concrete achieves its initial set, drag a seamless length of damp burlap that
extends the full width of the strip of the constructed pavement, longitudinally along the surface
to produce a uniform gritty texture.
Use a burlap drag that consists of two layers of medium weight burlap with the
trailing edge of the lower layer extending approximately 2 inches behind the upper layer.
Support the burlap drag in a manner so that a length of at least 3 feet of burlap is in contact with
the pavement.
Except in areas where using hand methods to construct the pavement, support the
lead end of the burlap drag by a traveling bridge. Maintain the drag clean and free from
encrusted mortar. Replace the burlap with new material as necessary.
350-10.2 Edging: After applying the final finish, but before the concrete has become
nonplastic, carefully round the edges to a 1/4 inch radius on each side of transverse expansion
joints and construction joints and along any structure extending into the pavement. Produce a
well-defined and continuous radius, and obtain a smooth, dense mortar finish. Completely
remove all concrete from the top of the joint filler.
Check all joints with a straightedge before the concrete has become nonplastic,
and, if one side of the joint is higher than the other or the entire joint is higher or lower than the
adjacent slabs, make corrections as necessary.
350-10.3 Colored Concrete Pavement: Imprint concrete as shown in the Plans. If no
imprint finish is shown in the Plans, finish in accordance with this Article.
LANDSCAPING.
(REV 7-31-17) (FA 8-9-17) (1-19)
The following new Section is added after Section 571.
SECTION 580
LANDSCAPING
580-1 Description.
Install landscaping as indicated in the Contract Documents.
-24-
FPID(S):439228-2-58-01
34 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
350-2.2 Colored Concrete Pavement: Add coloring agents to the concrete mix in
accordance with the manufacturer's recommendations.
Use a mineral oxide containing no calcium chloride. Use only non-fading, finely
ground synthetic coloring agents that are lime proof and UV resistant. The mineral oxide must
closely match the Federal Standard 595C Color number shown in the Plans and conform to the
requirements of ACI 303.1, ASTM C979, and ASTM C494. Submit to the Engineer a certificate
from the manufacturer attesting that the color agents meet the requirements of this Subarticle.
ARTICLE 350-10 is deleted and the following substituted:
350-10 Final Finish.
350-10.1 Finishing: As the water sheen disappears from the surface of the pavement and
just before the concrete achieves its initial set, drag a seamless length of damp burlap that
extends the full width of the strip of the constructed pavement, longitudinally along the surface
to produce a uniform gritty texture.
Use a burlap drag that consists of two layers of medium weight burlap with the
trailing edge of the lower layer extending approximately 2 inches behind the upper layer.
Support the burlap drag in a manner so that a length of at least 3 feet of burlap is in contact with
the pavement.
Except in areas where using hand methods to construct the pavement, support the
lead end of the burlap drag by a traveling bridge. Maintain the drag clean and free from
encrusted mortar. Replace the burlap with new material as necessary.
350-10.2 Edging: After applying the final finish, but before the concrete has become
nonplastic, carefully round the edges to a 1/4 inch radius on each side of transverse expansion
joints and construction joints and along any structure extending into the pavement. Produce a
well-defined and continuous radius, and obtain a smooth, dense mortar finish. Completely
remove all concrete from the top of the joint filler.
Check all joints with a straightedge before the concrete has become nonplastic,
and, if one side of the joint is higher than the other or the entire joint is higher or lower than the
adjacent slabs, make corrections as necessary.
350-10.3 Colored Concrete Pavement: Imprint concrete as shown in the Plans. If no
imprint finish is shown in the Plans, finish in accordance with this Article.
LANDSCAPING.
(REV 7-31-17) (FA 8-9-17) (1-19)
The following new Section is added after Section 571.
SECTION 580
LANDSCAPING
580-1 Description.
Install landscaping as indicated in the Contract Documents.
-24-
FPID(S):439228-2-58-01
34 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
350-2.2 Colored Concrete Pavement: Add coloring agents to the concrete mix in
accordance with the manufacturer's recommendations.
Use a mineral oxide containing no calcium chloride. Use only non-fading, finely
ground synthetic coloring agents that are lime proof and UV resistant. The mineral oxide must
closely match the Federal Standard 595C Color number shown in the Plans and conform to the
requirements of ACI 303.1, ASTM C979, and ASTM C494. Submit to the Engineer a certificate
from the manufacturer attesting that the color agents meet the requirements of this Subarticle.
ARTICLE 350-10 is deleted and the following substituted:
350-10 Final Finish.
350-10.1 Finishing: As the water sheen disappears from the surface of the pavement and
just before the concrete achieves its initial set, drag a seamless length of damp burlap that
extends the full width of the strip of the constructed pavement, longitudinally along the surface
to produce a uniform gritty texture.
Use a burlap drag that consists of two layers of medium weight burlap with the
trailing edge of the lower layer extending approximately 2 inches behind the upper layer.
Support the burlap drag in a manner so that a length of at least 3 feet of burlap is in contact with
the pavement.
Except in areas where using hand methods to construct the pavement, support the
lead end of the burlap drag by a traveling bridge. Maintain the drag clean and free from
encrusted mortar. Replace the burlap with new material as necessary.
350-10.2 Edging: After applying the final finish, but before the concrete has become
nonplastic, carefully round the edges to a 1/4 inch radius on each side of transverse expansion
joints and construction joints and along any structure extending into the pavement. Produce a
well-defined and continuous radius, and obtain a smooth, dense mortar finish. Completely
remove all concrete from the top of the joint filler.
Check all joints with a straightedge before the concrete has become nonplastic,
and, if one side of the joint is higher than the other or the entire joint is higher or lower than the
adjacent slabs, make corrections as necessary.
350-10.3 Colored Concrete Pavement: Imprint concrete as shown in the Plans. If no
imprint finish is shown in the Plans, finish in accordance with this Article.
LANDSCAPING.
(REV 7-31-17) (FA 8-9-17) (1-19)
The following new Section is added after Section 571.
SECTION 580
LANDSCAPING
580-1 Description.
Install landscaping as indicated in the Contract Documents.
-24-
FPID(S):439228-2-58-01
34 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
580-2 Materials.
580-2.1 Plants:
580-2.1.1 Sizes: Small plants includes all ground covers, shrubs less than
7 gallon, trees less than 7 gallon, clustering type palms less than 6 foot overall height, cycads t
less than 7 gallon. and incidental landscaping.
Large plants include shrubs 7 gallon or greater, trees 7 gallon or greater,
all single trunk palms, and clustering type palms 6 foot overall height and greaten
580-2.1.2 Grade Standards and Conformity with Type and Species: Provide
plant materials purchased from Florida commercial nursery stock that comply with all required
inspection, grading standards, and plant regulations in accordance with the latest edition of the
Florida Department of Agriculture's "Grades and Standards for Nursery Plants."
Florida commercial nursery stock is defined as plants propagated or grown
at a Florida commercial nursery or imported to a Florida commercial nursery, made available for
sale to the public, and included as inventory for fee. Nursery stock purchased from outside
Florida and shipped directly to the project site is not Florida commercial nursery stock. Prior to
installation, provide nursery invoices or delivery tickets that include written certification that all
nursery stock meets the requirements of this Section.
Unless otherwise specified, the minimum grade for plant material is
Florida No. I. Plant materials must be the specified size and grade at the time of delivery to the
site.
Use only plants that are true to type and species, free of fungal infection
and disease, and ensure that the plants not specifically covered by Florida Department of
Agriculture's "Grades and Standards for Nursery Plants" conform in type and species with the
standards and designations in general acceptance by Florida nurseries. Submit a list of nurseries
where plants are tagged, including contact information and location_ The Engineer may visit the
nursery sites to inspect representative samples and lock tag the example plant material.
A minimum of two plants of each species on each shipment must be
shipped with tags stating the botanical nomenclature and common name of the plant. Should
discrepancies between botanical nomenclature and common name arise, the botanical name will
take precedence.
580-2.2 Inspection and Transporting: Move nursery stock in accordance with all
Federal, State, and Local Rules and Regulations. For each shipment of nursery stock, provide the
nursery's General Nursery Stock Inspection Certificate with as required in Chapter 5B-2, F.A.C.
580-2.3 Water: Meet the requirements of Section 983.
580-2.4 Mulch: Use of cypress mulch is prohibited.
580-2.5 Soil: Remove all unsuitable soil and debris to root ball depth. Replace soil
meeting the requirements of 987-2A.
580-3 Worksite Landscape Supervisor.
Provide a Worksite Landscape Supervisor to directly oversee all landscape installation.
The Worksite Landscape Supervisor must be a Certified Landscape Technician or Certified
Landscape Contractor in accordance with the Florida Nursery Growers and Landscape
Association (FNGLA) located at the following URL address: http://www.fimla.ore/professional-
developmentkertificationsicertification-verification, or a State of Florida Registered Landscape
Architect. Provide verification at the preconstruction meeting.
-25-
FPID(S):439228-2-58-01
35 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
580-2 Materials.
580-2.1 Plants:
580-2.1.1 Sizes: Small plants includes all ground covers, shrubs less than
7 gallon, trees less than 7 gallon, clustering type palms less than 6 foot overall height, cycads t
less than 7 gallon. and incidental landscaping.
Large plants include shrubs 7 gallon or greater, trees 7 gallon or greater,
all single trunk palms, and clustering type palms 6 foot overall height and greaten
580-2.1.2 Grade Standards and Conformity with Type and Species: Provide
plant materials purchased from Florida commercial nursery stock that comply with all required
inspection, grading standards, and plant regulations in accordance with the latest edition of the
Florida Department of Agriculture's "Grades and Standards for Nursery Plants."
Florida commercial nursery stock is defined as plants propagated or grown
at a Florida commercial nursery or imported to a Florida commercial nursery, made available for
sale to the public, and included as inventory for fee. Nursery stock purchased from outside
Florida and shipped directly to the project site is not Florida commercial nursery stock. Prior to
installation, provide nursery invoices or delivery tickets that include written certification that all
nursery stock meets the requirements of this Section.
Unless otherwise specified, the minimum grade for plant material is
Florida No. I. Plant materials must be the specified size and grade at the time of delivery to the
site.
Use only plants that are true to type and species, free of fungal infection
and disease, and ensure that the plants not specifically covered by Florida Department of
Agriculture's "Grades and Standards for Nursery Plants" conform in type and species with the
standards and designations in general acceptance by Florida nurseries. Submit a list of nurseries
where plants are tagged, including contact information and location_ The Engineer may visit the
nursery sites to inspect representative samples and lock tag the example plant material.
A minimum of two plants of each species on each shipment must be
shipped with tags stating the botanical nomenclature and common name of the plant. Should
discrepancies between botanical nomenclature and common name arise, the botanical name will
take precedence.
580-2.2 Inspection and Transporting: Move nursery stock in accordance with all
Federal, State, and Local Rules and Regulations. For each shipment of nursery stock, provide the
nursery's General Nursery Stock Inspection Certificate with as required in Chapter 5B-2, F.A.C.
580-2.3 Water: Meet the requirements of Section 983.
580-2.4 Mulch: Use of cypress mulch is prohibited.
580-2.5 Soil: Remove all unsuitable soil and debris to root ball depth. Replace soil
meeting the requirements of 987-2A.
580-3 Worksite Landscape Supervisor.
Provide a Worksite Landscape Supervisor to directly oversee all landscape installation.
The Worksite Landscape Supervisor must be a Certified Landscape Technician or Certified
Landscape Contractor in accordance with the Florida Nursery Growers and Landscape
Association (FNGLA) located at the following URL address: http://www.fimla.ore/professional-
developmentkertificationsicertification-verification, or a State of Florida Registered Landscape
Architect. Provide verification at the preconstruction meeting.
-25-
FPID(S):439228-2-58-01
35 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
580-2 Materials.
580-2.1 Plants:
580-2.1.1 Sizes: Small plants includes all ground covers, shrubs less than
7 gallon, trees less than 7 gallon, clustering type palms less than 6 foot overall height, cycads t
less than 7 gallon. and incidental landscaping.
Large plants include shrubs 7 gallon or greater, trees 7 gallon or greater,
all single trunk palms, and clustering type palms 6 foot overall height and greaten
580-2.1.2 Grade Standards and Conformity with Type and Species: Provide
plant materials purchased from Florida commercial nursery stock that comply with all required
inspection, grading standards, and plant regulations in accordance with the latest edition of the
Florida Department of Agriculture's "Grades and Standards for Nursery Plants."
Florida commercial nursery stock is defined as plants propagated or grown
at a Florida commercial nursery or imported to a Florida commercial nursery, made available for
sale to the public, and included as inventory for fee. Nursery stock purchased from outside
Florida and shipped directly to the project site is not Florida commercial nursery stock. Prior to
installation, provide nursery invoices or delivery tickets that include written certification that all
nursery stock meets the requirements of this Section.
Unless otherwise specified, the minimum grade for plant material is
Florida No. I. Plant materials must be the specified size and grade at the time of delivery to the
site.
Use only plants that are true to type and species, free of fungal infection
and disease, and ensure that the plants not specifically covered by Florida Department of
Agriculture's "Grades and Standards for Nursery Plants" conform in type and species with the
standards and designations in general acceptance by Florida nurseries. Submit a list of nurseries
where plants are tagged, including contact information and location_ The Engineer may visit the
nursery sites to inspect representative samples and lock tag the example plant material.
A minimum of two plants of each species on each shipment must be
shipped with tags stating the botanical nomenclature and common name of the plant. Should
discrepancies between botanical nomenclature and common name arise, the botanical name will
take precedence.
580-2.2 Inspection and Transporting: Move nursery stock in accordance with all
Federal, State, and Local Rules and Regulations. For each shipment of nursery stock, provide the
nursery's General Nursery Stock Inspection Certificate with as required in Chapter 5B-2, F.A.C.
580-2.3 Water: Meet the requirements of Section 983.
580-2.4 Mulch: Use of cypress mulch is prohibited.
580-2.5 Soil: Remove all unsuitable soil and debris to root ball depth. Replace soil
meeting the requirements of 987-2A.
580-3 Worksite Landscape Supervisor.
Provide a Worksite Landscape Supervisor to directly oversee all landscape installation.
The Worksite Landscape Supervisor must be a Certified Landscape Technician or Certified
Landscape Contractor in accordance with the Florida Nursery Growers and Landscape
Association (FNGLA) located at the following URL address: http://www.fimla.ore/professional-
developmentkertificationsicertification-verification, or a State of Florida Registered Landscape
Architect. Provide verification at the preconstruction meeting.
-25-
FPID(S):439228-2-58-01
35 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
580-4 Installation.
580-4.1 Installation Plan: At the preconstruction meeting, provide an installation plan
for review and comment. Specifically describe the methods, activities, materials, and schedule to
achieve installation as described in this Section.
580-4.2 Delivery: All materials must be available for inspection before installation.
580-4.3 Layout: The locations of plants as shown in the Contract Documents are
approximate. At no cost to the Department, adjust fmal locations when directed by the Engineer
to accommodate unforeseen field conditions or to comply with safety setbacks and requirements.
Mark proposed mowing limits, planting beds and individual locations of trees and palms as
shown in the Contract Documents for the Engineer's review, prior to excavation or planting.
Make no changes to the layout, or any variations of materials from the Contract
Documents without the Engineer's approval.
580-4.4 Soil Drainage: Planting holes and beds must drain sufficiently. Notify the
Engineer of drainage or percolation problems before plant installation.
580-4.5 Installation: Meet the requirements of the Contract Documents.
580-4.6 Maintenance: Maintain plant material to the equivalent visible structural, quality
and health characteristics of Florida No. 1.
580-4.7 Site Repair and Restoration: Repair and restore existing areas disturbed by
installation or maintenance activities. Where new turf is required to restore and repair disturbed
areas, meet the requirements of Section 570.
580-4.8 Disposal of Surplus Materials and Debris: Remove from the jobsite any
surplus material unless otherwise directed by the Engineer. Surplus is defined as material not
needed after installation of landscaping per Contract Documents. Upon commencement of
landscaping installation, remove daily all debris from the landscape locations described in the
Contract Documents.
580-5 Method of Measurement.
The quantities to be paid for will be the items shown in the Contract Documents,
completed and accepted.
580-6 Basis of Payment.
Price and payment will be full compensation for all work and materials specified in this
Section.
GENERAL REQUIREMENTS FOR TRAFFIC CONTROL SIGNALS AND DEVICES.
(REV 8-15-14) (1-19)
SUBARTICLE 603-2.1. The first paragraph is deleted and the following substituted:
Except as provided in 603-2.2, only use traffic control signal devices meeting the
requirements of: (a) the these specifications, (b) Traffic Control Equipment Specifications and
Standards for the Metro Traffic Control System, Miami-Dade County, January 2002 and
supplements, (c) Traffic Controller Assemblies Specifications, Miami-Dade County Public
Works Department, 1999 Edition and (d) listed on the Department's Approved Product List
(APL).
-26-
FPID(S):439228-2-58-0I
36 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
580-4 Installation.
580-4.1 Installation Plan: At the preconstruction meeting, provide an installation plan
for review and comment. Specifically describe the methods, activities, materials, and schedule to
achieve installation as described in this Section.
580-4.2 Delivery: All materials must be available for inspection before installation.
580-4.3 Layout: The locations of plants as shown in the Contract Documents are
approximate. At no cost to the Department, adjust fmal locations when directed by the Engineer
to accommodate unforeseen field conditions or to comply with safety setbacks and requirements.
Mark proposed mowing limits, planting beds and individual locations of trees and palms as
shown in the Contract Documents for the Engineer's review, prior to excavation or planting.
Make no changes to the layout, or any variations of materials from the Contract
Documents without the Engineer's approval.
580-4.4 Soil Drainage: Planting holes and beds must drain sufficiently. Notify the
Engineer of drainage or percolation problems before plant installation.
580-4.5 Installation: Meet the requirements of the Contract Documents.
580-4.6 Maintenance: Maintain plant material to the equivalent visible structural, quality
and health characteristics of Florida No. 1.
580-4.7 Site Repair and Restoration: Repair and restore existing areas disturbed by
installation or maintenance activities. Where new turf is required to restore and repair disturbed
areas, meet the requirements of Section 570.
580-4.8 Disposal of Surplus Materials and Debris: Remove from the jobsite any
surplus material unless otherwise directed by the Engineer. Surplus is defined as material not
needed after installation of landscaping per Contract Documents. Upon commencement of
landscaping installation, remove daily all debris from the landscape locations described in the
Contract Documents.
580-5 Method of Measurement.
The quantities to be paid for will be the items shown in the Contract Documents,
completed and accepted.
580-6 Basis of Payment.
Price and payment will be full compensation for all work and materials specified in this
Section.
GENERAL REQUIREMENTS FOR TRAFFIC CONTROL SIGNALS AND DEVICES.
(REV 8-15-14) (1-19)
SUBARTICLE 603-2.1. The first paragraph is deleted and the following substituted:
Except as provided in 603-2.2, only use traffic control signal devices meeting the
requirements of: (a) the these specifications, (b) Traffic Control Equipment Specifications and
Standards for the Metro Traffic Control System, Miami-Dade County, January 2002 and
supplements, (c) Traffic Controller Assemblies Specifications, Miami-Dade County Public
Works Department, 1999 Edition and (d) listed on the Department's Approved Product List
(APL).
-26-
FPID(S):439228-2-58-0I
36 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
580-4 Installation.
580-4.1 Installation Plan: At the preconstruction meeting, provide an installation plan
for review and comment. Specifically describe the methods, activities, materials, and schedule to
achieve installation as described in this Section.
580-4.2 Delivery: All materials must be available for inspection before installation.
580-4.3 Layout: The locations of plants as shown in the Contract Documents are
approximate. At no cost to the Department, adjust fmal locations when directed by the Engineer
to accommodate unforeseen field conditions or to comply with safety setbacks and requirements.
Mark proposed mowing limits, planting beds and individual locations of trees and palms as
shown in the Contract Documents for the Engineer's review, prior to excavation or planting.
Make no changes to the layout, or any variations of materials from the Contract
Documents without the Engineer's approval.
580-4.4 Soil Drainage: Planting holes and beds must drain sufficiently. Notify the
Engineer of drainage or percolation problems before plant installation.
580-4.5 Installation: Meet the requirements of the Contract Documents.
580-4.6 Maintenance: Maintain plant material to the equivalent visible structural, quality
and health characteristics of Florida No. 1.
580-4.7 Site Repair and Restoration: Repair and restore existing areas disturbed by
installation or maintenance activities. Where new turf is required to restore and repair disturbed
areas, meet the requirements of Section 570.
580-4.8 Disposal of Surplus Materials and Debris: Remove from the jobsite any
surplus material unless otherwise directed by the Engineer. Surplus is defined as material not
needed after installation of landscaping per Contract Documents. Upon commencement of
landscaping installation, remove daily all debris from the landscape locations described in the
Contract Documents.
580-5 Method of Measurement.
The quantities to be paid for will be the items shown in the Contract Documents,
completed and accepted.
580-6 Basis of Payment.
Price and payment will be full compensation for all work and materials specified in this
Section.
GENERAL REQUIREMENTS FOR TRAFFIC CONTROL SIGNALS AND DEVICES.
(REV 8-15-14) (1-19)
SUBARTICLE 603-2.1. The first paragraph is deleted and the following substituted:
Except as provided in 603-2.2, only use traffic control signal devices meeting the
requirements of: (a) the these specifications, (b) Traffic Control Equipment Specifications and
Standards for the Metro Traffic Control System, Miami-Dade County, January 2002 and
supplements, (c) Traffic Controller Assemblies Specifications, Miami-Dade County Public
Works Department, 1999 Edition and (d) listed on the Department's Approved Product List
(APL).
-26-
FPID(S):439228-2-58-0I
36 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Use only new equipment and materials, except as specified in the Contract
Documents.
SUBARTICLE 603-3 is expanded by the following:
Traffic Control Equipment Specifications and Standards for the Metro Traffic Control
System, Miami-Dade County, January 2002 and supplements: A publication developed and
maintained by the Miami-Dade County Traffic Signals and Signs Division.
Traffic Controller Assemblies Specifications, Miami-Dade County Public Works
Department, 1999 Edition: A publication developed and maintained by the Miami-Dade County
Traffic Signals and Signs Division.
CONDUIT — INSTALLATION REQUIREMENTS - GENERAL.
(REV 11-28-17) (1-19)
SUBARTICLE 630-3.1 is deleted and the following substituted:
630-3.1 General: Install the conduit in accordance with NEC or National Electrical
Safety Code (NESC) requirements and the Standard Plans. Consider the locations of conduit as
shown in the Plans as approximate. Construct conduit nins as straight as possible, and obtain the
Engineer's approval for all major deviations in conduit locations from those shown in the Plans.
Include buried cable warning tape with all trenched conduit. Mark the location of the conduit
system with route markers as shown in the Plans and approved by the Engineer. Ensure that all
route markers used are new and consistent in appearance.
For conduit installed by directional bore, install in accordance with Section 555.
For conduit installed by jack and bore, install in accordance with Section 556.
Use only intermediate metal conduit, rigid galvanized metal conduit, rigid
aluminum conduit or PVC coated intermediate metal conduit for above-ground electrical power
service installations and rigid galvanized metal conduit or rigid aluminum conduit for
underground electrical power service installations. Meet the requirements of Section 562 for
coating all field cut and threaded galvanized pipe.
Use Schedule 80 PVC or fiberglass reinforced epoxy conduit in or on structural
elements.
Use HDPE with an SDR number less than or equal to 11, Schedule 80 PVC or
Schedule 40 PVC for underground installations in earth or concrete for ITS and traffic control
signal applications, except, use only HDPE with an SDR number less than or equal to 11 for
blown fiber optic cable installations on limited access facilities.
Use. HDPE with an SDR number less than or equal to 13.5, Schedule 80 PVC, or
Schedule 40 PVC for underground installations of electrical conduit in earth for lighting
applications and landscape irrigation applications.
-27-
FPID(S):439228-2-58-01
37 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Use only new equipment and materials, except as specified in the Contract
Documents.
SUBARTICLE 603-3 is expanded by the following:
Traffic Control Equipment Specifications and Standards for the Metro Traffic Control
System, Miami-Dade County, January 2002 and supplements: A publication developed and
maintained by the Miami-Dade County Traffic Signals and Signs Division.
Traffic Controller Assemblies Specifications, Miami-Dade County Public Works
Department, 1999 Edition: A publication developed and maintained by the Miami-Dade County
Traffic Signals and Signs Division.
CONDUIT — INSTALLATION REQUIREMENTS - GENERAL.
(REV 11-28-17) (1-19)
SUBARTICLE 630-3.1 is deleted and the following substituted:
630-3.1 General: Install the conduit in accordance with NEC or National Electrical
Safety Code (NESC) requirements and the Standard Plans. Consider the locations of conduit as
shown in the Plans as approximate. Construct conduit nins as straight as possible, and obtain the
Engineer's approval for all major deviations in conduit locations from those shown in the Plans.
Include buried cable warning tape with all trenched conduit. Mark the location of the conduit
system with route markers as shown in the Plans and approved by the Engineer. Ensure that all
route markers used are new and consistent in appearance.
For conduit installed by directional bore, install in accordance with Section 555.
For conduit installed by jack and bore, install in accordance with Section 556.
Use only intermediate metal conduit, rigid galvanized metal conduit, rigid
aluminum conduit or PVC coated intermediate metal conduit for above-ground electrical power
service installations and rigid galvanized metal conduit or rigid aluminum conduit for
underground electrical power service installations. Meet the requirements of Section 562 for
coating all field cut and threaded galvanized pipe.
Use Schedule 80 PVC or fiberglass reinforced epoxy conduit in or on structural
elements.
Use HDPE with an SDR number less than or equal to 11, Schedule 80 PVC or
Schedule 40 PVC for underground installations in earth or concrete for ITS and traffic control
signal applications, except, use only HDPE with an SDR number less than or equal to 11 for
blown fiber optic cable installations on limited access facilities.
Use. HDPE with an SDR number less than or equal to 13.5, Schedule 80 PVC, or
Schedule 40 PVC for underground installations of electrical conduit in earth for lighting
applications and landscape irrigation applications.
-27-
FPID(S):439228-2-58-01
37 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Use only new equipment and materials, except as specified in the Contract
Documents.
SUBARTICLE 603-3 is expanded by the following:
Traffic Control Equipment Specifications and Standards for the Metro Traffic Control
System, Miami-Dade County, January 2002 and supplements: A publication developed and
maintained by the Miami-Dade County Traffic Signals and Signs Division.
Traffic Controller Assemblies Specifications, Miami-Dade County Public Works
Department, 1999 Edition: A publication developed and maintained by the Miami-Dade County
Traffic Signals and Signs Division.
CONDUIT — INSTALLATION REQUIREMENTS - GENERAL.
(REV 11-28-17) (1-19)
SUBARTICLE 630-3.1 is deleted and the following substituted:
630-3.1 General: Install the conduit in accordance with NEC or National Electrical
Safety Code (NESC) requirements and the Standard Plans. Consider the locations of conduit as
shown in the Plans as approximate. Construct conduit nins as straight as possible, and obtain the
Engineer's approval for all major deviations in conduit locations from those shown in the Plans.
Include buried cable warning tape with all trenched conduit. Mark the location of the conduit
system with route markers as shown in the Plans and approved by the Engineer. Ensure that all
route markers used are new and consistent in appearance.
For conduit installed by directional bore, install in accordance with Section 555.
For conduit installed by jack and bore, install in accordance with Section 556.
Use only intermediate metal conduit, rigid galvanized metal conduit, rigid
aluminum conduit or PVC coated intermediate metal conduit for above-ground electrical power
service installations and rigid galvanized metal conduit or rigid aluminum conduit for
underground electrical power service installations. Meet the requirements of Section 562 for
coating all field cut and threaded galvanized pipe.
Use Schedule 80 PVC or fiberglass reinforced epoxy conduit in or on structural
elements.
Use HDPE with an SDR number less than or equal to 11, Schedule 80 PVC or
Schedule 40 PVC for underground installations in earth or concrete for ITS and traffic control
signal applications, except, use only HDPE with an SDR number less than or equal to 11 for
blown fiber optic cable installations on limited access facilities.
Use. HDPE with an SDR number less than or equal to 13.5, Schedule 80 PVC, or
Schedule 40 PVC for underground installations of electrical conduit in earth for lighting
applications and landscape irrigation applications.
-27-
FPID(S):439228-2-58-01
37 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Use HDPE with an SDR number less than or equal to 13.5, Schedule 80 PVC,
Schedule 40 PVC, or rigid galvanized metal for underground installations of electrical conduit in
concrete for lighting applications.
Do not place more than the equivalent of three quarter bends or 270 degrees of
bends, including the termination bends, between the two points of termination in the conduit,
without a pull box. Obtain the Engineer's approval to use corrugated flexible conduits for short
runs of 6 feet or less.
When a conduit installation changes from underground to above-ground, make
the change a minimum of 6 inches below finished grade.
Install a No. 12 AWG pull wire or polypropylene cord inside the full length of all
conduits. Ensure that a minimum of 24 inches of pull wire/cord is accessible at each conduit
termination.
Ensure the conduit includes all required fittings and incidentals necessary to
construct a complete installation.
When earth backfill and tamping is required, place backfill material as per
Section 120 in layers approximately 12 inches thick, and tamp each layer to a density equal to or
greater than the adjacent soil.
When backfilling trenches in existing pavement, use a flowable fill meeting the
requirements of Section 121.
Provide a standard clearance between underground control cable and electrical
service cable or another parallel underground electrical service cable that meets NESC
requirements.
Prevent the ingress of water, dirt, sand, and other foreign materials into the
conduit prior to, during, and after construction. Seal the ends of conduit after wiring is complete
with a polyurethane foam sealant that is designed for this specific application. Protect raceways
containing #6 AWG or larger conductors with an insulating fitting, unless the conductors are
separated from the fitting or raceway by substantial insulating material that is securely fastened
in place. Install bushing bells on conduits that enter pull boxes and barrier wall junction boxes.
SIGNAL CABLE — INSTALLATION REQUIREMENTS — NUMBER OF
CONDUCTORS.
(REV 10-5-16) (1-19)
SUBARTICLE 632-3.1 is deleted and the following substituted:
632-3.1 Number of Conductors: Determine the number of conductors required for each
signal cable unless specified in the Contract Documents.
Provide four spare conductors for each signal cable used at all signal installations.
Install the four spare conductors from the controller cabinet through each disconnect hanger (or
traffic signal head) to the furthermost disconnect hanger (or traffic signal head).
Identify all spare conductors in a controller cabinet and ground them to the
controller cabinet ground bus bar. Provide spare conductors within the controller cabinet of
sufficient length to reach the furthermost field wiring terminals in the cabinet.
-28-
FPID(S):439228-2-58-01
33 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Use HDPE with an SDR number less than or equal to 13.5, Schedule 80 PVC,
Schedule 40 PVC, or rigid galvanized metal for underground installations of electrical conduit in
concrete for lighting applications.
Do not place more than the equivalent of three quarter bends or 270 degrees of
bends, including the termination bends, between the two points of termination in the conduit,
without a pull box. Obtain the Engineer's approval to use corrugated flexible conduits for short
runs of 6 feet or less.
When a conduit installation changes from underground to above-ground, make
the change a minimum of 6 inches below finished grade.
Install a No. 12 AWG pull wire or polypropylene cord inside the full length of all
conduits. Ensure that a minimum of 24 inches of pull wire/cord is accessible at each conduit
termination.
Ensure the conduit includes all required fittings and incidentals necessary to
construct a complete installation.
When earth backfill and tamping is required, place backfill material as per
Section 120 in layers approximately 12 inches thick, and tamp each layer to a density equal to or
greater than the adjacent soil.
When backfilling trenches in existing pavement, use a flowable fill meeting the
requirements of Section 121.
Provide a standard clearance between underground control cable and electrical
service cable or another parallel underground electrical service cable that meets NESC
requirements.
Prevent the ingress of water, dirt, sand, and other foreign materials into the
conduit prior to, during, and after construction. Seal the ends of conduit after wiring is complete
with a polyurethane foam sealant that is designed for this specific application. Protect raceways
containing #6 AWG or larger conductors with an insulating fitting, unless the conductors are
separated from the fitting or raceway by substantial insulating material that is securely fastened
in place. Install bushing bells on conduits that enter pull boxes and barrier wall junction boxes.
SIGNAL CABLE — INSTALLATION REQUIREMENTS — NUMBER OF
CONDUCTORS.
(REV 10-5-16) (1-19)
SUBARTICLE 632-3.1 is deleted and the following substituted:
632-3.1 Number of Conductors: Determine the number of conductors required for each
signal cable unless specified in the Contract Documents.
Provide four spare conductors for each signal cable used at all signal installations.
Install the four spare conductors from the controller cabinet through each disconnect hanger (or
traffic signal head) to the furthermost disconnect hanger (or traffic signal head).
Identify all spare conductors in a controller cabinet and ground them to the
controller cabinet ground bus bar. Provide spare conductors within the controller cabinet of
sufficient length to reach the furthermost field wiring terminals in the cabinet.
-28-
FPID(S):439228-2-58-01
33 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Use HDPE with an SDR number less than or equal to 13.5, Schedule 80 PVC,
Schedule 40 PVC, or rigid galvanized metal for underground installations of electrical conduit in
concrete for lighting applications.
Do not place more than the equivalent of three quarter bends or 270 degrees of
bends, including the termination bends, between the two points of termination in the conduit,
without a pull box. Obtain the Engineer's approval to use corrugated flexible conduits for short
runs of 6 feet or less.
When a conduit installation changes from underground to above-ground, make
the change a minimum of 6 inches below finished grade.
Install a No. 12 AWG pull wire or polypropylene cord inside the full length of all
conduits. Ensure that a minimum of 24 inches of pull wire/cord is accessible at each conduit
termination.
Ensure the conduit includes all required fittings and incidentals necessary to
construct a complete installation.
When earth backfill and tamping is required, place backfill material as per
Section 120 in layers approximately 12 inches thick, and tamp each layer to a density equal to or
greater than the adjacent soil.
When backfilling trenches in existing pavement, use a flowable fill meeting the
requirements of Section 121.
Provide a standard clearance between underground control cable and electrical
service cable or another parallel underground electrical service cable that meets NESC
requirements.
Prevent the ingress of water, dirt, sand, and other foreign materials into the
conduit prior to, during, and after construction. Seal the ends of conduit after wiring is complete
with a polyurethane foam sealant that is designed for this specific application. Protect raceways
containing #6 AWG or larger conductors with an insulating fitting, unless the conductors are
separated from the fitting or raceway by substantial insulating material that is securely fastened
in place. Install bushing bells on conduits that enter pull boxes and barrier wall junction boxes.
SIGNAL CABLE — INSTALLATION REQUIREMENTS — NUMBER OF
CONDUCTORS.
(REV 10-5-16) (1-19)
SUBARTICLE 632-3.1 is deleted and the following substituted:
632-3.1 Number of Conductors: Determine the number of conductors required for each
signal cable unless specified in the Contract Documents.
Provide four spare conductors for each signal cable used at all signal installations.
Install the four spare conductors from the controller cabinet through each disconnect hanger (or
traffic signal head) to the furthermost disconnect hanger (or traffic signal head).
Identify all spare conductors in a controller cabinet and ground them to the
controller cabinet ground bus bar. Provide spare conductors within the controller cabinet of
sufficient length to reach the furthermost field wiring terminals in the cabinet.
-28-
FPID(S):439228-2-58-01
33 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
PULL, SPLICE, AND JUNCTION BOXES — MATERIALS — PULL AND SPLICE
BOXES - DIMENSIONS.
(REV 10-5-16) (1-19)
SUBARTICLE 635-2.23 is deleted and the following substituted:
635-2.2.3 Dimensions: Unless otherwise shown in the Plans, provide pull and
splice boxes with the following dimensions.
For signalized intersection and lighting applications, provide pull boxes
with nominal cover dimensions of 13 inches wide by 24 inches long or larger and no less than
12 inches deep. Ensure the inside opening area is a minimum of 240 square inches and no inside
dimension is less than 12 inches.
For fiber optic cable applications, provide pull boxes with nominal cover
dimensions of 24 inches wide by 36 inches long or larger and no less than 24 inches deep.
Provide rectangular splice boxes with nominal cover dimensions of
30 inches wide by 60 inches long or larger and no less than 36 inches deep. Provide round splice
boxes with a nominal cover diameter of 36 inches or larger and no less than 36 inches deep.
For Pull Boxes containing #4 AWG or larger conductors with splices or U
pulls, the distance between raceway and the opposite wall of the box shall not be less than six.
times the trade size of the largest raceway in a row, increase the distance by adding the sum of
the diameters of any additional raceways that are in a row. All wiring repairs and adjustments
shall be performed by a qualified electrical contractor_
ELECTRICAL POWER SERVICE ASSEMBLIES — MATERIALS — ELECTRICAL
SERVICE WIRE.
(REV 10-5-16) (1-19)
SUBARTICLE 639-3.3 is deleted and the following substituted:
639-3.3 Electrical Service Wire: Use No. 6 AWG stranded copper wire with RHW-2 or
RHH (cross-linked polyethylene (XLP-E) high heat-resistant, water-resistant) insulation, rated at
600V in dry and wet condition for connections between service disconnect and traffic cabinet,
unless otherwise shown in the Plans.
HIGHWAY LIGHTING SYSTEM.
(REV 1-8-18) (1-19)
ARTICLE 715-8 is deleted and the following substituted:
715-8 Splicing.
Make all conductor splices in the bases of the light poles, or in pull boxes designed for
the purpose. Do not make underground splices unless specifically authorized by the Engineer,
and then only as directed by him.
-29-
FP1D(S):439228-2-58-01
39 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
PULL, SPLICE, AND JUNCTION BOXES — MATERIALS — PULL AND SPLICE
BOXES - DIMENSIONS.
(REV 10-5-16) (1-19)
SUBARTICLE 635-2.23 is deleted and the following substituted:
635-2.2.3 Dimensions: Unless otherwise shown in the Plans, provide pull and
splice boxes with the following dimensions.
For signalized intersection and lighting applications, provide pull boxes
with nominal cover dimensions of 13 inches wide by 24 inches long or larger and no less than
12 inches deep. Ensure the inside opening area is a minimum of 240 square inches and no inside
dimension is less than 12 inches.
For fiber optic cable applications, provide pull boxes with nominal cover
dimensions of 24 inches wide by 36 inches long or larger and no less than 24 inches deep.
Provide rectangular splice boxes with nominal cover dimensions of
30 inches wide by 60 inches long or larger and no less than 36 inches deep. Provide round splice
boxes with a nominal cover diameter of 36 inches or larger and no less than 36 inches deep.
For Pull Boxes containing #4 AWG or larger conductors with splices or U
pulls, the distance between raceway and the opposite wall of the box shall not be less than six.
times the trade size of the largest raceway in a row, increase the distance by adding the sum of
the diameters of any additional raceways that are in a row. All wiring repairs and adjustments
shall be performed by a qualified electrical contractor_
ELECTRICAL POWER SERVICE ASSEMBLIES — MATERIALS — ELECTRICAL
SERVICE WIRE.
(REV 10-5-16) (1-19)
SUBARTICLE 639-3.3 is deleted and the following substituted:
639-3.3 Electrical Service Wire: Use No. 6 AWG stranded copper wire with RHW-2 or
RHH (cross-linked polyethylene (XLP-E) high heat-resistant, water-resistant) insulation, rated at
600V in dry and wet condition for connections between service disconnect and traffic cabinet,
unless otherwise shown in the Plans.
HIGHWAY LIGHTING SYSTEM.
(REV 1-8-18) (1-19)
ARTICLE 715-8 is deleted and the following substituted:
715-8 Splicing.
Make all conductor splices in the bases of the light poles, or in pull boxes designed for
the purpose. Do not make underground splices unless specifically authorized by the Engineer,
and then only as directed by him.
-29-
FP1D(S):439228-2-58-01
39 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
PULL, SPLICE, AND JUNCTION BOXES — MATERIALS — PULL AND SPLICE
BOXES - DIMENSIONS.
(REV 10-5-16) (1-19)
SUBARTICLE 635-2.23 is deleted and the following substituted:
635-2.2.3 Dimensions: Unless otherwise shown in the Plans, provide pull and
splice boxes with the following dimensions.
For signalized intersection and lighting applications, provide pull boxes
with nominal cover dimensions of 13 inches wide by 24 inches long or larger and no less than
12 inches deep. Ensure the inside opening area is a minimum of 240 square inches and no inside
dimension is less than 12 inches.
For fiber optic cable applications, provide pull boxes with nominal cover
dimensions of 24 inches wide by 36 inches long or larger and no less than 24 inches deep.
Provide rectangular splice boxes with nominal cover dimensions of
30 inches wide by 60 inches long or larger and no less than 36 inches deep. Provide round splice
boxes with a nominal cover diameter of 36 inches or larger and no less than 36 inches deep.
For Pull Boxes containing #4 AWG or larger conductors with splices or U
pulls, the distance between raceway and the opposite wall of the box shall not be less than six.
times the trade size of the largest raceway in a row, increase the distance by adding the sum of
the diameters of any additional raceways that are in a row. All wiring repairs and adjustments
shall be performed by a qualified electrical contractor_
ELECTRICAL POWER SERVICE ASSEMBLIES — MATERIALS — ELECTRICAL
SERVICE WIRE.
(REV 10-5-16) (1-19)
SUBARTICLE 639-3.3 is deleted and the following substituted:
639-3.3 Electrical Service Wire: Use No. 6 AWG stranded copper wire with RHW-2 or
RHH (cross-linked polyethylene (XLP-E) high heat-resistant, water-resistant) insulation, rated at
600V in dry and wet condition for connections between service disconnect and traffic cabinet,
unless otherwise shown in the Plans.
HIGHWAY LIGHTING SYSTEM.
(REV 1-8-18) (1-19)
ARTICLE 715-8 is deleted and the following substituted:
715-8 Splicing.
Make all conductor splices in the bases of the light poles, or in pull boxes designed for
the purpose. Do not make underground splices unless specifically authorized by the Engineer,
and then only as directed by him.
-29-
FP1D(S):439228-2-58-01
39 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Unless otherwise shown in the Standard Plans or authorized by the Engineer, splices shall
be made with split bolt connectors. The connector shall be sealed in silicone gel that easily peels
away leaving a clean connection. The gel will be contained in a closure that when snapped
around the split bolt will provide a waterproof connection without the use of tools or taping. This
closure will be UV resistant, impact resistant and abrasion resistant.
For pull boxes containing No. 4 AWG or larger conductors containing splices or U pulls,
the distance between raceway and the opposite wall of the box shall not be less than six times the
trade size of the largest raceway in a row, increase the distance by adding the sum of the
diameters of any additional raceways that are in a row.
ARTICLE 715-15 is deleted and the following substituted:
715-15 Acceptance of Highway Lighting.
The Engineer may make partial acceptance of the highway lighting based on satisfactory
performance of all highway lighting for seven consecutive days. The seven day evaluation period
may commence upon written authorization by the Engineer that highway lighting is considered
ready for acceptance evaluation. Contract Time will be charged during the entire highway
lighting evaluation period. Correct any defects in materials or workmanship which might appear
during the evaluation period at no expense to the Department. Transfer manufacturers'
warranties to the Department upon final acceptance in accordance with 5-11. Submit all
warranties and warranty transfers to the Engineer. The cost of temporary electrical service prior
to final acceptance of the new lighting by the maintaining agency shall be the responsibility of
the Contractor. Include cost for temporary electrical service in pay item 102-1 maintenance of
traffic.
HIGHWAY LIGHTING MATERIALS.
(REV 10-14-16) (1-19)
SUBARTICLE 992-1.3 is deleted and the following substituted:
992-1.3 Conductors: All conductors shall be color-coded stranded copper meeting the
requirements of NEMA WC 70. All conductors shall be tested and listed by a NRTL.
Service and circuit conductors shall be single-conductor cable Type RHW-2
(cross-linked polyethylene (XLP-E) high heat-resistant, water-resistant) and shall not be smaller
than No. 6 AWG.
Bonding ground conductor shall have a green jacket and shall not be smaller than
No. 6 AWG.
SUBARTICLE 992-2.6 is deleted and the following substituted:
992-2.6 In Line Fuse Holders: In line fuse holders shall provide a breakaway connection
and be UL recognized per Guide IZLT2 and rated for 600V. Where existing wiring systems of
the existing poles are utilized, rout and coordinate conductors to terminate on the line side of the
fuse holder connectors. The wire connections in the fuse holders shall be of the copper setscrew
-30-
FPID(S):439228-2-58-01
40 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Unless otherwise shown in the Standard Plans or authorized by the Engineer, splices shall
be made with split bolt connectors. The connector shall be sealed in silicone gel that easily peels
away leaving a clean connection. The gel will be contained in a closure that when snapped
around the split bolt will provide a waterproof connection without the use of tools or taping. This
closure will be UV resistant, impact resistant and abrasion resistant.
For pull boxes containing No. 4 AWG or larger conductors containing splices or U pulls,
the distance between raceway and the opposite wall of the box shall not be less than six times the
trade size of the largest raceway in a row, increase the distance by adding the sum of the
diameters of any additional raceways that are in a row.
ARTICLE 715-15 is deleted and the following substituted:
715-15 Acceptance of Highway Lighting.
The Engineer may make partial acceptance of the highway lighting based on satisfactory
performance of all highway lighting for seven consecutive days. The seven day evaluation period
may commence upon written authorization by the Engineer that highway lighting is considered
ready for acceptance evaluation. Contract Time will be charged during the entire highway
lighting evaluation period. Correct any defects in materials or workmanship which might appear
during the evaluation period at no expense to the Department. Transfer manufacturers'
warranties to the Department upon final acceptance in accordance with 5-11. Submit all
warranties and warranty transfers to the Engineer. The cost of temporary electrical service prior
to final acceptance of the new lighting by the maintaining agency shall be the responsibility of
the Contractor. Include cost for temporary electrical service in pay item 102-1 maintenance of
traffic.
HIGHWAY LIGHTING MATERIALS.
(REV 10-14-16) (1-19)
SUBARTICLE 992-1.3 is deleted and the following substituted:
992-1.3 Conductors: All conductors shall be color-coded stranded copper meeting the
requirements of NEMA WC 70. All conductors shall be tested and listed by a NRTL.
Service and circuit conductors shall be single-conductor cable Type RHW-2
(cross-linked polyethylene (XLP-E) high heat-resistant, water-resistant) and shall not be smaller
than No. 6 AWG.
Bonding ground conductor shall have a green jacket and shall not be smaller than
No. 6 AWG.
SUBARTICLE 992-2.6 is deleted and the following substituted:
992-2.6 In Line Fuse Holders: In line fuse holders shall provide a breakaway connection
and be UL recognized per Guide IZLT2 and rated for 600V. Where existing wiring systems of
the existing poles are utilized, rout and coordinate conductors to terminate on the line side of the
fuse holder connectors. The wire connections in the fuse holders shall be of the copper setscrew
-30-
FPID(S):439228-2-58-01
40 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Unless otherwise shown in the Standard Plans or authorized by the Engineer, splices shall
be made with split bolt connectors. The connector shall be sealed in silicone gel that easily peels
away leaving a clean connection. The gel will be contained in a closure that when snapped
around the split bolt will provide a waterproof connection without the use of tools or taping. This
closure will be UV resistant, impact resistant and abrasion resistant.
For pull boxes containing No. 4 AWG or larger conductors containing splices or U pulls,
the distance between raceway and the opposite wall of the box shall not be less than six times the
trade size of the largest raceway in a row, increase the distance by adding the sum of the
diameters of any additional raceways that are in a row.
ARTICLE 715-15 is deleted and the following substituted:
715-15 Acceptance of Highway Lighting.
The Engineer may make partial acceptance of the highway lighting based on satisfactory
performance of all highway lighting for seven consecutive days. The seven day evaluation period
may commence upon written authorization by the Engineer that highway lighting is considered
ready for acceptance evaluation. Contract Time will be charged during the entire highway
lighting evaluation period. Correct any defects in materials or workmanship which might appear
during the evaluation period at no expense to the Department. Transfer manufacturers'
warranties to the Department upon final acceptance in accordance with 5-11. Submit all
warranties and warranty transfers to the Engineer. The cost of temporary electrical service prior
to final acceptance of the new lighting by the maintaining agency shall be the responsibility of
the Contractor. Include cost for temporary electrical service in pay item 102-1 maintenance of
traffic.
HIGHWAY LIGHTING MATERIALS.
(REV 10-14-16) (1-19)
SUBARTICLE 992-1.3 is deleted and the following substituted:
992-1.3 Conductors: All conductors shall be color-coded stranded copper meeting the
requirements of NEMA WC 70. All conductors shall be tested and listed by a NRTL.
Service and circuit conductors shall be single-conductor cable Type RHW-2
(cross-linked polyethylene (XLP-E) high heat-resistant, water-resistant) and shall not be smaller
than No. 6 AWG.
Bonding ground conductor shall have a green jacket and shall not be smaller than
No. 6 AWG.
SUBARTICLE 992-2.6 is deleted and the following substituted:
992-2.6 In Line Fuse Holders: In line fuse holders shall provide a breakaway connection
and be UL recognized per Guide IZLT2 and rated for 600V. Where existing wiring systems of
the existing poles are utilized, rout and coordinate conductors to terminate on the line side of the
fuse holder connectors. The wire connections in the fuse holders shall be of the copper setscrew
-30-
FPID(S):439228-2-58-01
40 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
type. Fused connections shall utilize and ATQ or FNQ 10 amp time delay fuse rated for 500V.
Fuses shall be UL listed to Standard 248-14. The rating for the fuse holders shall be water
resistant or submersible rated.
-31-
FPID(S):439228-2-58-01
41 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
type. Fused connections shall utilize and ATQ or FNQ 10 amp time delay fuse rated for 500V.
Fuses shall be UL listed to Standard 248-14. The rating for the fuse holders shall be water
resistant or submersible rated.
-31-
FPID(S):439228-2-58-01
41 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
type. Fused connections shall utilize and ATQ or FNQ 10 amp time delay fuse rated for 500V.
Fuses shall be UL listed to Standard 248-14. The rating for the fuse holders shall be water
resistant or submersible rated.
-31-
FPID(S):439228-2-58-01
41 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
APPENDICES
-32-
FPID(S):439228-2-58-01
42 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
APPENDICES
-32-
FPID(S):439228-2-58-01
42 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
APPENDICES
-32-
FPID(S):439228-2-58-01
42 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
TECHNICAL SPECIAL PROVISIONS.
The following Technical Special Provisions are individually signed and sealed but
are included as part of this Specifications Package.
-33-
FPID(S):439228-2-58-01
43 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
TECHNICAL SPECIAL PROVISIONS.
The following Technical Special Provisions are individually signed and sealed but
are included as part of this Specifications Package.
-33-
FPID(S):439228-2-58-01
43 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
TECHNICAL SPECIAL PROVISIONS.
The following Technical Special Provisions are individually signed and sealed but
are included as part of this Specifications Package.
-33-
FPID(S):439228-2-58-01
43 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
THIS COMPLETES
THIS
SPECIFICATIONS
PACKAGE
-34-
FPID(S):439228-2-58-01
44 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR AlA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
THIS COMPLETES
THIS
SPECIFICATIONS
PACKAGE
-34-
FPID(S):439228-2-58-01
44 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR AlA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
THIS COMPLETES
THIS
SPECIFICATIONS
PACKAGE
-34-
FPID(S):439228-2-58-01
44 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR AlA) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Exhibit C:
Appendix B
Revised Bid Tender Form
and
Revised Schedule of Values
(Form B1 and B2 of the ITB)
IMPORTANT
Bid Tender Form
endix B Form B1 of the ITB; Revised Via Addendum No. 2, Exhibit C
FAILURE TO SUBMIT THE BID TENDER FORM (B1) FULLY COMPLETED AND EXECUTED ON OR
BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER
SHALL RECEIVE NO FURTHER CONSIDERATION.
Schedule of Values
A • • endix B Form B2 of the ITB; Revised Via Addendum No. 2, Exhibit C
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY.
45 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
• •
Exhibit C:
Appendix B
Revised Bid Tender Form
and
Revised Schedule of Values
(Form B1 and B2 of the ITB)
IMPORTANT
Bid Tender Form
endix B Form B1 of the ITB; Revised Via Addendum No. 2, Exhibit C
FAILURE TO SUBMIT THE BID TENDER FORM (B1) FULLY COMPLETED AND EXECUTED ON OR
BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER
SHALL RECEIVE NO FURTHER CONSIDERATION.
Schedule of Values
A • • endix B Form B2 of the ITB; Revised Via Addendum No. 2, Exhibit C
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY.
45 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
• •
Exhibit C:
Appendix B
Revised Bid Tender Form
and
Revised Schedule of Values
(Form B1 and B2 of the ITB)
IMPORTANT
Bid Tender Form
endix B Form B1 of the ITB; Revised Via Addendum No. 2, Exhibit C
FAILURE TO SUBMIT THE BID TENDER FORM (B1) FULLY COMPLETED AND EXECUTED ON OR
BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER
SHALL RECEIVE NO FURTHER CONSIDERATION.
Schedule of Values
A • • endix B Form B2 of the ITB; Revised Via Addendum No. 2, Exhibit C
MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY.
45 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
• •
$25.00 Allowance for Trench Safety Act
$50,000.00 Permit Allowance
$50,025.00 SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-190 + TRENCH SAFETY PERMIT ALLOWANCE)
GRAND TOTAL
(ITEMS 1-176)
OPTION B
$
Allowance for Trench Safe Act $25.00
$50,000.00 Permit Allowance
SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-176 + TRENCH SAFETY + PERMIT ALLOWANCE)
$50,025.00
OPTION A
GRAND TOTAL
(ITEMS 1-190)
MIAMI BEACH
Bid Tender Form (B1)
Page 1 of 1
FAILURE TO SUBMIT THIS BID TENDER FORM FULLY COMPLETED AND EXECUTED ON OR
BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER
SHALL RECEIVE NO FURTHER CONSIDERATION.
The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this
bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization,
demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the
full intent as shown or indicated in the contract documents. Any or all alternates, if applicable,
may be selected at the City's sole discretion and based on funding availability.
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.
THE CITY RESERVES THE OPTION, AT ITS SOLE DISCRETION, TO AWARD EITHER GROUP A OR GROUP B.
BIDDER'S AFFIRMATION
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 its 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.
Bidder:
Authorized Agent Name:
Authorized Agent Title:
Authorized Agent Signature:
46 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
$25.00 Allowance for Trench Safety Act
$50,000.00 Permit Allowance
$50,025.00 SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-190 + TRENCH SAFETY PERMIT ALLOWANCE)
GRAND TOTAL
(ITEMS 1-176)
OPTION B
$
Allowance for Trench Safe Act $25.00
$50,000.00 Permit Allowance
SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-176 + TRENCH SAFETY + PERMIT ALLOWANCE)
$50,025.00
OPTION A
GRAND TOTAL
(ITEMS 1-190)
MIAMI BEACH
Bid Tender Form (B1)
Page 1 of 1
FAILURE TO SUBMIT THIS BID TENDER FORM FULLY COMPLETED AND EXECUTED ON OR
BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER
SHALL RECEIVE NO FURTHER CONSIDERATION.
The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this
bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization,
demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the
full intent as shown or indicated in the contract documents. Any or all alternates, if applicable,
may be selected at the City's sole discretion and based on funding availability.
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.
THE CITY RESERVES THE OPTION, AT ITS SOLE DISCRETION, TO AWARD EITHER GROUP A OR GROUP B.
BIDDER'S AFFIRMATION
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 its 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.
Bidder:
Authorized Agent Name:
Authorized Agent Title:
Authorized Agent Signature:
46 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
$25.00 Allowance for Trench Safety Act
$50,000.00 Permit Allowance
$50,025.00 SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-190 + TRENCH SAFETY PERMIT ALLOWANCE)
GRAND TOTAL
(ITEMS 1-176)
OPTION B
$
Allowance for Trench Safe Act $25.00
$50,000.00 Permit Allowance
SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-176 + TRENCH SAFETY + PERMIT ALLOWANCE)
$50,025.00
OPTION A
GRAND TOTAL
(ITEMS 1-190)
MIAMI BEACH
Bid Tender Form (B1)
Page 1 of 1
FAILURE TO SUBMIT THIS BID TENDER FORM FULLY COMPLETED AND EXECUTED ON OR
BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER
SHALL RECEIVE NO FURTHER CONSIDERATION.
The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this
bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization,
demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the
full intent as shown or indicated in the contract documents. Any or all alternates, if applicable,
may be selected at the City's sole discretion and based on funding availability.
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.
THE CITY RESERVES THE OPTION, AT ITS SOLE DISCRETION, TO AWARD EITHER GROUP A OR GROUP B.
BIDDER'S AFFIRMATION
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 its 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.
Bidder:
Authorized Agent Name:
Authorized Agent Title:
Authorized Agent Signature:
46 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
ni
roc ment Director
MIAMI BE, CI
Procurement Department, 17 5 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www,miamibeachfl.gov,
305-673-7490 •
ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
June 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).
I. ATTACHMENT(S).
Exhibit A: Asbuilts for Phase I and II
Exhibit B: FPL Duct Bank Design
Exhibit C: Geotechnical Reports
Exhibit D: Interim MOT Quantities
Exhibit E: Shop Drawings
Exhibit F: Excel Cost Proposal Form
A:forthcorning addendum will contain responses to questions received.
Any questions regarding this Addendum should be submitted in writing to the Procurement
Management Department to the attention of the individual named below, with a copy to the City
Clerk's Office at RafaelGranadomiamibeachfl.gov
Contact: Telephone: Email:
Kristy Bada 305-673-7490 kristybadamiamibeachfl.00v
Proposers are reminded to acknowledge receipt of this addendum as part of your RFP
submission. Potential proposers that have elected not to submit a response to the RFP are
requested to complete and return the "Notice to Prospective Bidders" questionnaire with the
rea, o (s) for not submitting a proposal.
1 ADDENDUM NO, 1
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
ni
roc ment Director
MIAMI BE, CI
Procurement Department, 17 5 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www,miamibeachfl.gov,
305-673-7490 •
ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
June 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).
I. ATTACHMENT(S).
Exhibit A: Asbuilts for Phase I and II
Exhibit B: FPL Duct Bank Design
Exhibit C: Geotechnical Reports
Exhibit D: Interim MOT Quantities
Exhibit E: Shop Drawings
Exhibit F: Excel Cost Proposal Form
A:forthcorning addendum will contain responses to questions received.
Any questions regarding this Addendum should be submitted in writing to the Procurement
Management Department to the attention of the individual named below, with a copy to the City
Clerk's Office at RafaelGranadomiamibeachfl.gov
Contact: Telephone: Email:
Kristy Bada 305-673-7490 kristybadamiamibeachfl.00v
Proposers are reminded to acknowledge receipt of this addendum as part of your RFP
submission. Potential proposers that have elected not to submit a response to the RFP are
requested to complete and return the "Notice to Prospective Bidders" questionnaire with the
rea, o (s) for not submitting a proposal.
1 ADDENDUM NO, 1
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
ni
roc ment Director
MIAMI BE, CI
Procurement Department, 17 5 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www,miamibeachfl.gov,
305-673-7490 •
ADDENDUM NO. 1
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
June 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).
I. ATTACHMENT(S).
Exhibit A: Asbuilts for Phase I and II
Exhibit B: FPL Duct Bank Design
Exhibit C: Geotechnical Reports
Exhibit D: Interim MOT Quantities
Exhibit E: Shop Drawings
Exhibit F: Excel Cost Proposal Form
A:forthcorning addendum will contain responses to questions received.
Any questions regarding this Addendum should be submitted in writing to the Procurement
Management Department to the attention of the individual named below, with a copy to the City
Clerk's Office at RafaelGranadomiamibeachfl.gov
Contact: Telephone: Email:
Kristy Bada 305-673-7490 kristybadamiamibeachfl.00v
Proposers are reminded to acknowledge receipt of this addendum as part of your RFP
submission. Potential proposers that have elected not to submit a response to the RFP are
requested to complete and return the "Notice to Prospective Bidders" questionnaire with the
rea, o (s) for not submitting a proposal.
1 ADDENDUM NO, 1
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
ATTACHMENT C
CONSULTANTS RESPONSE TO THE (ITB-CONSTRUCTION)
ATTACHMENT C
CONSULTANTS RESPONSE TO THE (ITB-CONSTRUCTION)
ATTACHMENT C
CONSULTANTS RESPONSE TO THE (ITB-CONSTRUCTION)
Detail by FEI/EIN Number Page 1 of 2
:•=ortda Decarrneot Cr State DIVSION o C3RPORATIONS
DV/I.Mit uf
ricir,
40,0,04400007.00swomm",,, (0, qfictai abate 44 Ftorito
Department of Stale / Division of Corporations / Search Records / Detail By Document Number /
Detail by FEI/EIN Number
Florida Profit Corporation
RIC-MAN CONSTRUCTION FLORIDA, INC.
Filing Information
Document Number P04000101933
FEI/EIN Number 20-1309732
Date Filed 07/06/2004
State FL
Status ACTIVE
Last Event AMENDMENT
Event Date Filed 10/02/2017
Event Effective Date NONE
Principal Address
3100 S.W. 15TH STREET
DEERFIELD BEACH, FL 33442
Changed: 01/04/2007
Mailing Address
3100 S.W. 15TH STREET
DEERFIELD BEACH, FL 33442
Changed: 01/04/2007
Registered Agent Name & Address
MANCINI, DANIEL C, P
3100 S.W. 15TH STREET
DEEARFIELD BEACH, FL 33442
Name Changed: 01/10/2005
Address Changed: 01/04/2007
Officer/Director Detail
Name & Address
Title P
MANCINI, DANIEL CP
3100 S.W. 15TH STREET
DEERFIELD BEACH, FL 33442
htto://search.sunbiz.org,/Inquiry/CorporationSearch/SearchResultDetail?inquirytype—FeiNu... 8/2/2019
Detail by FEI/EIN Number Page 1 of 2
:•=ortda Decarrneot Cr State DIVSION o C3RPORATIONS
DV/I.Mit uf
ricir,
40,0,04400007.00swomm",,, (0, qfictai abate 44 Ftorito
Department of Stale / Division of Corporations / Search Records / Detail By Document Number /
Detail by FEI/EIN Number
Florida Profit Corporation
RIC-MAN CONSTRUCTION FLORIDA, INC.
Filing Information
Document Number P04000101933
FEI/EIN Number 20-1309732
Date Filed 07/06/2004
State FL
Status ACTIVE
Last Event AMENDMENT
Event Date Filed 10/02/2017
Event Effective Date NONE
Principal Address
3100 S.W. 15TH STREET
DEERFIELD BEACH, FL 33442
Changed: 01/04/2007
Mailing Address
3100 S.W. 15TH STREET
DEERFIELD BEACH, FL 33442
Changed: 01/04/2007
Registered Agent Name & Address
MANCINI, DANIEL C, P
3100 S.W. 15TH STREET
DEEARFIELD BEACH, FL 33442
Name Changed: 01/10/2005
Address Changed: 01/04/2007
Officer/Director Detail
Name & Address
Title P
MANCINI, DANIEL CP
3100 S.W. 15TH STREET
DEERFIELD BEACH, FL 33442
htto://search.sunbiz.org,/Inquiry/CorporationSearch/SearchResultDetail?inquirytype—FeiNu... 8/2/2019
Detail by FEI/EIN Number Page 1 of 2
Honda Departmer, of State DMSION or COPPORATIONS
44t. IDI•tufoli uf
)7107;.corg PC) P I r,is.
400011111.667,0011111•0•1111ftrift (01 vifictal ::tat
Department of State / Division of Corporations / Search Records / Detail By Document Number /
Detail by FEI/EIN Number
Florida Profit Corporation
RIC-MAN CONSTRUCTION FLORIDA, INC.
Filing Information
Document Number P04000101933
FEI/EIN Number 20-1309732
Date Filed 07/06/2004
State FL
Status ACTIVE
Last Event AMENDMENT
Event Date Filed 10/02/2017
Event Effective Date NONE
Principal Address
3100 S.W. 15TH STREET
DEERFIELD BEACH, FL 33442
Changed: 01/04/2007
Mailing Address
3100 S.W. 15TH STREET
DEERFIELD BEACH, FL 33442
Changed: 01/04/2007
Registered Agent Name & Address
MANCINI, DANIEL C, P
3100 S.W. 15TH STREET
DEEARFIELD BEACH, FL 33442
Name Changed: 01/10/2005
Address Changed: 01/04/2007
Officer/Director Detail
Name & Address
Title P
MANCINI, DANIEL CP
3100 S.W. 15TH STREET
DEERFIELD BEACH, FL 33442
htto://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 8/2/2019
Title TS
MANCINI, EDWARD ATS
6850 19 MILE ROAD
STERLING HTS., MI 48314
Title S
CATALINA, MANCINI
3100 SW 15TH STREET
DEERFIELD BEACH. FL 33442
Annual Reports
Report Year
2017
2018
2019
Filed Date
02/15/2017
01/30/2018
04/22/2019
Document Images
04/22/2019 — ANNUAL REPORT
01/30/2018 — ANNUAL REPORT
10/02/2017 — Amendment
02/15/2017 — ANNUAL REPORT
03/08/2016 — ANNUAL REPORT
03/17/2015 — ANNUAL REPORT
02/11/2014 -ANNUAL REPORT
12/27/2013 Amendment
02/27/2013 ANNUAL REPORT
02/21/2012 — ANNUAL REPORT
01/25/2011 — ANNUAL REPORT
02/15/2010 —ANNUAL REPORT
05/13/2009 — Name Change
03/25/2009 — ANNUAL REPORT
01/23/2008 — ANNUAL REPORT
01/04/2007 ANNUAL REPORT
01/13/2006 — ANNUAL REPORT
01/10/2005 — ANNUAL REPORT
07/06/2004 — Domestic Profit
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
Detail by FEI/EIN Number Page 2 of 2
-)° Q.,540
http://search.sunbiz.org/Inq uiry/CorporationSearch/SearehResultDetail?inq uiry- type—Fe iNu... 8/2/20 1 9
Title TS
MANCINI, EDWARD ATS
6850 19 MILE ROAD
STERLING HTS., MI 48314
Title S
CATALINA, MANCINI
3100 SW 15TH STREET
DEERFIELD BEACH. FL 33442
Annual Reports
Report Year
2017
2018
2019
Filed Date
02/15/2017
01/30/2018
04/22/2019
Document Images
04/22/2019 — ANNUAL REPORT
01/30/2018 — ANNUAL REPORT
10/02/2017 — Amendment
02/15/2017 — ANNUAL REPORT
03/08/2016 — ANNUAL REPORT
03/17/2015 — ANNUAL REPORT
02/11/2014 -ANNUAL REPORT
12/27/2013 Amendment
02/27/2013 ANNUAL REPORT
02/21/2012 — ANNUAL REPORT
01/25/2011 — ANNUAL REPORT
02/15/2010 —ANNUAL REPORT
05/13/2009 — Name Change
03/25/2009 — ANNUAL REPORT
01/23/2008 — ANNUAL REPORT
01/04/2007 ANNUAL REPORT
01/13/2006 — ANNUAL REPORT
01/10/2005 — ANNUAL REPORT
07/06/2004 — Domestic Profit
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
Detail by FEI/EIN Number Page 2 of 2
-)° Q.,540
http://search.sunbiz.org/Inq uiry/CorporationSearch/SearehResultDetail?inq uiry- type—Fe iNu... 8/2/20 1 9
Title TS
MANCINI, EDWARD ATS
6850 19 MILE ROAD
STERLING HTS., MI 48314
Title S
CATALINA, MANCINI
3100 SW 15TH STREET
DEERFIELD BEACH. FL 33442
Annual Reports
Report Year
2017
2018
2019
Filed Date
02/15/2017
01/30/2018
04/22/2019
Document Images
04/22/2019 — ANNUAL REPORT
01/30/2018 — ANNUAL REPORT
10/02/2017 — Amendment
02/15/2017 — ANNUAL REPORT
03/08/2016 — ANNUAL REPORT
03/17/2015 — ANNUAL REPORT
02/11/2014 -ANNUAL REPORT
12/27/2013 Amendment
02/27/2013 ANNUAL REPORT
02/21/2012 — ANNUAL REPORT
01/25/2011 — ANNUAL REPORT
02/15/2010 —ANNUAL REPORT
05/13/2009 — Name Change
03/25/2009 — ANNUAL REPORT
01/23/2008 — ANNUAL REPORT
01/04/2007 ANNUAL REPORT
01/13/2006 — ANNUAL REPORT
01/10/2005 — ANNUAL REPORT
07/06/2004 — Domestic Profit
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
Detail by FEI/EIN Number Page 2 of 2
-)° Q.,540
http://search.sunbiz.org/Inq uiry/CorporationSearch/SearehResultDetail?inq uiry- type—Fe iNu... 8/2/20 1 9
VITATION
MIAMI BEACH
TO 319 (LB
INDIAN CREEK (SR Al A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
2019-231-KB
104241AN
CO NT. FL, INC.
FISAID A
RIO-MAN CONSTRUCTION FLORIDA
BID SUBMITTAL
BID ISSUANCE DATE: MAY 24, 2019
BID DUE: JULY 02, 2019 @ 3:00 PM
MIAMIBEACH
ISSUED BY:
Kristy Bada, CPPB
Procurement Contracting Officer III
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3'd Floor, Miami Beach, FL 33139
305.673.7000 x 26218 I kristybada@miamibeachfl.gov
1 I 2019-231-KB
www.miamibeachfl.gov
VITATION
MIAMI BEACH
TO 319 (LB
INDIAN CREEK (SR Al A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
2019-231-KB
104241AN
CO NT. FL, INC.
FISAID A
RIO-MAN CONSTRUCTION FLORIDA
BID SUBMITTAL
BID ISSUANCE DATE: MAY 24, 2019
BID DUE: JULY 02, 2019 @ 3:00 PM
MIAMIBEACH
ISSUED BY:
Kristy Bada, CPPB
Procurement Contracting Officer III
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3'd Floor, Miami Beach, FL 33139
305.673.7000 x 26218 I kristybada@miamibeachfl.gov
1 I 2019-231-KB
www.miamibeachfl.gov
VITATION
MIAMI BEACH
TO 319 (LB
INDIAN CREEK (SR Al A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
2019-231-KB
104241AN
CO NT. FL, INC.
FISAID A
RIO-MAN CONSTRUCTION FLORIDA
BID SUBMITTAL
BID ISSUANCE DATE: MAY 24, 2019
BID DUE: JULY 02, 2019 @ 3:00 PM
MIAMIBEACH
ISSUED BY:
Kristy Bada, CPPB
Procurement Contracting Officer III
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3'd Floor, Miami Beach, FL 33139
305.673.7000 x 26218 I kristybada@miamibeachfl.gov
1 I 2019-231-KB
www.miamibeachfl.gov
TAB -A TAB -A TAB -A
MIAMIBEACH
Contractor Qualification Form Instructions
Section 1, Required Form. The Contractor Qualification Form is a required form that must be submitted. completed
and executed, with the bid or within 3 days of request by the City. No bid will be considered without the Contractor
Form. Bidder's failure to submit this form as stipulated herein shall render its bid non-responsive.
Section 2, Submittal Instructions. The Contractor Qualification Form will not be considered until it has been submitted
completed and executed by a principal of the applicant. Incomplete applications shall not be considered. If requested
information is not applicable, please indicate "N/A" or "None." If answers to questions are lengthier than the spaces that
are provided in the application, the answers may be provided on additional pages, which must be attached to the application.
All requested documents must also be attached to the application. Failure to attach all requested documents will delay
review and approval of the application.
The City reserves the right to request clarifications or additional information as deemed necessary to evaluate an applicant's
qualifications. When clarifications or additional informaten is requested by the City, Applicants will have seven (7) business days to
provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review
process and mayresult in denial of prequalification.
Part A — General Bidder Information.
FIRM NAME:
Ric-Man Construction Florida, Inc
NO. OF YEARS IN BUSINESS:
15
NO. OF YEARS IN BUSINESS
LOCALLY: 15
NO. OF EMPLOYEES:
80
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
RMEC
FIRM PRIMARY ADDRESS (HEADQUARTERS):
3100 SW 15th St
CITY:
"Deerfield Beach
STATE:
Florida
ZIP CODE:
33442
TELEPHONE NO.:
954-426-1221
TOLL FREE NO.:
N/A
FAX NO.:
954-426-1226
FIRM LOCAL ADDRESS:
3091 Coral Way Suite 611
CITY:
Mimai
STATE:
Florida
ZIP CODE:
33145
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
Daniel Mancini
ACCOUNT REP TELEPHONE NO.: 954-426-1221
ACCOUNT REP TOLL FREE NO.:
N/A
ACCOUNT REP EMAIL:
dmancini@ric-manfl.com
FEDERAL TAX IDENTIFICATION NO.:
20-1309732
APPLICANT FIRM IS:
X CORPORATION I PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: )
16 12019-231-KB
MIAMIBEACH
Contractor Qualification Form Instructions
Section 1, Required Form. The Contractor Qualification Form is a required form that must be submitted. completed
and executed, with the bid or within 3 days of request by the City. No bid will be considered without the Contractor
Form. Bidder's failure to submit this form as stipulated herein shall render its bid non-responsive.
Section 2, Submittal Instructions. The Contractor Qualification Form will not be considered until it has been submitted
completed and executed by a principal of the applicant. Incomplete applications shall not be considered. If requested
information is not applicable, please indicate "N/A" or "None." If answers to questions are lengthier than the spaces that
are provided in the application, the answers may be provided on additional pages, which must be attached to the application.
All requested documents must also be attached to the application. Failure to attach all requested documents will delay
review and approval of the application.
The City reserves the right to request clarifications or additional information as deemed necessary to evaluate an applicant's
qualifications. When clarifications or additional informaten is requested by the City, Applicants will have seven (7) business days to
provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review
process and mayresult in denial of prequalification.
Part A — General Bidder Information.
FIRM NAME:
Ric-Man Construction Florida, Inc
NO. OF YEARS IN BUSINESS:
15
NO. OF YEARS IN BUSINESS
LOCALLY: 15
NO. OF EMPLOYEES:
80
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
RMEC
FIRM PRIMARY ADDRESS (HEADQUARTERS):
3100 SW 15th St
CITY:
"Deerfield Beach
STATE:
Florida
ZIP CODE:
33442
TELEPHONE NO.:
954-426-1221
TOLL FREE NO.:
N/A
FAX NO.:
954-426-1226
FIRM LOCAL ADDRESS:
3091 Coral Way Suite 611
CITY:
Mimai
STATE:
Florida
ZIP CODE:
33145
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
Daniel Mancini
ACCOUNT REP TELEPHONE NO.: 954-426-1221
ACCOUNT REP TOLL FREE NO.:
N/A
ACCOUNT REP EMAIL:
dmancini@ric-manfl.com
FEDERAL TAX IDENTIFICATION NO.:
20-1309732
APPLICANT FIRM IS:
X CORPORATION I PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: )
16 12019-231-KB
MIAMIBEACH
Contractor Qualification Form Instructions
Section 1, Required Form. The Contractor Qualification Form is a required form that must be submitted, completed
and executed, with the bid or within 3 days of request by the City. No bid will be considered without the Contractor
Form. Bidder's failure to submit this form as stipulated herein shall render its bid non-responsive.
Section 2, Submittal Instructions. The Contractor Qualification Form will not be considered until it has been submitted
completed and executed by a principal of the applicant. Incomplete applications shall not be considered. If requested
information is not applicable, please indicate "N/A" or "None." If answers to questions are lengthier than the spaces that
are provided in the application, the answers may be provided on additional pages, which must be attached to the application.
All requested documents must also be attached to the application. Failure to attach all requested documents will delay
review and approval of the application.
The City reserves the right to request clarifications or additional information as deemed necessary to evaluate an applicant's
qualifications. When clarifications cr additional infamaton is requested by the City, Applicants will have seven (7) business days to
provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review
process and mairesult in denial of prequalification.
Part A — General Bidder Information.
FIRM NAME:
Ric-Man Construction Florida, Inc
NO. OF YEARS IN BUSINESS:
15
NO. OF YEARS IN BUSINESS
LOCALLY: 15
NO. OF EMPLOYEES:
80
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
RMEC
FIRM PRIMARY ADDRESS (HEADQUARTERS):
3100 SW 15th St
CITY:
Deerfield Beach
STATE:
Florida
ZIP CODE:
33442
TELEPHONE NO.:
954-426.1221
TOLL FREE NO.:
N/A
FAX NO.:
954-426-1226
FIRM LOCAL ADDRESS:
3091 Coral Way Suite 611
CITY:
Mimai
STATE:
Florida
ZIP CODE:
33145
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
Daniel Mancini
ACCOUNT REP TELEPHONE NO.: 954-426-1221
ACCOUNT REP TOLL FREE NO.:
N/A
ACCOUNT REP EMAIL:
dmancini@ric-manfl.com
FEDERAL TAX IDENTIFICATION NO.:
20-1309732
APPLICANT FIRM IS:
X CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: )
16 I 2019-231-KB
AAIAN I BEACH
Part B — Proposed Team.
1. Organizational Chart. Submit 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
2. Staffing Plan. Submit 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.
Part C — Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
company, below. Submit additional names on a separate sheet if required.
Owner Ownership percentage Directorship/Office type
Daniel Mancini 50% President
Edward Mancini 50% Vice -President
2. Provide three (3) residential renovation projects that the applicant has completed in the last five (5)
ears.
Project Description of Work Project Reference
Please see attached
Name:
Email:
Telephone:
_
Name:
Erna
Telephone:
Name:
Email:
Telephone:
3. Has the applicant company's construction license s been revoked during the last five (5) years?
YES NO
If yes, why? N/A
17 1 2019-231-KB
AAIAN I BEACH
Part B — Proposed Team.
1. Organizational Chart. Submit 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
2. Staffing Plan. Submit 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.
Part C — Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
company, below. Submit additional names on a separate sheet if required.
Owner Ownership percentage Directorship/Office type
Daniel Mancini 50% President
Edward Mancini 50% Vice -President
2. Provide three (3) residential renovation projects that the applicant has completed in the last five (5)
ears.
Project Description of Work Project Reference
Please see attached
Name:
Email:
Telephone:
_
Name:
Erna
Telephone:
Name:
Email:
Telephone:
3. Has the applicant company's construction license s been revoked during the last five (5) years?
YES NO
If yes, why? N/A
17 1 2019-231-KB
AAIAN I BEACH
Part B — Proposed Team.
1. Organizational Chart. Submit 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
2. Staffing Plan. Submit 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.
Part C — Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
company, below. Submit additional names on a separate sheet if required.
Owner Ownership percentage Directorship/Office type
Daniel Mancini 50% President
Edward Mancini 50% Vice -President
2. Provide three (3) residential renovation projects that the applicant has completed in the last five (5)
ears.
Project Description of Work Project Reference
Please see attached
Name:
Email:
Telephone:
_
Name:
Erna
Telephone:
Name:
Email:
Telephone:
3. Has the applicant company's construction license s been revoked during the last five (5) years?
YES NO
If yes, why? N/A
17 1 2019-231-KB
'BEACH
4. Have any owners, directors, officers, or agents of the applicant company had a license revoked during
the last five (5) years?
YES
X NO
If yes, why? N/A
5. Is the applicant company currently barred by a governmental agency, from bidding work as a prime or
subcontractor?
YES
X NO
If yes, state debarment period and the reason(s) for debarment?
NIA
6. Has a surety completed, or paid for completion, of a project on behalf of the applicant company, within
the last five (5) years?
YES
X NO
If yes, why? N/A
7. Has the applicant company or any of its owners, directors, officers, or agents been convicted of a
crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years?
YES X NO
If yes, why? N/A
8. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction
work?
0 YES X NO
If yes, state the name of the affiliate? N/A
18 1 2019-231-KB
'BEACH
4. Have any owners, directors, officers, or agents of the applicant company had a license revoked during
the last five (5) years?
YES
X NO
If yes, why? N/A
5. Is the applicant company currently barred by a governmental agency, from bidding work as a prime or
subcontractor?
YES
X NO
If yes, state debarment period and the reason(s) for debarment?
NIA
6. Has a surety completed, or paid for completion, of a project on behalf of the applicant company, within
the last five (5) years?
YES
X NO
If yes, why? N/A
7. Has the applicant company or any of its owners, directors, officers, or agents been convicted of a
crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years?
YES X NO
If yes, why? N/A
8. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction
work?
0 YES X NO
If yes, state the name of the affiliate? N/A
18 1 2019-231-KB
A BEACH
4. Have any owners, directors, officers, or agents of the applicant company had a license revoked during
the last five (5) years?
YES
X
If yes, why? N/A
5. Is the applicant company currently barred by a governmental agency, from bidding work as a prime or
subcontractor?
YES
X NO
I NO
If yes, state debarment period and the reason(s) for debarment?
N/A
6. Has a surety completed, or paid for completion, of a project on behalf of the applicant company, within
the last five (5) years?
YES
X NO
If yes, why? N/A
7. Has the applicant company or any of its owners, directors, officers, or agents been convicted of a
crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years?
YES X NO
If yes, why? N/A
8. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction
work?
YES
X NO
If yes, state the name of the affiliate? N/A
18 12019-231-KB
Company Type of affiliation (parent or subsidiary) Period of affiliation
N/A
ciliA.MIBEACH
9. Is the applicant company a arent, subsidiary, or holding company for another construction company?
YES X NO
If the answer is eyes,' identify the company and type of relationship(s), below:
10. Is an owner, director, officer, or a ent of the applicant company affiliated with another company?
YES
NO
If the answer is 'yes,' provide the following information for each individual and the affiliated company.
Individual's name
N/A
Affiliated company's name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
11. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last
five (5) years?
YES X NO
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the
original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy
court's discharge order, and any other document that ended the case, if no discharge order was issued.
N/A
12. Has any owner, director, officer, or agent for the applicant company, or has any business organization
in which any such person was an owner, director, officer, or agent filed for or been discharged in
bankruptcy within the past five (5 ears?
YES
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case,
a copy of the notice of commencement. N/A
13. Has any owner, director, officer, or agent of the applicant company owned or managed a construction
company under any other name in the last five (5) years?
YES NO
19 2019-231-KB
X NO
IX
Company Type of affiliation (parent or subsidiary) Period of affiliation
N/A
ciliA.MIBEACH
9. Is the applicant company a arent, subsidiary, or holding company for another construction company?
YES X NO
If the answer is eyes,' identify the company and type of relationship(s), below:
10. Is an owner, director, officer, or a ent of the applicant company affiliated with another company?
YES
NO
If the answer is 'yes,' provide the following information for each individual and the affiliated company.
Individual's name
N/A
Affiliated company's name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
11. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last
five (5) years?
YES X NO
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the
original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy
court's discharge order, and any other document that ended the case, if no discharge order was issued.
N/A
12. Has any owner, director, officer, or agent for the applicant company, or has any business organization
in which any such person was an owner, director, officer, or agent filed for or been discharged in
bankruptcy within the past five (5 ears?
YES
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case,
a copy of the notice of commencement. N/A
13. Has any owner, director, officer, or agent of the applicant company owned or managed a construction
company under any other name in the last five (5) years?
YES NO
19 2019-231-KB
X NO
IX
Company Type of affiliation (parent or subsidiary) Period of affiliation
N/A
MI AMI BEACH
9. Is the applicant company a arent, subsidiary, or holding company for another construction company?
YES X NO
If the answer is eyes,* identify the company and type of relationship(s), below:
10. Is an owner, director, officer, or a ent of the applicant company affiliated with another company?
YES NO
If the answer is 'yes,' provide the following information for each individual and the affiliated company.
Individual's name
N/A
Affiliated company's name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
11. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last
five (5) years?
YES X NO
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the
original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy
court's discharge order, and any other document that ended the case, if no discharge order was issued.
N/A
12. Has any owner, director, officer, or agent for the applicant company, or has any business organization
in which any such person was an owner, director, officer, or agent filed for or been discharged in
bankruptcy within the past five (5 ears?
YES
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case,
a copy of the notice of commencement. N/A
13. Has any owner, director, officer, or agent of the applicant company owned or managed a construction
company under any other name in the last five (5) years?
X YES NO
19 2019-231-KB
X NO
AMIBEACH
If yes, explain. Daniel Mancini was the Vice President of Ric-Man Construction Inc he has sold all his interest in Ric Man
Construction and is now the President of Ric-Man Construction Florida
14. Has the applicant company been assessed or paid liquidated damages on any project during the past
five (5) years, whether the project was ublicly or private owned?
YES NO
If yes, explain. N/A
15. Are there currently any liens, suits, or judgments of record pending against any owner, director,
officer, or agent for the company that is related to construction activities of a business organization?
YES X NO
If yes, explain. N/A
16. Has the applicant company or any of its owners, officers, or partners ever been convicted (criminal) or
found liable (civil) for making either a false claim or material misrepresentation to any public agency or
entity? No
If yes, explain. N/A
17. Has the applicant company or any of its owners, officers, or partners ever been convicted of
any a federal or state crime?
YES X NO
If yes, explain. N/A
18.1s any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child)
of any officer, director, employee or a ent, an emplo ee of the City of Miami Beach?
YES
If yes, state name, title and share of ownership
20 I 2019-231-KB
NO
AMIBEACH
If yes, explain. Daniel Mancini was the Vice President of Ric-Man Construction Inc he has sold all his interest in Ric Man
Construction and is now the President of Ric-Man Construction Florida
14. Has the applicant company been assessed or paid liquidated damages on any project during the past
five (5) years, whether the project was ublicly or private owned?
YES NO
If yes, explain. N/A
15. Are there currently any liens, suits, or judgments of record pending against any owner, director,
officer, or agent for the company that is related to construction activities of a business organization?
YES X NO
If yes, explain. N/A
16. Has the applicant company or any of its owners, officers, or partners ever been convicted (criminal) or
found liable (civil) for making either a false claim or material misrepresentation to any public agency or
entity? No
If yes, explain. N/A
17. Has the applicant company or any of its owners, officers, or partners ever been convicted of
any a federal or state crime?
YES X NO
If yes, explain. N/A
18.1s any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child)
of any officer, director, employee or a ent, an emplo ee of the City of Miami Beach?
YES
If yes, state name, title and share of ownership
20 I 2019-231-KB
NO
I AM !BEACH
If yes, explain. Daniel Mancini was the Vice President of Ric-Man Construction Inc he has sold all his interest in Ric- Man
Construction and is now the President of Ric-Man Construction Florida
14. Has the applicant company been assessed or paid liquidated damages on any project during the past
five (5) years, whether the project was ublicly or private owned?
YES NO
If yes, explain. N/A
15. Are there currently any liens, suits, or judgments of record pending against any owner, director,
officer, or agent for the company that is related to construction activities of a business organization?
YES X NO
If yes, explain. N/A
16. Has the applicant company or any of its owners, officers, or partners ever been convicted (criminal) or
found liable (civil) for making either a false claim or material misrepresentation to any public agency or
entity? No
If yes, explain. N/A
17. Has the applicant company or any of its owners, officers, or partners ever been convicted of
any a federal or state crime?
YES X NO
If yes, explain. N/A
18.1s any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child)
of any officer, director, employee or agent, an emplo ee of the City of Miami Beach?
YES
If yes, state name, title and share of ownership
20 I 2019-231 -KB
NO
AM!BEACH
N/A
Name Title Share (%) of Ownership
19. Has the applicant, or any officer, director, employee or agent, 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?
YES
NO
If yes, provide details.
20. 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"). Does the applicant maintain a corporate code of business
ethics?
YES X NO
21a. If yes, attach. If no, will the applicant accept the City's code of ethics (available at available at
http://www.miamibeachfl.novicity-hall/procurerrcent/procurement-related-ordinance-and-procedures)?
X I YES I NO
21. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless
the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of
the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or
entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender
identity, sexual orientation, marital or familial status, age or disability. Does the applicant agree to be
comply with this prohibition?
X YES NO
22. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the State of
Florida Department of Management Services or a service-disabled veteran business enterprise (certified
by the United States Department of Veterans Affairs
YES NO
Certifying Agency Certification Type
N/A
23. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder
are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers
with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits" to their employees
with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
supplier who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located
21 2019-231-KB
AM!BEACH
N/A
Name Title Share (%) of Ownership
19. Has the applicant, or any officer, director, employee or agent, 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?
YES
NO
If yes, provide details.
20. 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"). Does the applicant maintain a corporate code of business
ethics?
YES X NO
21a. If yes, attach. If no, will the applicant accept the City's code of ethics (available at available at
http://www.miamibeachfl.novicity-hall/procurerrcent/procurement-related-ordinance-and-procedures)?
X I YES I NO
21. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless
the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of
the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or
entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender
identity, sexual orientation, marital or familial status, age or disability. Does the applicant agree to be
comply with this prohibition?
X YES NO
22. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the State of
Florida Department of Management Services or a service-disabled veteran business enterprise (certified
by the United States Department of Veterans Affairs
YES NO
Certifying Agency Certification Type
N/A
23. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder
are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers
with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits" to their employees
with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
supplier who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located
21 2019-231-KB
MiAAMBEACH
N/A
Name Title Share (%) of Ownership
19. Has the applicant, or any officer, director, employee or agent, 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?
YES X NO
If yes, provide details.
20. 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"). Does the applicant maintain a corporate code of business
ethics?
YES X NO
21a. If yes, attach. If no, will the applicant accept the City's code of ethics (available at available at
http://www.miamibeachfl.novicity-hall/procurerrent/procurement-related-ordinance-and-procedures)?
X I YES I NO
21. 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 aboycott as defined in Section 2-375(a) of
the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or
entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender
identity, sexual orientation, marital or familial status, age or disability. Does the applicant agree to be
comply with this prohibition?
X YES NO
22. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the State of
Florida Department of Management Services or a service-disabled veteran business enterprise (certified
by the United States Department of Veterans Affairs
YES NO
Certifying Agency Certification Type
N/A
23. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder
are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers
with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits" to their employees
with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
supplier who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located
21 2019-231-KB
/\141 IAMI BEACH
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 the applicant provide or offer access to any benefits to employees with spouses or to spouses of employees?
I X I YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic
partners* or to domestic partners of employees?
x 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 Fin Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health X X
Sick Leave X X Family Medical Leave X X
Bereavement Leave X X
24. 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 the purchase of goods or services
sourced in North Carolina and Mississippi. Are any of the products for which the applicant is seeking to be prequalified
sourced in North Carolina or Mississippi?__
YES
If yes, explain. N/A
25. 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.
26. 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.
22 I 2019-231-KB
X NO
/\141 IAMI BEACH
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 the applicant provide or offer access to any benefits to employees with spouses or to spouses of employees?
I X I YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic
partners* or to domestic partners of employees?
x 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 Fin Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health X X
Sick Leave X X Family Medical Leave X X
Bereavement Leave X X
24. 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 the purchase of goods or services
sourced in North Carolina and Mississippi. Are any of the products for which the applicant is seeking to be prequalified
sourced in North Carolina or Mississippi?__
YES
If yes, explain. N/A
25. 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.
26. 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.
22 I 2019-231-KB
X NO
miAm1BEACH
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 the applicant provide or offer access to any benefits to employees with spouses or to spouses of employees?
YES I NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic
partners' or to domestic partners of employees?
YES NO
C. Please check all benefits that apply to your answers above and list in the 'other section any additional benefits not already
specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as
bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health X X
Sick Leave X X
Family Medical Leave X X
Bereavement Leave X X
24. 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 the purchase of goods or services
sourced in North Carolina and Mississippi. Are any of the products for which the applicant is seeking to be prequalified
sourced in North Carolina or Mississi i?
YES
If yes, explain. N/A
25. 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.
26. 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 (Pair Chance Ordinances), 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.
22 I 2019-231-KB
V I
X NO
MIA/ AI BEACH
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 Contract, in addition to any damages
that may be available at law and in equity.
CONTRACTOR QUALIFICATION FORM AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete,
true, and correct to the best of his/her knowledge and belief; 2) s/certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide
a notarized statement whenever a change occurs in the ownership, management, or financial condition
of the company. Further, any prequalification applicant, including its principal(s), director(s), and any
affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach
shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment
and any other penalties prescribed by law.
The undersigned affirms that the applicant agrees: 1) to complete and unconditional acceptance of the terms
and conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any
Addenda released hereto; 2) that it has not colluded, nor will collude, with any other applicant; 3) that all
information contained herein is part of the public domain as defined by the State of Florida Sunshine and
Public Records Laws; 4) that all responses, data and information contained in the proposal are true and
accurate.
Name:
Daniel Mancini
Title (must be a principal of the applicant):
President
Signature: Date: ,. -7 cA , c
u.--/
23 I 2019-231-KB
MIA/ AI BEACH
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 Contract, in addition to any damages
that may be available at law and in equity.
CONTRACTOR QUALIFICATION FORM AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete,
true, and correct to the best of his/her knowledge and belief; 2) s/certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide
a notarized statement whenever a change occurs in the ownership, management, or financial condition
of the company. Further, any prequalification applicant, including its principal(s), director(s), and any
affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach
shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment
and any other penalties prescribed by law.
The undersigned affirms that the applicant agrees: 1) to complete and unconditional acceptance of the terms
and conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any
Addenda released hereto; 2) that it has not colluded, nor will collude, with any other applicant; 3) that all
information contained herein is part of the public domain as defined by the State of Florida Sunshine and
Public Records Laws; 4) that all responses, data and information contained in the proposal are true and
accurate.
Name:
Daniel Mancini
Title (must be a principal of the applicant):
President
Signature: Date: ,. -7 cA , c
u.--/
23 I 2019-231-KB
M I AM I B EAC H
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 Contract, in addition to any damages
that may be available at law and in equity.
CONTRACTOR QUALI (CATION FORM AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete,
true, and correct to the best of his/her knowledge and belief; 2) s/certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide
a notarized statement whenever a change occurs in the ownership, management, or financial condition
of the company. Further, any prequalification applicant, including its principal(s), director(s), and any
affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach
shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment
and any other penalties prescribed by law.
The undersigned affirms that the applicant agrees: 1) to complete and unconditional acceptance of the terms
and conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any
Addenda released hereto; 2) that it has not colluded, nor will collude, with any other applicant; 3) that all
information contained herein is part of the public domain as defined by the State of Florida Sunshine and
Public Records Laws; 4) that all responses, data and information contained in the proposal are true and
accurate.
Name:
Daniel Mancini
Title (must be a principal of the applicant):
President
Signature: Date: ,. -7 J. i 0
Co — 4- (..."--- i /
23 I 2019-231-KB
TAB -B TAB -B TAB -B
RIC-MAN CONSTRUCTION FLORIDA, INC.
Ric-Man Construction Florida, Inc.
3100 SW 15th Street
Deerfield Beach, Florida 33442
www.ric-manfl.com
Office: 954.426.1221
Fax: 954.426.1226
Ric-Man Construction Florida, Inc.
7464 Nineteen Mile Road
Sterling Heights, Michigan 48314
www.ric-manfl.com
Office: (586) 685-1000
Fax: (586) 685-1001
SIC •1144,
CONZAFL, INC.
DEERFIEto BEACH. fl-c°°?‘
SieirlaAk
CON117.1i FL, INC.
vu.,„ s Ofilat!....-
Ric-Man Construction Florida, Inc.
3191 Coral Way
Suite 611
Miami, Florida 33145
www.ric-manfl.com
Office: 305.379.4000
Fax: 305.379.4124
RIC-MAN CONSTRUCTION FLORIDA, INC.
Ric-Man Construction Florida, Inc.
3100 SW 15th Street
Deerfield Beach, Florida 33442
www.ric-manfl.com
Office: 954.426.1221
Fax: 954.426.1226
Ric-Man Construction Florida, Inc.
7464 Nineteen Mile Road
Sterling Heights, Michigan 48314
www.ric-manfl.com
Office: (586) 685-1000
Fax: (586) 685-1001
SIC •1144,
CONZAFL, INC.
DEERFIEto BEACH. fl-c°°?‘
SieirlaAk
CON117.1i FL, INC.
vu.,„ s Ofilat!....-
Ric-Man Construction Florida, Inc.
3191 Coral Way
Suite 611
Miami, Florida 33145
www.ric-manfl.com
Office: 305.379.4000
Fax: 305.379.4124
RIC-MAN CONSTRUCTION FLORIDA, INC.
Ric-Man Construction Florida, Inc.
3100 SW 15th Street
Deerfield Beach, Florida 33442
www.ric-manfl.com
Office: 954.426.1221
Fax: 954.426.1226
Ric-Man Construction Florida, Inc.
7464 Nineteen Mile Road
Sterling Heights, Michigan 48314
www.ric-manfl.com
Office: (586) 685-1000
Fax: (586) 685-1001
SIC •1144,
CONZAFL, INC.
DEERFIEto BEACH. fl-c°°?‘
SieirlaAk
CON117.1i FL, INC.
vu.,„ s Ofilat!....-
Ric-Man Construction Florida, Inc.
3191 Coral Way
Suite 611
Miami, Florida 33145
www.ric-manfl.com
Office: 305.379.4000
Fax: 305.379.4124
R1C-MAN Supplement
TABLE OF CONTENTS
IDENTIFICATION PAGE/ OFFICE LOCATIONS
COMPANY PROFILE
CORPORATE RESUME
FIELD PERSONNEL
COMPANY ORGANIZATIONAL CHART
CONTRACTS ON HAND
PROJECT EXPERIENCE/COMPLETED CONTRACTS
ADDITIONAL PROJECT EXPERIENCE
PROJECT PHOTOS
EMERGENCY REPAIR WORK
CIPP PAST PROJECTS
CURED IN PLACE PIPE PROJECTS
PUBLICATIONS
REFERENCES
EQUIPMENT LIST
INDIVIDUAL RESUMES
CERTIFICATION OF CORPORATION
OCCUPATIONAL LICENSES
GENERAL CONTRACTOR LICENSES
FDOT PRE-QUALIFICATION
LETTERS OF RECOMMENDATION/EVALUATIONS
R1C-MAN Supplement
TABLE OF CONTENTS
IDENTIFICATION PAGE/ OFFICE LOCATIONS
COMPANY PROFILE
CORPORATE RESUME
FIELD PERSONNEL
COMPANY ORGANIZATIONAL CHART
CONTRACTS ON HAND
PROJECT EXPERIENCE/COMPLETED CONTRACTS
ADDITIONAL PROJECT EXPERIENCE
PROJECT PHOTOS
EMERGENCY REPAIR WORK
CIPP PAST PROJECTS
CURED IN PLACE PIPE PROJECTS
PUBLICATIONS
REFERENCES
EQUIPMENT LIST
INDIVIDUAL RESUMES
CERTIFICATION OF CORPORATION
OCCUPATIONAL LICENSES
GENERAL CONTRACTOR LICENSES
FDOT PRE-QUALIFICATION
LETTERS OF RECOMMENDATION/EVALUATIONS
R1C-MAN Supplement
TABLE OF CONTENTS
IDENTIFICATION PAGE/ OFFICE LOCATIONS
COMPANY PROFILE
CORPORATE RESUME
FIELD PERSONNEL
COMPANY ORGANIZATIONAL CHART
CONTRACTS ON HAND
PROJECT EXPERIENCE/COMPLETED CONTRACTS
ADDITIONAL PROJECT EXPERIENCE
PROJECT PHOTOS
EMERGENCY REPAIR WORK
CIPP PAST PROJECTS
CURED IN PLACE PIPE PROJECTS
PUBLICATIONS
REFERENCES
EQUIPMENT LIST
INDIVIDUAL RESUMES
CERTIFICATION OF CORPORATION
OCCUPATIONAL LICENSES
GENERAL CONTRACTOR LICENSES
FDOT PRE-QUALIFICATION
LETTERS OF RECOMMENDATION/EVALUATIONS
RIC-MAN Supplement
IDENTIFICATION PAGE
RIC-MAN CONSTRUCTION FLORIDA, INC.
OFFICE:. LOCATIONS
DEERFIELD OFFICE
3100 SW 15th Street
Deerfield Beach, Florida 33442
Office: 954.426.1221
Fax: 954.426.1226
MIAMI OFFICE
3191 Coral Way, Suite 611
Miami, Florida 33145
Office: 305.379.4000
Fax: 305.379.4124
De ,,,cfield Office Contact
MICHIGAN OFFICE
7464 Nineteen Mile Road
Sterling Heights, Michigan 48314
Office: (586) 685-1000
Fax: (586) 685-1001
Daniel Mancini, President DManciniPric-manfl.com
Michael Fischer, Chief Operating Officer MFischer@ric-manfl.com
Daniel LaCross, SR Project Manager DLacross@ric-manfl.com
John D'Alessandro, SR Project Manager Dalessandro@ric-manfl.com
Miami Office Contact
Tyson DiPetrillo, Project Manager TDipetrilloPricmanfl.com
at )1-WA ct
Edward Mancini, Vice President EManciniPmancinigroup.com
Federal Tax Identification
20-1309732
General Contra • Licenses Number
CGC1514965
Duas Bradstreet No.
963434373
Declaration
Incorporated
11Page
RIC-MAN Supplement
IDENTIFICATION PAGE
RIC-MAN CONSTRUCTION FLORIDA, INC.
OFFICE:. LOCATIONS
DEERFIELD OFFICE
3100 SW 15th Street
Deerfield Beach, Florida 33442
Office: 954.426.1221
Fax: 954.426.1226
MIAMI OFFICE
3191 Coral Way, Suite 611
Miami, Florida 33145
Office: 305.379.4000
Fax: 305.379.4124
De ,,,cfield Office Contact
MICHIGAN OFFICE
7464 Nineteen Mile Road
Sterling Heights, Michigan 48314
Office: (586) 685-1000
Fax: (586) 685-1001
Daniel Mancini, President DManciniPric-manfl.com
Michael Fischer, Chief Operating Officer MFischer@ric-manfl.com
Daniel LaCross, SR Project Manager DLacross@ric-manfl.com
John D'Alessandro, SR Project Manager Dalessandro@ric-manfl.com
Miami Office Contact
Tyson DiPetrillo, Project Manager TDipetrilloPricmanfl.com
at )1-WA ct
Edward Mancini, Vice President EManciniPmancinigroup.com
Federal Tax Identification
20-1309732
General Contra • Licenses Number
CGC1514965
Duas Bradstreet No.
963434373
Declaration
Incorporated
11Page
RIC-MAN Supplement
IDENTIFICATION PAGE
RIC-MAN CONSTRUCTION FLORIDA, INC.
OFFICE:. LOCATIONS
DEERFIELD OFFICE
3100 SW 15th Street
Deerfield Beach, Florida 33442
Office: 954.426.1221
Fax: 954.426.1226
MIAMI OFFICE
3191 Coral Way, Suite 611
Miami, Florida 33145
Office: 305.379.4000
Fax: 305.379.4124
De ,,,cfield Office Contact
MICHIGAN OFFICE
7464 Nineteen Mile Road
Sterling Heights, Michigan 48314
Office: (586) 685-1000
Fax: (586) 685-1001
Daniel Mancini, President DManciniPric-manfl.com
Michael Fischer, Chief Operating Officer MFischer@ric-manfl.com
Daniel LaCross, SR Project Manager DLacross@ric-manfl.com
John D'Alessandro, SR Project Manager Dalessandro@ric-manfl.com
Miami Office Contact
Tyson DiPetrillo, Project Manager TDipetrilloPricmanfl.com
at )1-WA ct
Edward Mancini, Vice President EManciniPmancinigroup.com
Federal Tax Identification
20-1309732
General Contra • Licenses Number
CGC1514965
Duas Bradstreet No.
963434373
Declaration
Incorporated
11Page
COMPANY PROFILE
Founded in 1965 by Richard Mancini, the Ric-Man entities are backed by over
50 years of heavy construction experience. In 2004 Ric-Man Construction Florida,
Inc. commenced operations in the Southeastern United States. The company
specializes in heavy underground and tunnel construction of all types and sizes. Ric-
Man Construction Florida, Inc. is proud to carry on the tradition of quality and
service, set forth by its founder, which have become the standards used every day
within the company.
Long recognized as an industry leader, Ric-Man Construction FL's top notch executive
and engineering staff stand ready to offer its consulting services to public agencies.
The track record shows a very capable and eager ability to analyze difficult
underground construction problems, and to provide an innovative and calculated
approach to resolving even the most formidable tasks.
Ric-Man Construction Florida, Inc. remains dedicated to the high quality standards
established by its founder and an ongoing commitment to excellence.
2IPage
COMPANY PROFILE
Founded in 1965 by Richard Mancini, the Ric-Man entities are backed by over
50 years of heavy construction experience. In 2004 Ric-Man Construction Florida,
Inc. commenced operations in the Southeastern United States. The company
specializes in heavy underground and tunnel construction of all types and sizes. Ric-
Man Construction Florida, Inc. is proud to carry on the tradition of quality and
service, set forth by its founder, which have become the standards used every day
within the company.
Long recognized as an industry leader, Ric-Man Construction FL's top notch executive
and engineering staff stand ready to offer its consulting services to public agencies.
The track record shows a very capable and eager ability to analyze difficult
underground construction problems, and to provide an innovative and calculated
approach to resolving even the most formidable tasks.
Ric-Man Construction Florida, Inc. remains dedicated to the high quality standards
established by its founder and an ongoing commitment to excellence.
2IPage
COMPANY PROFILE
Founded in 1965 by Richard Mancini, the Ric-Man entities are backed by over
50 years of heavy construction experience. In 2004 Ric-Man Construction Florida,
Inc. commenced operations in the Southeastern United States. The company
specializes in heavy underground and tunnel construction of all types and sizes. Ric-
Man Construction Florida, Inc. is proud to carry on the tradition of quality and
service, set forth by its founder, which have become the standards used every day
within the company.
Long recognized as an industry leader, Ric-Man Construction FL's top notch executive
and engineering staff stand ready to offer its consulting services to public agencies.
The track record shows a very capable and eager ability to analyze difficult
underground construction problems, and to provide an innovative and calculated
approach to resolving even the most formidable tasks.
Ric-Man Construction Florida, Inc. remains dedicated to the high quality standards
established by its founder and an ongoing commitment to excellence.
2IPage
CORPORATE RESUME - FLORIDA
Daniel Mancini
B.S. Civil Engineering, Wayne State University - Detroit, Michigan
President
Manages the Florida construction operation and has been personally involved
with all corporate projects from conception through construction since 1983.
Catalina Mancini
B.S. Industrial Engineering, Wayne State University - Detroit, Michigan
Treasurer/Secretary Manages the Florida office operations and has been personally involved with all corporate
projects from conception through construction since 2004.
Edward Mancini
Vice President
Coordinates all business and financial aspects of the corporation since 1985.
Experience as Construction Operations/Property Manager since 1996.
Commercial Development: own, operate, and development of light to heavy industrial
and commercial. Experience in all phases of underground
open cut and tunneling methods of utility, drainage and roadwork.
Michael Fischer
Chief Operations Officer
AAS Civil Engineering
Nassau College - Garden City, New York
Civil Engineering, Polytechnic Institute of New York
Responsible all aspects of a variety of projects in the state of Florida. Responsible
For company's change and scheduling requirements, supports estimating
and operations with large heavy civil project opportunities.
John D'Alessandro
Project Manager
Estimates and management of cured in place piping (CIPP) construction.
Has worked in the construction industry since 1980.
Daniel J. LaCross
Coordinates and supervises all production operations on sewer and water projects.
Senior Project Manager Has worked in the construction industry since 1985.
Tyson DiPetrillo
B.S. in Construction Management, Florida International University
Project Manager Coordinates and supervises operations on assigned projects.
Steve Risso
Enforces and maintains all safety policies.
Safety Manager. Safety professional with over 25 years of industry experience.
Christopher Mancini
Project Engineer
B.S. Civil Engineering, Georgia Institute of Technology 201-7
Manages and Coordinates day to day field operations. Having worked summers
in the field starting at age 15, he brings a unique blend of
hands on construction experience and engineering knowledge to the team.
Rafael Vega
Estimator
Manages the estimating and preconstruction services for water & sewer projects.
Has worked in the construction industry since 1997.
Christian Bottome
Project Engineer
B.S. Civil Engineering, Florida International University - Miami, Florida
Assists Project Manager with team building and technical skills both in the office & in the field
along with monitoring of projects.
Dariel Bustamante
Project Engineer
B.S. Civil Engineering, CUJAE - Habana, Cuba
Assists Project Manager with initiation, planning, executing & monitoring of projects. Planning and
time management was well as resource Management and Financial & Budget Management.
31?
CORPORATE RESUME - FLORIDA
Daniel Mancini
B.S. Civil Engineering, Wayne State University - Detroit, Michigan
President
Manages the Florida construction operation and has been personally involved
with all corporate projects from conception through construction since 1983.
Catalina Mancini
B.S. Industrial Engineering, Wayne State University - Detroit, Michigan
Treasurer/Secretary Manages the Florida office operations and has been personally involved with all corporate
projects from conception through construction since 2004.
Edward Mancini
Vice President
Coordinates all business and financial aspects of the corporation since 1985.
Experience as Construction Operations/Property Manager since 1996.
Commercial Development: own, operate, and development of light to heavy industrial
and commercial. Experience in all phases of underground
open cut and tunneling methods of utility, drainage and roadwork.
Michael Fischer
Chief Operations Officer
AAS Civil Engineering
Nassau College - Garden City, New York
Civil Engineering, Polytechnic Institute of New York
Responsible all aspects of a variety of projects in the state of Florida. Responsible
For company's change and scheduling requirements, supports estimating
and operations with large heavy civil project opportunities.
John D'Alessandro
Project Manager
Estimates and management of cured in place piping (CIPP) construction.
Has worked in the construction industry since 1980.
Daniel J. LaCross
Coordinates and supervises all production operations on sewer and water projects.
Senior Project Manager Has worked in the construction industry since 1985.
Tyson DiPetrillo
B.S. in Construction Management, Florida International University
Project Manager Coordinates and supervises operations on assigned projects.
Steve Risso
Enforces and maintains all safety policies.
Safety Manager. Safety professional with over 25 years of industry experience.
Christopher Mancini
Project Engineer
B.S. Civil Engineering, Georgia Institute of Technology 201-7
Manages and Coordinates day to day field operations. Having worked summers
in the field starting at age 15, he brings a unique blend of
hands on construction experience and engineering knowledge to the team.
Rafael Vega
Estimator
Manages the estimating and preconstruction services for water & sewer projects.
Has worked in the construction industry since 1997.
Christian Bottome
Project Engineer
B.S. Civil Engineering, Florida International University - Miami, Florida
Assists Project Manager with team building and technical skills both in the office & in the field
along with monitoring of projects.
Dariel Bustamante
Project Engineer
B.S. Civil Engineering, CUJAE - Habana, Cuba
Assists Project Manager with initiation, planning, executing & monitoring of projects. Planning and
time management was well as resource Management and Financial & Budget Management.
31?
CORPORATE RESUME - FLORIDA
Daniel Mancini
B.S. Civil Engineering, Wayne State University - Detroit, Michigan
President
Manages the Florida construction operation and has been personally involved
with all corporate projects from conception through construction since 1983.
Catalina Mancini
B.S. Industrial Engineering, Wayne State University - Detroit, Michigan
Treasurer/Secretary Manages the Florida office operations and has been personally involved with all corporate
projects from conception through construction since 2004.
Edward Mancini
Vice President
Coordinates all business and financial aspects of the corporation since 1985.
Experience as Construction Operations/Property Manager since 1996.
Commercial Development: own, operate, and development of light to heavy industrial
and commercial. Experience in all phases of underground
open cut and tunneling methods of utility, drainage and roadwork.
Michael Fischer
Chief Operations Officer
AAS Civil Engineering
Nassau College - Garden City, New York
Civil Engineering, Polytechnic Institute of New York
Responsible all aspects of a variety of projects in the state of Florida. Responsible
For company's change and scheduling requirements, supports estimating
and operations with large heavy civil project opportunities.
John D'Alessandro
Project Manager
Estimates and management of cured in place piping (CIPP) construction.
Has worked in the construction industry since 1980.
Daniel J. LaCross
Coordinates and supervises all production operations on sewer and water projects.
Senior Project Manager Has worked in the construction industry since 1985.
Tyson DiPetrillo
B.S. in Construction Management, Florida International University
Project Manager Coordinates and supervises operations on assigned projects.
Steve Risso
Enforces and maintains all safety policies.
Safety Manager. Safety professional with over 25 years of industry experience.
Christopher Mancini
Project Engineer
B.S. Civil Engineering, Georgia Institute of Technology 201-7
Manages and Coordinates day to day field operations. Having worked summers
in the field starting at age 15, he brings a unique blend of
hands on construction experience and engineering knowledge to the team.
Rafael Vega
Estimator
Manages the estimating and preconstruction services for water & sewer projects.
Has worked in the construction industry since 1997.
Christian Bottome
Project Engineer
B.S. Civil Engineering, Florida International University - Miami, Florida
Assists Project Manager with team building and technical skills both in the office & in the field
along with monitoring of projects.
Dariel Bustamante
Project Engineer
B.S. Civil Engineering, CUJAE - Habana, Cuba
Assists Project Manager with initiation, planning, executing & monitoring of projects. Planning and
time management was well as resource Management and Financial & Budget Management.
31?
Oversees and responsible for installation of underground utilities pipe work, road
work and site work. Coordinates field crew to meet schedule completion dates for projects.
Oversees and responsible for installation of underground.utilities pipe work, road
work and'site work. Coordinates field crew to meet schedule completion dates for projects.
Joel Feinberg
Foreman
Jose Rivera
CIPP Foreman
Mariano Rivera
CIPP Foreman
Peter Perez
Foreman
Oversees and responsible for all CIPP installation with water inversion ranging from 8"-60".
Operates water boiler trucks, vactor trucks & CCTV operator/Tap Cutter. Has worked in the
construction industry since 2013.
Oversees and responsible for installation of underground utilities pipe work, road work and site
work. Coordinates field crew to meet schedule completion dates for projects.
FIELD PERSONNEL - FLORIDA
Brian Baribeault Coordinates and supervises all production operations on open-cut projects. Has worked in the
General Superintendent construction industry since 2000.
Mark Shusteric
Underground Superintendent
Saul Rivera
CIPP Superintendent
Oversees and responsible for installation of underground utilities pipe work, road work
and site work. Coordinates field crew to meet schedule completion dates for projects. He
has worked in the construction industry since 1993.
Supervises all production operations on cured in place pipe lining projects. Coordinates
field crew to meet schedule completion dates for projects. Has worked in the
construction industry since 2001.
Cristian Camacho Manages all aspects of heavy equipment which includes purchasing, maintenance and managing
Shop Superintendent warehouse to supply field operations.
Amaury Monzon
Foreman
Oversees and responsible for installation of underground utilities pipe work, road work and site
work. Coordinates field crew to meet schedule completion dates for projects. Has worked in the
construction industry since 2004.
Jim Bode
Foreman
Oversees and responsible for installation of underground utilities pipe work, road work and site
work. Coordinates field crew to meet schedule completion dates for projects. Has worked in the
construction industry since 1987.
Sam Sales Oversees and responsible for installation of underground utilities pipe work, road work
Foreman and site work. Coordinates field crew to meet schedule completion dates for projects.
Has worked in the construction industry since 2004.
Jeff Otto Oversees and responsible for installation of underground utilities pipe work,
Foreman road work and site work. Coordinates field crew to meet schedule
completion dates for projects.
41Page
Oversees and responsible for installation of underground utilities pipe work, road
work and site work. Coordinates field crew to meet schedule completion dates for projects.
Oversees and responsible for installation of underground.utilities pipe work, road
work and'site work. Coordinates field crew to meet schedule completion dates for projects.
Joel Feinberg
Foreman
Jose Rivera
CIPP Foreman
Mariano Rivera
CIPP Foreman
Peter Perez
Foreman
Oversees and responsible for all CIPP installation with water inversion ranging from 8"-60".
Operates water boiler trucks, vactor trucks & CCTV operator/Tap Cutter. Has worked in the
construction industry since 2013.
Oversees and responsible for installation of underground utilities pipe work, road work and site
work. Coordinates field crew to meet schedule completion dates for projects.
FIELD PERSONNEL - FLORIDA
Brian Baribeault Coordinates and supervises all production operations on open-cut projects. Has worked in the
General Superintendent construction industry since 2000.
Mark Shusteric
Underground Superintendent
Saul Rivera
CIPP Superintendent
Oversees and responsible for installation of underground utilities pipe work, road work
and site work. Coordinates field crew to meet schedule completion dates for projects. He
has worked in the construction industry since 1993.
Supervises all production operations on cured in place pipe lining projects. Coordinates
field crew to meet schedule completion dates for projects. Has worked in the
construction industry since 2001.
Cristian Camacho Manages all aspects of heavy equipment which includes purchasing, maintenance and managing
Shop Superintendent warehouse to supply field operations.
Amaury Monzon
Foreman
Oversees and responsible for installation of underground utilities pipe work, road work and site
work. Coordinates field crew to meet schedule completion dates for projects. Has worked in the
construction industry since 2004.
Jim Bode
Foreman
Oversees and responsible for installation of underground utilities pipe work, road work and site
work. Coordinates field crew to meet schedule completion dates for projects. Has worked in the
construction industry since 1987.
Sam Sales Oversees and responsible for installation of underground utilities pipe work, road work
Foreman and site work. Coordinates field crew to meet schedule completion dates for projects.
Has worked in the construction industry since 2004.
Jeff Otto Oversees and responsible for installation of underground utilities pipe work,
Foreman road work and site work. Coordinates field crew to meet schedule
completion dates for projects.
41Page
Oversees and responsible for installation of underground utilities pipe work, road
work and site work. Coordinates field crew to meet schedule completion dates for projects.
Oversees and responsible for installation of underground utilities pipe work, road
work and'site work Coordinates field crew to meet schedule completion dates for projects.
Joel Feinberg
Foreman
Jose Rivera
CIPP Foreman
Mariano Rivera
CIPP Foreman
Peter Perez
Foreman
Oversees and responsible for all CIPP installation with water inversion ranging from 8"-60".
Operates water boiler trucks, vactor trucks & CCTV operator/Tap Cutter. Has worked in the
construction industry since 2013.
Oversees and responsible for installation of underground utilities pipe work, road work and site
work Coordinates field crew to meet schedule completion dates for projects.
FIELD PERSONNEL - FLORIDA
Brian Baribeault Coordinates and supervises all production operations on open-cut projects. Has worked in the
General Superintendent construction industry since 2000.
Mark Shusteric
Underground Superintendent
Saul Rivera
CIPP Superintendent
Oversees and responsible for installation of underground utilities pipe work, road work
and site work. Coordinates field crew to meet schedule completion dates for projects. He
has worked in the construction industry since 1993.
Supervises all production operations on cured in place pipe lining projects. Coordinates
field crew to meet schedule completion dates for projects. Has worked in the
construction industry since 2001.
Cristian Camacho Manages all aspects of heavy equipment which includes purchasing, maintenance and managing
Shop Superintendent warehouse to supply field operations.
Amaury Monzon
Foreman
Oversees and responsible for installation of underground utilities pipe work, road work and site
work. Coordinates field crew to meet schedule completion dates for projects. Has worked in the
construction industry since 2004.
Jim Bode
Foreman
Oversees and responsible for installation of underground utilities pipe work, road work and site
work_ Coordinates field crew to meet schedule completion dates for projects. Has worked in the
construction industry since 1987.
Sam Sales Oversees and responsible for installation of underground utilities pipe work, road work
Foreman and site work. Coordinates field crew to meet schedule completion dates for projects.
Has worked in the construction industry since 2004.
Jeff Otto Oversees and responsible for installation of underground utilities pipe work,
Foreman road work and site work Coordinates field crew to meet schedule
completion dates for projects.
41 P ,e
ONGOING CONTRACTS
Project Name
Installation of 48
Inch Water Main
Downtown Loop
Closure
Owner
Miami Dade Water and Sewer Department
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
Type
Design Build
Utilities
Value
8,509,000.00
Percent More
Complete Details
95%
Stormwater
Pump Station at
NE Corner of
Convention
Center Dr (Phase
H) PS052
City of Miami Beach
Public Works/ Engineering Division
1700 Convention Center Drive, 4th
Floor Miami Beach, FL 33139
Office: 305-673-7080
Design Build
Pump Station
6,332,389.80 95%
Cape Coral
Drainage Annual
CIPP Contract
City of Cape Coral
P.O. Box 150027
Cape Coral, FL
33915
Conventional/
Hard Bid
CIPP
700,00.00
Annual Cost
100%
West Avenue
090
City of Miami Beach
Public Works/ Engineering Division
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: 305-673-7080
Design Build/
Utilities
18,783,590.00 11%
West Avenue
091
City of Miami Beach
Public Works/ Engineering Division
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: 305-673-7080
Design Build/
Utilities & Pump
Station
46,092,063.00 9%
Hollywood
Watermain
Replacement
City of Hollywood
Department of Public Utilities
1621 N. 14th Avenue
Hollywood, FL 33019
Office: (954) 967-4455
Conventional/
Hard Bid
19,857,6669.00 23%
North Bay
Village
North Bay Village
1666 Kennedy Causeway, Suite 300
North Bay Village, FL 33141
(305) 765-7171
Conventional/
CIPP
426,000.00 0%
Panama City
Beach
City of Panama City Beach, FL
116 South Arnold Road
Panama City Beach, FL 32413
(850) 233-5100
Conventional/
CIPP
750,000.00 %
Letort Interceptor
CIPP
Borough of Carlisle
53 West South Street
Carlisle, PA 17013
Office: (717) 249-4422
Conventional/
CIPP
8,245,274.00 37%
ERT
Emergency Repair
54" Watermain
Miami Dade Water & Sewer Department
3071 SW 38th Avenue
Miami, FL 33146
Office: (305) 205-5152
Negotiated 1,717,800.00 95%
5 1 Pa ge
ONGOING CONTRACTS
Project Name
Installation of 48
Inch Water Main
Downtown Loop
Closure
Owner
Miami Dade Water and Sewer Department
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
Type
Design Build
Utilities
Value
8,509,000.00
Percent More
Complete Details
95%
Stormwater
Pump Station at
NE Corner of
Convention
Center Dr (Phase
H) PS052
City of Miami Beach
Public Works/ Engineering Division
1700 Convention Center Drive, 4th
Floor Miami Beach, FL 33139
Office: 305-673-7080
Design Build
Pump Station
6,332,389.80 95%
Cape Coral
Drainage Annual
CIPP Contract
City of Cape Coral
P.O. Box 150027
Cape Coral, FL
33915
Conventional/
Hard Bid
CIPP
700,00.00
Annual Cost
100%
West Avenue
090
City of Miami Beach
Public Works/ Engineering Division
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: 305-673-7080
Design Build/
Utilities
18,783,590.00 11%
West Avenue
091
City of Miami Beach
Public Works/ Engineering Division
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: 305-673-7080
Design Build/
Utilities & Pump
Station
46,092,063.00 9%
Hollywood
Watermain
Replacement
City of Hollywood
Department of Public Utilities
1621 N. 14th Avenue
Hollywood, FL 33019
Office: (954) 967-4455
Conventional/
Hard Bid
19,857,6669.00 23%
North Bay
Village
North Bay Village
1666 Kennedy Causeway, Suite 300
North Bay Village, FL 33141
(305) 765-7171
Conventional/
CIPP
426,000.00 0%
Panama City
Beach
City of Panama City Beach, FL
116 South Arnold Road
Panama City Beach, FL 32413
(850) 233-5100
Conventional/
CIPP
750,000.00 %
Letort Interceptor
CIPP
Borough of Carlisle
53 West South Street
Carlisle, PA 17013
Office: (717) 249-4422
Conventional/
CIPP
8,245,274.00 37%
ERT
Emergency Repair
54" Watermain
Miami Dade Water & Sewer Department
3071 SW 38th Avenue
Miami, FL 33146
Office: (305) 205-5152
Negotiated 1,717,800.00 95%
5 1 Pa ge
ONGOING CONTRACTS
Project Name
Installation of 48
Inch Water Main
Downtown Loop
Closure
Owner
Miami Dade Water and Sewer Department
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
Type
Design Build
Utilities
Value
8,509,000.00
Percent More
Complete Details
95%
Stormwater
Pump Station at
NE Corner of
Convention
Center Dr (Phase
H) PS052
City of Miami Beach
Public Works/ Engineering Division
1700 Convention Center Drive, 4th
Floor Miami Beach, FL 33139
Office: 305-673-7080
design Build b
Pump Station
6,332,389.80 95%
Cape Coral
Drainage Annual
CIPP Contract
City of Cape Coral
P.O. Box 150027
Cape Coral, FL
33915
Conventional/
Hard Bid
CIPP
700,00.00
Annual Cost
100%
West Avenue
090
City of Miami Beach
Public Works/ Engineering Division
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: 305-673-7080
Design Build/
Utilities
18,783,590.00 11%
West Avenue
091
City of Miami Beach
Public Works/ Engineering Division
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: 305-673-7080
Design Build/
Utilities & Pump
Station
46,092,063.00 9%
Hollywood
Watermain
Replacement
City of Hollywood
Department of Public Utilities
1621 N. 14th Avenue
Hollywood, FL 33019
Office: (954) 967-4455
Conventional/
Hard Bid
19,857,6669.00 23%
North Bay
Village
North Bay Village
1666 Kennedy Causeway, Suite 300
North Bay Village, FL 33141
(305) 765-7171
Conventional/
CIPP
426,000.00 0%
Panama City
Beach
City of Panama City Beach, FL
116 South Arnold Road
Panama City Beach, FL 32413
(850) 233-5100
Conventional/
CIPP
750,000.00 %
Letort Interceptor
CIPP
Borough of Carlisle
53 West South Street
Carlisle, PA 17013
Office: (717) 249-4422
Conventional/
CIPP
8,245,274.00 37%
ERT
Emergency Repair
54" Watermain
Miami Dade Water & Sewer Department
3071 SW 38th Avenue
Miami, FL 33146
Office: (305) 205-5152
Negotiated 1,717,800.00 95%
5IPage
-"!
COMPLETED CONTRACTS
Project Name Owner
FDOT
7195 Woodland Blvd
DeLand, FL 32720
Alan Hyman
Type
Conventional
CIPP
Value
539,250.00
More Details
FDOT Volusia
E5U21
Storm Water
Shenandoah Area
(Phase A)
Miami Dade Water & Sewer Department
Nelson Cespedes
NCESP0miarnftiade.gov
Design Build
Neighborhood/
Utilities
11,326,347.00
3071 SW 380, Avenue
Miami, FL 33146
S-899
Rehabilitation of
54" Force Main
Miami Dade Water & Sewer Department
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
Design Build
Slip Line
13,346,167.52
Southside
Interceptor Sewer
Lining Project -
Phase III (CIPP)
City of Ann Arbor, Michigan
Anne Warrow, PE
301 E Huron Street, P.O. Box 8647
Ann Arbor, MI 48107
Office: 734-794-6410
Conventional/
Hard Bid CIPP
2,048,872.00
Stormdrain Pipe
Lining
Rehabilitation
(CIPP)
City of Ormond Beach
Alex Blake, Construction Engineer
ablake@palmcoast.gov
Conventional/
Hard Bid CIPP
357,770.00
22 South Beach Street, Room 104
Ormond Beach, FL 32174
Office: 386-677-0377
ERT3, 84 Inch
Emergency
Tapping
Connection on the
84" Prestressed
Concrete Cylinder
Pipe
Miami Dade Water & Sewer Department
Alex Valdes
AfValclarniam!dade.aov
Emergency
Contract Utilities
688,343.75
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
Replacement/
Rehabilitation of
72" Sanitary
Sewer Force Main
Miami Dade Water & Sewer Department
Nelson Cespedes
NCEsP('Dmiarnidade.gov
Design Build Slip
Line
16,746,672.00
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
ORMD -
Stormdrain and
Sanitary Sewer
Pipe Lining
Rehabilitation
City of Ormond Beach
Alex Blake, Construction Engineer
3biak2ap3Iritcoast.9,-ov
Conventional/
Hard Bid CIPP
449,771.00
22 South Beach Street
Ormond Beach, FL 32174
Office. 386-677-0377
6 I P
-"!
COMPLETED CONTRACTS
Project Name Owner
FDOT
7195 Woodland Blvd
DeLand, FL 32720
Alan Hyman
Type
Conventional
CIPP
Value
539,250.00
More Details
FDOT Volusia
E5U21
Storm Water
Shenandoah Area
(Phase A)
Miami Dade Water & Sewer Department
Nelson Cespedes
NCESP0miarnftiade.gov
Design Build
Neighborhood/
Utilities
11,326,347.00
3071 SW 380, Avenue
Miami, FL 33146
S-899
Rehabilitation of
54" Force Main
Miami Dade Water & Sewer Department
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
Design Build
Slip Line
13,346,167.52
Southside
Interceptor Sewer
Lining Project -
Phase III (CIPP)
City of Ann Arbor, Michigan
Anne Warrow, PE
301 E Huron Street, P.O. Box 8647
Ann Arbor, MI 48107
Office: 734-794-6410
Conventional/
Hard Bid CIPP
2,048,872.00
Stormdrain Pipe
Lining
Rehabilitation
(CIPP)
City of Ormond Beach
Alex Blake, Construction Engineer
ablake@palmcoast.gov
Conventional/
Hard Bid CIPP
357,770.00
22 South Beach Street, Room 104
Ormond Beach, FL 32174
Office: 386-677-0377
ERT3, 84 Inch
Emergency
Tapping
Connection on the
84" Prestressed
Concrete Cylinder
Pipe
Miami Dade Water & Sewer Department
Alex Valdes
AfValclarniam!dade.aov
Emergency
Contract Utilities
688,343.75
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
Replacement/
Rehabilitation of
72" Sanitary
Sewer Force Main
Miami Dade Water & Sewer Department
Nelson Cespedes
NCEsP('Dmiarnidade.gov
Design Build Slip
Line
16,746,672.00
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
ORMD -
Stormdrain and
Sanitary Sewer
Pipe Lining
Rehabilitation
City of Ormond Beach
Alex Blake, Construction Engineer
3biak2ap3Iritcoast.9,-ov
Conventional/
Hard Bid CIPP
449,771.00
22 South Beach Street
Ormond Beach, FL 32174
Office. 386-677-0377
6 I P
COMPLETED CONTRACTS
Project Name
FDOT Volusia
E5U21
Storm Water
Owner
FDOT
7195 Woodland Blvd
DeLand, FL 32720
Alan Hyman
Type
Conventional
CIPP
Value
539,250.00
More Details
Shenandoah Area
(Phase A)
Miami Dade Water & Sewer Department
Nelson Cespedes
NCESP@miarnIciacie.gov
Design Build
Neighborhood/
Utilities
11,326,347.00
3071 SW 38th Avenue
Miami, FL 33146
S-899
Rehabilitation of
54" Force Main
Miami Dade Water & Sewer Department
3071 SW 38thAvenue
Miami, FL 33146
Office: 305-205-5152
Design Build
Slip Line
13,346,167.52
Southside
Interceptor Sewer
Lining Project-
Phase III (CIPP)
City of Ann Arbor, Michigan
Anne Warrow, PE
301 E Huron Street, P.O. Box 8647
Ann Arbor, MI 48107
Office: 734-794-6410
Conventional/
Hard Bid CIPP
2,048,872.00
Stormdrain Pipe
Lining
Rehabilitation
(CIPP)
City of Ormond Beach
Alex Blake, Construction Engineer
ablake@palrncoast.gav
Conventional/
Hard Bid CIPP
357,770.00
22 South Beach Street, Room 104
Ormond Beach, FL 32174
Office: 386-677-0377
ERT3, 84 Inch
Emergency
Tapping
Connection on the
84" Prestressed
Concrete Cylinder
Pipe
Miami Dade Water & Sewer Department
Alex Valdes
AlValdamiamiclade.gov
Emergency
Contract Utilities
688,343.75
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
Replacement/
Rehabilitation of
72" Sanitary
Sewer Force Main
Miami Dade Water & Sewer Department
Nelson Cespedes
NiCESP(,'Drniarn iciade.gov
Design Build Slip
Line
16,746,672.00
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
ORNID —
Stormdrain and
Sanitary Sewer
Pipe Lining
Rehabilitation
City of Ormond Beach
Alex Blake, Construction Engineer
3bIstk-2r7o3lincot.ir,iov
Conventional/
Hard Bid CIPP
449,771.00
22 South Beach Street
Ormond Beach, FL 32174
Office. 386-677-0177
6I r.
Florida Light
House Point - 16"
Force Main
Emergency
Repairs (CIPP)
Broward County Water & Wastewater
Services
Water & Wastewater Engineering Division
John Morra
jmorraPbroward.org
Conventional/
Hard Bid CIPP
508,373.99
2555 West Copans Rd
Pompano Beach, FL33069
Office:954-831-0902
Gravity Sewer
Interceptors for
the Masrer Pump
Station No. 3
Miami Dade Water & Sewer Department
Miguel Pichardo
Miguel.Pichardok-DmiamId3de.Lmv
Design Build
Tunnel
10,980,000.00
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
UAZ 314, 316 and
318 Water and
Sewer
Improvements
Broward County Water & Wastewater
Services
Water & Wastewater Engineering Division
Pat MacGregor
oarnacgregor@broward.org
Conventional/
Hard Bid Utilities
11,048,220.66
2555 West Copans Rd
Pompano Beach, FL 33069
Office: 954-831-0792
ERT2 8 Inch Blow
Off
Miami Dade Water and Sewer Department
Nelson Cespedes
N CESPCOmiarnidade.gov
Emergency
Work
Utilities
43,992.55
3071 SW 38th Avenue
Miami, FL 33146
Office: (305) 665-7471
ERT1 Manways Miami Dade Water and Sewer Department
Nelson Cespedes
NCESPPmiamiciade.crov
Emergency
Work
Utilities
92,146.42
3071 SW 38th Avenue
Miami, FL 33146
Office: (305) 665-7471
Dixie Corridor
Septic to Sewer
Conversion
City of Hollywood
Department of Public Utilities
Clarrisa Ip, PE
Project Manager
cinPhollmoodflorg
Conventional/
Hard Bid
Utilities
3,914,017.72
1621 N 14th Ave
Hollywood, FL 33022
Office: 954-921-2985
Florida Light
House Point - 16"
Force Main
Emergency
Repairs (CIPP)
Broward County Water & Wastewater
Services
Water & Wastewater Engineering Division
John Morra
jmorraPbroward.org
Conventional/
Hard Bid CIPP
508,373.99
2555 West Copans Rd
Pompano Beach, FL33069
Office:954-831-0902
Gravity Sewer
Interceptors for
the Masrer Pump
Station No. 3
Miami Dade Water & Sewer Department
Miguel Pichardo
Miguel.Pichardok-DmiamId3de.Lmv
Design Build
Tunnel
10,980,000.00
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
UAZ 314, 316 and
318 Water and
Sewer
Improvements
Broward County Water & Wastewater
Services
Water & Wastewater Engineering Division
Pat MacGregor
oarnacgregor@broward.org
Conventional/
Hard Bid Utilities
11,048,220.66
2555 West Copans Rd
Pompano Beach, FL 33069
Office: 954-831-0792
ERT2 8 Inch Blow
Off
Miami Dade Water and Sewer Department
Nelson Cespedes
N CESPCOmiarnidade.gov
Emergency
Work
Utilities
43,992.55
3071 SW 38th Avenue
Miami, FL 33146
Office: (305) 665-7471
ERT1 Manways Miami Dade Water and Sewer Department
Nelson Cespedes
NCESPPmiamiciade.crov
Emergency
Work
Utilities
92,146.42
3071 SW 38th Avenue
Miami, FL 33146
Office: (305) 665-7471
Dixie Corridor
Septic to Sewer
Conversion
City of Hollywood
Department of Public Utilities
Clarrisa Ip, PE
Project Manager
cinPhollmoodflorg
Conventional/
Hard Bid
Utilities
3,914,017.72
1621 N 14th Ave
Hollywood, FL 33022
Office: 954-921-2985
Florida Light
House Point - 16"
Force Main
Emergency
Repairs (CIPP)
Broward County Water & Wastewater
Services
Water & Wastewater Engineering Division
John Morra
jmorra@broward.org
Conventional/
Hard Bid CIPP
508,373.99
2555 West Copans Rd
Pompano Beach, FL33069
Office:954-831-0902
Gravity Sewer
Interceptors for
the Master Pump
Station No. 3
Miami Dade Water & Sewer Department
Miguel Pichardo
Miguel.Pichardok-DmiamId3de.Lmv
Design Build
Tunnel
10,980,000.00
3071 SW 38th Avenue
Miami, FL 33146
Office: 305-205-5152
UAZ 314, 316 and
318 Water and
Sewer
Improvements
Broward County Water & Wastewater
Services
Water & Wastewater Engineering Division
Pat MacGregor
oarnacgregor@broward.org.
Conventional/
Hard Bid Utilities
11,048,220.66
2555 West Copans Rd
Pompano Beach, FL 33069
Office: 954-831-0792
ERT2 8 Inch Blow
Off
Miami Dade Water and Sewer Department
Nelson Cespedes
N CESPPmiamidade.gov
Emergency
Work
Utilities
43,992.55
3071 SW 38th Avenue
Miami, FL 33146
Office: (305) 665-7471
ERT1 Manways Miami Dade Water and Sewer Department
Nelson Cespedes
NCESPPmiamiclade.gov
Emergency
Work
Utilities
92,146.42
3071 SW 38th Avenue
Miami, FL 33146
Office: (305) 665-7471
Dixie Corridor
Septic to Sewer
Conversion
City of Hollywood
Department of Public Utilities
Clarrisa Ip, PE
Project Manager
cinPhollmoodflorg
Conventional/
Hard Bid
Utilities
3,914,017.72
1621 N 14th Ave
Hollywood, FL 33022
Office: 954-921-2985
R1C-MAN SU • lenient
Boynton Beach
Raw Water Main -
Section B
City of Boynton Beach
Utilities Department
Chris Roschek, P.E.
ruschei<c(Dblirl.us
Conventional/
Hard Bid
Utilities
3,136,018.70
124 E Woolbright Rd
Boynton Beach, FL 33435
Office: 561-742-6413
Fax: 561-742-6298
Pompano Beach
NC-21 Water Main
and Drainage
Project
City of Pompano Beach
Utilities Department
Alessandra Delfico
A!essandra.Delfico@couhltcorr.
Conventional/
Hard Bid
Utilities
1,188,472.25
1190 NE 3rd Ave
Pompano Beach, FL 33060
Office: 954-786-4144
E5R53 FDOT
SR519 Drainage
Improvement
Florida Department of Transportation
District 5, Contract Administration Office
Alan Tehrani, Project Administrator
719 S Woodland Blvd
DeLand, FL 32720
Office: 386-943-5350
Conventional/
Hard Bid
CIPP
1,073,026.00
Furnish and
Install Two 72"
Butterfly Valves
in existing 72"
PCCP at
Alexander Orr
Water Treatment
Plant
Miami Dade Water and Sewer Department
Construction Management Division
Pedro Virgil, GEC
Construction Project Supervisor 1
vigitp@rniamidade.aov
Conventional/
Hard Bid
Utilities
$816,454.31
3575 S. Lejeune Road
Miami, Florida 33146
Direct Line: 305-205-5152
Sunset Harbour
Pump Stations
1 & 2
City of Miami Beach
Public Works/ Engineering Division
Hermes Diaz, P.E.
liermesDiazPmulmibeachfl.gov
Conventional/
Hard Bid
Pump Station
$523,055.01
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: 305-673-7080
Fax: 786-394-4571
Sunrise
Pedestrian
Connection
City of Miami Beach
Public Works/ Engineering Division
Elizabeth Wheaton
ElizabethWheatonPrniamibeachfigov
Conventional/
Hard Bid
Pump Station
$331,948.81
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: 305-673-7080
Fax: 786-394-4571
UAZ207
Lighthouse Point
12" Watermain
and
16" Forcemain
Broward County Water and Wastewater
Services
Mark Gabriel, P.E.
NIGabrielPbrowantorg
Conventional/
Hard Bid
Utilities
$1,147,154.78
2555 West Copan Road
Pompano Beach, FL 33069
Office: 954-831-0982
Fax: 954-831-0925
Government Cut
Utility Relocation
Projects OCI
Miami Dade Water and Sewer Department
Engineering and Design Division
Gutierrez, Isaac A. (WASD)
IGUTIamiamidade.gov
Design Build
Tunnel
+
HDD
$64,780,191.07
3071 SW 38th Avenue
Miami, FL 33146
Office: 786-552-8970
R1C-MAN SU • lenient
Boynton Beach
Raw Water Main -
Section B
City of Boynton Beach
Utilities Department
Chris Roschek, P.E.
ruschei<c(Dblirl.us
Conventional/
Hard Bid
Utilities
3,136,018.70
124 E Woolbright Rd
Boynton Beach, FL 33435
Office: 561-742-6413
Fax: 561-742-6298
Pompano Beach
NC-21 Water Main
and Drainage
Project
City of Pompano Beach
Utilities Department
Alessandra Delfico
A!essandra.Delfico@couhltcorr.
Conventional/
Hard Bid
Utilities
1,188,472.25
1190 NE 3rd Ave
Pompano Beach, FL 33060
Office: 954-786-4144
E5R53 FDOT
SR519 Drainage
Improvement
Florida Department of Transportation
District 5, Contract Administration Office
Alan Tehrani, Project Administrator
719 S Woodland Blvd
DeLand, FL 32720
Office: 386-943-5350
Conventional/
Hard Bid
CIPP
1,073,026.00
Furnish and
Install Two 72"
Butterfly Valves
in existing 72"
PCCP at
Alexander Orr
Water Treatment
Plant
Miami Dade Water and Sewer Department
Construction Management Division
Pedro Virgil, GEC
Construction Project Supervisor 1
vigitp@rniamidade.aov
Conventional/
Hard Bid
Utilities
$816,454.31
3575 S. Lejeune Road
Miami, Florida 33146
Direct Line: 305-205-5152
Sunset Harbour
Pump Stations
1 & 2
City of Miami Beach
Public Works/ Engineering Division
Hermes Diaz, P.E.
liermesDiazPmulmibeachfl.gov
Conventional/
Hard Bid
Pump Station
$523,055.01
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: 305-673-7080
Fax: 786-394-4571
Sunrise
Pedestrian
Connection
City of Miami Beach
Public Works/ Engineering Division
Elizabeth Wheaton
ElizabethWheatonPrniamibeachfigov
Conventional/
Hard Bid
Pump Station
$331,948.81
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: 305-673-7080
Fax: 786-394-4571
UAZ207
Lighthouse Point
12" Watermain
and
16" Forcemain
Broward County Water and Wastewater
Services
Mark Gabriel, P.E.
NIGabrielPbrowantorg
Conventional/
Hard Bid
Utilities
$1,147,154.78
2555 West Copan Road
Pompano Beach, FL 33069
Office: 954-831-0982
Fax: 954-831-0925
Government Cut
Utility Relocation
Projects OCI
Miami Dade Water and Sewer Department
Engineering and Design Division
Gutierrez, Isaac A. (WASD)
IGUTIamiamidade.gov
Design Build
Tunnel
+
HDD
$64,780,191.07
3071 SW 38th Avenue
Miami, FL 33146
Office: 786-552-8970
RIC-II:MN Su • lenient
Boynton Beach
Raw Water Main -
Section B
City of Boynton Beach
Utilities Department
Chris Roschek, P.E.
ruschei<c(Dhbri.us
Conventional/
Hard Bid
Utilities
3,136,018.70
124 E Woolbright Rd
Boynton Beach, FL 33435
Office: 561-742-6413
Fax: 561-742-6298
Pompano Beach
NC-21 Water Main
and Drainage
Project
City of Pompano Beach
Utilities Department
Alessandra Delfico
A!essandra.Delfico@couhfl.corr.
Conventional/
Hard Bid
Utilities
1,188,472.25
1190 NE 3rd Ave
Pompano Beach, FL 33060
Office: 954-786-4144
E5R53 FDOT
SR519 Drainage
Improvement
Florida Department of Transportation
District 5, Contract Administration Office
Alan Tehrani, Project Administrator
719 S Woodland Blvd
DeLand, FL 32720
Office: 386-943-5350
Conventional/
Hard Bid
CIPP
1,073,026.00
Furnish and
Install Two 72"
Butterfly Valves
in existing 72"
PCCP at
Alexander Orr
Water Treatment
Plant
Miami Dade Water and Sewer Department
Construction Management Division
Pedro Virgil, GEC
Construction Project Supervisor 1
vigitp@rniamidade.aov
Conventional/
Hard Bid
Utilities
$816,45431
3575 S. LeJeune Road
Miami, Florida 33146
Direct Line: 305-205-5152
Sunset Harbour
Pump Stations
1 & 2
City of Miami Beach
Public Works/ Engineering Division
Hermes Diaz, P.E.
liermesDiaz@mulmibeachfl.gov
Conventional/
Hard Bid
Pump Station
$523,055.01
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: 305-673-7080
Fax: 786-394-4571
Sunrise
Pedestrian
Connection
City of Miami Beach
Public Works/ Engineering Division
Elizabeth Wheaton
ElizabethWheatonPrniamibeachfigov
Conventional/
Hard Bid
Pump Station
$331,948.81
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: 305-673-7080
Fax: 786-394-4571
UAZ207
Lighthouse Point
12" Watermain
and
16" Forcemain
Broward County Water and Wastewater
Services
Mark Gabriel, P.E.
NIGabriel(EDbroward.org.
Conventional/
Hard Bid
Utilities
$1,147,154.78
2555 West Copan Road
Pompano Beach, FL 33069
Office: 954-831-0982
Fax: 954-831-0925
Government Cut
Utility Relocation
Projects OCI
Miami Dade Water and Sewer Department
Engineering and Design Division
Gutierrez, Isaac A. (WASD)
IGUTIamiamidade.gov
Design Build
Tunnel
+
HDD
$64,780,191.07
3071 SW 38th Avenue
Miami, FL 33146
Office: 786-552-8970
RIC-MAN Su lement
91
RIC-MAN Su lement
91
RIC-MAN Su lement
91
Ric-Man Su entent
Broward County
Bid Package
NO. 13
Broward County Water and Wastewater
Services
Najla Elshami Zerrouki, P.E.
i,3!.sh,;:-11 2OrT,,,-Ard.,1,57
Conventional/
Hard Bid
Neighborhood
/Utilities
$6,642,652.49
2555 West Copans Rd.
Pompano Beach, FL 33069
Office: 954- 831-0923
Broward County
Bid Package
NO. 12
Broward County Water and Wastewater
Services
Bernard Eugene
beugeneobron,vard.ora
Conventional/
Hard Bid
Neighborhood
/Utilities
$9,242,779.90
2555 West Copans Rd,
Pompano Beach, FL 33069
Office: 954- 831-0923
48" Water Main
Improvements,
Alternate
Alignment
Phase II
City of Fort Lauderdale / Water Works 2011
Jorge Holguin
1 Holguinefortlauderdale.gov
Conventional/
Hard Bid
Utilities
$1,214,288.47
200 North Andrews Ave., Suite 300
Fort Lauderdale, FL 33301
Office: (954) 522-2604
Overtown -
Venetian 138kv
Line
Transmission
Line Project
Florida Light & Power / Avisco
Mitch Carpenter
mcarnenc..?.r9avlsco.com
Conventional/
Hard Bid
Utilities
$389,370.00
1005 Clarence Larson Drive
Oak Ridge, TN 37830
Office: (865)276-1360
Miami Springs
Calcium
Carbonate
Deposit Lagoon
Calcium
Carbonate
Removal
Miami Dade Water & Sewer Department
Juan Diaz
iedlaz@miarnidade.gov
Conventional/
Hard Bid
Utilities
$3,097,610.24
3575 S Lejeune Rd
Miami, FL 33146
Office: (786) 268-5076
Hillsboro
Streetscape
Improvements
City of Deerfield Beach
Charles DaBrusco
cd.ibrusco(a:!eerfiell -beactucnrn
Conventional/
Hard Bid
Neighborhood
/Utilities
$5,042,782.19
150 NE 2nd Avenue
Deerfield Beach, FL 33441
Office: (954) 480-4270
Shady Banks
Septic Area
Basin C
City of Fort Lauderdale / Water Works
2 01 1 1
Jorge Holguin
1Hoicruinfo rtlauderdate.gov
Conventional/
Hard Bid
Utilities
$3,698,046.00
200 North Andrews Ave., Suite 300
Fort Lauderdale, FL 33301
Office: (954) 522-2604
Reclaimed Water
Pipeline
Extension Broken
South East
City of Boca Raton
Chris Helfrich
chelfrichaci.boca-rltAn.t1 us
Conventional/
Hard Bid
Utilities
$951,783.37
1401 Glades Road
Boca Raton, FL 33431
Office: (561) 338-7303
13th Avenue
Drainage Basin
Improvements
City of Lake Worth
John Lamb
jlambaDlakel,vork.org
Conventional/
Hard Bid
Utilities
$875,903.22
1900 2 nd Avenue
Lake Worth, FL 33460
Office: (561) 719-1623
101
Ric-Man Su entent
Broward County
Bid Package
NO. 13
Broward County Water and Wastewater
Services
Najla Elshami Zerrouki, P.E.
i,3!.sh,;:-11 2OrT,,,-Ard.,1,57
Conventional/
Hard Bid
Neighborhood
/Utilities
$6,642,652.49
2555 West Copans Rd.
Pompano Beach, FL 33069
Office: 954- 831-0923
Broward County
Bid Package
NO. 12
Broward County Water and Wastewater
Services
Bernard Eugene
beugeneobron,vard.ora
Conventional/
Hard Bid
Neighborhood
/Utilities
$9,242,779.90
2555 West Copans Rd,
Pompano Beach, FL 33069
Office: 954- 831-0923
48" Water Main
Improvements,
Alternate
Alignment
Phase II
City of Fort Lauderdale / Water Works 2011
Jorge Holguin
1 Holguinefortlauderdale.gov
Conventional/
Hard Bid
Utilities
$1,214,288.47
200 North Andrews Ave., Suite 300
Fort Lauderdale, FL 33301
Office: (954) 522-2604
Overtown -
Venetian 138kv
Line
Transmission
Line Project
Florida Light & Power / Avisco
Mitch Carpenter
mcarnenc..?.r9avlsco.com
Conventional/
Hard Bid
Utilities
$389,370.00
1005 Clarence Larson Drive
Oak Ridge, TN 37830
Office: (865)276-1360
Miami Springs
Calcium
Carbonate
Deposit Lagoon
Calcium
Carbonate
Removal
Miami Dade Water & Sewer Department
Juan Diaz
iedlaz@miarnidade.gov
Conventional/
Hard Bid
Utilities
$3,097,610.24
3575 S Lejeune Rd
Miami, FL 33146
Office: (786) 268-5076
Hillsboro
Streetscape
Improvements
City of Deerfield Beach
Charles DaBrusco
cd.ibrusco(a:!eerfiell -beactucnrn
Conventional/
Hard Bid
Neighborhood
/Utilities
$5,042,782.19
150 NE 2nd Avenue
Deerfield Beach, FL 33441
Office: (954) 480-4270
Shady Banks
Septic Area
Basin C
City of Fort Lauderdale / Water Works
2 01 1 1
Jorge Holguin
1Hoicruinfo rtlauderdate.gov
Conventional/
Hard Bid
Utilities
$3,698,046.00
200 North Andrews Ave., Suite 300
Fort Lauderdale, FL 33301
Office: (954) 522-2604
Reclaimed Water
Pipeline
Extension Broken
South East
City of Boca Raton
Chris Helfrich
chelfrichaci.boca-rltAn.t1 us
Conventional/
Hard Bid
Utilities
$951,783.37
1401 Glades Road
Boca Raton, FL 33431
Office: (561) 338-7303
13th Avenue
Drainage Basin
Improvements
City of Lake Worth
John Lamb
jlambaDlakel,vork.org
Conventional/
Hard Bid
Utilities
$875,903.22
1900 2 nd Avenue
Lake Worth, FL 33460
Office: (561) 719-1623
101
Ric-Man Su Mkt
Broward County
Bid Package
NO. 13
Broward County Water and Wastewater
Services
Najla Elshami Zerrouki, P.E.
‘i,3!.;?•.a:-11 zi_cD7,y,,,-ird.,,rg
Conventional/
Hard Bid
Neighborhood
/Utilities
$6,642,652.49
2555 West Copans Rd.
Pompano Beach, FL 33069
Office: 954- 831-0923
Broward County
Bid Package
NO. 12
Broward County Water and Wastewater
Services
Bernard Eugene
beugeneobron,v1rd.org
Conventional/
Hard Bid
Neighborhood
/Utilities
$9,242,779.90
2555 West Copans Rd,
Pompano Beach, FL 33069
Office: 954- 831-0923
48" Water Main
Improvements,
Alternate
Alignment
Phase II
City of Fort Lauderdale / Water Works 2011
Jorge Holguin
I Holviinefortlauderdale.gov
Conventional/
Hard Bid
Utilities
$1,214,288.47
200 North Andrews Ave., Suite 300
Fort Lauderdale, FL 33301
Office: (954) 522-2604
Overtown -
Venetian 138kv
Line
Transmission
Line Project
Florida Light & Power / Avisco
Mitch Carpenter
nlcarnentr9avi.sco.com
Conventional/
Hard Bid
Utilities
$389,370.00
1005 Clarence Larson Drive
Oak Ridge, TN 37830
Office: (865)276-1360
Miami Springs
Calcium
Carbonate
Deposit Lagoon
Calcium
Carbonate
Removal
Miami Dade Water & Sewer Department
Juan Diaz
iedlazPrniarnidade.gov
Conventional/
Hard Bid
Utilities
$3,097,610.24
3575 S Lejeune Rd
Miami, FL 33146
Office: (786) 268-5076
Hillsboro
Streetscape
Improvements
City of Deerfield Beach
Charles DaBrusco
cd.ibruscoca:!eerfiell-beactucnrn
Conventional/
Hard Bid
Neighborhood
/Utilities
$5,042,782.19
150 NE 2nd Avenue
Deerfield Beach, FL 33441
Office: (954) 480 -4270
Shady Banks
Septic Area
Basin C
City of Fort Lauderdale / Water Works
2 0 1 1 1
Jorge Holguin
I HoicruinCeDfo rtla uderd ale.gov
Conventional/
Hard Bid
Utilities
$3,698,046.00
200 North Andrews Ave., Suite 300
Fort Lauderdale, FL 33301
Office: (954) 522-2604
Reclaimed Water
Pipeline
Extension Broken
South East
City of Boca Raton
Chris Helfrich
chelfrichi.boca-ratn.t1 us
Conventional/
Hard Bid
Utilities
$951,783.37
1401 Glades Road
Boca Raton, FL 33431
Office: (561) 338-7303
13th Avenue
Drainage Basin
Improvements
City of Lake Worth
John Lamb
jtambOlakel,vork.oL-g
Conventional/
Hard Bid
Utilities
$875,903.22
1900 2nd Avenue
Lake Worth, FL 33460
Office: (561) 719-1623
10Ii-' .1 g
.RIC=MAN Su. clement
North East Large
Water Main
City of Fort Lauderdale / Water Works
201 1 1
Jorge Holguin
IFlokTuin@CortLiu ,r1,,cclit!e i.y,
Conventional/
Hard Bid
Utilities
$3,277,729.10
200 North Andrews Ave., Suite 300
Fort Lauderdale, FL 33301
Office: 1954) 572-2604
INCA Storm Water
Management and
Water Main
Replacement
City of Boynton Beach
Paul Fleming
fet"•!nJn (abbflus
Conventional/
Hard Bid
Pump
Station/
Utilities
$4,460,975.00
124 E Woolbright Rd
Boynton Beach, FL 33424
Office: (561)742-6400
AlA S-Curve City of Deerfield Beach
Charles DaBrusco
cdabruscoOcleerne!ci-beach.corn
Conventional/
Hard Bid
Utilities
$540,000.00
150 NE 2ndAvenue
Deerfield Beach, FL 33441
Office: (954) 480-4270
Ocean Way
Infrastructure
City of Deerfield Beach
Charles DaBrusco
cdabruscoPcleerfield-beach.com
Conventional/
Hard Bid
Utilities
$3,312,897.19
Dean Payne
dpayne@deerfield-beach.com
150 NE 2nd Avenue
Deerfield Beach, FL 33441
Office: (954) 480-4270
SS-100 Tracy
Road Trunk
Sewer
Rehabilitation
(CIPP) .
Northwestern Water and Sewer District
12560 Middleton Drive
Bowling Green, OH 43402
Conventional/
Hard Bid
CIPP
2,528,420.00
I-Drive
Improvements
from Westwood
Blvd S to
Westwood Blvd N
(CIPP)
Orange Cminty Board of Commissioners
201 S Rosalind Ave.
Orlando, FL 32801
Conventional/
Hard Bid
CIPP
436,569.75
111P
.RIC=MAN Su. clement
North East Large
Water Main
City of Fort Lauderdale / Water Works
201 1 1
Jorge Holguin
IFlokTuin@CortLiu ,r1,,cclit!e i.y,
Conventional/
Hard Bid
Utilities
$3,277,729.10
200 North Andrews Ave., Suite 300
Fort Lauderdale, FL 33301
Office: 1954) 572-2604
INCA Storm Water
Management and
Water Main
Replacement
City of Boynton Beach
Paul Fleming
fet"•!nJn (abbflus
Conventional/
Hard Bid
Pump
Station/
Utilities
$4,460,975.00
124 E Woolbright Rd
Boynton Beach, FL 33424
Office: (561)742-6400
AlA S-Curve City of Deerfield Beach
Charles DaBrusco
cdabruscoOcleerne!ci-beach.corn
Conventional/
Hard Bid
Utilities
$540,000.00
150 NE 2ndAvenue
Deerfield Beach, FL 33441
Office: (954) 480-4270
Ocean Way
Infrastructure
City of Deerfield Beach
Charles DaBrusco
cdabruscoPcleerfield-beach.com
Conventional/
Hard Bid
Utilities
$3,312,897.19
Dean Payne
dpayne@deerfield-beach.com
150 NE 2nd Avenue
Deerfield Beach, FL 33441
Office: (954) 480-4270
SS-100 Tracy
Road Trunk
Sewer
Rehabilitation
(CIPP) .
Northwestern Water and Sewer District
12560 Middleton Drive
Bowling Green, OH 43402
Conventional/
Hard Bid
CIPP
2,528,420.00
I-Drive
Improvements
from Westwood
Blvd S to
Westwood Blvd N
(CIPP)
Orange Cminty Board of Commissioners
201 S Rosalind Ave.
Orlando, FL 32801
Conventional/
Hard Bid
CIPP
436,569.75
111P
.RIC=MAN Su. clement
North East Large
Water Main
City of Fort Lauderdale / Water Works
201 1 1
Jorge Holguin
IFlokTuin@CortLiu ,r1,,cclit!e i.y,
Conventional/
Hard Bid
Utilities
$3,277,729.10
200 North Andrews Ave., Suite 300
Fort Lauderdale, FL 33301
Office: 1954) 572-2604
INCA Storm Water
Management and
Water Main
Replacement
City of Boynton Beach
Paul Fleming
fet"•!nJn (abbflus
Conventional/
Hard Bid
Pump
Station/
Utilities
$4,460,975.00
124 E Woolbright Rd
Boynton Beach, FL 33424
Office: (561)742-6400
AlA S-Curve City of Deerfield Beach
Charles DaBrusco
cdabruscoOcleerne!ci-beach.corn
Conventional/
Hard Bid
Utilities
$540,000.00
150 NE 2ndAvenue
Deerfield Beach, FL 33441
Office: (954) 480-4270
Ocean Way
Infrastructure
City of Deerfield Beach
Charles DaBrusco
cdabruscoPcleerfield-beach.com
Conventional/
Hard Bid
Utilities
$3,312,897.19
Dean Payne
dpayne@deerfield-beach.com
150 NE 2nd Avenue
Deerfield Beach, FL 33441
Office: (954) 480-4270
SS-100 Tracy
Road Trunk
Sewer
Rehabilitation
(CIPP) .
Northwestern Water and Sewer District
12560 Middleton Drive
Bowling Green, OH 43402
Conventional/
Hard Bid
CIPP
2,528,420.00
I-Drive
Improvements
from Westwood
Blvd S to
Westwood Blvd N
(CIPP)
Orange Cminty Board of Commissioners
201 S Rosalind Ave.
Orlando, FL 32801
Conventional/
Hard Bid
CIPP
436,569.75
111P
RIC-MAN Supplement
2018
Hollywood Watermain Replacement
City of Hollywood Project No. 14-5122
Location:
City Hollywood
Department of Public Utilities
1621 N. 14th Avenue
Hollywood, FL 33019
Office: (954) 967-4455
The installation of 137,000 LF of 8", 6" and 4" watermain and services to
residents in downtown Hollywood, FL. Includes repaving disturbed
roadways and alleys.
Kimley-Horn and Associates
355 Alhambra Circle
Suite 1400
Coral Gables, FL 33134
Ric-Man Construction Florida, Inc.
Daniel LaCross - Sr. Project Manager
Chris Mancini - Project Engineer
Brian Baribeault - General Superintendent
Percent Complete: 23%
Contract Amount: $19,857,669.00
Project Start: April 2018
Project Completed: June 2020
Water Main
12IPage
RIC-MAN Supplement
2018
Hollywood Watermain Replacement
City of Hollywood Project No. 14-5122
Location:
City Hollywood
Department of Public Utilities
1621 N. 14th Avenue
Hollywood, FL 33019
Office: (954) 967-4455
The installation of 137,000 LF of 8", 6" and 4" watermain and services to
residents in downtown Hollywood, FL. Includes repaving disturbed
roadways and alleys.
Kimley-Horn and Associates
355 Alhambra Circle
Suite 1400
Coral Gables, FL 33134
Ric-Man Construction Florida, Inc.
Daniel LaCross - Sr. Project Manager
Chris Mancini - Project Engineer
Brian Baribeault - General Superintendent
Percent Complete: 23%
Contract Amount: $19,857,669.00
Project Start: April 2018
Project Completed: June 2020
Water Main
12IPage
RIC-MAN Supplement
2018
Hollywood Watermain Replacement
City of Hollywood Project No. 14-5122
Location:
City Hollywood
Department of Public Utilities
1621 N. 14th Avenue
Hollywood, FL 33019
Office: (954) 967-4455
The installation of 137,000 LF of 8", 6" and 4" watermain and services to
residents in downtown Hollywood, FL. Includes repaving disturbed
roadways and alleys.
Kimley-Horn and Associates
355 Alhambra Circle
Suite 1400
Coral Gables, FL 33134
Ric-Man Construction Florida, Inc.
•
Daniel LaCross - Sr. Project Manager
Chris Mancini - Project Engineer
Brian Baribeault - General Superintendent
Percent Complete: 23%
Contract Amount: $19,857,669.00
Project Start: April 2018
Project Completed: June 2020
Water Main
12IPage
RIC-MAN Supplement
2017
DESIGN BUILD SERVICES WEST AVENUE IMPROVMENTS PHASE II SOUTH OF
14th STREET
City of Miami Beach Project No. 2016-090-KB
Location:
City of Miami Beach
1700 Convention Center Drive
Miami Beach, FL 33139
Office: (305) 673-7071
Design Build to upgrade all utilities water, sewer, drainage and roadway
elevations to combat sea level rise in the West Ave neighborhood from
8th street to 14th street West Ave to Alton Rd. Project includes substantial
street end enhancements, emergency generators for existing Pump
Stations and expansion of green spaces to promote resiliency per the
City's plan.
CES Consultants
880 SW 145th Avenue
Suite 106
Pembroke Pines, FL 33027
Ric-Man Construction Florida, Inc.
Michael Fischer - COO
Tyson DiPetrillo - Project Manager
Chris Mancini - Project Engineer
Christian Bottome -Project Engineer
Mark Shusteric - Superintendent
Brian Baribeault - General Superintendent
Percent Complete:
Contract Amount:
Project Start:
Project Completed:
11%
$18,783,590.00
July 2017
October 2021
Water Main
Sanitary Sewer
Drainage
131 P
RIC-MAN Supplement
2017
DESIGN BUILD SERVICES WEST AVENUE IMPROVMENTS PHASE II SOUTH OF
14th STREET
City of Miami Beach Project No. 2016-090-KB
Location:
City of Miami Beach
1700 Convention Center Drive
Miami Beach, FL 33139
Office: (305) 673-7071
Design Build to upgrade all utilities water, sewer, drainage and roadway
elevations to combat sea level rise in the West Ave neighborhood from
8th street to 14th street West Ave to Alton Rd. Project includes substantial
street end enhancements, emergency generators for existing Pump
Stations and expansion of green spaces to promote resiliency per the
City's plan.
CES Consultants
880 SW 145th Avenue
Suite 106
Pembroke Pines, FL 33027
Ric-Man Construction Florida, Inc.
Michael Fischer - COO
Tyson DiPetrillo - Project Manager
Chris Mancini - Project Engineer
Christian Bottome -Project Engineer
Mark Shusteric - Superintendent
Brian Baribeault - General Superintendent
Percent Complete:
Contract Amount:
Project Start:
Project Completed:
11%
$18,783,590.00
July 2017
October 2021
Water Main
Sanitary Sewer
Drainage
131 P
RIC-MAN Supplement
2017
DESIGN BUILD SERVICES WEST AVENUE IMPROVMENTS PHASE II SOUTH OF
14th STREET
City of Miami Beach Project No. 2016-090-KB
Location:
City of Miami Beach
1700 Convention Center Drive
Miami Beach, FL 33139
Office: (305) 673-7071
Design Build to upgrade all utilities water, sewer, drainage and roadway
elevations to combat sea level rise in the West Ave neighborhood from
8th street to 14th street West Ave to Alton Rd. Project includes substantial
street end enhancements, emergency generators for existing Pump
Stations and expansion of green spaces to promote resiliency per the
City's plan.
CES Consultants
880 SW 145th Avenue
Suite 106
Pembroke Pines, FL 33027
Ric-Man Construction Florida, Inc.
Michael Fischer - COO
Tyson DiPetrillo - Project Manager
Chris Mancini - Project Engineer
Christian Bottome -Project Engineer
Mark Shusteric - Superintendent
Brian Baribeault - General Superintendent
Percent Complete:
Contract Amount:
Project Start:
Project Completed:
11%
$18,783,590.00
July 2017
October 2021
Water Main
Sanitary Sewer
Drainage
131 P
RIC-MAN Supplement
2017
DESIGN BUILD SERVICES WEST AVENUE IMPROVMENTS PHASE II NORTH
OF 14th STREET
City of Miami Beach Project No. 2016-091-KB
Location:
City of Miami Beach
1700 Convention Center Drive
Miami Beach, FL 33139
Office: (305) 673-7071
Design Build to upgrade all utilities water, sewer, drainage and roadway
elevations to combat sea level rise in the West Ave neighborhood from
14th street to 17th street along Bay Road and West Ave to Alton Rd.
Project includes substantial street end enhancements, emergency
generators for existing Pump Stations and expansion of green spaces to
promote resiliency per the City's plan.
1 - 120,000 GPM drainage Pump Station and emergency generator at
Lincoln Road.
CES Consultants
880 SW 145th Avenue
Suite 106
Pembroke Pines, FL 33027
Ric-Man Construction Florida, Inc.
Michael Fischer - COO
Tyson DiPetrillo - Project Manager
Chris Mancini - Project Engineer
Christian Bottome -Project Engineer
Mark Shusteric - Superintendent
Brian Baribeault - General Superintendent
Percent Complete:
Contract Amount:
Project Start:
Project Completed:
9%
$46,092,063
July 2017
January 2023
Water Main
Sanitary Sewer
Drainage
120,000 GPM Pump Station
RIC-MAN Supplement
2017
DESIGN BUILD SERVICES WEST AVENUE IMPROVMENTS PHASE II NORTH
OF 14th STREET
City of Miami Beach Project No. 2016-091-KB
Location:
City of Miami Beach
1700 Convention Center Drive
Miami Beach, FL 33139
Office: (305) 673-7071
Design Build to upgrade all utilities water, sewer, drainage and roadway
elevations to combat sea level rise in the West Ave neighborhood from
14th street to 17th street along Bay Road and West Ave to Alton Rd.
Project includes substantial street end enhancements, emergency
generators for existing Pump Stations and expansion of green spaces to
promote resiliency per the City's plan.
1 - 120,000 GPM drainage Pump Station and emergency generator at
Lincoln Road.
CES Consultants
880 SW 145th Avenue
Suite 106
Pembroke Pines, FL 33027
Ric-Man Construction Florida, Inc.
Michael Fischer - COO
Tyson DiPetrillo - Project Manager
Chris Mancini - Project Engineer
Christian Bottome -Project Engineer
Mark Shusteric - Superintendent
Brian Baribeault - General Superintendent
Percent Complete:
Contract Amount:
Project Start:
Project Completed:
9%
$46,092,063
July 2017
January 2023
Water Main
Sanitary Sewer
Drainage
120,000 GPM Pump Station
RIC-MAN Supplement
2017
DESIGN BUILD SERVICES WEST AVENUE IMPROVMENTS PHASE II NORTH
OF 14th STREET
City of Miami Beach Project No. 2016-091-KB
Location:
City of Miami Beach
1700 Convention Center Drive
Miami Beach, FL 33139
Office: (305) 673-7071
Design Build to upgrade all utilities water, sewer, drainage and roadway
elevations to combat sea level rise in the West Ave neighborhood from
14th street to 17th street along Bay Road and West Ave to Alton Rd.
Project includes substantial street end enhancements, emergency
generators for existing Pump Stations and expansion of green spaces to
promote resiliency per the City's plan.
1 - 120,000 GPM drainage Pump Station and emergency generator at
Lincoln Road.
CES Consultants
880 SW 145th Avenue
Suite 106
Pembroke Pines, FL 33027
Ric-Man Construction Florida, Inc.
Michael Fischer - COO
Tyson DiPetrillo - Project Manager
Chris Mancini - Project Engineer
Christian Bottome -Project Engineer
Mark Shusteric - Superintendent
Brian Baribeault - General Superintendent
Percent Complete:
Contract Amount:
Project Start:
Project Completed:
9%
$46,092,063
July 2017
January 2023
Water Main
Sanitary Sewer
Drainage
120,000 GPM Pump Station
RIC-MAN Supplement
2016
INSTALLATION OF 48 INCH WATER MAIN DOWNTOWN LOOP CLOSURE
Miami Dade Water and Sewer Department Project No. DB15-WASD-03
Location: Miami, FL
Miami Dade Water and Sewer Department
3071 SW 38th Ave
Miami, FL 33233
Office: (305) 665-7471
Parsons Brinckerhoff
975 N American Way
Miami, FL 33132
Office: (305) 329-4146
Design Build project to construct new Ductile Iron Pipe 30-inch,
36-inch, and 48-inch water main and provide interconnection of
the Hialeah/Preston (north service area) and Alexander Orr
(south service area) water transmission systems to form a loop
closure.
Construction will be along NW 5th Street and across Biscayne
Boulevard (SR 5/US 1). This phase ties into an existing 12-inch
water main on the east side of Biscayne and is intended to provide
additional water capacity to the central business area, including
American Airlines Arena, Overtown, Fischer Island, Port of Miami
and Village of Key Biscayne.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Hector Meneses, Project Manager
Brian Baribeault, General Superintendent
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as Prime Contractor
Value of Workfor Subcontractor
Project Start Date
Project Completion Date
95%
$8,509,000.00
$8,879,861.00
90%
800,000
July 2017
July 2019
1 5 I P
RIC-MAN Supplement
2016
INSTALLATION OF 48 INCH WATER MAIN DOWNTOWN LOOP CLOSURE
Miami Dade Water and Sewer Department Project No. DB15-WASD-03
Location: Miami, FL
Miami Dade Water and Sewer Department
3071 SW 38th Ave
Miami, FL 33233
Office: (305) 665-7471
Parsons Brinckerhoff
975 N American Way
Miami, FL 33132
Office: (305) 329-4146
Design Build project to construct new Ductile Iron Pipe 30-inch,
36-inch, and 48-inch water main and provide interconnection of
the Hialeah/Preston (north service area) and Alexander Orr
(south service area) water transmission systems to form a loop
closure.
Construction will be along NW 5th Street and across Biscayne
Boulevard (SR 5/US 1). This phase ties into an existing 12-inch
water main on the east side of Biscayne and is intended to provide
additional water capacity to the central business area, including
American Airlines Arena, Overtown, Fischer Island, Port of Miami
and Village of Key Biscayne.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Hector Meneses, Project Manager
Brian Baribeault, General Superintendent
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as Prime Contractor
Value of Workfor Subcontractor
Project Start Date
Project Completion Date
95%
$8,509,000.00
$8,879,861.00
90%
800,000
July 2017
July 2019
1 5 I P
RIC-MAN Supplement
2016
INSTALLATION OF 48 INCH WATER MAIN DOWNTOWN LOOP CLOSURE
Miami Dade Water and Sewer Department Project No. DB15-WASD-03
Location: Miami, FL
Miami Dade Water and Sewer Department
3071 SW 38th Ave
Miami, FL 33233
Office: (305) 665-7471
Parsons Brinckerhoff
975 N American Way
Miami, FL 33132
Office: (305) 329-4146
Design Build project to construct new Ductile Iron Pipe 30-inch,
36-inch, and 48-inch water main and provide interconnection of
the Hialeah/Preston (north service area) and Alexander Orr
(south service area) water transmission systems to form a loop
closure.
Construction will be along NW 5th Street and across Biscayne
Boulevard (SR 5/US 1). This phase ties into an existing 12-inch
water main on the east side of Biscayne and is intended to provide
additional water capacity to the central business area, including
American Airlines Arena, Overtown, Fischer Island, Port of Miami
and Village of Key Biscayne.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Hector Meneses, Project Manager
Brian Baribeault, General Superintendent
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as Prime Contractor
Value of Workfor Subcontractor
Project Start Date
Project Completion Date
95%
$8,509,000.00
$8,879,861.00
90%
800,000
July 2017
July 2019
1 5 I P
RIC-MAN Supplement
2016
STORM WATER PUMP STATION AT NE CORNER OF CONVENTION CENTER
DR (PHASE II)
City of Miami Beach Project No. 2016-052-KB
Location: Miami Beach, FL
Miami Beach - Public Works/ Engineering Division
Elizabeth Wheaton
ElizabethWheaton9miamibeachfl..gov
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: (305) 673-7080
Fax: (786) 394-4571
Design Build project with drainage work connecting the existing
storm water network to a new pump station within the
Convention Center site. The storm water tank network consists of
new piping, pump station and replacement of existing piping. The
piping includes a new 10' x 5' trunk line along Convention Center
Drive and 19th Street. A new trunk line along 17th Street will
replace the existing piping to improve conveyance to the new
trunk line. Several existing pipes throughout the system will be
replaced with larger pipes to improve conveyance.
Parsons Brinckerhoff
975 N American Way
Miami, FL 33132
Office: (305) 329-4146
Ric-Man Construction, Inc,
Brian Baribeault, General Superintendent
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as. Prime Contractor
Value of Work for Subcontractor
Project Start Date
Project Completion Date
95%
$6,332,389
7,137,402
0
7,137,402
June 2017
August 2019
n 80,000 GPM Pump Station for storm water
Drainage.
16
RIC-MAN Supplement
2016
STORM WATER PUMP STATION AT NE CORNER OF CONVENTION CENTER
DR (PHASE II)
City of Miami Beach Project No. 2016-052-KB
Location: Miami Beach, FL
Miami Beach - Public Works/ Engineering Division
Elizabeth Wheaton
ElizabethWheaton9miamibeachfl..gov
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: (305) 673-7080
Fax: (786) 394-4571
Design Build project with drainage work connecting the existing
storm water network to a new pump station within the
Convention Center site. The storm water tank network consists of
new piping, pump station and replacement of existing piping. The
piping includes a new 10' x 5' trunk line along Convention Center
Drive and 19th Street. A new trunk line along 17th Street will
replace the existing piping to improve conveyance to the new
trunk line. Several existing pipes throughout the system will be
replaced with larger pipes to improve conveyance.
Parsons Brinckerhoff
975 N American Way
Miami, FL 33132
Office: (305) 329-4146
Ric-Man Construction, Inc,
Brian Baribeault, General Superintendent
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as. Prime Contractor
Value of Work for Subcontractor
Project Start Date
Project Completion Date
95%
$6,332,389
7,137,402
0
7,137,402
June 2017
August 2019
n 80,000 GPM Pump Station for storm water
Drainage.
16
RIC-MAN Supplement
2016
STORM WATER PUMP STATION AT NE CORNER OF CONVENTION CENTER
DR (PHASE II)
City of Miami Beach Project No. 2016-052-KB
Location: Miami Beach, FL
Miami Beach - Public Works/ Engineering Division
Elizabeth Wheaton
ElizabethWheaton9miamibeachfl..gov
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: (305) 673-7080
Fax: (786) 394-4571
Design Build project with drainage work connecting the existing
storm water network to a new pump station within the
Convention Center site. The storm water tank network consists of
new piping, pump station and replacement of existing piping. The
piping includes a new 10' x 5' trunk line along Convention Center
Drive and 19th Street. A new trunk line along 17th Street will
replace the existing piping to improve conveyance to the new
trunk line. Several existing pipes throughout the system will be
replaced with larger pipes to improve conveyance.
Parsons Brinckerhoff
975 N American Way
Miami, FL 33132
Office: (305) 329-4146
Ric-Man Construction, Inc,
Brian Baribeault, General Superintendent
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as. Prime Contractor
Value of Work for Subcontractor
Project Start Date
Project Completion Date
95%
$6,332,389
7,137,402
0
7,137,402
June 2017
August 2019
n 80,000 GPM Pump Station for storm water
Drainage.
16
RIC-MAN Supplement
2016
REHABILITATION OF 54-INCH FORCE MAIN
Miami Dade Water and Sewer Department Project No. S-899
Location: Miami, FL
Design Build project with the rehabilitation of approximately
19,000 LF of 54-inch force main from NW 11th Street and NW 37th
Avenue to NW 2 q d Street and NW 67th Avenue. Install a new 48-
inch ID HDPE liner pipe within the existing 54-inch PCCP utilizing
the slip lining method of installation.
Miami Dade Water and Sewer Department
3071 SW 38th Ave
Miami, FL 33233
Office: (305) 665-7471
Woolpert, Inc.
10900 NW 25th Street, Suite 100
Miami, FL 33172-1922
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Brian Baribeault, General Superintendent
Hector Meneses, Project Manager
100% Percent Complete
Contract Amount (At Time of Award) $13,346,167.52
Final Contract Amount 12,490,456
Value of Work as Prime Contractor 10,5536,956
Value of Work for Subcontractor TBD
Project Start Date January 2017
Project Completion Date June 2018
17 1 P
RIC-MAN Supplement
2016
REHABILITATION OF 54-INCH FORCE MAIN
Miami Dade Water and Sewer Department Project No. S-899
Location: Miami, FL
Design Build project with the rehabilitation of approximately
19,000 LF of 54-inch force main from NW 11th Street and NW 37th
Avenue to NW 2 q d Street and NW 67th Avenue. Install a new 48-
inch ID HDPE liner pipe within the existing 54-inch PCCP utilizing
the slip lining method of installation.
Miami Dade Water and Sewer Department
3071 SW 38th Ave
Miami, FL 33233
Office: (305) 665-7471
Woolpert, Inc.
10900 NW 25th Street, Suite 100
Miami, FL 33172-1922
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Brian Baribeault, General Superintendent
Hector Meneses, Project Manager
100% Percent Complete
Contract Amount (At Time of Award) $13,346,167.52
Final Contract Amount 12,490,456
Value of Work as Prime Contractor 10,5536,956
Value of Work for Subcontractor TBD
Project Start Date January 2017
Project Completion Date June 2018
17 1 P
RIC-MAN Supplement
2016
REHABILITATION OF 54-INCH FORCE MAIN
Miami Dade Water and Sewer Department Project No. S-899
Location: Miami, FL
Design Build project with the rehabilitation of approximately
19,000 LF of 54-inch force main from NW 11th Street and NW 37th
Avenue to NW 2 q d Street and NW 67th Avenue. Install a new 48-
inch ID HDPE liner pipe within the existing 54-inch PCCP utilizing
the slip lining method of installation.
Miami Dade Water and Sewer Department
3071 SW 38th Ave
Miami, FL 33233
Office: (305) 665-7471
Woolpert, Inc.
10900 NW 25th Street, Suite 100
Miami, FL 33172-1922
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Brian Baribeault, General Superintendent
Hector Meneses, Project Manager
100% Percent Complete
Contract Amount (At Time of Award) $13,346,167.52
Final Contract Amount 12,490,456
Value of Work as Prime Contractor 10,5536,956
Value of Work for Subcontractor TBD
Project Start Date January 2017
Project Completion Date June 2018
17 1 P
: I Is so's
201
SHENANDOAH AREA (PHASE A)
Miami Dade Water and Sewer Department Project No. DB13-WASD-03, W-928
Location: Miami, FL
Miami Dade Water and Sewer Department
Nelson Cespedes
NCESPOmiamicladezov
3071 SW 38thAve
Miami, FL 33233
Office: (305) 665-7471
EAC Consulting, Inc.
815 NW 57 Avenue, Suite 402
Miami, FL 33126
A Design Build project with neighborhood improvements in
downtown Miami's Shenandoah neighborhood featuring the
furnishing and installation of 39,000 LF of water main plus the
conversion of over 750 existing water services; the removal of
existing and installation of 25,000 LF of new gravity sewer main.
Scope includes extensive MOT coordination, milling and re-
surfacing the roadway, new curbing, gutter and sidewalks,
landscaping and general restoration of disturbed areas. Project
also included public outreach and extensive coordination with
stakeholders.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Hector Meneses, Project Manager
Brian Baribeault, General Superintendent
2, 7
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as Prime Contractor
100%
$11,326,347.00
17,261,453
9,907,454
n 39,120 LF of 8" DIP WaterMain Value of Work for Subcontractor 7,359,000
662 LF of 6"DIP Project Start Date April 2015
• 132 Gate Valves Project Completion Date June 2018
• 52 Fire Hydrant Assemblies
25,000 SF of Sidewalk Restoration
n 1,656 LF of Curb and Gutter Restoration
n 27,000 SY Trench Restoration
n 95,000 SYAsphalt Mill and Resurface
• 22,000 LF SanitarySewer
18I Page
: I Is so's
201
SHENANDOAH AREA (PHASE A)
Miami Dade Water and Sewer Department Project No. DB13-WASD-03, W-928
Location: Miami, FL
Miami Dade Water and Sewer Department
Nelson Cespedes
NCESPOmiamicladezov
3071 SW 38thAve
Miami, FL 33233
Office: (305) 665-7471
EAC Consulting, Inc.
815 NW 57 Avenue, Suite 402
Miami, FL 33126
A Design Build project with neighborhood improvements in
downtown Miami's Shenandoah neighborhood featuring the
furnishing and installation of 39,000 LF of water main plus the
conversion of over 750 existing water services; the removal of
existing and installation of 25,000 LF of new gravity sewer main.
Scope includes extensive MOT coordination, milling and re-
surfacing the roadway, new curbing, gutter and sidewalks,
landscaping and general restoration of disturbed areas. Project
also included public outreach and extensive coordination with
stakeholders.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Hector Meneses, Project Manager
Brian Baribeault, General Superintendent
2, 7
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as Prime Contractor
100%
$11,326,347.00
17,261,453
9,907,454
n 39,120 LF of 8" DIP WaterMain Value of Work for Subcontractor 7,359,000
662 LF of 6"DIP Project Start Date April 2015
• 132 Gate Valves Project Completion Date June 2018
• 52 Fire Hydrant Assemblies
25,000 SF of Sidewalk Restoration
n 1,656 LF of Curb and Gutter Restoration
n 27,000 SY Trench Restoration
n 95,000 SYAsphalt Mill and Resurface
• 22,000 LF SanitarySewer
18I Page
: I Is so's
201
SHENANDOAH AREA (PHASE A)
Miami Dade Water and Sewer Department Project No. DB13-WASD-03, W-928
Location: Miami, FL
Miami Dade Water and Sewer Department
Nelson Cespedes
NCESPOmiamicladezov
3071 SW 38thAve
Miami, FL 33233
Office: (305) 665-7471
EAC Consulting, Inc.
815 NW 57 Avenue, Suite 402
Miami, FL 33126
A Design Build project with neighborhood improvements in
downtown Miami's Shenandoah neighborhood featuring the
furnishing and installation of 39,000 LF of water main plus the
conversion of over 750 existing water services; the removal of
existing and installation of 25,000 LF of new gravity sewer main.
Scope includes extensive MOT coordination, milling and re-
surfacing the roadway, new curbing, gutter and sidewalks,
landscaping and general restoration of disturbed areas. Project
also included public outreach and extensive coordination with
stakeholders.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Hector Meneses, Project Manager
Brian Baribeault, General Superintendent
2, 7
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as Prime Contractor
100%
$11,326,347.00
17,261,453
9,907,454
n 39,120 LF of 8" DIP WaterMain Value of Work for Subcontractor 7,359,000
662 LF of 6"DIP Project Start Date April 2015
• 132 Gate Valves Project Completion Date June 2018
• 52 Fire Hydrant Assemblies
25,000 SF of Sidewalk Restoration
n 1,656 LF of Curb and Gutter Restoration
n 27,000 SY Trench Restoration
n 95,000 SYAsphalt Mill and Resurface
• 22,000 LF SanitarySewer
18I Page
2015
REPLACEMENT/REHABILITATION OF 72" FORCE MAIN
Miami Dade Water and Sewer Department Project No. DB14-WASD-01
Location: Miami, FL
Miami Dade Water and Sewer Department
Nelson Cespedes
NCESHomiamidade.gov
3071 SW 38th Ave
Miami, FL 33233
Office: (305) 665-7471
- ; •
Wade Trim
2100 Ponce De Leon Blvd
Coral Gables, FL 33134
A Design Build Project for the replacement/rehabilitation of 72-
inch Sanitary Sewer Force Main along NW/NE 159th Street
between NW 17th Avenue and NE 10th Avenue.
Rehabilitation of 72" pre-stressed concrete cylinder pipe force
main by means of slip lining with approximately 17,000 LF of 63"
HDPE liner.
Design Build Institute of America awarded Ric-Man Construction
Florida, Inc. and Wade Trim the Honor Award for
Water/Wastewater for the project.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Hector Meneses, Project Manager
Brian Baribeault, General Superintendent
100% Percent Complete
Contract Amount (At Time of Award) $16,746,672.00
Final Contract Amount 15,290,695
Value of Work as Prime Contractor 11,311,695
• 17,060 LF of HDPE Pipe Value of Work for Subcontractor 3,879,000
• 3 Valves Project Start Date March 2015
n 48ARV/Connections/Manways Project Completion Date May 2016
19 I P 3 t-,7, e
2015
REPLACEMENT/REHABILITATION OF 72" FORCE MAIN
Miami Dade Water and Sewer Department Project No. DB14-WASD-01
Location: Miami, FL
Miami Dade Water and Sewer Department
Nelson Cespedes
NCESHomiamidade.gov
3071 SW 38th Ave
Miami, FL 33233
Office: (305) 665-7471
- ; •
Wade Trim
2100 Ponce De Leon Blvd
Coral Gables, FL 33134
A Design Build Project for the replacement/rehabilitation of 72-
inch Sanitary Sewer Force Main along NW/NE 159th Street
between NW 17th Avenue and NE 10th Avenue.
Rehabilitation of 72" pre-stressed concrete cylinder pipe force
main by means of slip lining with approximately 17,000 LF of 63"
HDPE liner.
Design Build Institute of America awarded Ric-Man Construction
Florida, Inc. and Wade Trim the Honor Award for
Water/Wastewater for the project.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Hector Meneses, Project Manager
Brian Baribeault, General Superintendent
100% Percent Complete
Contract Amount (At Time of Award) $16,746,672.00
Final Contract Amount 15,290,695
Value of Work as Prime Contractor 11,311,695
• 17,060 LF of HDPE Pipe Value of Work for Subcontractor 3,879,000
• 3 Valves Project Start Date March 2015
n 48ARV/Connections/Manways Project Completion Date May 2016
19 I P 3 t-,7, e
2015
REPLACEMENT/REHABILITATION OF 72" FORCE MAIN
Miami Dade Water and Sewer Department Project No. DB14-WASD-01
Location: Miami, FL
Miami Dade Water and Sewer Department
Nelson Cespedes
NCESHomiamidade.gov
3071 SW 38th Ave
Miami, FL 33233
Office: (305) 665-7471
- ; •
Wade Trim
2100 Ponce De Leon Blvd
Coral Gables, FL 33134
A Design Build Project for the replacement/rehabilitation of 72-
inch Sanitary Sewer Force Main along NW/NE 159th Street
between NW 17th Avenue and NE 10th Avenue.
Rehabilitation of 72" pre-stressed concrete cylinder pipe force
main by means of slip lining with approximately 17,000 LF of 63"
HDPE liner.
Design Build Institute of America awarded Ric-Man Construction
Florida, Inc. and Wade Trim the Honor Award for
Water/Wastewater for the project.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Hector Meneses, Project Manager
Brian Baribeault, General Superintendent
100% Percent Complete
Contract Amount (At Time of Award) $16,746,672.00
Final Contract Amount 15,290,695
Value of Work as Prime Contractor 11,311,695
• 17,060 LF of HDPE Pipe Value of Work for Subcontractor 3,879,000
• 3 Valves Project Start Date March 2015
n 48ARV/Connections/Manways Project Completion Date May 2016
19 I P 3 t-,7, e
: a • - so I
GRAVITY SEWER INTERCEPTOR FOR THE MASTER PUMP STATION NO. 3
Miami Dade Water and Sewer Department Project No. DB13-WASD-01.
Location: Miami, FL
Design Build project of 54-inch, 48-inch, 36 inch and 30-inch
Gravity Sewer Interceptors for Pump Station No. 3. Relocation of
Pump Station No. 8.
Construction of approximately 4800 LF of 48" gravity sewer
installed via micro tunnel in densely populated in downtown
Miami. The project was under an aggressive timeline as current
residential and mixed-use developments are anticipated being on
line by the end of the year.
American Society of Civil Engineers (ASCE) Florida Section in
Miami-Dade Branch awarded Ric-Man Construction Florida, Inc.
Project of the Year Category II award for outstanding engineering
achieved on the project.
Miami Dade Water and Sewer Department
Miguel Pichardo
Miguel.PichardoOmiamidade.gpv
3071 SW 38th Ave
Miami, FL 33233
Office: (305) 665-7471
Jacobs
3750 NW 87th Ave, Suite 750
Miami, FL 33178
Office: (305) 718-0599
Ric-Man Construction, Inc.
Daniel LaCross, Project Manager
Hector Meneses, Project Manager
Brian Baribeault, Genera Superintendent
Jeff Phillips, Superintendent
100% Percent Complete
Contract Amount (At Time of Award) $11,017,000.00
Final Contract Amount $10,980,000.00
Value of Work as Prime Contractor $4,974,000.00
• 600 LF Tunnel Drive Value of Work for Subcontractor $6,006,000
• 2,400 LF Tunnel Drive Project Start Date April 2014
• 1,300 LF Tunnel Drive Project Completion Date November 2015
• 700 LF Tunnel D rive
20 IPage
: a • - so I
GRAVITY SEWER INTERCEPTOR FOR THE MASTER PUMP STATION NO. 3
Miami Dade Water and Sewer Department Project No. DB13-WASD-01.
Location: Miami, FL
Design Build project of 54-inch, 48-inch, 36 inch and 30-inch
Gravity Sewer Interceptors for Pump Station No. 3. Relocation of
Pump Station No. 8.
Construction of approximately 4800 LF of 48" gravity sewer
installed via micro tunnel in densely populated in downtown
Miami. The project was under an aggressive timeline as current
residential and mixed-use developments are anticipated being on
line by the end of the year.
American Society of Civil Engineers (ASCE) Florida Section in
Miami-Dade Branch awarded Ric-Man Construction Florida, Inc.
Project of the Year Category II award for outstanding engineering
achieved on the project.
Miami Dade Water and Sewer Department
Miguel Pichardo
Miguel.PichardoOmiamidade.gpv
3071 SW 38th Ave
Miami, FL 33233
Office: (305) 665-7471
Jacobs
3750 NW 87th Ave, Suite 750
Miami, FL 33178
Office: (305) 718-0599
Ric-Man Construction, Inc.
Daniel LaCross, Project Manager
Hector Meneses, Project Manager
Brian Baribeault, Genera Superintendent
Jeff Phillips, Superintendent
100% Percent Complete
Contract Amount (At Time of Award) $11,017,000.00
Final Contract Amount $10,980,000.00
Value of Work as Prime Contractor $4,974,000.00
• 600 LF Tunnel Drive Value of Work for Subcontractor $6,006,000
• 2,400 LF Tunnel Drive Project Start Date April 2014
• 1,300 LF Tunnel Drive Project Completion Date November 2015
• 700 LF Tunnel D rive
20 IPage
: a • - so I
GRAVITY SEWER INTERCEPTOR FOR THE MASTER PUMP STATION NO. 3
Miami Dade Water and Sewer Department Project No. DB13-WASD-01.
Location: Miami, FL
Design Build project of 54-inch, 48-inch, 36 inch and 30-inch
Gravity Sewer Interceptors for Pump Station No. 3. Relocation of
Pump Station No. 8.
Construction of approximately 4800 LF of 48" gravity sewer
installed via micro tunnel in densely populated in downtown
Miami. The project was under an aggressive timeline as current
residential and mixed-use developments are anticipated being on
line by the end of the year.
American Society of Civil Engineers (ASCE) Florida Section in
Miami-Dade Branch awarded Ric-Man Construction Florida, Inc.
Project of the Year Category II award for outstanding engineering
achieved on the project.
Miami Dade Water and Sewer Department
Miguel Pichardo
Miguel.PichardoOmiamidade.gpv
3071 SW 38th Ave
Miami, FL 33233
Office: (305) 665-7471
Jacobs
3750 NW 87th Ave, Suite 750
Miami, FL 33178
Office: (305) 718-0599
Ric-Man Construction, Inc.
Daniel LaCross, Project Manager
Hector Meneses, Project Manager
Brian Baribeault, Genera Superintendent
Jeff Phillips, Superintendent
100% Percent Complete
Contract Amount (At Time of Award) $11,017,000.00
Final Contract Amount $10,980,000.00
Value of Work as Prime Contractor $4,974,000.00
• 600 LF Tunnel Drive Value of Work for Subcontractor $6,006,000
• 2,400 LF Tunnel Drive Project Start Date April 2014
• 1,300 LF Tunnel Drive Project Completion Date November 2015
• 700 LF Tunnel D rive
20 IPage
2014
R1C-MAN Su lement
UAZ314, UAZ316 AND UAZ318 WATER AND SEWER IMPROVEMENTS
Broward County Water and Wastewater Services Project No. 9115/9068/9069
Location: Broward County, FL
Broward County Water and Wastewater Services
Public Works Department
Water and Wastewater Engineering Division
Patrick MacGregor
pamacgregor@broward.ory
2555 West Copans Road
Pompano Beach, FL 33069
Office: (954) 831-0745
Water and sewer improvements South of Griffin Road and North
of Stirling Road and at the intersection of Griffin Road and SW 30th
Ave.
Installation of new water main and sanitary sewer in
neighborhood with complete roadway restoration and driveways
and sidewalks.
Chen Moore and Associates
Safiya Brea, PE
sbreaPchenmoore.com
500 West Cypress Road, Suite 630
Fort Lauderdale, FL 33309
Office: (954) 730-0707
Ric-Man Construction Florida, Inc..
Dan LaCross, Project Manager
Jeff Phillips, General Superintendent
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as Prime Contractor
Value of Work for Subcontractor
Project Start Date
Project Completion Date
100%
$10,553,083.00
$11,048,220.66
May 2014
February 2016
• 15,185 LF SanitarySewer
▪ 38,650 LF DIP Water Main
▪ 27 Tons DIP Fittings
• 108 Fire Hydrant Assemblies
• 234 GateValves
• 44,000 SY Asphalt Patch
• 54,350 SY Asphalt Pavement
• 1,450 Sidewalk Restoration
2014
R1C-MAN Su lement
UAZ314, UAZ316 AND UAZ318 WATER AND SEWER IMPROVEMENTS
Broward County Water and Wastewater Services Project No. 9115/9068/9069
Location: Broward County, FL
Broward County Water and Wastewater Services
Public Works Department
Water and Wastewater Engineering Division
Patrick MacGregor
pamacgregor@broward.ory
2555 West Copans Road
Pompano Beach, FL 33069
Office: (954) 831-0745
Water and sewer improvements South of Griffin Road and North
of Stirling Road and at the intersection of Griffin Road and SW 30th
Ave.
Installation of new water main and sanitary sewer in
neighborhood with complete roadway restoration and driveways
and sidewalks.
Chen Moore and Associates
Safiya Brea, PE
sbreaPchenmoore.com
500 West Cypress Road, Suite 630
Fort Lauderdale, FL 33309
Office: (954) 730-0707
Ric-Man Construction Florida, Inc..
Dan LaCross, Project Manager
Jeff Phillips, General Superintendent
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as Prime Contractor
Value of Work for Subcontractor
Project Start Date
Project Completion Date
100%
$10,553,083.00
$11,048,220.66
May 2014
February 2016
• 15,185 LF SanitarySewer
▪ 38,650 LF DIP Water Main
▪ 27 Tons DIP Fittings
• 108 Fire Hydrant Assemblies
• 234 GateValves
• 44,000 SY Asphalt Patch
• 54,350 SY Asphalt Pavement
• 1,450 Sidewalk Restoration
2014
R1C-MAN Su lement
UAZ314, UAZ316 AND UAZ318 WATER AND SEWER IMPROVEMENTS
Broward County Water and Wastewater Services Project No. 9115/9068/9069
Location: Broward County, FL
Broward County Water and Wastewater Services
Public Works Department
Water and Wastewater Engineering Division
Patrick MacGregor
pamacgregor@broward.ory
2555 West Copans Road
Pompano Beach, FL 33069
Office: (954) 831-0745
Water and sewer improvements South of Griffin Road and North
of Stirling Road and at the intersection of Griffin Road and SW 30th
Ave.
Installation of new water main and sanitary sewer in
neighborhood with complete roadway restoration and driveways
and sidewalks.
Chen Moore and Associates
Safiya Brea, PE
sbreaPchenmoore.com
500 West Cypress Road, Suite 630
Fort Lauderdale, FL 33309
Office: (954) 730-0707
Ric-Man Construction Florida, Inc..
Dan LaCross, Project Manager
Jeff Phillips, General Superintendent
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as Prime Contractor
Value of Work for Subcontractor
Project Start Date
Project Completion Date
100%
$10,553,083.00
$11,048,220.66
May 2014
February 2016
• 15,185 LF SanitarySewer
▪ 38,650 LF DIP Water Main
▪ 27 Tons DIP Fittings
• 108 Fire Hydrant Assemblies
• 234 GateValves
• 44,000 SY Asphalt Patch
• 54,350 SY Asphalt Pavement
• 1,450 Sidewalk Restoration
RIC-MAN Supplement-
2014
SEAPORT & CONVENTION CENTER SECURITY IMPROVEMENT PROJECT
Broward County Seaport Engineering and Construction Division Project No. X1139006C1
Location: Hollywood, FL
Broward County Seaport Engineering and
Construction Division
Claude Gentil, PE
CGENTIL0broward.o:g
Project Manager
1850 Eller Drive, 5th floor
Fort Lauderdale, FL 33316
Office: (954) 468-0141
Construction of a secured and unsecured roadway sections,
including grading, paving, drainage, lighting, pavement markings,
etc. Construction of a new security checkpoint and the demolition
of existing checkpoint with relocation of the Port security fiber
optic network. Installation of a security mesh (screen) at the
Northport Parking Garage. Improvements to NE 20th Street sally
port and relocation of a dock access security gate.
Craven Thompson & Associates, Inc.
3563 NW 53rd Street
Fort Lauderdale, FL 33309
Doug Taylor, PE
Ric-Man Construction Florida, Inc.
Dan LaCross, Project Manager
Brian Baribeault, General Superintendent
Jeff Phillips, General Superintendent
: -
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
100%
$14,896,656.50
$11,709,597.57
• 883 LF SanitarySewer Value of Work as Prime Contractor $1,855,464.43
• 11,425 LF Curb and Gutter Value of Work for Subcontractor $9,854,133.14
• 5,722 SY Sod Project Start Date May2014
• SecurityCheckpoint Booth Project Completion Date March 2016
• 30,636 LF Thermoplastic Striping
• 26,859 SYConcrete
• 36,370 SYAsphalt
RIC-MAN Supplement-
2014
SEAPORT & CONVENTION CENTER SECURITY IMPROVEMENT PROJECT
Broward County Seaport Engineering and Construction Division Project No. X1139006C1
Location: Hollywood, FL
Broward County Seaport Engineering and
Construction Division
Claude Gentil, PE
CGENTIL0broward.o:g
Project Manager
1850 Eller Drive, 5th floor
Fort Lauderdale, FL 33316
Office: (954) 468-0141
Construction of a secured and unsecured roadway sections,
including grading, paving, drainage, lighting, pavement markings,
etc. Construction of a new security checkpoint and the demolition
of existing checkpoint with relocation of the Port security fiber
optic network. Installation of a security mesh (screen) at the
Northport Parking Garage. Improvements to NE 20th Street sally
port and relocation of a dock access security gate.
Craven Thompson & Associates, Inc.
3563 NW 53rd Street
Fort Lauderdale, FL 33309
Doug Taylor, PE
Ric-Man Construction Florida, Inc.
Dan LaCross, Project Manager
Brian Baribeault, General Superintendent
Jeff Phillips, General Superintendent
: -
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
100%
$14,896,656.50
$11,709,597.57
• 883 LF SanitarySewer Value of Work as Prime Contractor $1,855,464.43
• 11,425 LF Curb and Gutter Value of Work for Subcontractor $9,854,133.14
• 5,722 SY Sod Project Start Date May2014
• SecurityCheckpoint Booth Project Completion Date March 2016
• 30,636 LF Thermoplastic Striping
• 26,859 SYConcrete
• 36,370 SYAsphalt
RIC-MAN Supplement-
2014
SEAPORT & CONVENTION CENTER SECURITY IMPROVEMENT PROJECT
Broward County Seaport Engineering and Construction Division Project No. X1139006C1
Location: Hollywood, FL
Broward County Seaport Engineering and
Construction Division
Claude Gentil, PE
CGENTIL0broward.o:g
Project Manager
1850 Eller Drive, 5th floor
Fort Lauderdale, FL 33316
Office: (954) 468-0141
Construction of a secured and unsecured roadway sections,
including grading, paving, drainage, lighting, pavement markings,
etc. Construction of a new security checkpoint and the demolition
of existing checkpoint with relocation of the Port security fiber
optic network. Installation of a security mesh (screen) at the
Northport Parking Garage. Improvements to NE 20th Street sally
port and relocation of a dock access security gate.
Craven Thompson & Associates, Inc.
3563 NW 53rd Street
Fort Lauderdale, FL 33309
Doug Taylor, PE
Ric-Man Construction Florida, Inc.
Dan LaCross, Project Manager
Brian Baribeault, General Superintendent
Jeff Phillips, General Superintendent
: -
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
100%
$14,896,656.50
$11,709,597.57
• 883 LF SanitarySewer Value of Work as Prime Contractor $1,855,464.43
• 11,425 LF Curb and Gutter Value of Work for Subcontractor $9,854,133.14
• 5,722 SY Sod Project Start Date May2014
• SecurityCheckpoint Booth Project Completion Date March 2016
• 30,636 LF Thermoplastic Striping
• 26,859 SYConcrete
• 36,370 SYAsphalt
RIC-MAN Supplement
2014
FLORIDA DEPARTMENT OF TRANSPORTATION
Florida Department of Transportation Contract Project No. E5W67
Location: 4700 Kirkman Road, Orlando, FL
Florida Department of
Transportation Orlando Construction
Office
Monaem Bouazizi
Nlonaem.Bouazizi(@dot.state.fl.us
133 S Semoran Blvd
Orlando, FL 32807
Phone: (407) 482-7814
Desilting, joint sealing, lining, removing and replacing storm
water piping on various State Roads; and removing and replacing
mitered end sections on S.R. 438.
Florida Department of Transportation
Ric-Man Construction Florida, Inc.
„ . .
John D'Alessandro, Project Manager
Saul Rivera, Foreman
100%
$2,340,785.00
Percent Complete
Contract Amount (At Time of Award)
• 1,049 LF SanitarySewer Final Contract Amount $2,104,471.07
• 3,888 LF Desilt Existing Drainage Pipe Value of Work as Prime Contractor $1,703,375.07
n 3,650 LF RCP Value of Work for Subcontractor $401,096.00
• 312 DIP Watermain Project Start Date April 2014
•
•
•
n
n
n
•
2 Fire Hydrant Assemblies
26,859 SYConcrete
10,027 SYAsphalt
11,425 LF Curb and Gutter
30,636 LF Thermoplastic Striping
442 Guardrail
4,008 SYSod
Project Completion Date December 2014
2 3 IPa:-.4e
RIC-MAN Supplement
2014
FLORIDA DEPARTMENT OF TRANSPORTATION
Florida Department of Transportation Contract Project No. E5W67
Location: 4700 Kirkman Road, Orlando, FL
Florida Department of
Transportation Orlando Construction
Office
Monaem Bouazizi
Nlonaem.Bouazizi(@dot.state.fl.us
133 S Semoran Blvd
Orlando, FL 32807
Phone: (407) 482-7814
Desilting, joint sealing, lining, removing and replacing storm
water piping on various State Roads; and removing and replacing
mitered end sections on S.R. 438.
Florida Department of Transportation
Ric-Man Construction Florida, Inc.
„ . .
John D'Alessandro, Project Manager
Saul Rivera, Foreman
100%
$2,340,785.00
Percent Complete
Contract Amount (At Time of Award)
• 1,049 LF SanitarySewer Final Contract Amount $2,104,471.07
• 3,888 LF Desilt Existing Drainage Pipe Value of Work as Prime Contractor $1,703,375.07
n 3,650 LF RCP Value of Work for Subcontractor $401,096.00
• 312 DIP Watermain Project Start Date April 2014
•
•
•
n
n
n
•
2 Fire Hydrant Assemblies
26,859 SYConcrete
10,027 SYAsphalt
11,425 LF Curb and Gutter
30,636 LF Thermoplastic Striping
442 Guardrail
4,008 SYSod
Project Completion Date December 2014
2 3 IPa:-.4e
RIC-MAN Supplement
2014
FLORIDA DEPARTMENT OF TRANSPORTATION
Florida Department of Transportation Contract Project No. E5W67
Location: 4700 Kirkman Road, Orlando, FL
Florida Department of
Transportation Orlando Construction
Office
Monaem Bouazizi
Nlonaem.Bouazizi(@dot.state.fl.us
133 S Semoran Blvd
Orlando, FL 32807
Phone: (407) 482-7814
Desilting, joint sealing, lining, removing and replacing storm
water piping on various State Roads; and removing and replacing
mitered end sections on S.R. 438.
Florida Department of Transportation
Ric-Man Construction Florida, Inc.
„ . .
John D'Alessandro, Project Manager
Saul Rivera, Foreman
100%
$2,340,785.00
Percent Complete
Contract Amount (At Time of Award)
• 1,049 LF SanitarySewer Final Contract Amount $2,104,471.07
• 3,888 LF Desilt Existing Drainage Pipe Value of Work as Prime Contractor $1,703,375.07
n 3,650 LF RCP Value of Work for Subcontractor $401,096.00
• 312 DIP Watermain Project Start Date April 2014
•
•
•
n
n
n
•
2 Fire Hydrant Assemblies
26,859 SYConcrete
10,027 SYAsphalt
11,425 LF Curb and Gutter
30,636 LF Thermoplastic Striping
442 Guardrail
4,008 SYSod
Project Completion Date December 2014
2 3 IPa:-.4e
RIC-MAN Supplement
2013
DIXIE CORRIDOR SEPTIC TO SEWER CONVERSION
City of Hollywood, FL Project No. 09-7047
Location: Hollywood, FL
City of Hollywood
Department of Public
Utilities Clarissa Ip, PE
Project Manager
cip(r@havwoodfLorg
Phone: (954) 921-2985
1621 North 14th Ave
Hollywood, FL 33022
Remove existing 700 LF of 6" water main. Furnish and install
11,000 LF of 8" sanitary main and 6" sanitary laterals. Furnish and
install 2,000 LF of water main, 42 manholes, combination of
valves, restoration of pavement, sidewalks, and curbing.
EAC Consulting, Inc.
5100 NW 33rd Ave, Suite 243
Fort Lauderdale, FL 33309
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Darryl David, Foreman
Brian Baribeault, Foreman
100% Percent Complete
Contract Amount (At Time of Award) $3,962,214.00
Final Contract Amount $3,914,017.72
Value of Work as Prime Contractor $2,350,306.87
Value of Work for Subcontractor $1,563,710.85
• 11,387 LF PVC Sanitary Sewer Project Start Date August 2013
• 46 Manholes Project Completion Date December 2014
• 1,649 LF PVC Watermain
• 2,500 SFSidewalk
• 31,525 SY Milling and Replacing Asphalt
• 8,623 SYAsphaltTrench Restoration
24 I P a
RIC-MAN Supplement
2013
DIXIE CORRIDOR SEPTIC TO SEWER CONVERSION
City of Hollywood, FL Project No. 09-7047
Location: Hollywood, FL
City of Hollywood
Department of Public
Utilities Clarissa Ip, PE
Project Manager
cip(r@havwoodfLorg
Phone: (954) 921-2985
1621 North 14th Ave
Hollywood, FL 33022
Remove existing 700 LF of 6" water main. Furnish and install
11,000 LF of 8" sanitary main and 6" sanitary laterals. Furnish and
install 2,000 LF of water main, 42 manholes, combination of
valves, restoration of pavement, sidewalks, and curbing.
EAC Consulting, Inc.
5100 NW 33rd Ave, Suite 243
Fort Lauderdale, FL 33309
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Darryl David, Foreman
Brian Baribeault, Foreman
100% Percent Complete
Contract Amount (At Time of Award) $3,962,214.00
Final Contract Amount $3,914,017.72
Value of Work as Prime Contractor $2,350,306.87
Value of Work for Subcontractor $1,563,710.85
• 11,387 LF PVC Sanitary Sewer Project Start Date August 2013
• 46 Manholes Project Completion Date December 2014
• 1,649 LF PVC Watermain
• 2,500 SFSidewalk
• 31,525 SY Milling and Replacing Asphalt
• 8,623 SYAsphaltTrench Restoration
24 I P a
RIC-MAN Supplement
2013
DIXIE CORRIDOR SEPTIC TO SEWER CONVERSION
City of Hollywood, FL Project No. 09-7047
Location: Hollywood, FL
City of Hollywood
Department of Public
Utilities Clarissa Ip, PE
Project Manager
cip(r@havwoodfLorg
Phone: (954) 921-2985
1621 North 14th Ave
Hollywood, FL 33022
Remove existing 700 LF of 6" water main. Furnish and install
11,000 LF of 8" sanitary main and 6" sanitary laterals. Furnish and
install 2,000 LF of water main, 42 manholes, combination of
valves, restoration of pavement, sidewalks, and curbing.
EAC Consulting, Inc.
5100 NW 33rd Ave, Suite 243
Fort Lauderdale, FL 33309
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Darryl David, Foreman
Brian Baribeault, Foreman
100% Percent Complete
Contract Amount (At Time of Award) $3,962,214.00
Final Contract Amount $3,914,017.72
Value of Work as Prime Contractor $2,350,306.87
Value of Work for Subcontractor $1,563,710.85
• 11,387 LF PVC Sanitary Sewer Project Start Date August 2013
• 46 Manholes Project Completion Date December 2014
• 1,649 LF PVC Watermain
• 2,500 SFSidewalk
• 31,525 SY Milling and Replacing Asphalt
• 8,623 SYAsphaltTrench Restoration
24 I P a
RIC-MAN Supplement
2013
RAW WATER MAIN - SECTION B
Boynton Beach Project No. 041-2821-12/DJL-13/14
Location: Boynton Beach, FL
City of Boynton Beach
Utilities Department
Christopher Roschek
roschekRbb flus
124 E Woolbright Rd
Boynton Beach, FL 33435
Direct Line: (561)742-6413
Furnish and install 9,000 LF of a 36" Ductile Iron Pressure Pipe
including 89 LF of Jack and Bore, 11 Air Release valves and
combination vacuum valves, restoration of pavement, sidewalks,
and curbing.
Erdman Anthony
1402 Royal Palm Beach Blvd, Suite 500
Royal Palm Beach, FL 33411
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Darryl David, Foreman
Brian Baribeault, Foreman
Percent Complete 100%
Contract Amount (At Time of Award) $3,112.000.00
Final Contract Amount $3,136,018.70
Value of Work as Prime Contractor $2,775,231.30
Value of Work for Subcontractor $360,787.40
• 9,100 LF of36"DIP Project Start Date October 2013
• 31 Tons of Fittings Project Completion Date July 2014
• 13,464 SY Replace and RestoreAsphalt
• 11 Valves
• 1,655 LF Curb
2 5 I P 4
RIC-MAN Supplement
2013
RAW WATER MAIN - SECTION B
Boynton Beach Project No. 041-2821-12/DJL-13/14
Location: Boynton Beach, FL
City of Boynton Beach
Utilities Department
Christopher Roschek
roschekRbb flus
124 E Woolbright Rd
Boynton Beach, FL 33435
Direct Line: (561)742-6413
Furnish and install 9,000 LF of a 36" Ductile Iron Pressure Pipe
including 89 LF of Jack and Bore, 11 Air Release valves and
combination vacuum valves, restoration of pavement, sidewalks,
and curbing.
Erdman Anthony
1402 Royal Palm Beach Blvd, Suite 500
Royal Palm Beach, FL 33411
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Darryl David, Foreman
Brian Baribeault, Foreman
Percent Complete 100%
Contract Amount (At Time of Award) $3,112.000.00
Final Contract Amount $3,136,018.70
Value of Work as Prime Contractor $2,775,231.30
Value of Work for Subcontractor $360,787.40
• 9,100 LF of36"DIP Project Start Date October 2013
• 31 Tons of Fittings Project Completion Date July 2014
• 13,464 SY Replace and RestoreAsphalt
• 11 Valves
• 1,655 LF Curb
2 5 I P 4
R1C-MAN Supplement
2013
RAW WATER MAIN - SECTION B
Boynton Beach Project No. 041-2821-12/DJL-13/14
Location: Boynton Beach, FL
City of Boynton Beach
Utilities Department
Christopher Roschek
roschek@bbfais
124 E Woolbright Rd
Boynton Beach, FL 33435
Direct Line: (561)742-6413
Furnish and install 9,000 LF of a 36" Ductile Iron Pressure Pipe
including 89 LF of Jack and Bore, 11 Air Release valves and
combination vacuum valves, restoration of pavement, sidewalks,
and curbing.
Erdman Anthony
1402 Royal Palm Beach Blvd, Suite 500
Royal Palm Beach, FL 33411
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Darryl David, Foreman
Brian Baribeault, Foreman
Percent Complete 100%
Contract Amount (At Time of Award) $3,112.000.00
Final Contract Amount $3,136,018.70
Value of Work as Prime Contractor $2,775,231.30
Value of Work for Subcontractor $360,787.40
• 9,100 LF of36"DIP Project Start Date October 2013
31 Tons of Fittings Project Completion Date July 2014
n 13,464 SY Replace and RestoreAsphalt
11 Valves
• 1,655 LF Curb
25IP,
RIC-MAN Supplement
2012
POMPANO BEACH NC-21 WATER MAIN AND DRAINAGE PROJECT
Pompano Beach Project No. 07-936
Location: Pompano Beach, FL
City of Pompano Beach
Utilities Department
Alessandra Delfico
Alessandra.Delfico@copbfl.com
1190 NE 3rd Ave, Building C
Pompano Beach, FL 33060
(954) 786-4144
Furnish and install water main and drainage structure. Furnish
and place paving, driveway and sidewalks.
Peter Moore
Chen Moore and Associates
500 West Cypress Creek Road, Suite 410
Fort Lauderdale, FL 33309
(954) 730-0707
Ric-Man Construction Florida, Inc.
Dan LaCross, Project Manager
Fausto Rozon, Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
: —
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
100%
$1,188,472.25
$1,188,472.25
• 275 LF of 6" DIP Watermain Value of Work as Prime Contractor $1,009,634.85
• 1,800 LF of 8" DIP Water Main Value of Workfor Subcontractor $179,107.40
n 12 Valves Project Start Date January2013
n 2 Tons of Fittings Project Completion Date June 2013
n 4 Fire Hydrant Assemblies
n 6,530 SY of Topsoil andSod
26 IP
RIC-MAN Supplement
2012
POMPANO BEACH NC-21 WATER MAIN AND DRAINAGE PROJECT
Pompano Beach Project No. 07-936
Location: Pompano Beach, FL
City of Pompano Beach
Utilities Department
Alessandra Delfico
Alessandra.Delfico@copbfl.com
1190 NE 3rd Ave, Building C
Pompano Beach, FL 33060
(954) 786-4144
Furnish and install water main and drainage structure. Furnish
and place paving, driveway and sidewalks.
Peter Moore
Chen Moore and Associates
500 West Cypress Creek Road, Suite 410
Fort Lauderdale, FL 33309
(954) 730-0707
Ric-Man Construction Florida, Inc.
Dan LaCross, Project Manager
Fausto Rozon, Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
: —
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
100%
$1,188,472.25
$1,188,472.25
• 275 LF of 6" DIP Watermain Value of Work as Prime Contractor $1,009,634.85
• 1,800 LF of 8" DIP Water Main Value of Workfor Subcontractor $179,107.40
n 12 Valves Project Start Date January2013
n 2 Tons of Fittings Project Completion Date June 2013
n 4 Fire Hydrant Assemblies
n 6,530 SY of Topsoil andSod
26 IP
RIC-MAN Supplement
2012
POMPANO BEACH NC-21 WATER MAIN AND DRAINAGE PROJECT
Pompano Beach Project No. 07-936
Location: Pompano Beach, FL
City of Pompano Beach
Utilities Department
Alessandra Delfico
Alessandra.Delfico@copbfl.com
1190 NE 3rd Ave, Building C
Pompano Beach, FL 33060
(954) 786-4144
Furnish and install water main and drainage structure. Furnish
and place paving, driveway and sidewalks.
Peter Moore
Chen Moore and Associates
500 West Cypress Creek Road, Suite 410
Fort Lauderdale, FL 33309
(954) 730-0707
Ric-Man Construction Florida, Inc.
Dan LaCross, Project Manager
Fausto Rozon, Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
: —
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
100%
$1,188,472.25
$1,188,472.25
• 275 LF of 6" DIP Watermain Value of Work as Prime Contractor $1,009,634.85
• 1,800 LF of 8" DIP Water Main Value of Workfor Subcontractor $179,107.40
n 12 Valves Project Start Date January2013
n 2 Tons of Fittings Project Completion Date June 2013
n 4 Fire Hydrant Assemblies
n 6,530 SY of Topsoil andSod
26 IP
RIC-MAN Supplement
2012 72" BUTTERFLY VALVES
Miami Beach Project No. 507.00.PW.37-09/10
Location: Miami Beach, FL
Miami Dade Water and Sewer Department
Construction Management Division
Pedro Virgil, GEC
vigilo@rniamidade.gov
Construction Project Supervisorl
Direct Line: (305) 205-5152
3575 S. LeJeune Road
Miami, Florida 33146
Same as as Owner
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Fausto Rozon, Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Erik David, Foreman
Furnish and install two (2) 72-inch butterfly valves in 72" PCCP
outside of the Alexander Orr water treatment plant. RIC-MAN
Construction to apply for dewatering permit, ROW permit and
FDOT ROW permit.
Removed existing 72" PCCP and installed two 72" butterfly valves
and reconnected back to the 72" PCCP with shorts and adaptors.
Percent Complete 100%
Contract Amount (At Time of Award) $744,539.32
Final Contract Amount $816,454.31
Value of Work as Prime Contractor $793,557.56
Value of Work for Subcontractor $22,896.75
Project Start Date September 2012
Project Completion Date January2012
• +/- 80 LF of 72"PCCP
• 2 - 72" Butterfly Valves
• Miscellaneous water main valve
relocation
27 IP.:1
RIC-MAN Supplement
2012 72" BUTTERFLY VALVES
Miami Beach Project No. 507.00.PW.37-09/10
Location: Miami Beach, FL
Miami Dade Water and Sewer Department
Construction Management Division
Pedro Virgil, GEC
vigilo@rniamidade.gov
Construction Project Supervisorl
Direct Line: (305) 205-5152
3575 S. LeJeune Road
Miami, Florida 33146
Same as as Owner
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Fausto Rozon, Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Erik David, Foreman
Furnish and install two (2) 72-inch butterfly valves in 72" PCCP
outside of the Alexander Orr water treatment plant. RIC-MAN
Construction to apply for dewatering permit, ROW permit and
FDOT ROW permit.
Removed existing 72" PCCP and installed two 72" butterfly valves
and reconnected back to the 72" PCCP with shorts and adaptors.
Percent Complete 100%
Contract Amount (At Time of Award) $744,539.32
Final Contract Amount $816,454.31
Value of Work as Prime Contractor $793,557.56
Value of Work for Subcontractor $22,896.75
Project Start Date September 2012
Project Completion Date January2012
• +/- 80 LF of 72"PCCP
• 2 - 72" Butterfly Valves
• Miscellaneous water main valve
relocation
27 IP.:1
RIC-MAN Supplement
2012 72" BUTTERFLY VALVES
Miami Beach Project No. 507.00.PW.37-09/10
Location: Miami Beach, FL
Miami Dade Water and Sewer Department
Construction Management Division
Pedro Virgil, GEC
vigilo@rniamidade.gov
Construction Project Supervisorl
Direct Line: (305) 205-5152
3575 S. LeJeune Road
Miami, Florida 33146
Same as as Owner
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Fausto Rozon, Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Erik David, Foreman
Furnish and install two (2) 72-inch butterfly valves in 72" PCCP
outside of the Alexander Orr water treatment plant. RIC-MAN
Construction to apply for dewatering permit, ROW permit and
FDOT ROW permit.
Removed existing 72" PCCP and installed two 72" butterfly valves
and reconnected back to the 72" PCCP with shorts and adaptors.
Percent Complete 100%
Contract Amount (At Time of Award) $744,539.32
Final Contract Amount $816,454.31
Value of Work as Prime Contractor $793,557.56
Value of Work for Subcontractor $22,896.75
Project Start Date September 2012
Project Completion Date January2012
• +/- 80 LF of 72"PCCP
• 2 - 72" Butterfly Valves
• Miscellaneous water main valve
relocation
27 IP.:1
RIC-MAN Supplement
SUNSET HARBOUR PUMP STATION 1 & 2
2012
Miami Beach Project No. 507.00.PW.37-09/10
Location: Miami Beach, FL
Miami Beach - Public Works/ Engineering Division
Hermes Diaz, P.E.
HermesDiazabmiamibeachtl.gov
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: (305) 673-7080
Fax: (786) 394-4571
This project consists of drilling four (4) new wells, redevelopment
of two (2) installation of six (6) structures, four being for new
wells and two for additional drainage.
Installation of 475 linear feet of high-pressure C-905 12" force
main and 200 linear feet of A2000 Pipe connecting 2 drainage
structures. Resurfacing and road restoration.
A&P Consulting Transportation Engineers
Lazaro Ferrero, P.E.
Senior Project Engineer
LFerreroPAPCTE.com
10305 N.W. 41 Street, Suite 115
Miami, FL 33178
Office: (305) 592-7283
Fax: (305) 593-1594
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Fausto Rozon, Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Erik David, Foreman
100% Percent Complete
Contract Amount (At Time of Award) $359,230.68
Final Contract Amount $523,055.01
Value of Work as Prime Contractor $465,215.01
for Value of Work Subcontractor $57,840.00 • 6 Drainage Structures Project Start Date August 2012 •
n
475 LF of high-pressure C-90512"FM
200 LF of A2000 Pipe Project Completion Date November 2012
28 P e
RIC-MAN Supplement
SUNSET HARBOUR PUMP STATION 1 & 2
2012
Miami Beach Project No. 507.00.PW.37-09/10
Location: Miami Beach, FL
Miami Beach - Public Works/ Engineering Division
Hermes Diaz, P.E.
HermesDiazabmiamibeachtl.gov
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: (305) 673-7080
Fax: (786) 394-4571
This project consists of drilling four (4) new wells, redevelopment
of two (2) installation of six (6) structures, four being for new
wells and two for additional drainage.
Installation of 475 linear feet of high-pressure C-905 12" force
main and 200 linear feet of A2000 Pipe connecting 2 drainage
structures. Resurfacing and road restoration.
A&P Consulting Transportation Engineers
Lazaro Ferrero, P.E.
Senior Project Engineer
LFerreroPAPCTE.com
10305 N.W. 41 Street, Suite 115
Miami, FL 33178
Office: (305) 592-7283
Fax: (305) 593-1594
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Fausto Rozon, Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Erik David, Foreman
100% Percent Complete
Contract Amount (At Time of Award) $359,230.68
Final Contract Amount $523,055.01
Value of Work as Prime Contractor $465,215.01
for Value of Work Subcontractor $57,840.00 • 6 Drainage Structures Project Start Date August 2012 •
n
475 LF of high-pressure C-90512"FM
200 LF of A2000 Pipe Project Completion Date November 2012
28 P e
RIC-MAN Supplement
SUNSET HARBOUR PUMP STATION 1 & 2
2012
Miami Beach Project No. 507.00.PW.37-09/10
Location: Miami Beach, FL
Miami Beach - Public Works/ Engineering Division
Hermes Diaz, P.E.
HermesDiazabmiamibeachtl.gov
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: (305) 673-7080
Fax: (786) 394-4571
This project consists of drilling four (4) new wells, redevelopment
of two (2) installation of six (6) structures, four being for new
wells and two for additional drainage.
Installation of 475 linear feet of high-pressure C-905 12" force
main and 200 linear feet of A2000 Pipe connecting 2 drainage
structures. Resurfacing and road restoration.
A&P Consulting Transportation Engineers
Lazaro Ferrero, P.E.
Senior Project Engineer
LFerreroPAPCTE.com
10305 N.W. 41 Street, Suite 115
Miami, FL 33178
Office: (305) 592-7283
Fax: (305) 593-1594
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Fausto Rozon, Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Erik David, Foreman
100% Percent Complete
Contract Amount (At Time of Award) $359,230.68
Final Contract Amount $523,055.01
Value of Work as Prime Contractor $465,215.01
for Value of Work Subcontractor $57,840.00 • 6 Drainage Structures Project Start Date August 2012 •
n
475 LF of high-pressure C-90512"FM
200 LF of A2000 Pipe Project Completion Date November 2012
28 P e
RIC-MAN Supplement
2012 SUNRISE PEDESTRIAN CONNECTION
Miami Beach Project No. 530.00.PW.37-09/10
Location: Miami Beach, FL
Miami Beach - Public Works/ Engineering Division
Elizabeth Wheaton
ElizabethWheaton@miamibeachflgov
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: (305) 673-7080
Fax: (786) 394-4571
Schwebke Shiskin & Associates, Inc.
3240 Corporate Way
Miramar, FL 33025
Office: (954) 435-7010
Fax: (954) 438-3288
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Fausto Rozon,.Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Erik David, Foreman
This project was a streetscape beautification project, with custom
light fixtures, custom removal bollards for emergency vehicles,
exotic landscaping and intricate paver weaving. High grade
changes to maximize drainage.
Approximately 100 feet of HDPE exfiltration pipe and Nyloplast
drain basins. Flexi-pave all tree pits, with a healthy tree fertilizer
system.
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as Prime Contractor
Value of Work for Subcontractor
Project Start Date
Project Completion Date
100%
$330,748.81
$331,948.81
$151,424.76
$180,524.05
June 2012
October 2012
• 100 LF HDPE exfiltration trench
29 IP Age
RIC-MAN Supplement
2012 SUNRISE PEDESTRIAN CONNECTION
Miami Beach Project No. 530.00.PW.37-09/10
Location: Miami Beach, FL
Miami Beach - Public Works/ Engineering Division
Elizabeth Wheaton
ElizabethWheaton@miamibeachflgov
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: (305) 673-7080
Fax: (786) 394-4571
Schwebke Shiskin & Associates, Inc.
3240 Corporate Way
Miramar, FL 33025
Office: (954) 435-7010
Fax: (954) 438-3288
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Fausto Rozon,.Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Erik David, Foreman
This project was a streetscape beautification project, with custom
light fixtures, custom removal bollards for emergency vehicles,
exotic landscaping and intricate paver weaving. High grade
changes to maximize drainage.
Approximately 100 feet of HDPE exfiltration pipe and Nyloplast
drain basins. Flexi-pave all tree pits, with a healthy tree fertilizer
system.
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as Prime Contractor
Value of Work for Subcontractor
Project Start Date
Project Completion Date
100%
$330,748.81
$331,948.81
$151,424.76
$180,524.05
June 2012
October 2012
• 100 LF HDPE exfiltration trench
29 IP Age
RIC-MAN Supplement
2012 SUNRISE PEDESTRIAN CONNECTION
Miami Beach Project No. 530.00.PW.37-09/10
Location: Miami Beach, FL
Miami Beach - Public Works/ Engineering Division
Elizabeth Wheaton
ElizabethWheatonamiamibeachfl.gov
1700 Convention Center Drive, 4th Floor
Miami Beach, FL 33139
Office: (305) 673-7080
Fax: (786) 394-4571
Schwebke Shiskin & Associates, Inc.
3240 Corporate Way
Miramar, FL 33025
Office: (954) 435-7010
Fax: (954) 438-3288
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Fausto Rozon,.Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Erik David, Foreman
This project was a streetscape beautification project, with custom
light fixtures, custom removal bollards for emergency vehicles,
exotic landscaping and intricate paver weaving. High grade
changes to maximize drainage.
Approximately 100 feet of HDPE exfiltration pipe and Nyloplast
drain basins. Flexi-pave all tree pits, with a healthy tree fertilizer
system.
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
Value of Work as Prime Contractor
Value of Work for Subcontractor
Project Start Date
Project Completion Date
100%
$330,748.81
$331,948.81
$151,424.76
$180,524.05
June 2012
October 2012
- 100 LF HDPE exfiltration trench
29 Ii, Age
RIC-MAN Supplement
UAZ207 - LIGHTHOUSE POINT 12" WATERMAIN AND 16" FORCEMAIN
Broward County Project No. 9090/ 9112
Location: Lighthouse Point, FL
2012
Broward County Water and Wastewater Services
Mark Gabriel, P.E.
MGabriel(bro'niard.org
2555 West Copan Road
Pompano Beach, FL 33069
Office: (954) 831-0982
Fax: (954) 831-0925
Robert Wilson
Rwilson@broward.org
Broward County Water and Waste Water Services
2555 West Copan Road
Pompano Beach, FL 33069
Office: (954) 831-0901
Fax: (954) 831-3025
This project was within a residential neighborhood with a heavy
traffic flow. Installation of in 4,500 linear feet of 16" Force main,
two (2) conflict air release structures, while tapping three (3) plug
valves into a live deteriorated Force main. Also, installation of
4,400 linear feet of Watermain, including 10" stainless steel
custom fabrication bridge crossing Watermain.
This project was a complete restoration of a neighborhood with all
utilities and roadway restoration, sidewalks and driveway
connections. All required permits were obtained using RIC-MAN
Construction's staff.
•
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Fausto Rozon, Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Darryl David, Foreman
Erik David, Foreman
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
100%
$1,156,817.00
$1,147,154.78
• 4,225 LF Piping Value of Work as Prime Contractor $836,008.28
- 4,540 LF PVC Piping Value of Work for Subcontractor $311,146.50
• 9 Gate Valves Project Start Date May 2012
• 4 Butterfly Valves Project Completion Date Dec. 2012 • 1.5 Ton Fittings
• 11,200 SYAsphalt
n 6,400 LF Thermoplastic Striping
301 P
RIC-MAN Supplement
UAZ207 - LIGHTHOUSE POINT 12" WATERMAIN AND 16" FORCEMAIN
Broward County Project No. 9090/ 9112
Location: Lighthouse Point, FL
2012
Broward County Water and Wastewater Services
Mark Gabriel, P.E.
MGabriel(bro'niard.org
2555 West Copan Road
Pompano Beach, FL 33069
Office: (954) 831-0982
Fax: (954) 831-0925
Robert Wilson
Rwilson@broward.org
Broward County Water and Waste Water Services
2555 West Copan Road
Pompano Beach, FL 33069
Office: (954) 831-0901
Fax: (954) 831-3025
This project was within a residential neighborhood with a heavy
traffic flow. Installation of in 4,500 linear feet of 16" Force main,
two (2) conflict air release structures, while tapping three (3) plug
valves into a live deteriorated Force main. Also, installation of
4,400 linear feet of Watermain, including 10" stainless steel
custom fabrication bridge crossing Watermain.
This project was a complete restoration of a neighborhood with all
utilities and roadway restoration, sidewalks and driveway
connections. All required permits were obtained using RIC-MAN
Construction's staff.
•
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Fausto Rozon, Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Darryl David, Foreman
Erik David, Foreman
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
100%
$1,156,817.00
$1,147,154.78
• 4,225 LF Piping Value of Work as Prime Contractor $836,008.28
- 4,540 LF PVC Piping Value of Work for Subcontractor $311,146.50
• 9 Gate Valves Project Start Date May 2012
• 4 Butterfly Valves Project Completion Date Dec. 2012 • 1.5 Ton Fittings
• 11,200 SYAsphalt
n 6,400 LF Thermoplastic Striping
301 P
RIC-MAN Supplement
UAZ207 - LIGHTHOUSE POINT 12" WATERMAIN AND 16" FORCEMAIN
2012
Broward County Project No. 9090/ 9112
Location: Lighthouse Point, FL
Broward County Water and Wastewater Services
Mark Gabriel, P.E.
MGabrielPbro,,vard.ore:
2555 West Copan Road
Pompano Beach, FL 33069
Office: (954) 831-0982
Fax: (954) 831-0925
Robert Wilson
Rwilson@broward.org
Broward County Water and Waste Water Services
2555 West Copan Road
Pompano Beach, FL 33069
Office: (954) 831-0901
Fax: (954) 831-3025
This project was within a residential neighborhood with a heavy
traffic flow. Installation of in 4,500 linear feet of 16" Force main,
two (2) conflict air release structures, while tapping three (3) plug
valves into a live deteriorated Force main. Also, installation of
4,400 linear feet of Watermain, including 10" stainless steel
custom fabrication bridge crossing Watermain.
This project was a complete restoration of a neighborhood with all
utilities and roadway restoration, sidewalks and driveway
connections. All required permits were obtained using RIC-MAN
Construction's staff.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Fausto Rozon, Assistant Project Manager
Jeff Phillips, General Superintendent
Clyde Harding, General Superintendent
Darryl David, Foreman
Erik David, Foreman
Percent Complete
Contract Amount (At Time of Award)
Final Contract Amount
100%
$1,156,817.00
$1,147,154.78
• 4,225 LF Piping Value of Work as Prime Contractor $836,008.28
• 4,540 LF PVC Piping Value of Work for Subcontractor $311,146.50
• 9 Gate Valves Project Start Date May 2012
• 4 Butterfly Valves Project Completion Date Dec. 2012 • 1.5 Ton Fittings
• 11,200 SYAsphalt
6,400 LF Thermoplastic Striping
301 P
Gutierrez, Isaac A. (WASD)
IGUT16-Drniamidade.gov
Miami-Dade Water and Sewer Department
Engineering and Design Division
3071 SW 38th Avenue
Miami, FL 33146
Office: (786) 552-8970
Trish Carney
ocarnevPhazenandsawvencom
Hazen and Sawyer
999 Ponce De Leon Boulevard, Suite 1150
Coral Gables, FL 33134
Ric-Man Construction Florida, Inc.
RIC-MAN Supplement
2011
GOVERNMENT CUT UTILITY RELOCATION PROJECTS OCI
Project NO. DB10-WASD-01 ESP
Location: Port of Miami and Fisher Island, Miami, Florida
Daniel Mancini. Senior Project Manager
Steven Mancini, Senior Project Manager
Eddie Mancini, Bond/ Insurance Requirements
Duane Mullica, Quality Control
Kirk Jarman, Quality Control
Bill Parker, Safety Manager
Daniel LaCross, Estimator/Project Manager
Mo Garcia, Public Relations
Jeff Phillips, Superintendent
Brian Desynder, Superintendent
Replacement of existing 54" sewage force main and 20" water
main via microtunnel boring machine from Miami Beach to
Biscayne Bay.
Design Build replacement (lowering in elevation) of MDWASD's
existing 54-inch underground force main sanitary sewer by
microtunnel methodology with a 60-in inside diameter force main
from Fisher Island-Launch Shaft to a Retrieval Shaft south of the
City of Miami Beach in water, within the Government Cut.
Microtunnel drive; 1,200 LF was successfully performed at a
90 ft. below sea level.
Design Build replacement by emergency order Amendment No.
1. Ric-Man provided by MTBM methodology the replacement of
MDWASD's existing 54-in force main with a 60-in inside diameter
force main, from South Point Park within the City of Miami Beach
to its Retrieval Shaft located south of the City of
Miami Beach in water, within the GovernmentCut. Microtunnel
drive; 700 LF was performed at a 63 ft. below sea level.
Design and installation details of the 1700 linear feet, 24-inch
internal diameter high density polyethylene sub-aqueous water
main pipeline installed by the horizontal directional drilling
method (HDD) across Fisherman's Channel, submitted as an
Alternate Proposal by the DESIGN-BUILDER in response to the
RDBS and depicted in Exhibit C of the Contract. Maintenance of
Traffic and temporary parking and transportation arrangements
for Longshoremen at the Port of Miami. Staging Area layouts at
the Port of Miami. Staging Area layouts at Fisher Island.
Permanent and temporary easements at Fisher Island (Under
final negotiation between DESIGN-BUILDER and Fisher Island).
Open cut installation of +/- 480 LF of open cut installation of 60-
inch PCCP along Washington Ave. in Miami Beach to the point of
connection in South Pointe Park.
Design Build Institute of America awarded Ric-Man Construction
FL, Inc. and Hazen Sawyer Team the Honor Award for
Water/Wastewater forthe project.
Percent Complete 100%
Contract Amount (At Time of Award) $45,885,191.07
Final Contract Amount $64,780,191.07
Value of Work as Prime Contractor $42,973,126.07
Value of Work for Subcontractor $21,807,065.00
Project Start Date Apr. 2011
Project Completion Date Dec. 2013
31 1 r
Gutierrez, Isaac A. (WASD)
IGUT16-Drniamidade.gov
Miami-Dade Water and Sewer Department
Engineering and Design Division
3071 SW 38th Avenue
Miami, FL 33146
Office: (786) 552-8970
Trish Carney
ocarnevPhazenandsawvencom
Hazen and Sawyer
999 Ponce De Leon Boulevard, Suite 1150
Coral Gables, FL 33134
Ric-Man Construction Florida, Inc.
RIC-MAN Supplement
2011
GOVERNMENT CUT UTILITY RELOCATION PROJECTS OCI
Project NO. DB10-WASD-01 ESP
Location: Port of Miami and Fisher Island, Miami, Florida
Daniel Mancini. Senior Project Manager
Steven Mancini, Senior Project Manager
Eddie Mancini, Bond/ Insurance Requirements
Duane Mullica, Quality Control
Kirk Jarman, Quality Control
Bill Parker, Safety Manager
Daniel LaCross, Estimator/Project Manager
Mo Garcia, Public Relations
Jeff Phillips, Superintendent
Brian Desynder, Superintendent
Replacement of existing 54" sewage force main and 20" water
main via microtunnel boring machine from Miami Beach to
Biscayne Bay.
Design Build replacement (lowering in elevation) of MDWASD's
existing 54-inch underground force main sanitary sewer by
microtunnel methodology with a 60-in inside diameter force main
from Fisher Island-Launch Shaft to a Retrieval Shaft south of the
City of Miami Beach in water, within the Government Cut.
Microtunnel drive; 1,200 LF was successfully performed at a
90 ft. below sea level.
Design Build replacement by emergency order Amendment No.
1. Ric-Man provided by MTBM methodology the replacement of
MDWASD's existing 54-in force main with a 60-in inside diameter
force main, from South Point Park within the City of Miami Beach
to its Retrieval Shaft located south of the City of
Miami Beach in water, within the GovernmentCut. Microtunnel
drive; 700 LF was performed at a 63 ft. below sea level.
Design and installation details of the 1700 linear feet, 24-inch
internal diameter high density polyethylene sub-aqueous water
main pipeline installed by the horizontal directional drilling
method (HDD) across Fisherman's Channel, submitted as an
Alternate Proposal by the DESIGN-BUILDER in response to the
RDBS and depicted in Exhibit C of the Contract. Maintenance of
Traffic and temporary parking and transportation arrangements
for Longshoremen at the Port of Miami. Staging Area layouts at
the Port of Miami. Staging Area layouts at Fisher Island.
Permanent and temporary easements at Fisher Island (Under
final negotiation between DESIGN-BUILDER and Fisher Island).
Open cut installation of +/- 480 LF of open cut installation of 60-
inch PCCP along Washington Ave. in Miami Beach to the point of
connection in South Pointe Park.
Design Build Institute of America awarded Ric-Man Construction
FL, Inc. and Hazen Sawyer Team the Honor Award for
Water/Wastewater forthe project.
Percent Complete 100%
Contract Amount (At Time of Award) $45,885,191.07
Final Contract Amount $64,780,191.07
Value of Work as Prime Contractor $42,973,126.07
Value of Work for Subcontractor $21,807,065.00
Project Start Date Apr. 2011
Project Completion Date Dec. 2013
31 1 r
Gutierrez, Isaac A. (WASD)
IGUT16-Drniamidade.gov
Miami-Dade Water and Sewer Department
Engineering and Design Division
3071 SW 38th Avenue
Miami, FL 33146
Office: (786) 552-8970
Trish Carney
ocarnevPhazenandsawvencom
Hazen and Sawyer
999 Ponce De Leon Boulevard, Suite 1150
Coral Gables, FL 33134
Ric-Man Construction Florida, Inc.
RIC-MAN Supplement
2011
GOVERNMENT CUT UTILITY RELOCATION PROJECTS OCI
Project NO. DB10-WASD-01 ESP
Location: Port of Miami and Fisher Island, Miami, Florida
Daniel Mancini. Senior Project Manager
Steven Mancini, Senior Project Manager
Eddie Mancini, Bond/ Insurance Requirements
Duane Mullica, Quality Control
Kirk Jarman, Quality Control
Bill Parker, Safety Manager
Daniel LaCross, Estimator/Project Manager
Mo Garcia, Public Relations
Jeff Phillips, Superintendent
Brian Desynder, Superintendent
Replacement of existing 54" sewage force main and 20" water
main via microtunnel boring machine from Miami Beach to
Biscayne Bay.
Design Build replacement (lowering in elevation) of MDWASD's
existing 54-inch underground force main sanitary sewer by
microtunnel methodology with a 60-in inside diameter force main
from Fisher Island-Launch Shaft to a Retrieval Shaft south of the
City of Miami Beach in water, within the Government Cut.
Microtunnel drive; 1,200 LF was successfully performed at a
90 ft. below sea level.
Design Build replacement by emergency order Amendment No.
1. Ric-Man provided by MTBM methodology the replacement of
MDWASD's existing 54-in force main with a 60-in inside diameter
force main, from South Point Park within the City of Miami Beach
to its Retrieval Shaft located south of the City of
Miami Beach in water, within the GovernmentCut. Microtunnel
drive; 700 LF was performed at a 63 ft. below sea level.
Design and installation details of the 1700 linear feet, 24-inch
internal diameter high density polyethylene sub-aqueous water
main pipeline installed by the horizontal directional drilling
method (HDD) across Fisherman's Channel, submitted as an
Alternate Proposal by the DESIGN-BUILDER in response to the
RDBS and depicted in Exhibit C of the Contract. Maintenance of
Traffic and temporary parking and transportation arrangements
for Longshoremen at the Port of Miami. Staging Area layouts at
the Port of Miami. Staging Area layouts at Fisher Island.
Permanent and temporary easements at Fisher Island (Under
final negotiation between DESIGN-BUILDER and Fisher Island).
Open cut installation of +/- 480 LF of open cut installation of 60-
inch PCCP along Washington Ave. in Miami Beach to the point of
connection in South Pointe Park.
Design Build Institute of America awarded Ric-Man Construction
FL, Inc. and Hazen Sawyer Team the Honor Award for
Water/Wastewater forthe project.
Percent Complete 100%
Contract Amount (At Time of Award) $45,885,191.07
Final Contract Amount $64,780,191.07
Value of Work as Prime Contractor $42,973,126.07
Value of Work for Subcontractor $21,807,065.00
Project Start Date Apr. 2011
Project Completion Date Dec. 2013
31 1 r
RIC-MAN Supplement
2010
NORTH COUNTY NEIGHBORHOOD IMPROVEMENT PROJECT
BID PACKAGE No. 13
Location: Ft. Lauderdale, Florida
Najla Elshami Zerrouki, P.E.
NelshamiPbroward.orq
Broward County Water & Wastewater Services
2555 West Copans Rd.
Pompano Beach, FL 33069
(954) 831-0923
Miller Legg
5747 North Andrews Avenue
Fort Lauderdale, FL 33309
Installation of New water Main, Sanitary sewer, Drainage and
Complete Neighborhood Improvement Project.
This project was within a residential neighborhood with a heavy
traffic flow. Dewatering of the sanitary sewer was accomplished
using Well points. The deepest cut range was 16' - 18' for the
installation of the sanitary main at the connection to the new wet
well. This project was a complete restoration of a neighborhood
with all utilities and roadway restoration, sidewalks and driveway
connections. All required permits were obtained using RIC-MAN
Construction's staff.
,Lr
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
, .
•
•
15,400 LF of DIP Watermain
3 Tons DIP Fittings
n 45 Gate Valves Percent Complete 100%
• 20,300 LF of SanitarySewer Contract Amount (At Time of Award) $6,901,165.77
n 1,650 LF of 12" DIP Force Main Final Contract Amount $6,642,652.49
n 7,100 LF of RCP / HDPE Drainage Value of Work as Prime Contractor $3,225,507.33
• 52,600 SY ofRoadway Restoration Value of Work for Subcontractor $3,417,145.16
Project Start Date Jan. 2011
Project Completion Date March, 2013
32 IV
RIC-MAN Supplement
2010
NORTH COUNTY NEIGHBORHOOD IMPROVEMENT PROJECT
BID PACKAGE No. 13
Location: Ft. Lauderdale, Florida
Najla Elshami Zerrouki, P.E.
NelshamiPbroward.orq
Broward County Water & Wastewater Services
2555 West Copans Rd.
Pompano Beach, FL 33069
(954) 831-0923
Miller Legg
5747 North Andrews Avenue
Fort Lauderdale, FL 33309
Installation of New water Main, Sanitary sewer, Drainage and
Complete Neighborhood Improvement Project.
This project was within a residential neighborhood with a heavy
traffic flow. Dewatering of the sanitary sewer was accomplished
using Well points. The deepest cut range was 16' - 18' for the
installation of the sanitary main at the connection to the new wet
well. This project was a complete restoration of a neighborhood
with all utilities and roadway restoration, sidewalks and driveway
connections. All required permits were obtained using RIC-MAN
Construction's staff.
,Lr
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
, .
•
•
15,400 LF of DIP Watermain
3 Tons DIP Fittings
n 45 Gate Valves Percent Complete 100%
• 20,300 LF of SanitarySewer Contract Amount (At Time of Award) $6,901,165.77
n 1,650 LF of 12" DIP Force Main Final Contract Amount $6,642,652.49
n 7,100 LF of RCP / HDPE Drainage Value of Work as Prime Contractor $3,225,507.33
• 52,600 SY ofRoadway Restoration Value of Work for Subcontractor $3,417,145.16
Project Start Date Jan. 2011
Project Completion Date March, 2013
32 IV
RIC-MAN Supplement
2010
NORTH COUNTY NEIGHBORHOOD IMPROVEMENT PROJECT
BID PACKAGE No. 13
Location: Ft. Lauderdale, Florida
Najla Elshami Zerrouki, P.E.
NelshamiPbroward.orq
Broward County Water & Wastewater Services
2555 West Copans Rd.
Pompano Beach, FL 33069
(954) 831-0923
Miller Legg
5747 North Andrews Avenue
Fort Lauderdale, FL 33309
Installation of New water Main, Sanitary sewer, Drainage and
Complete Neighborhood Improvement Project.
This project was within a residential neighborhood with a heavy
traffic flow. Dewatering of the sanitary sewer was accomplished
using Well points. The deepest cut range was 16' - 18' for the
installation of the sanitary main at the connection to the new wet
well. This project was a complete restoration of a neighborhood
with all utilities and roadway restoration, sidewalks and driveway
connections. All required permits were obtained using RIC-MAN
Construction's staff.
,Lr
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
, .
•
•
15,400 LF of DIP Watermain
3 Tons DIP Fittings
n 45 Gate Valves Percent Complete 100%
• 20,300 LF of SanitarySewer Contract Amount (At Time of Award) $6,901,165.77
n 1,650 LF of 12" DIP Force Main Final Contract Amount $6,642,652.49
n 7,100 LF of RCP / HDPE Drainage Value of Work as Prime Contractor $3,225,507.33
• 52,600 SY ofRoadway Restoration Value of Work for Subcontractor $3,417,145.16
Project Start Date Jan. 2011
Project Completion Date March, 2013
32 IV
RIC-MAN Supplement
2010
NORTH COUNTY NEIGHBORHOOD IMPROVEMENT
PROJECT BID PACKAGE No. 12
Location: Ft. Lauderdale, Florida
•
Bernard Eugene
beugene@broward.org
Broward County Water & Wastewater Services
2555 West Copans Rd,
Pompano Beach, FL 33069
Office: (954) 831-0923
Miller Legg
5747 North Andrews Avenue
Fort Lauderdale, FL 33309
This project was within a residential neighborhood with a heavy
traffic flow. Dewatering of the sanitary sewer was accomplished
using Well points. The deepest cut range was 18' - 20' for the
installation of the sanitary main at the connection to the new wet
well. This project was a complete restoration of a neighborhood
with all utilities and roadway restoration, sidewalks and driveway
connections. All required permits were obtained using Ric-Man
Construction FL staff.
Installation of New water Main, Sanitary sewer, Drainage and
Reclaimed Water Main Complete Neighborhood Improvement
Project.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
1
•
•
19,796 LF of DIP Watermain
7 Tons DIP Fittings
88 Gate Valves Percent Complete 100%
n 18,030 LF of Sanitary Sewer Contract Amount (At Time MAward) $9,407,364.22
• 1,678 LF of 12" DIP Force Main Final Contract Amount $9,242,779.90
• 10,175 LF of RCP / HDPE Drainage Value of Work as Prime Contractor $6,032,614.54
• 27,986 LF of Reclaimed Water Main Value of Work for Subcontractor $3,210,165.36
Project Start Date May2010
Project Completion Date August 2012
33 !Page
RIC-MAN Supplement
2010
NORTH COUNTY NEIGHBORHOOD IMPROVEMENT
PROJECT BID PACKAGE No. 12
Location: Ft. Lauderdale, Florida
•
Bernard Eugene
beugene@broward.org
Broward County Water & Wastewater Services
2555 West Copans Rd,
Pompano Beach, FL 33069
Office: (954) 831-0923
Miller Legg
5747 North Andrews Avenue
Fort Lauderdale, FL 33309
This project was within a residential neighborhood with a heavy
traffic flow. Dewatering of the sanitary sewer was accomplished
using Well points. The deepest cut range was 18' - 20' for the
installation of the sanitary main at the connection to the new wet
well. This project was a complete restoration of a neighborhood
with all utilities and roadway restoration, sidewalks and driveway
connections. All required permits were obtained using Ric-Man
Construction FL staff.
Installation of New water Main, Sanitary sewer, Drainage and
Reclaimed Water Main Complete Neighborhood Improvement
Project.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
1
•
•
19,796 LF of DIP Watermain
7 Tons DIP Fittings
88 Gate Valves Percent Complete 100%
n 18,030 LF of Sanitary Sewer Contract Amount (At Time MAward) $9,407,364.22
• 1,678 LF of 12" DIP Force Main Final Contract Amount $9,242,779.90
• 10,175 LF of RCP / HDPE Drainage Value of Work as Prime Contractor $6,032,614.54
• 27,986 LF of Reclaimed Water Main Value of Work for Subcontractor $3,210,165.36
Project Start Date May2010
Project Completion Date August 2012
33 !Page
RIC-MAN Supplement
2010
NORTH COUNTY NEIGHBORHOOD IMPROVEMENT
PROJECT BID PACKAGE No. 12
Location: Ft. Lauderdale, Florida
•
Bernard Eugene
beugene@broward.org
Broward County Water & Wastewater Services
2555 West Copans Rd,
Pompano Beach, FL 33069
Office: (954) 831-0923
Miller Legg
5747 North Andrews Avenue
Fort Lauderdale, FL 33309
This project was within a residential neighborhood with a heavy
traffic flow. Dewatering of the sanitary sewer was accomplished
using Well points. The deepest cut range was 18' - 20' for the
installation of the sanitary main at the connection to the new wet
well. This project was a complete restoration of a neighborhood
with all utilities and roadway restoration, sidewalks and driveway
connections. All required permits were obtained using Ric-Man
Construction FL staff.
Installation of New water Main, Sanitary sewer, Drainage and
Reclaimed Water Main Complete Neighborhood Improvement
Project.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
1
•
•
19,796 LF of DIP Watermain
7 Tons DIP Fittings
88 Gate Valves Percent Complete 100%
n 18,030 LF of Sanitary Sewer Contract Amount (At Time MAward) $9,407,364.22
• 1,678 LF of 12" DIP Force Main Final Contract Amount $9,242,779.90
• 10,175 LF of RCP / HDPE Drainage Value of Work as Prime Contractor $6,032,614.54
• 27,986 LF of Reclaimed Water Main Value of Work for Subcontractor $3,210,165.36
Project Start Date May2010
Project Completion Date August 2012
33 !Page
RIC-MAN Supplement
2009
48" WATER MAIN IMPROVEMENTS, ALTERNATE ALIGNMENT PHASE II
Location: Ft. Lauderdale, Florida
Jorge Holguin
MolguinPfortladerdale.gov
City of Ft. Lauderdale / Water Works 2011
200 North Andrews Ave, Suite 300
Ft Lauderdale, FL 33301
(954) 522-2604
Installation of 3,460 LF of owner Supplied 48" DIP Water Main
with 3 ARV Valves & Structures. Due to the depth of the excavation
dewatering along the pipeline path was required. Also, a part of
this project was the complete roadway restoration including
driveways and swales.
This project was within a residential neighborhood with a heavy
traffic flow. Part of this project was located with-in Broward
County Right-of-Way all required permits were obtained using
Ric-Man Construction FL staff.
Keith & Schnars for Water Works 2011
6500 North Andrews Ave.
Ft Lauderdale, FL 33309
(954) 776-1616
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
•
•
3,460LF of 48" DIP Water Main
37 Tons of DIP Water Main Fittings
• 2 48" Butterfly valves Percent Complete 100%
• 10 Sample Points Contract Amount (At Time of Award) $1,192,804,65
Final Contract Amount $1,214,288.47
Value of Work as Prime Contractor $900,905.43
Value of Work for Subcontractor $313,383.04
Project Start Date Jan. 2010
Project Completion Date Sept. 2010
34 I P e
RIC-MAN Supplement
2009
48" WATER MAIN IMPROVEMENTS, ALTERNATE ALIGNMENT PHASE II
Location: Ft. Lauderdale, Florida
Jorge Holguin
MolguinPfortladerdale.gov
City of Ft. Lauderdale / Water Works 2011
200 North Andrews Ave, Suite 300
Ft Lauderdale, FL 33301
(954) 522-2604
Installation of 3,460 LF of owner Supplied 48" DIP Water Main
with 3 ARV Valves & Structures. Due to the depth of the excavation
dewatering along the pipeline path was required. Also, a part of
this project was the complete roadway restoration including
driveways and swales.
This project was within a residential neighborhood with a heavy
traffic flow. Part of this project was located with-in Broward
County Right-of-Way all required permits were obtained using
Ric-Man Construction FL staff.
Keith & Schnars for Water Works 2011
6500 North Andrews Ave.
Ft Lauderdale, FL 33309
(954) 776-1616
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
•
•
3,460LF of 48" DIP Water Main
37 Tons of DIP Water Main Fittings
• 2 48" Butterfly valves Percent Complete 100%
• 10 Sample Points Contract Amount (At Time of Award) $1,192,804,65
Final Contract Amount $1,214,288.47
Value of Work as Prime Contractor $900,905.43
Value of Work for Subcontractor $313,383.04
Project Start Date Jan. 2010
Project Completion Date Sept. 2010
34 I P e
RIC-MAN Supplement
2009
48" WATER MAIN IMPROVEMENTS, ALTERNATE ALIGNMENT PHASE II
Location: Ft. Lauderdale, Florida
Jorge Holguin
MolguinPfortladerdale.gov
City of Ft. Lauderdale / Water Works 2011
200 North Andrews Ave, Suite 300
Ft Lauderdale, FL 33301
(954) 522-2604
Installation of 3,460 LF of owner Supplied 48" DIP Water Main
with 3 ARV Valves & Structures. Due to the depth of the excavation
dewatering along the pipeline path was required. Also, a part of
this project was the complete roadway restoration including
driveways and swales.
This project was within a residential neighborhood with a heavy
traffic flow. Part of this project was located with-in Broward
County Right-of-Way all required permits were obtained using
Ric-Man Construction FL staff.
Keith & Schnars for Water Works 2011
6500 North Andrews Ave.
Ft Lauderdale, FL 33309
(954) 776-1616
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
•
•
3,460LF of 48" DIP Water Main
37 Tons of DIP Water Main Fittings
• 2 48" Butterfly valves Percent Complete 100%
• 10 Sample Points Contract Amount (At Time of Award) $1,192,804,65
Final Contract Amount $1,214,288.47
Value of Work as Prime Contractor $900,905.43
Value of Work for Subcontractor $313,383.04
Project Start Date Jan. 2010
Project Completion Date Sept. 2010
34 I P e
RIC-MAN Supplement
2009
This project was in the City of Miami Beach with very tight
working conditions and a very vocal local resident that had a bad
experience with a previous contractor working in the area.
On this project Ric-Man Construction Florida, Inc. was a
subcontractor to Avisco. Ric-Man preformed the land side
excavation for the installation of the 138KV Transmission line.
Ric-Man also performed the required restoration work.
OVERTOWN - VENETIAN 138KV LINE
TRANSMISSION LINE PROJECT
Location: Miami Beach, Florida
Mitch Carpenter
mcarpentert@avisco.corn
Florida Power & Light / Avisco
1005 Clarence Larson Drive,
Oak Ridge, TN 37830
(865) 276-1360
Jim Sells
(786) 236-5758
Florida Power and Light
Jacobs North America
Ric-Man Construction Florida, Inc./FPL
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
Percent Complete 100%
Contract Amount (At Time of Award) $389,370.00
Final Contract Amount $389,370.00
Value of Work as Prime Contractor $389,370.00
Value of Work for Subcontractor $0.00
Project Start Date May 2009
Project Completion Date July 2009
35 I P a
RIC-MAN Supplement
2009
This project was in the City of Miami Beach with very tight
working conditions and a very vocal local resident that had a bad
experience with a previous contractor working in the area.
On this project Ric-Man Construction Florida, Inc. was a
subcontractor to Avisco. Ric-Man preformed the land side
excavation for the installation of the 138KV Transmission line.
Ric-Man also performed the required restoration work.
OVERTOWN - VENETIAN 138KV LINE
TRANSMISSION LINE PROJECT
Location: Miami Beach, Florida
Mitch Carpenter
mcarpentert@avisco.corn
Florida Power & Light / Avisco
1005 Clarence Larson Drive,
Oak Ridge, TN 37830
(865) 276-1360
Jim Sells
(786) 236-5758
Florida Power and Light
Jacobs North America
Ric-Man Construction Florida, Inc./FPL
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
Percent Complete 100%
Contract Amount (At Time of Award) $389,370.00
Final Contract Amount $389,370.00
Value of Work as Prime Contractor $389,370.00
Value of Work for Subcontractor $0.00
Project Start Date May 2009
Project Completion Date July 2009
35 I P a
RIC-MAN Supplement
2009
This project was in the City of Miami Beach with very tight
working conditions and a very vocal local resident that had a bad
experience with a previous contractor working in the area.
On this project Ric-Man Construction Florida, Inc. was a
subcontractor to Avisco. Ric-Man preformed the land side
excavation for the installation of the 138KV Transmission line.
Ric-Man also performed the required restoration work.
OVERTOWN - VENETIAN 138KV LINE
TRANSMISSION LINE PROJECT
Location: Miami Beach, Florida
Mitch Carpenter
mcarpentert@avisco.corn
Florida Power & Light / Avisco
1005 Clarence Larson Drive,
Oak Ridge, TN 37830
(865) 276-1360
Jim Sells
(786) 236-5758
Florida Power and Light
Jacobs North America
Ric-Man Construction Florida, Inc./FPL
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
Percent Complete 100%
Contract Amount (At Time of Award) $389,370.00
Final Contract Amount $389,370.00
Value of Work as Prime Contractor $389,370.00
Value of Work for Subcontractor $0.00
Project Start Date May 2009
Project Completion Date July 2009
35 I P a
RIC-MAN Supplement
2009
MIAMI SPRINGS CALCIUM CARBONATE DEPOSIT LAGOON
CALCIUM CARBONATE REMOVAL
Location: Miami, Florida
Juan Diaz
jecliaz(@rniarniclade.gov
Miami Dade Water & Sewer
3575 S Lejeune Rd
Miami, FL 33146
(786) 268-5076
This project was located within a residential neighborhood and
directly across the street from the Miami Springs High School.
+/- 11,000 truckloads of material were removed from the site
with zero accidents or incidents involving property damage or
claims.
This project consisted of the removal of 182,000 cubic yards of
calcium carbonate residual from an above ground storage lagoon
located in the City of Miami Springs.
Miami Dade Water & Sewer
3575 South LeJeune Road
Miami, FL 33146
(786) 268-5076
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
• 2" Reclaimed Waterservice
• Portable Truck wash for exitingvehicles
Percent Complete 100%
Contract Amount (At Time of Award) $3,097,610.24
Final Contract Amount $3,097,610.24
Value of Work as Prime Contractor $3,072,074.24
Value of Work for Subcontractor $25,536.00
Project Start Date Mar. 2009
Project Completion Date May 2010
36IP:tge
RIC-MAN Supplement
2009
MIAMI SPRINGS CALCIUM CARBONATE DEPOSIT LAGOON
CALCIUM CARBONATE REMOVAL
Location: Miami, Florida
Juan Diaz
jecliaz(@rniarniclade.gov
Miami Dade Water & Sewer
3575 S Lejeune Rd
Miami, FL 33146
(786) 268-5076
This project was located within a residential neighborhood and
directly across the street from the Miami Springs High School.
+/- 11,000 truckloads of material were removed from the site
with zero accidents or incidents involving property damage or
claims.
This project consisted of the removal of 182,000 cubic yards of
calcium carbonate residual from an above ground storage lagoon
located in the City of Miami Springs.
Miami Dade Water & Sewer
3575 South LeJeune Road
Miami, FL 33146
(786) 268-5076
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
• 2" Reclaimed Waterservice
• Portable Truck wash for exitingvehicles
Percent Complete 100%
Contract Amount (At Time of Award) $3,097,610.24
Final Contract Amount $3,097,610.24
Value of Work as Prime Contractor $3,072,074.24
Value of Work for Subcontractor $25,536.00
Project Start Date Mar. 2009
Project Completion Date May 2010
36IP:tge
RIC-MAN Supplement
2009
MIAMI SPRINGS CALCIUM CARBONATE DEPOSIT LAGOON
CALCIUM CARBONATE REMOVAL
Location: Miami, Florida
Juan Diaz
jecliaz(@rniarniclade.gov
Miami Dade Water & Sewer
3575 S Lejeune Rd
Miami, FL 33146
(786) 268-5076
This project was located within a residential neighborhood and
directly across the street from the Miami Springs High School.
+/- 11,000 truckloads of material were removed from the site
with zero accidents or incidents involving property damage or
claims.
This project consisted of the removal of 182,000 cubic yards of
calcium carbonate residual from an above ground storage lagoon
located in the City of Miami Springs.
Miami Dade Water & Sewer
3575 South LeJeune Road
Miami, FL 33146
(786) 268-5076
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
• 2" Reclaimed Waterservice
• Portable Truck wash for exitingvehicles
Percent Complete 100%
Contract Amount (At Time of Award) $3,097,610.24
Final Contract Amount $3,097,610.24
Value of Work as Prime Contractor $3,072,074.24
Value of Work for Subcontractor $25,536.00
Project Start Date Mar. 2009
Project Completion Date May 2010
36IP:tge
RIC-MAN Supplement
2008
HILLSBORO STREETSCAPE IMPROVEMENTS
Location: Deerfield Beach, Florida
Charles DaBrusco
CDaBrusco@deerfield-beach.com
City of Deerfield Beach
150 NE 2nd Avenue
Deerfield Beach, FL 33441
(954) 480-4270
Keith & Schnars for Water Works 2011
6500 North Andrews Ave.
Ft Lauderdale, FL 33309
(954) 776-1616
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
This project took place on State Road 810 this is the major
thoroughfare for the City of Deerfield Beach to get residents and
visitors to and from the Beach access area.
The Hillsboro Streetscape Improvement project consisted of the
complete Streetscape of Hillsboro Blvd. from US 1 to State Road
AlA with drainage improvements, water main replacement, Brick
Paver sidewalk, landscape with irrigation and hardscape
including bus shelters, trash cans and benches. Also, part of this
project was the complete reconstruction of the roadway while
maintaining access to all residents, business owners and public.
The medians were realigned, new street lights were installed and
the major intersections received new mast arms and traffic
signals. This project also consisted of the complete burial of all
FPL, Comcast and AT&T overhead lines converting the entire
system to and underground looped system.
•
•
1078 LF of 18" RCP Drainage
69 LF of 24" RCP Drainage
n 350 LF of 30" RCP Drainage Percent Complete 100%
n 28 FDOT P-5 & P-6 Storm Inlets Contract Amount (At Time of Award) $5,111,500.25
n 2362 LF of 10" DIP Water Main Final Contract Amount $5,042,782.19
• 4 Live Water Main Taps Various Sizes Value of Work as Prime Contractor $1,264,734.19
n 7100 LF of FPL Conduit with Hand Holes Value of Work for Subcontractor $3,778,048.00
n 13,100 LF of ComcastConduits Project Start Date Aug. 2009
n 10,200 LF of Bellsouth Conduits Project Completion Date July 2012
37 P ,Z;
RIC-MAN Supplement
2008
HILLSBORO STREETSCAPE IMPROVEMENTS
Location: Deerfield Beach, Florida
Charles DaBrusco
CDaBrusco@deerfield-beach.com
City of Deerfield Beach
150 NE 2nd Avenue
Deerfield Beach, FL 33441
(954) 480-4270
Keith & Schnars for Water Works 2011
6500 North Andrews Ave.
Ft Lauderdale, FL 33309
(954) 776-1616
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
This project took place on State Road 810 this is the major
thoroughfare for the City of Deerfield Beach to get residents and
visitors to and from the Beach access area.
The Hillsboro Streetscape Improvement project consisted of the
complete Streetscape of Hillsboro Blvd. from US 1 to State Road
AlA with drainage improvements, water main replacement, Brick
Paver sidewalk, landscape with irrigation and hardscape
including bus shelters, trash cans and benches. Also, part of this
project was the complete reconstruction of the roadway while
maintaining access to all residents, business owners and public.
The medians were realigned, new street lights were installed and
the major intersections received new mast arms and traffic
signals. This project also consisted of the complete burial of all
FPL, Comcast and AT&T overhead lines converting the entire
system to and underground looped system.
•
•
1078 LF of 18" RCP Drainage
69 LF of 24" RCP Drainage
n 350 LF of 30" RCP Drainage Percent Complete 100%
n 28 FDOT P-5 & P-6 Storm Inlets Contract Amount (At Time of Award) $5,111,500.25
n 2362 LF of 10" DIP Water Main Final Contract Amount $5,042,782.19
• 4 Live Water Main Taps Various Sizes Value of Work as Prime Contractor $1,264,734.19
n 7100 LF of FPL Conduit with Hand Holes Value of Work for Subcontractor $3,778,048.00
n 13,100 LF of ComcastConduits Project Start Date Aug. 2009
n 10,200 LF of Bellsouth Conduits Project Completion Date July 2012
37 P ,Z;
RIC-MAN Supplement
2008
HILLSBORO STREETSCAPE IMPROVEMENTS
Location: Deerfield Beach, Florida
Charles DaBrusco
CDaBrusco@deerfield-beach.com
City of Deerfield Beach
150 NE 2nd Avenue
Deerfield Beach, FL 33441
(954) 480-4270
Keith & Schnars for Water Works 2011
6500 North Andrews Ave.
Ft Lauderdale, FL 33309
(954) 776-1616
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
This project took place on State Road 810 this is the major
thoroughfare for the City of Deerfield Beach to get residents and
visitors to and from the Beach access area.
The Hillsboro Streetscape Improvement project consisted of the
complete Streetscape of Hillsboro Blvd. from US 1 to State Road
AlA with drainage improvements, water main replacement, Brick
Paver sidewalk, landscape with irrigation and hardscape
including bus shelters, trash cans and benches. Also, part of this
project was the complete reconstruction of the roadway while
maintaining access to all residents, business owners and public.
The medians were realigned, new street lights were installed and
the major intersections received new mast arms and traffic
signals. This project also consisted of the complete burial of all
FPL, Comcast and AT&T overhead lines converting the entire
system to and underground looped system.
•
•
1078 LF of 18" RCP Drainage
69 LF of 24" RCP Drainage
n 350 LF of 30" RCP Drainage Percent Complete 100%
n 28 FDOT P-5 & P-6 Storm Inlets Contract Amount (At Time of Award) $5,111,500.25
n 2362 LF of 10" DIP Water Main Final Contract Amount $5,042,782.19
• 4 Live Water Main Taps Various Sizes Value of Work as Prime Contractor $1,264,734.19
n 7100 LF of FPL Conduit with Hand Holes Value of Work for Subcontractor $3,778,048.00
n 13,100 LF of ComcastConduits Project Start Date Aug. 2009
n 10,200 LF of Bellsouth Conduits Project Completion Date July 2012
37 P ,Z;
RIC-MAN Supplement
2008
This project was within a neighborhood with a very vocal home
owners association, Ric-Man Construction Florida, Inc. received a
letter of appreciation from the City of Ft Lauderdale in regards to
the performance on this project.
The installation of +/- 16,000 LF of Sanitary Sewer and associated
manholes (70). This project also included road reconstruction,
Including sidewalks, driveways & Swales with sod and other
miscellaneous landscaping.
SHADY BANKS SEPTIC AREA BASIN C
Location: Ft. Lauderdale, Florida
Jorge Holguin
JHolvinfebfortlauderdale.gov
City of Ft. Lauderdale / Water Works 20111
200 North Andrews Ave, Suite 300
Ft Lauderdale, FL 33301
(954) 522-2604
Keith & Schnars for Water Works 2011
6500 North Andrews Ave.
Ft Lauderdale, FL 33309
(954) 776-1616
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
• 15,986 LF of 8" GravitySewer
70 Sanitary Sewer Manholes
• 303 Sanitary Sewer Service Laterals Percent Complete 100%
• 1,800 LF of 8" WaterMain Contract Amount (At Time of Award) $3,493,703.41
• 21 Water Services Final Contract Amount $3,698,046.00
• 5 Live Water Main Taps Value of Work as Prime Contractor $2,384,690.81
Value of Work for Subcontractor $1,313,355.19
Project Start Date Dec. 2007
Project Completion Date Oct. 2008
38 I P 4
RIC-MAN Supplement
2008
This project was within a neighborhood with a very vocal home
owners association, Ric-Man Construction Florida, Inc. received a
letter of appreciation from the City of Ft Lauderdale in regards to
the performance on this project.
The installation of +/- 16,000 LF of Sanitary Sewer and associated
manholes (70). This project also included road reconstruction,
Including sidewalks, driveways & Swales with sod and other
miscellaneous landscaping.
SHADY BANKS SEPTIC AREA BASIN C
Location: Ft. Lauderdale, Florida
Jorge Holguin
JHolvinfebfortlauderdale.gov
City of Ft. Lauderdale / Water Works 20111
200 North Andrews Ave, Suite 300
Ft Lauderdale, FL 33301
(954) 522-2604
Keith & Schnars for Water Works 2011
6500 North Andrews Ave.
Ft Lauderdale, FL 33309
(954) 776-1616
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
• 15,986 LF of 8" GravitySewer
70 Sanitary Sewer Manholes
• 303 Sanitary Sewer Service Laterals Percent Complete 100%
• 1,800 LF of 8" WaterMain Contract Amount (At Time of Award) $3,493,703.41
• 21 Water Services Final Contract Amount $3,698,046.00
• 5 Live Water Main Taps Value of Work as Prime Contractor $2,384,690.81
Value of Work for Subcontractor $1,313,355.19
Project Start Date Dec. 2007
Project Completion Date Oct. 2008
38 I P 4
RIC-MAN Supplement
2008
This project was within a neighborhood with a very vocal home
owners association, Ric-Man Construction Florida, Inc. received a
letter of appreciation from the City of Ft Lauderdale in regards to
the performance on this project.
The installation of +/- 16,000 LF of Sanitary Sewer and associated
manholes (70). This project also included road reconstruction,
Including sidewalks, driveways & Swales with sod and other
miscellaneous landscaping.
SHADY BANKS SEPTIC AREA BASIN C
Location: Ft. Lauderdale, Florida
Jorge Holguin
JHolvinfebfortlauderdale.gov
City of Ft. Lauderdale / Water Works 20111
200 North Andrews Ave, Suite 300
Ft Lauderdale, FL 33301
(954) 522-2604
Keith & Schnars for Water Works 2011
6500 North Andrews Ave.
Ft Lauderdale, FL 33309
(954) 776-1616
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
• 15,986 LF of 8" GravitySewer
70 Sanitary Sewer Manholes
• 303 Sanitary Sewer Service Laterals Percent Complete 100%
• 1,800 LF of 8" WaterMain Contract Amount (At Time of Award) $3,493,703.41
• 21 Water Services Final Contract Amount $3,698,046.00
• 5 Live Water Main Taps Value of Work as Prime Contractor $2,384,690.81
Value of Work for Subcontractor $1,313,355.19
Project Start Date Dec. 2007
Project Completion Date Oct. 2008
38 I P 4
RIC-MAN Supplement
2008
RECLAIMED WATER PIPELINE EXTENSION BROKEN SOUTH EAST
Location: Boca Raton, Florida
Chris Helfrich
chelfrichPci.boca-raton.tlus
City of Boca Raton
1401 Glades Road
Boca Raton, FL 33431
(561) 338-7303
Rebecca Travis / Mathews Consulting
477 S Rosemary Ave, Suite 330
West Palm Beach, FL 33401
(561) 655-6175
This project was within a corporate business center and along
Lake Worth Drainage District easements. The directional on this
project was performed under a busy 6 lane FDOT Roadway with a
high-profile fiber optic cable along the bore path.
Installation of +/- 5,000 LF of 20" Reclaimed Water Main with
service stubs and a directional drill +/- 300 LF under Yamato Rd.
Also included with in this scope of work was the restoration of
sidewalk and roadway with tree removal and relocation.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
;
n
n
5,000 LF of 20" Reclaimed Watermain
18 Tons of DIP Water Main Fittings
• 4 20" Butterflyva Ives Percent Complete 100%
• 6 8" Service Stubs Contract Amount (At Time of Award) $905,360.10
• 2 Air Releasestructures Final Contract Amount $951,783.37
• 300 LF 20" Directional Drill Value of Work as Prime Contractor $634,407.25
Value of Work for Subcontractor $317,36.12
Project Start Date Sept. 2008
Project Completion Date Dec. 2008
39
RIC-MAN Supplement
2008
RECLAIMED WATER PIPELINE EXTENSION BROKEN SOUTH EAST
Location: Boca Raton, Florida
Chris Helfrich
chelfrichPci.boca-raton.tlus
City of Boca Raton
1401 Glades Road
Boca Raton, FL 33431
(561) 338-7303
Rebecca Travis / Mathews Consulting
477 S Rosemary Ave, Suite 330
West Palm Beach, FL 33401
(561) 655-6175
This project was within a corporate business center and along
Lake Worth Drainage District easements. The directional on this
project was performed under a busy 6 lane FDOT Roadway with a
high-profile fiber optic cable along the bore path.
Installation of +/- 5,000 LF of 20" Reclaimed Water Main with
service stubs and a directional drill +/- 300 LF under Yamato Rd.
Also included with in this scope of work was the restoration of
sidewalk and roadway with tree removal and relocation.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
;
n
n
5,000 LF of 20" Reclaimed Watermain
18 Tons of DIP Water Main Fittings
• 4 20" Butterflyva Ives Percent Complete 100%
• 6 8" Service Stubs Contract Amount (At Time of Award) $905,360.10
• 2 Air Releasestructures Final Contract Amount $951,783.37
• 300 LF 20" Directional Drill Value of Work as Prime Contractor $634,407.25
Value of Work for Subcontractor $317,36.12
Project Start Date Sept. 2008
Project Completion Date Dec. 2008
39
RIC-MAN Supplement
2008
RECLAIMED WATER PIPELINE EXTENSION BROKEN SOUTH EAST
Location: Boca Raton, Florida
Chris Helfrich
chelfrichPci.boca-raton.tlus
City of Boca Raton
1401 Glades Road
Boca Raton, FL 33431
(561) 338-7303
Rebecca Travis / Mathews Consulting
477 S Rosemary Ave, Suite 330
West Palm Beach, FL 33401
(561) 655-6175
This project was within a corporate business center and along
Lake Worth Drainage District easements. The directional on this
project was performed under a busy 6 lane FDOT Roadway with a
high-profile fiber optic cable along the bore path.
Installation of +/- 5,000 LF of 20" Reclaimed Water Main with
service stubs and a directional drill +/- 300 LF under Yamato Rd.
Also included with in this scope of work was the restoration of
sidewalk and roadway with tree removal and relocation.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
;
n
n
5,000 LF of 20" Reclaimed Watermain
18 Tons of DIP Water Main Fittings
• 4 20" Butterflyva Ives Percent Complete 100%
• 6 8" Service Stubs Contract Amount (At Time of Award) $905,360.10
• 2 Air Releasestructures Final Contract Amount $951,783.37
• 300 LF 20" Directional Drill Value of Work as Prime Contractor $634,407.25
Value of Work for Subcontractor $317,36.12
Project Start Date Sept. 2008
Project Completion Date Dec. 2008
39
RIC-MAN Supplement
2007
13TH AVENUE DRAINAGE BASIN IMPROVEMENTS
Location: Lake Worth, Florida
John Lamb
jlambalakeworth.org
City of Lake Worth
1900 2nd Ave.
Lake Worth, FL 33460
(561) 719-1623
This project was constructed in the middle of a residential
neighborhood with ground water influence from the Intra- Coastal
Water way (ICW).
Installation and replacement of large Diameter drainage and
Installation of Nutrient separating Baffle boxes prior to the
discharge of storm water into the Lake Worth Lagoon. Also
included in this project was minor water main relocation to
facilitate the installation of the large diameter drainage and
exfiltration trench with associated structures.
Anne Capelli/ Mock Roos & Associates
5720 Corporate Way
West palm Beach, FL 33407
(561) 683-3113
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
! f!. 7 - •
•
•
127 LF of 66" RCPDrainage
100 LF of 48" RCPDrainage
• 80 LF of 36" RCP Drainage Percent Complete 100%
n 370 LF of 18" RCP Exfiltration Trench Contract Amount (At Time of Award) $866,483.00
• 1 - 10' x 16' Nutrient Separating Baffle Box (NSBB) Final Contract Amount $875,903.22
• 1 —8' x 14' Nutrient Separating Baffle Box(NSBB) Value of Work as Prime Contractor $770,915.22
n 1 —6' x 12' Nutrient Separating Baffle Box(NSBB) Value of Work for Subcontractor $104,998.00
• Miscellaneous water Main Adjustments Project Start Date Feb. 2007
Project Completion Date July 2007
40 I P
RIC-MAN Supplement
2007
13TH AVENUE DRAINAGE BASIN IMPROVEMENTS
Location: Lake Worth, Florida
John Lamb
jlambalakeworth.org
City of Lake Worth
1900 2nd Ave.
Lake Worth, FL 33460
(561) 719-1623
This project was constructed in the middle of a residential
neighborhood with ground water influence from the Intra- Coastal
Water way (ICW).
Installation and replacement of large Diameter drainage and
Installation of Nutrient separating Baffle boxes prior to the
discharge of storm water into the Lake Worth Lagoon. Also
included in this project was minor water main relocation to
facilitate the installation of the large diameter drainage and
exfiltration trench with associated structures.
Anne Capelli/ Mock Roos & Associates
5720 Corporate Way
West palm Beach, FL 33407
(561) 683-3113
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
! f!. 7 - •
•
•
127 LF of 66" RCPDrainage
100 LF of 48" RCPDrainage
• 80 LF of 36" RCP Drainage Percent Complete 100%
n 370 LF of 18" RCP Exfiltration Trench Contract Amount (At Time of Award) $866,483.00
• 1 - 10' x 16' Nutrient Separating Baffle Box (NSBB) Final Contract Amount $875,903.22
• 1 —8' x 14' Nutrient Separating Baffle Box(NSBB) Value of Work as Prime Contractor $770,915.22
n 1 —6' x 12' Nutrient Separating Baffle Box(NSBB) Value of Work for Subcontractor $104,998.00
• Miscellaneous water Main Adjustments Project Start Date Feb. 2007
Project Completion Date July 2007
40 I P
'RIC-MAN SUpplement
2007
13TH AVENUE DRAINAGE BASIN IMPROVEMENTS
Location: Lake Worth, Florida
John Lamb
jlambalakel,vortl-Lorg
City of Lake Worth
1900 2nd Ave.
Lake Worth, FL 33460
(561) 719-1623
This project was constructed in the middle of a residential
neighborhood with ground water influence from the Intra- Coastal
Water way (ICW).
Installation and replacement of large Diameter drainage and
Installation of Nutrient separating Baffle boxes prior to the
discharge of storm water into the Lake Worth Lagoon. Also
included in this project was minor water main relocation to
facilitate the installation of the large diameter drainage and
exfiltration trench with associated structures.
Anne Capelli/ Mock Roos & Associates
5720 Corporate Way
West palm Beach, FL 33407
(561) 683-3113
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
• - -
•
n
127 LF of 66" RCP Drainage
100 LF of 48" RCPDrainage
n 80 LF of 36" RCPDrainage Percent Complete 100%
n 370 LF of 18" RCP Exfiltration Trench Contract Amount (At Time of Award) $866,483.00
• 1 - 10' x 16' Nutrient Separating Baffle Box (NSBB) Final Contract Amount $875,903.22
• 1 —8' x 14' Nutrient Separating Baffle Box(NSBB) Value of Work as Prime Contractor $770,915.22
• 1 —6' x 12' Nutrient Separating Baffle Box(NSBB) Value of Work for Subcontractor $104,998.00
n Miscellaneous water Main Adjustments Project Start Date Feb. 2007
Project Completion Date July 2007
40 I r
R1C-MAN Supplement
2007
This project was within the City of Lauderdale by the Sea the
pipeline was installed along State Road AlA with heavy traffic
flow. All FDOT required permits were obtained by Ric-Man's staff.
The installation of the 12" Water main was accomplished during
the hours of 9:00am to 4:00 PM due to FDOT permit requirements.
Installation of +/- 10,000 LF of 12" DIP Water Main, a Horizontal
Directional Drill under Commercial Blvd. Roadway Restoration,
sidewalk restoration, swales to include sod.
NORTH EAST LARGE WATER MAIN
Location: Ft. Lauderdale, Florida
Jorge Holguin
iffolguintafortlauderdale.,gov
City of Ft. Lauderdale / Water Works 20111
200 North Andrews Ave, Suite 300,
Ft Lauderdale, FL 33301
(954) 522-2604
CH2MHi11 for Water Works 2011
800 Fairway Drive suite 350
Deerfield Beach, FL 33441
(954) 426-6112
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
• + / - 10, 000 LF of 12" DIP Watermain
n 14 Tons of DIP Water Main Fittings
n 15 Fire Hydrant Assemblies Percent Complete 100%
• 45 Gate Valves Contract Amount (At Time of Award) $3,262,318.10
n 9 Tapping Sleeves and valves with 9 lives taps Final Contract Amount $3,277,729.10
to active watersystems Value of Work as Prime Contractor $2,167,800.60
n 22 Sample Points Value of Work for Subcontractor $1,109,928.50
Project Start Date May 2007
Project Completion Date Dec. 2007
R1C-MAN Supplement
2007
This project was within the City of Lauderdale by the Sea the
pipeline was installed along State Road AlA with heavy traffic
flow. All FDOT required permits were obtained by Ric-Man's staff.
The installation of the 12" Water main was accomplished during
the hours of 9:00am to 4:00 PM due to FDOT permit requirements.
Installation of +/- 10,000 LF of 12" DIP Water Main, a Horizontal
Directional Drill under Commercial Blvd. Roadway Restoration,
sidewalk restoration, swales to include sod.
NORTH EAST LARGE WATER MAIN
Location: Ft. Lauderdale, Florida
Jorge Holguin
iffolguintafortlauderdale.,gov
City of Ft. Lauderdale / Water Works 20111
200 North Andrews Ave, Suite 300,
Ft Lauderdale, FL 33301
(954) 522-2604
CH2MHi11 for Water Works 2011
800 Fairway Drive suite 350
Deerfield Beach, FL 33441
(954) 426-6112
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
• + / - 10, 000 LF of 12" DIP Watermain
n 14 Tons of DIP Water Main Fittings
n 15 Fire Hydrant Assemblies Percent Complete 100%
• 45 Gate Valves Contract Amount (At Time of Award) $3,262,318.10
n 9 Tapping Sleeves and valves with 9 lives taps Final Contract Amount $3,277,729.10
to active watersystems Value of Work as Prime Contractor $2,167,800.60
n 22 Sample Points Value of Work for Subcontractor $1,109,928.50
Project Start Date May 2007
Project Completion Date Dec. 2007
R1C-MAN Supplement
2007
This project was within the City of Lauderdale by the Sea the
pipeline was installed along State Road AlA with heavy traffic
flow. All FDOT required permits were obtained by Ric-Man's staff.
The installation of the 12" Water main was accomplished during
the hours of 9:00am to 4:00 PM due to FDOT permit requirements.
Installation of +/- 10,000 LF of 12" DIP Water Main, a Horizontal
Directional Drill under Commercial Blvd. Roadway Restoration,
sidewalk restoration, swales to include sod.
NORTH EAST LARGE WATER MAIN
Location: Ft. Lauderdale, Florida
Jorge Holguin
iffolguintafortlauderdale.,gov
City of Ft. Lauderdale / Water Works 20111
200 North Andrews Ave, Suite 300,
Ft Lauderdale, FL 33301
(954) 522-2604
CH2MHi11 for Water Works 2011
800 Fairway Drive suite 350
Deerfield Beach, FL 33441
(954) 426-6112
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
• + / - 10, 000 LF of 12" DIP Watermain
n 14 Tons of DIP Water Main Fittings
n 15 Fire Hydrant Assemblies Percent Complete 100%
• 45 Gate Valves Contract Amount (At Time of Award) $3,262,318.10
n 9 Tapping Sleeves and valves with 9 lives taps Final Contract Amount $3,277,729.10
to active watersystems Value of Work as Prime Contractor $2,167,800.60
n 22 Sample Points Value of Work for Subcontractor $1,109,928.50
Project Start Date May 2007
Project Completion Date Dec. 2007
RIC-MAN Supplement
2006
INCA STORM WATER MANAGEMENT AND WATER MAIN REPLACEMENT
Location: Boynton Beach, Florida
Paul Fleming
FlemingP0bbllus
City of Boynton Beach
124 E Woolbright Rd
Boynton Beach, FL 33424
(561) 742-6400
Camp Dresser & Mckee Ana DeMelo
1601 Belvedere Rd. Suite 211 South
West Palm Beach, FL33406
(561) 689-3336
This project was within the City of Boynton Beach in an area of
tidal influence with poor soil conditions directly adjacent to the
Intracoastal Water Way (ICW).
Installation of +/- 7,500 LF of HDPE Drainage with FDOT ditch
bottom inlets detention ponds with a storm water pump station
without fall into the Intracoastal Waterway. 5,000 LF of 6" Water
Main, 20,000 SY of new roadway new street lighting, landscape
and irrigation.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
7 •7 7 1 r.7 .; P";
•
•
+ / - 7,500 LF of HDPE Drainage
37 FDOT Ditch Bottom inlets and Manholes
• +/-5,000LF of 6"Water Main Percent Complete 100%
• 11 Fire Hydrant Assemblies Contract Amount (At Time of Award) $4,130,907.00
n 20 Gate Valves Final Contract Amount $4,460,975.00
• 65 WaterServices Value of Work as Prime Contractor $3,254,763.00
• 5 Tapping Sleeves and valves with 9 lives taps Value of Work for Subcontractor $1,235,912.00
to active watersystems Project Start Date Jun. 2005
• 7 Permanent Sampling Points Project Completion Date Aug. 2006
42IPJ 4e
RIC-MAN Supplement
2006
INCA STORM WATER MANAGEMENT AND WATER MAIN REPLACEMENT
Location: Boynton Beach, Florida
Paul Fleming
FlemingP0bbllus
City of Boynton Beach
124 E Woolbright Rd
Boynton Beach, FL 33424
(561) 742-6400
Camp Dresser & Mckee Ana DeMelo
1601 Belvedere Rd. Suite 211 South
West Palm Beach, FL33406
(561) 689-3336
This project was within the City of Boynton Beach in an area of
tidal influence with poor soil conditions directly adjacent to the
Intracoastal Water Way (ICW).
Installation of +/- 7,500 LF of HDPE Drainage with FDOT ditch
bottom inlets detention ponds with a storm water pump station
without fall into the Intracoastal Waterway. 5,000 LF of 6" Water
Main, 20,000 SY of new roadway new street lighting, landscape
and irrigation.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
7 •7 7 1 r.7 .; P";
•
•
+ / - 7,500 LF of HDPE Drainage
37 FDOT Ditch Bottom inlets and Manholes
• +/-5,000LF of 6"Water Main Percent Complete 100%
• 11 Fire Hydrant Assemblies Contract Amount (At Time of Award) $4,130,907.00
n 20 Gate Valves Final Contract Amount $4,460,975.00
• 65 WaterServices Value of Work as Prime Contractor $3,254,763.00
• 5 Tapping Sleeves and valves with 9 lives taps Value of Work for Subcontractor $1,235,912.00
to active watersystems Project Start Date Jun. 2005
• 7 Permanent Sampling Points Project Completion Date Aug. 2006
42IPJ 4e
RIC-MAN Supplement
2006
INCA STORM WATER MANAGEMENT AND WATER MAIN REPLACEMENT
Location: Boynton Beach, Florida
Paul Fleming
FlemingPabbtl.us
City of Boynton Beach
124 E Woolbright Rd
Boynton Beach, FL 33424
(561) 742-6400
Camp Dresser & Mckee Ana DeMelo
1601 Belvedere Rd. Suite 211 South
West Palm Beach, FL33406
(561) 689-3336
This project was within the City of Boynton Beach in an area of
tidal influence with poor soil conditions directly adjacent to the
Intracoastal Water Way (ICW).
Installation of +/- 7,500 LF of HDPE Drainage with FDOT ditch
bottom inlets detention ponds with a storm water pump station
without fall into the Intracoastal Waterway. 5,000 LF of 6" Water
Main, 20,000 SY of new roadway new street lighting, landscape
and irrigation.
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
• 3 3
•
•
+/ - 7,500 LF of HDPE Drainage
37 FDOT Ditch Bottom inlets and Manholes
• +/-5,000 LF of 6"Water Main Percent Complete 100%
• 11 Fire Hydrant Assemblies Contract Amount (At Time of Award) $4,130,907.00
• 20 Gate Valves Final Contract Amount $4,460,975.00
• 65 Water Services Value of Work as Prime Contractor $3,254,763.00
• 5 Tapping Sleeves and valves with 9 lives taps Value of Work for Subcontractor $1,235,912.00
to active watersystems Project Start Date Jun. 2005
• 7 Permanent Sampling Points Project Completion Date Aug. 2006
4 2 I
RIC-MAN Supplement '
AlA S-CURVE
Location: Deerfield Beach, Florida
2006
Charles DaBrusco
CDaBruscoadeefield-beach.com
City of Deerfield Beach
150 NE 2nd Avenue
Deerfield Beach, FL 33441
(954) 480-4270
This project took place on State Road AlA directly across from the
Beach Access for the City of Deerfield Beach.
This project consisted of drainage improvements along AlA +/-
504 LF of Exfiltration trench and associated structures the
installation of new Street lighting, new brick Paver sidewalk 5,288
SF and landscaping.
Keith & Schnars for Water Works 2011
6500 North Andrews Ave.
Ft Lauderdale, FL 33309
(954) 776-1616
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
'271
n
•
304 LF of RCP Exfiltration Trench
200 LF of 18" RCPDrainage
n 5 FDOT Curb Inlets Percent Complete 100%
n 1 FDOT Storm Manhole Contract Amount (At Time of Award) $540,000.00
Final Contract Amount $540,000.00
Value of Work as Prime Contractor $373,245.00
Value of Work for Subcontractor $166,755.00
Project Start Date May 2006
Project Completion Date July 2006
43 IP3ge
RIC-MAN Supplement '
AlA S-CURVE
Location: Deerfield Beach, Florida
2006
Charles DaBrusco
CDaBruscoadeefield-beach.com
City of Deerfield Beach
150 NE 2nd Avenue
Deerfield Beach, FL 33441
(954) 480-4270
This project took place on State Road AlA directly across from the
Beach Access for the City of Deerfield Beach.
This project consisted of drainage improvements along AlA +/-
504 LF of Exfiltration trench and associated structures the
installation of new Street lighting, new brick Paver sidewalk 5,288
SF and landscaping.
Keith & Schnars for Water Works 2011
6500 North Andrews Ave.
Ft Lauderdale, FL 33309
(954) 776-1616
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
'271
n
•
304 LF of RCP Exfiltration Trench
200 LF of 18" RCPDrainage
n 5 FDOT Curb Inlets Percent Complete 100%
n 1 FDOT Storm Manhole Contract Amount (At Time of Award) $540,000.00
Final Contract Amount $540,000.00
Value of Work as Prime Contractor $373,245.00
Value of Work for Subcontractor $166,755.00
Project Start Date May 2006
Project Completion Date July 2006
43 IP3ge
RIC-MAN Supplement '
AlA S-CURVE
Location: Deerfield Beach, Florida
2006
Charles DaBrusco
CDaBruscoadeefield-beach.com
City of Deerfield Beach
150 NE 2nd Avenue
Deerfield Beach, FL 33441
(954) 480-4270
This project took place on State Road AlA directly across from the
Beach Access for the City of Deerfield Beach.
This project consisted of drainage improvements along AlA +/-
504 LF of Exfiltration trench and associated structures the
installation of new Street lighting, new brick Paver sidewalk 5,288
SF and landscaping.
Keith & Schnars for Water Works 2011
6500 North Andrews Ave.
Ft Lauderdale, FL 33309
(954) 776-1616
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
•
•
304 LF of RCP Exfiltration Trench
200 LF of 18" RCPDrainage
• 5 FDOT Curb Inlets Percent Complete 100%
• 1 FDOT Storm Manhole Contract Amount (At Time of Award) $540,000.00
Final Contract Amount $540,000.00
Value of Work as Prime Contractor $373,245.00
Value of Work for Subcontractor $166,755.00
Project Start Date May 2006
Project Completion Date July 2006
43 I P A e
RIC-MAN Supplement
2005
This project took place directly on Deerfield Beach This is the
main beach for all Deerfield residents and visitors.
This project consisted of the complete Streetscape Improvement
of the entire beach front area. The installation of class V Drainage
wells (3) the installation of new drainage +/-1,900 LF Water Main
replacement 1,500 LF the installation of Beach showers, Entrance
features, extensive Landscaping and hardscape, Street Light
installation with protection for sea turtles a New Brick Paver
Promenade 54,000 SF and a Complete Sound system.
OCEAN WAY INFRASTRUCTURE
Location: Deerfield Beach, Florida
Charles DaBrusco
CDaBruscoOdeefield-beach.corn
Dean Payne
DPavneRdeerfiled-beach.com
City of Deerfield Beach
150 NE 2nd Avenue
Deerfield Beach, FL 33441
(954) 480-4270
Robert McSweeney
Keith & Associates
301 East Atlantic Blvd
Pompano Beach, FL 33069
(954) 729-6872
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
Percent Complete 100%
Contract Amount (At Time of Award) $2,722,897.19
Final Contract Amount $3,312,897.19
Value of Work as Prime Contractor $2,514,530.00
Value of Work for Subcontractor $7,98,367.19
Project Start Date May 2004
Project Completion Date July 2005
441 Pa -4
RIC-MAN Supplement
2005
This project took place directly on Deerfield Beach This is the
main beach for all Deerfield residents and visitors.
This project consisted of the complete Streetscape Improvement
of the entire beach front area. The installation of class V Drainage
wells (3) the installation of new drainage +/-1,900 LF Water Main
replacement 1,500 LF the installation of Beach showers, Entrance
features, extensive Landscaping and hardscape, Street Light
installation with protection for sea turtles a New Brick Paver
Promenade 54,000 SF and a Complete Sound system.
OCEAN WAY INFRASTRUCTURE
Location: Deerfield Beach, Florida
Charles DaBrusco
CDaBruscoOdeefield-beach.corn
Dean Payne
DPavneRdeerfiled-beach.com
City of Deerfield Beach
150 NE 2nd Avenue
Deerfield Beach, FL 33441
(954) 480-4270
Robert McSweeney
Keith & Associates
301 East Atlantic Blvd
Pompano Beach, FL 33069
(954) 729-6872
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
Percent Complete 100%
Contract Amount (At Time of Award) $2,722,897.19
Final Contract Amount $3,312,897.19
Value of Work as Prime Contractor $2,514,530.00
Value of Work for Subcontractor $7,98,367.19
Project Start Date May 2004
Project Completion Date July 2005
441 Pa -4
RIC-MAN Supplement
2005
This project took place directly on Deerfield Beach This is the
main beach for all Deerfield residents and visitors.
This project consisted of the complete Streetscape Improvement
of the entire beach front area. The installation of class V Drainage
wells (3) the installation of new drainage +/- 1,900 LF Water Main
replacement 1,500 LF the installation of Beach showers, Entrance
features, extensive Landscaping and hardscape, Street Light
installation with protection for sea turtles a New Brick Paver
Promenade 54,000 SF and a Complete Sound system.
OCEAN WAY INFRASTRUCTURE
Location: Deerfield Beach, Florida
Charles DaBrusco
CDaBruscoOdeefield-beach.com
Dean Payne
DPavne(Neertlied-beach.com
City of Deerfield Beach
150 NE 2nd Avenue
Deerfield Beach, FL 33441
(954) 480-4270
Robert McSweeney
Keith & Associates
301 East Atlantic Blvd
Pompano Beach, FL 33069
(954) 729-6872
Ric-Man Construction Florida, Inc.
Daniel LaCross, Project Manager
Jeff Phillips, Superintendent
Percent Complete 100%
Contract Amount (At Time of Award) $2,722,897.19
Final Contract Amount $3,312,897.19
Value of Work as Prime Contractor $2,514,530.00
Value of Work for Subcontractor $7,98,367.19
Project Start Date May 2004
Project Completion Date July 2005
44 I 4
RIC-MAN Supplement
ADDITIONAL PROJECT EXPERIENCE
Miami Dade Water and Sewer
2002 12"- 30" Sewer & Water
1998 24" Force Main
1997 32 q d Street Force Main
1997 1,324' 48" DIP With part micro Tunnel
1996 S-427 Dixie Highway Project
1995 5,000' 72" Pre-stressed
1995 5,000' 36" DIP Water Main
1995 48" Force Main
City of Miami
$ 1,027,674.00
$ 1,107,128.00
$ 1,810,425.00
$ 2,946,073.00
$ 2,643,310.00
$ 2,102,289.00
$ 1,231,919.00
$ 2,032,555.00
2002 6,560' 12" & 16" DIP 3,280' Direction Drilling $ 2,831,287.00
City of Ft. Lauderdale
2000 6" - 14" Force Main w/Pump Stations $ 4,682,320.00
South Central Regional Wastewater Board
1998 NW Reuse System Transmission $ 2,495,595.00
Florida Department ofTransportation
2002 Misc. Repairs Annual Contracts $ 1,169,652.00
2001 Ivlisc. Repairs Annual Contracts $ 1,086,533.00
Broward county
2007 Highland Scrub County Park
2002 25,000' 12"- 36" Sewer & Water
2002 55,900' 8"-15" Sewer & Water
2001 54,500' 6"- 36" Sewer & Water
$ 1,013,743.03
$ 8,045,604.00
$ 7,980,000.00
$ 5,571,280.00
Village of
2001 30,500' 6"-42" Sewer & Water $ 2,276,113.00
Palm Beach County
2002 30,000m 450mm - 1800mm Sewer & Water $ 12,914,897.00
City of Deerfield Beach
2004 Ocean Way Improvements $ 3,312,897.19
Florida Power and Light
2011 Installation of +/- 1200' of 12" - 6" Conduit duck-bank encased in fluidized Thermal
2009 Backfill excavation for the installation of 9 3/4 "Steel Conduit
Landside
$ 494,140.00
$ 535,125.00
RIC-MAN Supplement
ADDITIONAL PROJECT EXPERIENCE
Miami Dade Water and Sewer
2002 12"- 30" Sewer & Water
1998 24" Force Main
1997 32 q d Street Force Main
1997 1,324' 48" DIP With part micro Tunnel
1996 S-427 Dixie Highway Project
1995 5,000' 72" Pre-stressed
1995 5,000' 36" DIP Water Main
1995 48" Force Main
City of Miami
$ 1,027,674.00
$ 1,107,128.00
$ 1,810,425.00
$ 2,946,073.00
$ 2,643,310.00
$ 2,102,289.00
$ 1,231,919.00
$ 2,032,555.00
2002 6,560' 12" & 16" DIP 3,280' Direction Drilling $ 2,831,287.00
City of Ft. Lauderdale
2000 6" - 14" Force Main w/Pump Stations $ 4,682,320.00
South Central Regional Wastewater Board
1998 NW Reuse System Transmission $ 2,495,595.00
Florida Department ofTransportation
2002 Misc. Repairs Annual Contracts $ 1,169,652.00
2001 Ivlisc. Repairs Annual Contracts $ 1,086,533.00
Broward county
2007 Highland Scrub County Park
2002 25,000' 12"- 36" Sewer & Water
2002 55,900' 8"-15" Sewer & Water
2001 54,500' 6"- 36" Sewer & Water
$ 1,013,743.03
$ 8,045,604.00
$ 7,980,000.00
$ 5,571,280.00
Village of
2001 30,500' 6"-42" Sewer & Water $ 2,276,113.00
Palm Beach County
2002 30,000m 450mm - 1800mm Sewer & Water $ 12,914,897.00
City of Deerfield Beach
2004 Ocean Way Improvements $ 3,312,897.19
Florida Power and Light
2011 Installation of +/- 1200' of 12" - 6" Conduit duck-bank encased in fluidized Thermal
2009 Backfill excavation for the installation of 9 3/4 "Steel Conduit
Landside
$ 494,140.00
$ 535,125.00
RIC-MAN Supplement
ADDITIONAL PROJECT EXPERIENCE
Miami Dade Water and Sewer
2002 12"- 30" Sewer & Water
1998 24" Force Main
1997 32nd Street Force Main
1997 1,324' 48" DIP With part micro Tunnel
1996 S-427 Dixie Highway Project
1995 5,000' 72" Pre-stressed
1995 5,000' 36" DIP Water Main
1995 48" Force Main
City of Miami
$ 1,027,674.00
$ 1,107,128.00
$ 1,810,425.00
$ 2,946,073.00
$ 2,643,310.00
$ 2,102,289.00
$ 1,231,919.00
$ 2,032,555.00
2002 6,560' 12" & 16" DIP 3,280' Direction Drilling $ 2,831,287.00
City of Ft. Lauderdale
2000 6" - 14" Force Main w/Pump Stations $ 4,682,320.00
South Central Regional Wastewater Board
1998 NW Reuse System Transmission $ 2,495,595.00
Florida Department ofTransportation
2002 Misc. Repairs Annual Contracts $ 1,169,652.00
2001 Misc. Repairs Annual Contracts $ 1,086,533.00
Broward County
2007 Highland Scrub County Park
2002 25,000' 12"- 36" Sewer & Water
2002 55,900' 8"-15" Sewer & Water
2001 54,500' 6"- 36" Sewer & Water
$ 1,013,743.03
$ 8,045,604.00
$ 7,980,000.00
$ 5,571,280.00
Village of Teguesta
2001 30,500' 6"-42" Sewer & Water $ 2,276,113.00
Palm Beach County
2002 30,000m 450mm - 1800mm Sewer & Water $ 12,914,897.00
City of Deerfield Beach
2004 Ocean Way Improvements $ 3,312,897.19
Florida Power and Light
2011 Installation of +/- 1200' of 12" - 6" Conduit duck-bank encased in fluidized Thermal
$ 494,140.00
2009 Backfill excavation for the installation of 9 3/4 "Steel Conduit
$ 535,125.00
Landside
RIC-MAN Supplement
PROJECT PHOTOS
FIGURE 2: UAZ WATER AND SEWER IMPROVEMENTS, BCWWS (2015)
RIC-MAN CONSTRUCTION FLORIDA, INC.
r lUIJKr. 1. R.r.1-1.11LCINI K1111/16111 1 Hl 'Uri Ur /4 CUKI.0 MAIN 1.4 U10)
RIC-MAN Supplement
PROJECT PHOTOS
FIGURE 2: UAZ WATER AND SEWER IMPROVEMENTS, BCWWS (2015)
RIC-MAN CONSTRUCTION FLORIDA, INC.
r lUIJKr. 1. R.r.1-1.11LCINI K1111/16111 1 Hl 'Uri Ur /4 CUKI.0 MAIN 1.4 U10)
RIC-MAN Supplement
PROJECT PHOTOS
FIGURE 1: REP LACEMENT/REHABILITATION OF 72" FORCE MAIN 14010l
FIGURE 2: UAZ WATER AND SEWER IMPROVEMENTS, BCWWS (2015)
RIC-MAN CONSTRUCTION FLORIDA, INC. 11111
RIC-MAN Supplement
FIGURE einurovvtrwr CUT UTILITY RELOCATION PROJECTS OCI, MDWASD (2012)
FIGURE 4: GRAVITY SEWER INTERCEPTOR FOR THE MASTER PUMP STATION NO. 3, MDWASD (2014)
RIC-MAN CONSTRUCTION FLORIDA, INC. MI
RIC-MAN Supplement
FIGURE einurovvtrwr CUT UTILITY RELOCATION PROJECTS OCI, MDWASD (2012)
FIGURE 4: GRAVITY SEWER INTERCEPTOR FOR THE MASTER PUMP STATION NO. 3, MDWASD (2014)
RIC-MAN CONSTRUCTION FLORIDA, INC. MI
•
RIC-MAN Supplement
FIGURE 3: GOVERNMENT CUT UTILITY RELOCATION PROJECTS OCI, MDWASD (2012)
FIGURE 4: GRAVITY SEWER INTERCEPTOR FOR THE MASTER PUMP STATION NO. 3, MDWASD (2014)
RIC-MAN CONSTRUCTION FLORIDA, INC.
..;221251201-5 DE:13
CH( riA C H) ILUI
RIC-MAN Supplement
FIGURE 6: GRAVITY SEWER INTERCEPTOR FOR THE MASTER PUMP STATION NO. 3, MDWASD (2015)
RIC-MAN CONSTRUCTION FLORIDA, INC.
..;221251201-5 DE:13
CH( riA C H) ILUI
RIC-MAN Supplement
FIGURE 6: GRAVITY SEWER INTERCEPTOR FOR THE MASTER PUMP STATION NO. 3, MDWASD (2015)
RIC-MAN CONSTRUCTION FLORIDA, INC.
..;221251201-5 DE:13
CH( riA C H) ILUI
RIC-MAN Supplement
FIGURE 6: GRAVITY SEWER INTERCEPTOR FOR THE MASTER PUMP STATION NO. 3, MDWASD (2015)
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
Emergency Repairs
Miami Dade Water and Sewer Department
Miguel Pichardo, Project Manager
Repairs to 54" PCCP Watermain
Miami Dade Water and Sewer Department
Alex Valdes, Project Manager
Emergency tapping connection on the 84-inch pre-stressed concrete cylinder pipe between Grit
Chamber 1 and 2.
Miami Dade Water and Sewer Department
Nelson Cespedes, Project Manager
Emergency work on 36" water main along NW 170th St for Hialeah Reverse Osmosis Plant and
construction of one access manhole over a 48-inch PCCP main including restoration of pavement,
sidewalks, curbing and landscape.
Miami Dade Water and Sewer Department
Nelson Cespedes, Project Manager
Emergency construction of two access manhole structures on existing 48" pre-stressed concrete Water
transmission main on Bird Road, one at SW 67th Avenue and the other at 87th Avenue.
$1,717,800
$688,343.75
$424,614.22
$92,146.42
Miami Dade Water and Sewer Department $43,992.55
Nelson Cespedes, Project Manager
Emergency relocation of existing blow off assembly on the 54-inch transmission main at NW 57th
Water and Wastewater Engineering Division
Jorge Orozco, Project Manager II
22" Watermain Break under surge of pressure, shot gallons of water under mining FDOT
road, repaired with flow able fill, concrete thrust blocked main and pier capped, with air
release valve at the water main break.
City of Deerfield
Charles DaBrusco, Project Engineer
Repair Manhole that had deteriorated with heavy flows when the manhole fell apart it
crushed the 3 main lines entering mans had to repair all three
City of Deerfield
Charles DaBrusco, Project Engineer
Repaired Sanitary line that was hit by a Horizontal Directional Drill +/- 10'
$46,825.47
$44,180.13
$20,287.47
City of Lighthouse Point $15,287.47
Art Graham, Project Manager
RIC-MAN CONSTRUCTION FLORIDA, INC. 111111
RIC-MAN Supplement
Emergency Repairs
Miami Dade Water and Sewer Department
Miguel Pichardo, Project Manager
Repairs to 54" PCCP Watermain
Miami Dade Water and Sewer Department
Alex Valdes, Project Manager
Emergency tapping connection on the 84-inch pre-stressed concrete cylinder pipe between Grit
Chamber 1 and 2.
Miami Dade Water and Sewer Department
Nelson Cespedes, Project Manager
Emergency work on 36" water main along NW 170th St for Hialeah Reverse Osmosis Plant and
construction of one access manhole over a 48-inch PCCP main including restoration of pavement,
sidewalks, curbing and landscape.
Miami Dade Water and Sewer Department
Nelson Cespedes, Project Manager
Emergency construction of two access manhole structures on existing 48" pre-stressed concrete Water
transmission main on Bird Road, one at SW 67th Avenue and the other at 87th Avenue.
$1,717,800
$688,343.75
$424,614.22
$92,146.42
Miami Dade Water and Sewer Department $43,992.55
Nelson Cespedes, Project Manager
Emergency relocation of existing blow off assembly on the 54-inch transmission main at NW 57th
Water and Wastewater Engineering Division
Jorge Orozco, Project Manager II
22" Watermain Break under surge of pressure, shot gallons of water under mining FDOT
road, repaired with flow able fill, concrete thrust blocked main and pier capped, with air
release valve at the water main break.
City of Deerfield
Charles DaBrusco, Project Engineer
Repair Manhole that had deteriorated with heavy flows when the manhole fell apart it
crushed the 3 main lines entering mans had to repair all three
City of Deerfield
Charles DaBrusco, Project Engineer
Repaired Sanitary line that was hit by a Horizontal Directional Drill +/- 10'
$46,825.47
$44,180.13
$20,287.47
City of Lighthouse Point $15,287.47
Art Graham, Project Manager
RIC-MAN CONSTRUCTION FLORIDA, INC. 111111
RIC-MAN Supplement
Emergency Repairs
Miami Dade Water and Sewer Department
Miguel Pichardo, Project Manager
Repairs to 54" PCCP Watermain
Miami Dade Water and Sewer Department
Alex Valdes, Project Manager
Emergency tapping connection on the 84-inch pre-stressed concrete cylinder pipe between Grit
Chamber 1 and 2.
$1,717,800
$688,343.75
Miami Dade Water and Sewer Department
Nelson Cespedes, Project Manager
Emergency work on 36" water main along NW 170th St for Hialeah Reverse Osmosis Plant and
construction of one access manhole over a 48-inch PCCP main including restoration of pavement,
sidewalks, curbing and landscape.
Miami Dade Water and Sewer Department
Nelson Cespedes, Project Manager
Emergency construction of two access manhole structures on existing 48" pre-stressed concrete Water
transmission main on Bird Road, one at SW 67th Avenue and the other at 87th Avenue.
Miami Dade Water and Sewer Department
Nelson Cespedes, Project Manager
Emergency relocation of existing blow off assembly on the 54-inch transmission main at NW 57th
Water and Wastewater Engineering Division
Jorge Orozco, Project Manager 11
22" Watermain Break under surge of pressure, shot gallons of water under mining FDOT
road, repaired with flow able fill, concrete thrust blocked main and pier capped, with air
release valve at the water main break.
City of Deerfield
Charles DaBrusco, Project Engineer
Repair Manhole that had deteriorated with heavy flows when the manhole fell apart it
crushed the 3 main lines entering mans had to repair all three
City of Deerfield
Charles DaBrusco, Project Engineer
Repaired Sanitary line that was hit by a Horizontal Directional Drill +/- 10'
$424,614.22
$92,146.42
$43,992.55
$46,825.47
$44,180.13
$20,287.47
City of Lighthouse Point $15,287.47
Art Graham, Project Manager
RIC-MAN CONSTRUCTION FLORIDA, INC. al
RIC-MAN Supplement
Repair Manhole that had deteriorated with heavy flows when the manhole fell apart it
crushed the 3 main lines entering mans had to repair all three
Water & Wastewater Engineering Division
Jorge Orozco, Project Manager II
Damaged by others, repair of 12" RCP pipe and restoration of 2" Asphalt final lift with a 12" Lime rock
base, and restoring the landscaping over the damaged area.
FDOT, City of Deerfield
Charles DaBrusco, Project Engineer
Repaired a water main that caused that a sink hole.
Water & Wastewater Engineering Division
Jorge Orozco, Project Manager II
Damaged by others, repair of centrifugal pump of sanitary sewer and restoration of 2"
Asphalt final lift with a 12" Lime rock base.
Water & Wastewater Engineering Division
Jorge Orozco, Project Manager 11
Repair of a collapsed 14", 10", 6" and 4" diameter sanitary sewer. The repair area was
through a residential neighborhood.
Water & Wastewater Engineering Division
Jorge Orozco, Project Manager II
Damaged by others, repair of centrifugal pump of sanitary sewer and restoration of 2"
Asphalt final lift with a 12" Lime rock base.
$33,492.48
$20,838.23
$21,421.96
$19,136.27
$21,421.96
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
Repair Manhole that had deteriorated with heavy flows when the manhole fell apart it
crushed the 3 main lines entering mans had to repair all three
Water & Wastewater Engineering Division
Jorge Orozco, Project Manager II
Damaged by others, repair of 12" RCP pipe and restoration of 2" Asphalt final lift with a 12" Lime rock
base, and restoring the landscaping over the damaged area.
FDOT, City of Deerfield
Charles DaBrusco, Project Engineer
Repaired a water main that caused that a sink hole.
Water & Wastewater Engineering Division
Jorge Orozco, Project Manager II
Damaged by others, repair of centrifugal pump of sanitary sewer and restoration of 2"
Asphalt final lift with a 12" Lime rock base.
Water & Wastewater Engineering Division
Jorge Orozco, Project Manager 11
Repair of a collapsed 14", 10", 6" and 4" diameter sanitary sewer. The repair area was
through a residential neighborhood.
Water & Wastewater Engineering Division
Jorge Orozco, Project Manager II
Damaged by others, repair of centrifugal pump of sanitary sewer and restoration of 2"
Asphalt final lift with a 12" Lime rock base.
$33,492.48
$20,838.23
$21,421.96
$19,136.27
$21,421.96
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
Repair Manhole that had deteriorated with heavy flows when the manhole fell apart it
crushed the 3 main lines entering mans had to repair all three
Water & Wastewater Engineering Division
Jorge Orozco, Project Manager ll
Damaged by others, repair of 12" RCP pipe and restoration of 2" Asphalt final lift with a 12" Lime rock
base, and restoring the landscaping over the damaged area.
FDOT, City of Deerfield
Charles DaBrusco, Project Engineer
Repaired a water main that caused that a sink hole.
Water & Wastewater Engineering Division
Jorge Orozco, Project Manager II
Damaged by others, repair of centrifugal pump of sanitary sewer and restoration of 2"
Asphalt final lift with a 12" Lime rock base.
Water & Wastewater Engineering Division
Jorge Orozco, Project Manager II
Repair of a collapsed 14", 10", 6" and 4" diameter sanitary sewer. The repair area was
through a residential neighborhood.
Water & Wastewater Engineering Division
Jorge Orozco, Project Manager II
Damaged by others, repair of centrifugal pump of sanitary sewer and restoration of 2"
Asphalt final lift with a 12" Lime rock base.
$33,492.48
$20,838.23
$21,421.96
$19,136.27
$21,421.96
RIC-MAN CONSTRUCTION FLORIDA, INC. 111
RIC-MAN Supplement
CURED IN PLACE PIPE PROJECTS
Borough of Carlisle
Carlisle, PA
Approx. 42" of CIPP
Gomez Construction Company
Orlando, Florida
Approximately 400' LF of 36" x15 mm Cured in Place Pipe liner in an existing 36 — storm sewer.
$106,400.00
City of Ormond Beach
Ormond Beach, Florida
Rehabilitating 67 LF of 15", 305 LF of 18", 510 LF of 24", 418 LF of 30" and 980 LF of 48" storm pipe.
$357, 770.00
Hubbard Construction Company
Orange County Florida
Cured-In-Place Pipe Rehabilitation for 15" and 18" sanitary sewer.
$436,569.75
City of Cape Coral
Cape Coral, Florida
Annual contract for lining of storm water drainage pipe.
$700,000.00
Annually
Northwestern Water and Sewer District
Bowling Green, Ohio
Rehabilitation of cured-in-place pipe repairs to 3,700 LF of 60-inch sanitary sewer, removal of 620 LF of
existing failed liner, manhole modifications, cleaning and chemical grout repairs to selected sections of 60-
inch sanitary sewer.
$2,528,420.00
City of Ann Arbor Michigan
Ann Arbor, Michigan
Rehabilitating sewer pipe for 5,600 LF of 36" and 5,366 LF of 42".
Broward County Water and Wastewater Services
Light House Point, Florida
Emergency repair of 16" force main along with CIPP liners of 715 LF of 16". Complete removal and
replacement of resident's paver driveway as a result of force main repair on property.
$2,048,872,00
$508,373.99
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
CURED IN PLACE PIPE PROJECTS
Borough of Carlisle
Carlisle, PA
Approx. 42" of CIPP
Gomez Construction Company
Orlando, Florida
Approximately 400' LF of 36" x15 mm Cured in Place Pipe liner in an existing 36 — storm sewer.
$106,400.00
City of Ormond Beach
Ormond Beach, Florida
Rehabilitating 67 LF of 15", 305 LF of 18", 510 LF of 24", 418 LF of 30" and 980 LF of 48" storm pipe.
$357, 770.00
Hubbard Construction Company
Orange County Florida
Cured-In-Place Pipe Rehabilitation for 15" and 18" sanitary sewer.
$436,569.75
City of Cape Coral
Cape Coral, Florida
Annual contract for lining of storm water drainage pipe.
$700,000.00
Annually
Northwestern Water and Sewer District
Bowling Green, Ohio
Rehabilitation of cured-in-place pipe repairs to 3,700 LF of 60-inch sanitary sewer, removal of 620 LF of
existing failed liner, manhole modifications, cleaning and chemical grout repairs to selected sections of 60-
inch sanitary sewer.
$2,528,420.00
City of Ann Arbor Michigan
Ann Arbor, Michigan
Rehabilitating sewer pipe for 5,600 LF of 36" and 5,366 LF of 42".
Broward County Water and Wastewater Services
Light House Point, Florida
Emergency repair of 16" force main along with CIPP liners of 715 LF of 16". Complete removal and
replacement of resident's paver driveway as a result of force main repair on property.
$2,048,872,00
$508,373.99
RIC-MAN CONSTRUCTION FLORIDA, INC.
CURED IN PLACE PIPE PROJECTS
Borough of Carlisle
Carlisle, PA
Approx. 42" of CIPP
Gomez Construction Company
Orlando, Florida
Approximately 400' LF of 36" x15 mm Cured in Place Pipe liner in an existing 36 — storm sewer.
$106,400.00
City of Ormond Beach
Ormond Beach, Florida
$357, 770.00
Rehabilitating 67 LF of 15", 305 LF of 18", 510 LF of 24", 418 LF of 30" and 980 LF of 48" storm pipe.
Hubbard Construction Company
$436,569.75
Orange County Florida
Cured-In-Place Pipe Rehabilitation for 15" and 18" sanitary sewer.
City of Cape Coral
Cape Coral, Florida
$700,000.00
Annual contract for lining of storm water drainage pipe. Annually
Northwestern Water and Sewer District
Bowling Green, Ohio
Rehabilitation of cured-in-place pipe repairs to 3,700 LF of 60-inch sanitary sewer, removal of 620 LF of
existing failed liner, manhole modifications, cleaning and chemical grout repairs to selected sections of 60-
inch sanitary sewer.
$2,528,420.00
City of Ann Arbor Michigan
Ann Arbor, Michigan
Rehabilitating sewer pipe for 5,600 LF of 36" and 5,366 LF of 42".
Broward County Water and Wastewater Services
Light House Point, Florida
Emergency repair of 16" force main along with CIPP liners of 715 LF of 16". Complete removal and
replacement of resident's paver driveway as a result of force main repair on property.
$2,048,872.00
$508,373.99
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
City of Ormond Beach
Ormond Beach, Florida
Furnishing and installing CIPP lining for 340 LF of 10", 621 LF of 15", 429 LE of 24", 280 Lf of 30", 770 LF
of 42", 509 LF of 48" and storm drain pipe of various size and 2,215 feet of 8-inch sanitary sewer pipe.
Florida Department of Transportation
Orlando, Florida
Desilting, joint sealing, lining, removing and replacing storm water piping on various State Roads and
removing and replacing mitered end sections on SR 438. Installed CIPP liner of 3,276 LF for 18", 3,017 LF
of 24", 2,578 LF of 30", 142 LF of 36", 944 LF of 42", 582 LF of 54" and 1,395 LF of 78".
$449, 771.00
$2,290,785.00
Madison Metropolitan Sewer District
Madison, Wisconsin
$1,027,830.00
Clean/CCTV, sewage bypass pumping of existing 48" transmission sewer. Installed CIPP liner of 2,097 LF
for 48" piping.
Florida Department of Transportation
Orange County, Florida $1,119,636.00
Pipe desilt, joint sealing and lining on various roads. Installed CIPP liner of 48 LF for 15", 135 LF of 18",
366 LF of 24", 200 LF of 30", 1,036 LF of 36", 783 LF of 48", 909 LF of 54" and 813 LF of 60".
Florida Department of Transportation
Cocoa Beach, Florida
Drain Improvement: Pipe lining and structure repair from North of Barton Avenue to South of Pinson in
Brevard County, Florida. Installed CIPP liner for 538 LF of 18", 1,049 LF of 24", 1,069 LF of 30", 1,031 LF of
36", 268 LF of 42" and 238 LF of 48".
$1,073,026.00
RIC-MAN CONSTRUCTION FLORIDA, INC. 111111
RIC-MAN Supplement
City of Ormond Beach
Ormond Beach, Florida
Furnishing and installing CIPP lining for 340 LF of 10", 621 LF of 15", 429 LE of 24", 280 Lf of 30", 770 LF
of 42", 509 LF of 48" and storm drain pipe of various size and 2,215 feet of 8-inch sanitary sewer pipe.
Florida Department of Transportation
Orlando, Florida
Desilting, joint sealing, lining, removing and replacing storm water piping on various State Roads and
removing and replacing mitered end sections on SR 438. Installed CIPP liner of 3,276 LF for 18", 3,017 LF
of 24", 2,578 LF of 30", 142 LF of 36", 944 LF of 42", 582 LF of 54" and 1,395 LF of 78".
$449, 771.00
$2,290,785.00
Madison Metropolitan Sewer District
Madison, Wisconsin
$1,027,830.00
Clean/CCTV, sewage bypass pumping of existing 48" transmission sewer. Installed CIPP liner of 2,097 LF
for 48" piping.
Florida Department of Transportation
Orange County, Florida $1,119,636.00
Pipe desilt, joint sealing and lining on various roads. Installed CIPP liner of 48 LF for 15", 135 LF of 18",
366 LF of 24", 200 LF of 30", 1,036 LF of 36", 783 LF of 48", 909 LF of 54" and 813 LF of 60".
Florida Department of Transportation
Cocoa Beach, Florida
Drain Improvement: Pipe lining and structure repair from North of Barton Avenue to South of Pinson in
Brevard County, Florida. Installed CIPP liner for 538 LF of 18", 1,049 LF of 24", 1,069 LF of 30", 1,031 LF of
36", 268 LF of 42" and 238 LF of 48".
$1,073,026.00
RIC-MAN CONSTRUCTION FLORIDA, INC. 111111
RIC-MAN Supplement
City of Ormond Beach
Ormond Beach, Florida
Furnishing and installing CIPP lining for 340 LF of 10", 621 LF of 15", 429 LF of 24", 280 Lf of 30", 770 LF
of 42", 509 LF of 48" and storm drain pipe of various size and 2,215 feet of 8-inch sanitary sewer pipe.
Florida Department of Transportation
Orlando, Florida
Desilting, joint sealing, lining, removing and replacing storm water piping on various State Roads and
removing and replacing mitered end sections on SR 438. Installed CIPP liner of 3,276 LF for 18", 3,017 LF
of 24", 2,578 LF of 30", 142 LF of 36", 944 LF of 42", 582 LF of 54" and 1,395 LF of 78".
$449,771.00
$2,290,785.00
Madison Metropolitan Sewer District
Madison, Wisconsin $1,027,830.00
Clean/CCTV, sewage bypass pumping of existing 48" transmission sewer. Installed CIPP liner of 2,097 LF
for 48" piping.
Florida Department of Transportation
Orange County, Florida $1,119,636.00
Pipe desilt, joint sealing and lining on various roads. Installed CIPP liner of 48 LF for 15", 135 LF of 18",
366 LF of 24", 200 LF of 30", 1,036 LF of 36", 783 LF of 48", 909 LF of 54" and 813 LF of 60".
Florida Department of Transportation
Cocoa Beach, Florida
Drain Improvement: Pipe lining and structure repair from North of Barton Avenue to South of Pinson in
Brevard County, Florida. Installed CIPP liner for 538 LF of 18", 1,049 LF of 24", 1,069 LF of 30", 1,031 LF of
36", 268 LF of 42" and 238 LF of 48".
$1,073,026.00
RIC-MAN CONSTRUCTION FLORIDA, INC. 1.1
1215,1171.171i
110.9 CIO?
fsliplajai
1019/11113 moo IA WWI GompAl scah
w11111I 11124x141140 C 020
4441041 me 0144,144
10, A Oh M. t.0114',U
1E1
1 1/411
lr 317 It Jr It 02 71^
0 sIn 211 0 060 0 4 312.71404
.11
4./ 140 12/11,2015 1411
Sly OE idf lo' U//I'/l
1/0 )011 0 0 $ 443171 00 16011440 YIwMI..la 34.414 4.93 34.09 CV
5.1.4sy 434/ 610/48 iukobi4u114n1
a 4447 r11.11.164. .73 eieu 70.,..111.11.:.-WO. 61 0:101
1114 ea (4444
LIU =US MUM= 1.01111111011 C ▪ J11 21. 11Z_ ot - fr_
malresA4167 IDOL pea& Cie' KO./ .411310911611 11/1/201%
4,44044/42 IV eel lee, 414•4401544015eireeneiline rd
14424. IrpllwrN d 1$6.0144401
1)3 510.446 91341 04ence f Wee 32101 Mon.. 1103.1311146.140)1461-.14 66316.03 6.030.19414600 V ka
591 1114 102 7 2576 13/ 444
02LIVACII-
5 1,011,630.W
ASA_ AUL 2
0
C 54
144141/14.502 MAIO Pesaro 114.1.001144 Seep 12/0/1014 itai 0
011616/Q111,.... Odom 10004ne el Ghee at. 7.40.1.1141 furor
Melee, tieve441440 5•44410eli
1110 344441.411111 1461/6010111 1r4.18 %Ott .11,11.81391 1/1 1101 4e70o 1. • P.
104 419
46 74' fly IL'
111 0 5 IA /a 542,0i
02
▪ _o ," At. j71'4 70/11177 11E1
1.1 1049 /010 1031 316
1111461111061 C 1Y
11400111 1001 11.1.404110.91 (09. 1.I6* 1013/30/3
<1446.0(0701641.0.8147134.3144/6 3.44,0.4.1.9 .91
464131.6064101.1114•63/01.6...01.06k
r1u1.111.14440.40134 1.01.00•1101
111* 140/610.4... Ow/ .1144 96441.410.4111 /1.6.011.1.3,173.4 04. 6 04
5,4 ./11. 11101143411}
0 $ I101 3141.47
Hal COIPLITON le 14 17' 71 067'
1341.173 IOW 1131.34. NV cid 4 .6.11 1/1711014
116464021.3.1V 6016.3100410.14.40.1.3....166,04
33.1.4166 $ U
wl
tali AO.
.414 1/6 1.0r144 1.0.441•11.6
1)13•04301.31 4Y44I41,4111W702114. MIw 1-tl7-J47616.N.1.4...,WJuc.w.n0.
366 U 10
12 117 111 11. AK y SY it 12 MI 113.108.074
61661.1b
12111221 NEI 0//1414 PM/119M
6131411.110.14 11.3.04 1,on. W Pvt... MI 41311015 0 0 /13
1161.4144.4. 01 .64, III W.16.414. 1.04.44.444.614.....“4,A4.4.441,
014111,4140 1•24.511404tta 100.1.17
l$S1W 70fA10150.11 ken Melo 054 4410101
14'*d14 Sem Yr., 8161 6/13/1014 0 0 0 1. 151 0 0 IWOLI 44,00 04140.61..19
Wade Ir.
100211. DA.. 411`%1 1110116.1
44419 0VNE7 i71idn011 10111t r - it_ It 1r 4r1 It IC ie sr I/O 120711o,r9
o 110,619.3
CCEE10711 L Dam= 71 CflilESET/
106,311106 eent /V mein I.e. 1446.17 6/10/1016 1.104421.101.0.
1.4.641.9.11.1•441•
4'11 124 4111
mar
II IPA
Cured-In-Place Pipe Completed to Date
PAST PROJECTS COMPLETED WITH CIPP (CURED-IN-PLACE PIPE) REHABILITATION
'
ll
am
a • • nS
N
VI
I
-D
.
1
00316.4.131 3/1/31113
R
I
C
-
M
A
N
C
O
N
S
T
R
U
C
T
I
O
N
F
L
O
R
I
D
A
,
I
N
C
.
VOW.. 0 12400192 11106 Ilauraol 6 6uonv CLPY Rehall
0440100/66 494114104 014.6. 504.146,,Or0.1110.4
fv6.141,..604 4444•41011.11.213,.
1101.14 46...01144 1/40606416 ikon
6.66,r4s 1614640.4614 661111.‘ 141/91
1022617( lg. f4Plv9l 2.41.1611001
1,11.16.
1019 1064 1011 1(41 2L
IT n_61 IT 2T LT ill 2r indstati
0 0 0 2 1071.41416
CORM RIM( 04 10. 00071/2 tear /491011012 ist MO
48 U 116 11 II 0
ei
109
CIVItt,.11 gd. 71.
112111.1 IOW Ohm. C101. .06.1 G0.11, 1//1/W14
(16401661W.114i0sulwv009 0461140.0.S`wW0 4.
Wow... $411.10,10.
11.141162.1.0*014,4 1.44.1411.
11454.4. 01011.13140.116•01. 11901 Wtli. No& .1.40/.1010 .1446.6..40 6140.61
T 0(9(3730(12 96111 MBED& r zi. =mai
40.44.0.60.
11.00044.1.41*
em 014 4111
4.1119' ,10101.1.11,1•1611, 1/10/131 401 13 loa>106Jo
311141 /01 In ilr li! 4:3' AT /01 019116/!'04
11./101311 1411 110 311 41 06 0 0 442,11110
40/404
PM. LOWY Wow. 94.11
smou. y 6Ad %am 11•110111/.1rIPP
C.P (6116161116.111. hltekla /6941,610006 206.6.1190,10 .1 3:1,1
40 tat C,0wescc.firys“.61
atiariati
10414ry 6006 Limp GP
Ifdr / 01/1441211114/ IL 1.2 121 LT
le Ana *V Union, OPP 6/11//011 0 116 351 0
103414 PPA'NrIgyi
30.13.1.9 MOO g14N 14x114
Wm. le.
tkonial r. Mo. /11911, 4430 1411,.
11C •1.11 ID! ovinctS
U I 111,61900
PLY MIMI
61 12/16/2“. 11.0 (1/0 t) 814 160
IVAS i SWILL
IWO 1.0 VIM 0.61666.1 44113
61090 1•66., 1v 1611916010 WV
16...11,66161.11, 610
201 II" 201 4Y IT Ar 11' git 21' 2130I43,11
2 112,11606
Cured4rt-Placas Pipe Completed to Data
PAST PROJECTS COMPLETED WITH CIPP (CURED-IN-PLACE PIPE) REHABILITATION
PirCY AM • -IL DAUM
attoaraffic 21600 04140.0.1161.1144 Scow 011V. 11/1/1014 0 5 kotoutoo
Cho4P/Q111, 0014413 Pumpow vf 24010w 111. 13.01.1.
04441..1.11094.400v0w 001h1
10.640041..L, 4140,y...0.6.11.0.11.1.4014 1/ 6.01 wvh9..466.1
l
Wdaa044103 W
0
W
1
':
a
0
Li la
1
r
1
a
017
I0 141 le AT ST D
0
ta. -'{:(06144(01taaria
aarrakaao /0 Oron. NW faoa 64<boob% 64/V1,65 0 16 3 2270 141 94 o sta 1193 2 J.m.ns w
t6.6.066,1V 2001.1i01.06144514460 500n.0.010110.
14664.00,0106-61011.1.41.414.
1/1 Wm.. awl 6V4o661., 1.61 1110, Munson 0.6141 011Ice 11070#1.7614 moikkvasiofww. um It.16
Otir i 401/4/4 IXVIIIIIIRI rni411/11R1 In_ a IT it a a it it ir.. Si: it Di CpaPartS
01.4111.1. 11.66.4 C..* W tau...in MP 411/6011 0 111 0 0 0 0 4146,1. Ou
1.6421.014201 01 0.0. 10 W.... 1.w*. tow..161.6.141 W4.040
W610011I0WAVIEWAIIII3011'161.1
.11W L0(A112 LLD luhm 1614• 144 116140101
11/ 5 0, 4( 14-0(711004
401
1100046.41 W1/1219
R
I
C
-
M
A
N
C
O
N
S
T
R
U
C
T
I
O
N
F
L
O
R
I
D
A
,
I
N
C
.
R
I
C
-
M
A
N
C
O
N
S
T
R
U
C
T
I
O
N
F
L
O
R
I
D
A
,
I
N
C
.
Curec151mPlace PI pe Completed to Date
PAST PROJECTS COMPLETED WITH CIPP (CURED-IN-PLACE PIPE) REHABILITATION
2" ?P. fieftILIO511
12400: i
10 rl;:$1 les.. <0.0 GPM Rdlgalo 11/19/2011
<44001/C0 IV 2g410.6 010 000 5uer• 540.00011404.1
p(111141,11.1110 49 • • .1.144 ooesoon
0040 4..40.1.1 1,11.04141
111 0... 0101 0, ludo 0..4 4]014 1.011. Ile.1, 1410., 004 1.41...1.1. A 640 0.
IL
0 " 0
1,
U
IL
0 5d
LC
1449
IL
1060
EL
1011
IL'
lit
EC
212 0
Et
0
le
0
LPUISALIA
$ /07606414
MAI 1001111 ILDArtoxi 4A/rimer 1 10' 1‘. 14' W 2 IIr 1• 55• It 114 Ile_ itIlletA(tI
134123 1005 10516.01 COP 001604.11,0 3/0111010
(1444,,,,44.400,41160,.40,44104•4 14404 0.5,4,44040 00
..0,4001 SU 14 10.00.
11.. Orp.....11.0.1•00
11150,104.000,1 Wu1Ya flog u 01055 221 1.0.11 431 7114 4.11.410110
0 0 ax 0 130 416 701 1036 0 74 OW III 0 5 1,1)0444.0)
.011ILA. 24'
114110 ellelowebeweeolleasewo011eitt IL 1014
'4501‘(1,•110040 105.00.050150.0 5.56e054,
5.4.541055,1014014./e0e, MOM
3loorion,5 Ni Modawn Ory.rowAri 1111 S Om 0100.440 31'4.1011 .41,40/101140, 00
3°
2017 0 u 0 5 1,027.112000
1.1C-4 =LA MUM= C10 1.= 111 or At AL - fa 111: Willett!
40111141.047 1007 0,5654.115. 100.0 awl 04.60 1111111111
51.rnetclv ile Iniolotneloe 5151rel 51.n.O1oove and
Hop.. 400.0401. wen
101 5e14111 IWO eveneo keek NSW 1*mm. 11011141 011itt 00,5024.14 Noe.. 1oeolo4 05555.55
1176 1011 25711 141 044 101 0 1110 S '2 ZOOM DJ
11001 irral Egiffinim r 12 1d or 1 Jot _IL la 13' (110100LI
155.001.51.111* islowodol Coonl, IA" Ise 0111 OPP I/ 1 I/1015
1004101,64.041 14' Wniv..Wr 1..........55.••••40.5...555
WI 11A045 550.1111,5 I1II 5155,15 01
121010109414510V,0 10.41..,.0911(14101
115 11 0 11
/Ire 7041,07 5,,,1111140I 0103 "1111 J1 JC AA: la ilL I5' ky SMIIMPI
AMP WNW. 041401110011 14,0017 014 11.11007 10/1,,115
San. 3A1 54rm liMabolosount
, u 111,0 :55.55, 5 ha 0,01, 044,1
49 kg. Glagg C00.41.40 1407.c
4240 110 WI CO Y 411 030 IN 040 0 S 411.1111.0
1/00541, PW1105111,01 50001mm r CC" 1.41 Ifr Mt 11 OIL lit WWII
Wall 4,00 0•145.1 t000ly 44. 11114' 5.1 Wry COY 6/15/101%
0.41 4,4,
10441. IMP., 011 5.5.565054..
0 0 0 116 0 1S1 0 $ 111,10000
lr(Nrpru 0041111101 110 Li• se St ra 1r medal
6000 Coual.(0 0/071 OW lwnn 0.0 72.0.4 6/101016
13 000. 000n0
III 601 1111
402 3 106,4)5500
0491111 iittdfiCliCEL r 1r 1SC or li ir 711 la 1r la Jr 111'
WO 111 05110o44.e1 SW,,, 2177 I/4101011
tau. 04. 11,11.1.4405:5,1 (WY
54,01
m A v. •••.o (AbOrt116+1,,....
405 III 2111 0 060 0
rfjaViiil
2. Y oo
11111-1,71111 71 UMILILIN If 1,• J, x4
Ito Max!t ualut
uohilentul 0/0/0111
RIC-MAN Supplement
1;t
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
1;t
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
1;t
RIC-MAN CONSTRUCTION FLORIDA, INC.
ll
a
m
a i
r
c
i
n k I
- .
1
15051454041 S/1/2019
IYa 545/10/5055011u.
R
I
C
-
M
A
N
C
O
N
S
T
R
U
C
T
I
O
N
F
L
O
R
I
D
A
,
I
N
C
.
IL
401 /10
*41144 C5114511161641/44,150 —
ity ( It, 1. • 11.61
714 7941144
11011111 1 415
5/0115t5 %eery 14.1ub 0.5054
10/1/2010 0
itta flail pisoutritili LlItgliaddl 1... ...uo .to C Toovi libik, I µ+11..1Y0V.
1545510500140 1145
Tf4.111440e11,11,1 4x/41./411155/4
0101/115,0111444 410.0
0,55/11000/10,•55
5410/1017
411/ V111411
lidC.L__ZLV.1 LW-4U faldt111211 4
L
ye
1 / 511111 5101o1 114 1544 5•4011050/5111,4•55, 041,40 1/154,1010
51,15 11404 7714184 /9.1
15 P61
—_21111 *al" oistLirlim tQL4titilt41 —
0 5600 5156 0 0 0
gr._ 11.: _IL LL IS
,
C
,
11 0 0 0 1711
xt._ 1St ir_ 411: Itt
1615 1750 0 0 11 410
IO° 1C 41!
lit 41. 14
114/0 5 401,51/1112
/IL I fonimcr
T 4111014.1511
..• if Jo 1.0111101011
5 1,747.111 00
m, •
712U3 71 kW.=
4.6 41 4,4• 542' 14' 1,70000 1101110 21,(50120 4457.00 1.441.45 4.4544045 1103.50 $ 29,607,90.1W I
4,,1,,,,,5.,..141to14Yo14on
60004 C0150.11
.4.0,45.1 5610
/0094471/146 t 14-
444,15... 1151.45.1•141v0
4t 6315
40,51415
1 F.
TOT/15 790000 /044400 5,4,417
lit Is" if a it"
17 ,..'41.--- r.",”. c.,,,n.a. n
541/1.1511104 /5011/5404
,05 54010
1:111101
75,110
Paul 51.501
(ltd
it
o
‘0,05/51,11
114 574 0701
1.1.t
4947
it 2r
2046 2796
111911111n_______e1M1=
5 yew Arm.] C $in IIM)
0400,105.40411.
riE
2111111
NAA40/(0/10.
go 44s
AXIOM
110 \54414 4 1. 54t 55545 11/1/0017
lir it Jr it IL
11/15
Cured-In-Place Pipe Completed to Date
LE 13:' III 1.1: 1
,
F.
0 0 0 0
Ite Jr 14'
11511 lu00
3 If IC
7150011.15100 11,I it/
[
ilmt.
Plil'14111/ 6/55.01, 011,01. FA
544.450111401 41/1641111
11110
'^^3i
Ilt
15WMU Mal 11•41u 5Value end 15050 0. 5554.051.111 41/4014 1.51 1//4
0 5 101915500
It C11111:111.1
0 5 015,71110U
14 ttlIttlett
11 5 411.013.10
EIMI•I 1
bf
Co.61.66
111
1 602 Jun
ft, t MK"
16111.130.00
/71'1 11VV1111( 1120021161 066
161016 116.6,22,2166616e PA 16 661 56.666 166664,161,66
566096111161661 /1616661111 41 (OAP
11116
2111
61661161 417,64 3610 L L _AL JeL__. mums=
1747,14100
&al" MIAMI&
17 0.06 P.1.1/11 WY Au • 017 Srookov ;mons 0.:1“114 6666
Mia bot Pat 130 144 5064 66066 0666641
Att.
L
MILE MEI !WY-WC
fa1/2/111211 11'
1 i 3111111 MOOD (1611604 1.6116.666116666,1611616 1/1 3/11111
46.111161666 17031184M
Ev...2_61
• 241
6116611/111/
i VINTE11111—
.111,161612,
%pa PAUL_ LIERIPtiCtl---W IL 16: 16 MOM Oe.Ne r C aunty It IS' A DV ‘6616., 3606 7.13•1 1111166611 1110 BM
144.424 Coml.
....,W1.},054 Off l'S.P07
MtiEn211
5/10/1617 II: 1Z ILI =dal
1111 0 S 6115,716.00
OIL
16414411 Noi 6360. Nov 5•661 DT COP 3415166y 41'13662
*miry 6/6661666 1676.11666nd 16pas.
TrO Brm.u,7.L l0rir66661166.6
4164/9 1411
00441 &DUI MairElatit aili1D2112L L SIC IL IL 2r Ye _ I V 42.! 41' 44. DP IA' , dinfletTl 1661(601,043,00
0 266666/6211 D Ynat 66662101Y 310661 5/1/2017 a 0 0147 2516 2756 1655 1110
Nut 21466.61 110 374 0 791
fillet
DWI 123=1 MOO= 2k• 13 MA11 1.1.16116616 1,11,1•661166uf 6616661262616666•6 1.166
LIAR4411121
41/201/1 LW/ 11111 1/14 g i°"1:27 -0
R
I
C
-
M
A
N
C
O
N
S
T
R
U
C
T
I
O
N
F
L
O
R
I
D
A
,
I
N
C
.
Cured-In-Place Pipe Completed to Date
1161661111 62611/1666A666/61611 110011 DV 42.
Itan W66[66 66 f ay D1 /661 56nitar6 %ow. 1666126111111.6.616
704 744 1744
10/112016 0 O MOO 5366 0 0 0 0 5 2.076,15600
1 L to
52 903 ED :,r4611 60 Mei% ;f605 121-51 CO 11,271600 fit-610 16123 (61 246716160 6.6r/7.00 1.5464166, J61.08 1,1L1-$ 29,607,50100 1 TOTALS
Ric Man 4111160 011111
4011114404W 3/1/2019
ll
a
m
a s
t
a
r
i k I
- .
1
R
I
C
-
M
A
N
C
O
N
S
T
R
U
C
T
I
O
N
F
L
O
R
I
D
A
,
I
N
C
.
NUM tIly Mai *kw*
Mn W444,40, 041/5 MM
734 7141144
14=116.44•
3.0e, teed itelvbwolt them
10/1/4016 0 O 56011 5166 O 0 $ 2,0711,144.00
60.C1141.4411.14 l' DIrep S/to/1017
446/11,44/111.4.
11410411 WI lomMil 14.10 4 5440
1+446.410•6411144
TM 0461411,41 144res/51/4.45
411411%11
0 O 1111 0 5 4115,711100
Id
11501
1,161.414/1
MAU
4441,544H
116 574 0161
omfirucli
W1/0001
IkXBIHWCli
lies .11.1.11C114 . 514/.
It a IL IL Yt it
6161 0 7114 1.1 1655 1150
42iL 41
,
1t. 1 , 1;_ Id 71. tot/meta 1
4,0 0 5 11 00 1.115
a! 11 Litt4t1111111 ee 3 . 112ALL'IL1II
Lwa 0.kM161414.
Ant.
Ill ilAwslial
1141.111 10
__Aga ihetit.e
11 141111 68646 Cuy116/..lifl
664144116* 450 111 ./%4
15,06/
=LB /1.101411
1/ WM 1 1 1.64/11/My Welytr•ntl UM/ 44/44.14.415•5444 <MP
7 410,144 no
(WOK&
15' I ir *Mb
61610 Mtn
01111)0 1.1ef minty 11
0dmYr.34 1ff 4411NA
f.2611131111 SKI
11.4•41111 1)04101. 1/1 /111 1
Nan
1/1011 W.111111111411.
54.011 MM 771.116416!
114 MI
IL 1E 12- 1111 crxdoutti
644/11/111/
MAU= I.
41/.14
I. 113. 11. 111t
1/14 1/41
IN 3Y It it aL 111 i n1111.1.1C:
$ 1111M11151
$ s,141.1sake 14.40,41,444
54.• 4174147, 111.114 1111
111.A
WW11-1111:1
655y
1 oinp144 [
)0.11
0
0
la 11
WA. t L'1• 1v it is 1x51 01'1'140
145,1 tyyym Ity1.4444iym
1/11
WW2 Asetoetext MEI= le 7¢ lie 34. LC It PE MG AZ A! it_ 1Z remwri
Cured-In-Place Pipe Completed to Date ua
th
e
f
a
n
► ,
I
I
I 51,90610 2,41.0 10,5).710 4.65 17,1.00 17,21 1.1.60 1310Gin 1(1.37111 1/1.16f2600 4Z.00 1,41110 411140 1,11.6013 :9,601p00601
.
1:0111.1.11
1
11)7011
RIC-MAN Supplement
Cohen, Molly. "Drilling to a Greener Future." US Developers Dec. 2010: 20-24
REFERENCES
Reference No. Contact Phone Number
1
2
3
4
5
6
7
8
9
Charles DaBrusco
CDaBruscoPdeerfield-beach.com
City of Deerfield Beach
150 NE 2 nd Avenue. Deerfield Beach, FL 33441
Jorge Holguin/ Paul Bohlander
JHolguin@fortiauderdale.gov
City of Fort Lauderdale
200 North Andrews Avenue Suite 300, Ft. Lauderdale, FL 33301
Mitch Carpenter
mcarpenterPavisco.com
Florida Power & Light/ Avisco
1005 Clarence Larson Drive, Oak Ridge, TN 37830
Pat MacGregor
DamacgregorObroward.org
Broward County Water & Wastewater Services
2555 West Copans Rd. Pompano Beach, FL 33069
Greg Balicki
GBalickiPbroward.ore
Broward County Water and Wastewater Services
2555 West Copans, Pompano Beach, FL 33069
Chris Helfrich
chelfrichPci.boca-raton.fl.us
City of Boca Raton
1401 Glades Road, Boca Raton, FL 33431
Nelson Cespedes
ncespPmiamidade.gov
Miami Dade Water and Sewer
3575 South Lejeune Road, Miami FL 3314
John Lamb
PambPlakeworth.org
City of Lake Worth
1900 2nd Avenue, Lake Worth, FL 33460
George Aguiar
Georv.AguiarOmiamidade.gov
Miami Dade Water and Sewer
3575 South Lejeune Road, Miami FL 3314
(954) 480-4270
(954) 522-2604
(865) 276-1360
(954) 831-0904
(954) 831-0903
(561) 338-7303
(305) 607-0799
(561) 719-1623
(786) 268-5191
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
Cohen, Molly. "Drilling to a Greener Future." US Developers Dec. 2010: 20-24
REFERENCES
Reference No. Contact Phone Number
1
2
3
4
5
6
7
8
9
Charles DaBrusco
CDaBruscoPdeerfield-beach.com
City of Deerfield Beach
150 NE 2 nd Avenue. Deerfield Beach, FL 33441
Jorge Holguin/ Paul Bohlander
JHolguin@fortiauderdale.gov
City of Fort Lauderdale
200 North Andrews Avenue Suite 300, Ft. Lauderdale, FL 33301
Mitch Carpenter
mcarpenterPavisco.com
Florida Power & Light/ Avisco
1005 Clarence Larson Drive, Oak Ridge, TN 37830
Pat MacGregor
DamacgregorObroward.org
Broward County Water & Wastewater Services
2555 West Copans Rd. Pompano Beach, FL 33069
Greg Balicki
GBalickiPbroward.ore
Broward County Water and Wastewater Services
2555 West Copans, Pompano Beach, FL 33069
Chris Helfrich
chelfrichPci.boca-raton.fl.us
City of Boca Raton
1401 Glades Road, Boca Raton, FL 33431
Nelson Cespedes
ncespPmiamidade.gov
Miami Dade Water and Sewer
3575 South Lejeune Road, Miami FL 3314
John Lamb
PambPlakeworth.org
City of Lake Worth
1900 2nd Avenue, Lake Worth, FL 33460
George Aguiar
Georv.AguiarOmiamidade.gov
Miami Dade Water and Sewer
3575 South Lejeune Road, Miami FL 3314
(954) 480-4270
(954) 522-2604
(865) 276-1360
(954) 831-0904
(954) 831-0903
(561) 338-7303
(305) 607-0799
(561) 719-1623
(786) 268-5191
RIC-MAN CONSTRUCTION FLORIDA, INC.
Cohen, Molly. "Drilling to a Greener Future." US Developers Dec. 2010: 20-24
REFERENCES
Reference No- Contact
Phone Number
1
2
3
4
5
6
7
8
9
Charles DaBrusco
CDaBrusco@deerfield-beach.com
City of Deerfield Beach
150 NE 2 nd Avenue. Deerfield Beach, FL 33441
Jorge Holguin/ Paul Bohlander
Molguin@fortlauderdale.gpv
City of Fort Lauderdale
200 North Andrews Avenue Suite 300, Ft. Lauderdale, FL 33301
Mitch Carpenter
mcarDenterPavisco.com
Florida Power & Light/ Avisco
1005 Clarence Larson Drive, Oak Ridge, TN 37830
Pat MacGregor
pamacgresorPbroward.org
Broward County Water & Wastewater Services
2555 West Copans Rd. Pompano Beach, FL 33069
Greg Balicki
GBalickiPbroward.org
Broward County Water and Wastewater Services
2555 West Copans, Pompano Beach, FL 33069
Chris Helfrich
chelfrichPci.boca-raton.fl.us
City of Boca Raton
1401 Glades Road, Boca Raton, FL 33431
Nelson Cespedes
ncesupmiarnidade.gov
Miami Dade Water and Sewer
3575 South Lejeune Road, Miami FL 3314
John Lamb
ilamb@lakeworth.org
City of Lake Worth
1900 2nd Avenue, Lake Worth, FL 33460
George Aguiar
George.AguiarPrniamidade.gov
Miami Dade Water and Sewer
3575 South Lejeune Road, Miami FL 3314
(954) 480-4270
(954) 522-2604
(865) 276-1360
(954) 831-0904
(954) 831-0903
(561) 338-7303
(305) 607-0799
(561) 719-1623
(786) 268-5191
RIC-MAN CONSTRUCTION FLORIDA, INC. IM
Efficiency
Efficiency
8x26-
8x26
Efficiency
Pro-Tech
8x26
PAL4-4 2005:
2006
20.06--
RIC-MAN Supplement
EQUIPMENT LIST
600 IR600 Air Compressor
Champion Air Compressor
Air Compressor
Air Compressor
Ingersoll Rand
Champion HRA15-12
Ingersoll-Rand Air Compressor Air Compressor Ingersoll Rand XP750WCU 2006
Air Compressor Gas Compressor Kohler 2475
Air Compressor
Air Compressor
Gas Compressor Roll-Air 2HK28
8422HK30 Gas Compres.m.. Honda 2010
Air Compressor
Ingersoll Rand Air Compressor
Diesel Compressor
Air Compressor
Sullair
Ingersoll Rand
185DPQ-Cat
P185WJD
Ingersoll Rand Air Compressor
Inger Rand Compressor/Doosan
Trailer --
Wanco Arrow Board -
Wanco Arrow Board
Gas Detector
Kubota 12900
New Holed Tractor
_CAT 420F Backhop
Sweeper Broom
CAT 420F Backhoe
Air Compressor
Arrow Board
Arrow Board
Gas Detector
Broom Tractor
Tractor
Backhoe
Sweeper Broom
Backhoe
Ingersoll Rand P185WJD
Inger Rand/Doosan
-International
Wanco 15LT
33"333,f33""
. Industrial Scientjfitt M40
Kuhit - L2900
New Holland
420F
ohn Deere
CAT._
2014
2013
T1520 2008
Broom
Brace Broom . Broom
Lay-Moro 8FIC
Broce
Hydrostatic Broom
Efficiency Trench Box
Efficiency Trench B
Efficiency
Efficiency_
Efficiency Trench Box Trench Box
Efficiency:Trench Box Trencb.Box
Efficiency Trench Box Trench Box
Efficiency Trench Box Trench Box
Trench Box
Trench
Efficiency Trench Box
Efficiency Trench Box
Efficiency Trench Box
Trench Box 4x20
Trench Box
2 -Trench Boxes
Trench Box
Trench Box
Trench Box
Trench Box 4x20
Trench Box
2 - Trench Boxes
Speed Shore TS0824DW
Pro-Tech 9x16
10x24
a.
Trench Box Trench Box Efficiency HDHT6-624-22 2011
RIC-MAN CONSTRUCTION FLORIDA, INC.
Efficiency
Efficiency
8x26-
8x26
Efficiency
Pro-Tech
8x26
PAL4-4 2005:
2006
20.06--
RIC-MAN Supplement
EQUIPMENT LIST
600 IR600 Air Compressor
Champion Air Compressor
Air Compressor
Air Compressor
Ingersoll Rand
Champion HRA15-12
Ingersoll-Rand Air Compressor Air Compressor Ingersoll Rand XP750WCU 2006
Air Compressor Gas Compressor Kohler 2475
Air Compressor
Air Compressor
Gas Compressor Roll-Air 2HK28
8422HK30 Gas Compres.m.. Honda 2010
Air Compressor
Ingersoll Rand Air Compressor
Diesel Compressor
Air Compressor
Sullair
Ingersoll Rand
185DPQ-Cat
P185WJD
Ingersoll Rand Air Compressor
Inger Rand Compressor/Doosan
Trailer --
Wanco Arrow Board -
Wanco Arrow Board
Gas Detector
Kubota 12900
New Holed Tractor
_CAT 420F Backhop
Sweeper Broom
CAT 420F Backhoe
Air Compressor
Arrow Board
Arrow Board
Gas Detector
Broom Tractor
Tractor
Backhoe
Sweeper Broom
Backhoe
Ingersoll Rand P185WJD
Inger Rand/Doosan
-International
Wanco 15LT
33"333,f33""
. Industrial Scientjfitt M40
Kuhit - L2900
New Holland
420F
ohn Deere
CAT._
2014
2013
T1520 2008
Broom
Brace Broom . Broom
Lay-Moro 8FIC
Broce
Hydrostatic Broom
Efficiency Trench Box
Efficiency Trench B
Efficiency
Efficiency_
Efficiency Trench Box Trench Box
Efficiency:Trench Box Trencb.Box
Efficiency Trench Box Trench Box
Efficiency Trench Box Trench Box
Trench Box
Trench
Efficiency Trench Box
Efficiency Trench Box
Efficiency Trench Box
Trench Box 4x20
Trench Box
2 -Trench Boxes
Trench Box
Trench Box
Trench Box
Trench Box 4x20
Trench Box
2 - Trench Boxes
Speed Shore TS0824DW
Pro-Tech 9x16
10x24
a.
Trench Box Trench Box Efficiency HDHT6-624-22 2011
RIC-MAN CONSTRUCTION FLORIDA, INC.
Item No. Eqpipment II:est-rigHaile%
IR600 Air Compressor
Champion Air Compressor
Air Compressor
Air Compressor
Ingersoll Rand
Champion
600
HRA15-12
Ingersoll-Rand Air Compressor Air Compressor Ingersoll Rand XP750WCU
2006
Air Compressor Gas Compressor Kohler 2475
Air Compressor
Air Compressor
Air Compressor
Ingersoll Rand Air Compressor
Gas Compressor
Gas Compressor
Diesel Compressor
Air Compressor
Roll-Air 2HK28
Honda 8422HK30
Sullair 185DPQ-Cat 2005 .
Ingersoll Rand P1BSWJD 2011 ;-'4
Ingersoll Rand Air Compressor
Inger Rand Compressor/Doosan
Compressoraer .,
15L
15LT •
Industrial Scientific M40
Kubuta L2900
New Holland T1520
CAL _ . _420F _ _ _
John Deere
Backhoe ;:J.2tki.WP
Air Compressor Ingersoll Rand P185WID
Inger Rand/Doosan
EAT 420F Barkhop ..Backhoe
Sweeper Broom
Trailer —
Wanco Arrow Board
Wanco Arrow Board
Gas Detector
Kubuta 12900
New Holed Tractor
Sweeper Broom
CAT 420F Backhoe
Arrow Board
Arrow Board
Gas Detector
BroomTractor
Tractor
-International
Wanco
Wanco 2014
Hydrostatic Broom
Broce Broom
Efficiency Trench Box
Efficiency Trench Box.
Broom
Broom
Trench Box
Trench Box
Lay-Moro BHC
Broce RCT350
Efficiency 8x26
:Efficiency 8x28
Efficiency Trench Box Trench Box Efficiency
Efficiency TrenchBox _ Trench Box Efficiency
Efficiency Trench Box
Efficiency Trench Box Trench Box Efficiency
8x26
8x26_
8x26 1983,
Trench Box Fifirienry ,8x26
Efficiency Trench Box
Efficiency Trench Box
Efficiency Trench Box
Trench Box 4x20
Trench Box
2 -Trench Boxes
Trench Box
Trench Box
Trench Box
Trench Box
Trench Box 4x20
Trench Box
2 - Trench Boxes
Trench Box
Efficiency
Efficiency
Efficiency
Pro-Tech
Speed Shore
Pro-Tech
Efficiency
RIC-MAN CONSTRUCTION FLORIDA, INC.
8x26 2001'
200
77:77
8x26 2001'
PAL4-4 2005
15rir:.71
TS0824DW
2006
9x16
10x24
20.0fi—
HDHT6-624-22 2011
RIC-MAN Supplement
EQUIPMENT LIST
RIC-MAN Su lement
' Item No.. Egyigmeat T
Trench Boxes Trench Boxes
RM-Trench Box Trench Box
Material Stone Box
Material Stone Box
Material Stone Box
Material Stone Box
Stone Mizer
(48) B'x20' Steel Plates
8'x15' Steel Plate
(3) 8'x10" Steel Plates
SLS Tunnel Navigation System
Bucket for E-125
Home Made
Rock Box
Excavator Bucke
Decker 114" TBM
Lovat 120" TBM
Concrete Bucket
32" American Augers Micro
Tunneling
TBM 61" OP
0462G
American Augers 32"
Concrete Bucket
32' Augers Micro
Tunneling . -
RM-Ohm TBM 61" OP 48" Pipe
Technicore 74" tTrantr477,72-7 srrrfit
Robbins TBM 83" Cutter Head Cutter Head,
Scott 99" TBM Scott 99" TBM Scott
Robbins Robbins Cutter Head for B-920
Technicore SG95
Hydraulics Motors 3
Northwest 95 Crane
Cutter Head
Technicore SG95 SG95
Northwest 1901) Crane
Manitowoc Crane 222 Series
Northwest er
Crane
•
Lima Crane Crane Lima 700-TC
LS218HII
RT665
Link-Belt Crane Crane Link-Belt
Rough Terrain Crane Terrain Crane
Cement Mixer Cement Mixer
Ter ex Crane 2005
6Srm Mixer Mixer
Cement Mixer Cement Mixer 650,1 2001
Stone Mixer 65CM 2002 65CM Stone
Stone 65CM
Mixer
Cement Mixer Stone Cement Mixer
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Su lement
' Item No.. Egyigmeat T
Trench Boxes Trench Boxes
RM-Trench Box Trench Box
Material Stone Box
Material Stone Box
Material Stone Box
Material Stone Box
Stone Mizer
(48) B'x20' Steel Plates
8'x15' Steel Plate
(3) 8'x10" Steel Plates
SLS Tunnel Navigation System
Bucket for E-125
Home Made
Rock Box
Excavator Bucke
Decker 114" TBM
Lovat 120" TBM
Concrete Bucket
32" American Augers Micro
Tunneling
TBM 61" OP
0462G
American Augers 32"
Concrete Bucket
32' Augers Micro
Tunneling . -
RM-Ohm TBM 61" OP 48" Pipe
Technicore 74" tTrantr477,72-7 srrrfit
Robbins TBM 83" Cutter Head Cutter Head,
Scott 99" TBM Scott 99" TBM Scott
Robbins Robbins Cutter Head for B-920
Technicore SG95
Hydraulics Motors 3
Northwest 95 Crane
Cutter Head
Technicore SG95 SG95
Northwest 1901) Crane
Manitowoc Crane 222 Series
Northwest er
Crane
•
Lima Crane Crane Lima 700-TC
LS218HII
RT665
Link-Belt Crane Crane Link-Belt
Rough Terrain Crane Terrain Crane
Cement Mixer Cement Mixer
Ter ex Crane 2005
6Srm Mixer Mixer
Cement Mixer Cement Mixer 650,1 2001
Stone Mixer 65CM 2002 65CM Stone
Stone 65CM
Mixer
Cement Mixer Stone Cement Mixer
RIC-MAN CONSTRUCTION FLORIDA, INC.
Rock Box
- •U
Trench Boxes
Trench Box
Trench Boxes
RM-Trench Box
Material Stone Box
Material Stone Box
Material Stone Box
Material Stone Box
Stone Mizer
(48) 8rx20' Steel Plates
8'x15' Steel Plate
Home Made
Efficiency
?#4;
• • •••, -e464,17itattridaiii'
s-31,71, ,Vr..1•17,07,
•
,
Northwest Crane
Hydraulics Motors 3
Northwest 95 Crane
Stone Cement Mixer Cement Mixer Stone 65CM
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supolernent
Item No_ Neipmeni Denrisaisua FgpiymeritTyge Make 'Model Year
(3) 8'xl0" Steel Plates
SLS Tunnel Navigation System
Bucket for E-125
t,sern
Excavator Bucket
Decker 114" TBM Decker 114" TBM
Lovat 120" TBM Lovat 120" TBM
Concrete Bucket
32" American Augers Micro
Tunneling
TBM 61" OP
Technicore 74"
Robbins TBM 83" Cutter Head
Scott 99" TBM
Robbins Cutter Head for B-920 Cutter Head Robbins
Technicore SG95 Technicore SG95 —,
Northwest 190D Crane
Manitowoc Crane 222 Series
Northwest Crane 197j
Crane Manitowoc 222 Series 8 2000
6Srm Mixer Mixer
Cement Mixer Cement Mixer
Stone Mixer 65CM Mixer
65CM 2001
65CM 2002 Stone
1980
2005
Cement Mixer
•/!
Lima
Link-Belt
Terex Crane
700-TC
LS218HII
RT665
Crane
Crane
Terrain Crane
Lima Crane
Link-Belt Crane
Rough Terrain Crane
Cement Mixer
04626
• American Augers
TBM 61" OP
Concrete Bucket.,
32' Augers Micro
Tunnehng _,
RM-Ohm
3 7" 1990 yg
48" Pipe
Technicore '111-177r7,777""'"7-1
Cutter
Scott 99" TBM Scott
4 7e-t :gt° :Jr ...Akflar
744=77, •Mt-771,.'
dilb);
711116
RIC-
Equipment Type Make Model Year
Cement Mixer Stone 65CM
Concrete Mixer Multiquip MC64SH8 2011
Portable Silo Mobile Tech MT-200LP 2011
-
CnnrrprA MiyAr RainAr RAR-111-7;
Concrete Mixer Multiquip/Whiteman MC94-SH8 2014
Cnnrrpt-P Mivg, Mulrinnin/WhirArnan MC(74-CF-IR - 701.t
Concrete Mixer Whiteman 9CF 2015
Crniir M iyAr linmp Marie aT
1985 Chipper Morbark Eager Byer
Arrow RrAllnar RrAltrAr Arrow I-1112r,(1 1Qc1c
Arrow Drop Hammer Drop Hammer Arrow 1350 1996
Item Pia;
RIC-MAN CONSTRUCTION FLORIDA, INC.
Equipment Description
Stone Cement Mixer
Concrete Mixer
Portable Silo
CnrirrAtA MiyAr
Concrete Mixer
rniarrAra MiyAr
Concrete Mixer
(.rout MiyAr Twin Tnh 17; aalInn
Morbark Chipper
Manirnwar 40' Room Sertica,_ „,
CAT D4D Dozer
. .
CAT D6H LGP Doz
CAT DAM !CP
CAT D6
Room Sertliva,,‘,., ManitnwRc
Dozer Caterpillar
CaYarnillar
Xate
r.17 1c)
Dozer Caterpillar D6M 1999
Inhn g;n1
CAT D5C Series HI LGP
Cat R RinnAr caripc
Hain Crane Mounted Drill Rig
14ain AncrArc 4-34" An" 8, R.f.'
Hain 9ft Drill Fixture
CAT Ai war
Terex Texoma 800 Drill Rig
f(Allv Rar c U "co'
Casagrande M9-1A
DrrrAr John 11/aArA 6-;11r
Dozer Caterpillar D5C
AnaPr
Drill Rig
()rill Pia Rar
Drill Rig Casagrande
Catprriel
Terex
Cal-Aim111a! ,
Hain 471/3531-3
racagranrIA CR;(1 Piling Pia
4'x3' DIA Core Barrel
5'x42' DIA Core Barrel
9-19' 8" Euro DBL Wall Casing
45"x36" DIA One Eye Bucket
4'x42" DIA Core Barrel
49"x36" DIA Bucket/No Kel Box
6' Tall x 34" DIA Auger with Teet
8" Tali x 34" DIA Auger
PiIina Rio
Core Barrel
Core Barrel
Core Barrel
Bucket
Auger
Auger
CacauraririA
DIA
DEA 5' Tall
45" Tall
4' Tall
49"x36"
6'x34"
8'x34"
711116
RIC-
Equipment Type Make Model Year
Cement Mixer Stone 65CM
Concrete Mixer Multiquip MC64SH8 2011
Portable Silo Mobile Tech MT-200LP 2011
-
CnnrrprA MiyAr RainAr RAR-111-7;
Concrete Mixer Multiquip/Whiteman MC94-SH8 2014
Cnnrrpt-P Mivg, Mulrinnin/WhirArnan MC(74-CF-IR - 701.t
Concrete Mixer Whiteman 9CF 2015
Crniir M iyAr linmp Marie aT
1985 Chipper Morbark Eager Byer
Arrow RrAllnar RrAltrAr Arrow I-1112r,(1 1Qc1c
Arrow Drop Hammer Drop Hammer Arrow 1350 1996
Item Pia;
RIC-MAN CONSTRUCTION FLORIDA, INC.
Equipment Description
Stone Cement Mixer
Concrete Mixer
Portable Silo
CnrirrAtA MiyAr
Concrete Mixer
rniarrAra MiyAr
Concrete Mixer
(.rout MiyAr Twin Tnh 17; aalInn
Morbark Chipper
Manirnwar 40' Room Sertica,_ „,
CAT D4D Dozer
. .
CAT D6H LGP Doz
CAT DAM !CP
CAT D6
Room Sertliva,,‘,., ManitnwRc
Dozer Caterpillar
CaYarnillar
Xate
r.17 1c)
Dozer Caterpillar D6M 1999
Inhn g;n1
CAT D5C Series HI LGP
Cat R RinnAr caripc
Hain Crane Mounted Drill Rig
14ain AncrArc 4-34" An" 8, R.f.'
Hain 9ft Drill Fixture
CAT Ai war
Terex Texoma 800 Drill Rig
f(Allv Rar c U "co'
Casagrande M9-1A
DrrrAr John 11/aArA 6-;11r
Dozer Caterpillar D5C
AnaPr
Drill Rig
()rill Pia Rar
Drill Rig Casagrande
Catprriel
Terex
Cal-Aim111a! ,
Hain 471/3531-3
racagranrIA CR;(1 Piling Pia
4'x3' DIA Core Barrel
5'x42' DIA Core Barrel
9-19' 8" Euro DBL Wall Casing
45"x36" DIA One Eye Bucket
4'x42" DIA Core Barrel
49"x36" DIA Bucket/No Kel Box
6' Tall x 34" DIA Auger with Teet
8" Tali x 34" DIA Auger
PiIina Rio
Core Barrel
Core Barrel
Core Barrel
Bucket
Auger
Auger
CacauraririA
DIA
DEA 5' Tall
45" Tall
4' Tall
49"x36"
6'x34"
8'x34"
Equipment Description
Stone Cement Mixer
Equipment Type Make Model
Cement Mixer Stone 65CM
RIC-MAN Su. cement
Concrete Mixer Concrete Mixer Multiquip MC64SH8
Portable Silo Portable Silo Mobile Tech MT-200LP
Cnnrrpta klivnr rnnrrni-pi Meynr Rainnr PARRO-7R
Concrete Mixer Concrete Mixer Multiquip/Whiteman MC94-SH8
Cnnrrnrn Ivliear Conrrptp Mivor Mnirinivin/Whirgirnan
Concrete Mixer Concrete Mixer Whiteman 9CF
Turin Tiih 175 onlInri Crniir Milene 1-Inmn N.411-ip
Morbark Chipper Chipper Morbark Eager Bver
Item No. Year
1985
RIC-MAN CONSTRUCTION FLORIDA, INC. 1111
Pilino Rio
Core Barrel
Cacagragrie CARR Pilino Rio
4'x3' DIA Core Barrel
5'x42' DIA Core Barrel
9-19' 8" Euro DBL Wall Casing
45"x36" DIA One Eye Bucket
4'x42' DIA Core Barrel
Arrow Drop Hammer
Arrow Rrnalrnr Rrnaknr Arrnw 14111R11
Drop Hammer Arrow
Room SPrhgn T Marlin
Dozer Caterpillar D4D
Manitowle 40 Room Section
CAT D4D Dozer
pn7pr
Dozer
inhn nanra g;01
CAT D5C Series III LGP
1350
=
1996
ratnrniltr
CaterEtiOr.„,
CAT IIAM I CP timer
CAT D6 Dozer Caterpillar
(oh n faare
Caterpillar
11AM 1(15 7
D6M
z;n'r in n
D5C 1999 - —
47113531-3 1992
ri; rn- WA gr11PX-Ptn'
Hain 9ft Drill Fixture
rat R Pinnnr Raripc
Hain Crane Mounted Drill Rig Drill Rig
mill Rio
Drill Rig
16.11v Rar R 1,4 "RR'
Casagrande M9-1A
Core Barrel
Core Barrel
Bucket
Auger
Auger
49"x36" DIA Bucket/No Kel Box
6' Tall x 34" DIA Auger with Teet
8" Tall x 34" DIA Auger
Teithrin 800-
CAT Auger Auger
Terex Texoma 800 Drill Rig Drill Rig
rAsn
4' Tall
5' Tall
M9-1A
Caternillar
Terex
Knits/ Rai:
Casagrande
facnoranrin
DIA
DIA
2011
45" Tall
4' Tall
49"x36"
6'x34"
8'x34"
2011
2011
2011
2014
finis
2015
2014
Excavator cateroalar
Excavator Caterpillar
3 / 4L/C
374FL
Excavator Caterpillar
Lenerator
Generator
Muttiouto Cienerator
Multiquip Generator
RIC-MAN CONSTRUCTION FLORIDA, INC.
Equipment Description fouipment Type Make Model
2-39.5" TL-Euro CAS-Cutter Head Cutter Head
6-9'10" Euro DBL Wall Casing
CAT 320 BLP Excavator Caterpillar 320 BLP
CAT 315 BL Excavator Excavator Caterpillar 315BL
CAI 373C txcavator Excavator Laterrufrar
CAT 3458E1 Excavator Caterpillar
• aka -iv -- .,,
L1 A -32`at.l. h -i-Ca‘iatrii'' .txcavatni' Laterralar. ,32'.1S.L._
,`- CAT 385 CL Excavator Caterpillar 385 CL 2006
Komatsu Excavator Komatsu PLSOMK-L LUI
CAT 303.5C CR Excavator Excavator Caterpillar 303.5C CR 2006
LA I 33UUL I rack Excavator Excavator- Caterpillar 33UIJC LOW
CAT 305c Mini Excavator Excavator Caterpillar 305C 2009
:..
CAL M3lbL) Wheel excavator Excavator- Caterpillar IN,131K)
CAT M318D Wheel Excavator Excavator Caterpillar wM318D 2011
tgr3T6t.'t ExcaliatOr -,,.. Excavator L rfilT ar 316EL
CAT 328D LCR Excavator Excavator Caterpillar 328D LCR
zut.
2014
Item Nix: Year
1998
1995Z;
2002
ZUOL
2014
LA I 329ELY Excavator
CAT308E Mini Excavator
LA 1323E-C
329ELF
308E
sz3r1:-42
747t
GU
Lrader
Generator
CAT Lrader
CAT Generator
Caterpillar . 1650-H _
Caterpillar XQ225
Muitiauio
Multiquip
Koehring
9750 Hopack ns
5904D Model 9700
CAT Grapple for CAT 318
9700
Accessory Caterpillar Attachment
1981
Gen Set Uenerator Multiouio
5000 Watt Genset Generator
-
6000-Watt Generator Generator
Honda 6000 Generator Generator Honda
Multiouro Generator Generator Multmuio
Champion Generator Generator Champion
2005
2006
2006
2007
2009
HDX
1.)C.A25SS1LL
DCA25SS1U
DCA25SSIU
40023
CAI' 3 14DL Excavator
CAT 374F Excavator
Excavator Latemillar
Excavator Caterpillar
2014
Excavator cateroalar
Excavator Caterpillar
3 / 4L/C
374FL
Excavator Caterpillar
Lenerator
Generator
Muttiouto Cienerator
Multiquip Generator
RIC-MAN CONSTRUCTION FLORIDA, INC.
Equipment Description fouipment Type Make Model
2-39.5" TL-Euro CAS-Cutter Head Cutter Head
6-9'10" Euro DBL Wall Casing
CAT 320 BLP Excavator Caterpillar 320 BLP
CAT 315 BL Excavator Excavator Caterpillar 315BL
CAI 373C txcavator Excavator Laterrufrar
CAT 3458E1 Excavator Caterpillar
• aka -iv -- .,,
L1 A -32`at.l. h -i-Ca‘iatrii'' .txcavatni' Laterralar. ,32'.1S.L._
,`- CAT 385 CL Excavator Caterpillar 385 CL 2006
Komatsu Excavator Komatsu PLSOMK-L LUI
CAT 303.5C CR Excavator Excavator Caterpillar 303.5C CR 2006
LA I 33UUL I rack Excavator Excavator- Caterpillar 33UIJC LOW
CAT 305c Mini Excavator Excavator Caterpillar 305C 2009
:..
CAL M3lbL) Wheel excavator Excavator- Caterpillar IN,131K)
CAT M318D Wheel Excavator Excavator Caterpillar wM318D 2011
tgr3T6t.'t ExcaliatOr -,,.. Excavator L rfilT ar 316EL
CAT 328D LCR Excavator Excavator Caterpillar 328D LCR
zut.
2014
Item Nix: Year
1998
1995Z;
2002
ZUOL
2014
LA I 329ELY Excavator
CAT308E Mini Excavator
LA 1323E-C
329ELF
308E
sz3r1:-42
747t
GU
Lrader
Generator
CAT Lrader
CAT Generator
Caterpillar . 1650-H _
Caterpillar XQ225
Muitiauio
Multiquip
Koehring
9750 Hopack ns
5904D Model 9700
CAT Grapple for CAT 318
9700
Accessory Caterpillar Attachment
1981
Gen Set Uenerator Multiouio
5000 Watt Genset Generator
-
6000-Watt Generator Generator
Honda 6000 Generator Generator Honda
Multiouro Generator Generator Multmuio
Champion Generator Generator Champion
2005
2006
2006
2007
2009
HDX
1.)C.A25SS1LL
DCA25SS1U
DCA25SSIU
40023
CAI' 3 14DL Excavator
CAT 374F Excavator
Excavator Latemillar
Excavator Caterpillar
Komatsu
Caterpillar
1998
ert
1999.,
320 BLP
315BL
Excavator
Excavator
Caterpillar
Caterpillar
1166 Koehring 1981
Excavator
Excavator
Excavatni-:"'
Excavator
Lateroillar
Caterpillar
aterni ar
Caterpillar
Excavator
Excavator
Excavator
Excavator
Excavator
Excavator
Excavator
308E
374FL
hxcavator
Excavator
hxcavator
Excavator
Excavator
Excavator
xcavator
Excavator
Gaterrnilar
Caterpillar
Gateroitiar
Caterpillar
Gaterpiiiar
Caterpillar
9700
1997
1949-125141
RIC-MAN Su lernent
Item No. Equipment Description
2-39.5" TL-Euro CAS-Cutter Head
6-9'10" Euro DBL Wall Casing
CAT 320 BLP
CAT 315 BL Excavator
LAC .3 /SL Excavator
CAT 3451311
CA•1 -32h1l EicaVator
CAT 385 CL
Komatsu
CAT 303.5C CR Excavator
LA I .33UUL I rack Excavator
CAT 305c Mini Excavator
CAI M3thD Wheel Excavator
CAT M318D Wheel Excavator
2-- -
iYttttteVTttr '''
- CAT 328D LCR Excavator
LAI' 3 /,1•L/L Excavator
CAT 374F Excavator
LA I .3L9LLI" Excavator
CAT308E Mini Excavator
LA 1.3Z.31-L
CAT 308E2
Koehring
9750 Hopack
5904D Model 9700
CAT Grapple for CAT 318
fquipment Type Make od el
, Cutter Head
Caterpillar Attachment Accessory
CAL Grader Grader Latermilar. 165U-id _ _
CAT Generator Generator Caterpillar XQ225
'Gen Set Generator Mulnouuo ULA25
5000 Watt Genset Generator
.....:_...........,.:-.....;,....3......,i--4.....-.....,;
6000-Watt Generator Generator --- —
Honda 6000 Generator Generator Honda HDX 2005
Multioulo Generator Generator Multichno ULA25SSILL 2006
Multiquip Generator Generator Multiquip DCA25SSIU 2006
lill
Champion Generator
Muitiaino Generator Generator
Generator Champion
Multioulo ULAZ3SSIU
40023
ZOO/
2009
RIC-MAN CONSTRUCTION FLORIDA, INC. 1111
RIC-MAN S !einem
Item Nix Equipment Type Make Model
Generator Multiquip DCA400SSK
Generator Champion 375672
Generator Multiquip 25 KVA
Generator/Trailer SDMO/Dual Axle R75UC
Generator Kilowatt Boy SDG25SS 2013
Generator Tsurumi 4500 W • 2014
Generator Tsurumi TPG4-4500H 2014
C,prtPrarnr Kilnwarr Rnv 11CA-7SSSII (7 NMI;
Multiquip Generator Generator Kilowatt Boy DCA25SSIU4F 2014 25kVA/20ION
Atlas Copco Generator 35KW Generator Atlas Copco QAS45 2011
CAT 635 kw Generator Caterpillar 3412DITTA
Honda 7000W Generator Generator Honda EM7000is 2006
Multiquip Generater Generator Kilowatt Boy DCA125US 2014 125KVA/MQ150kVA _
Allied 770C Hydraulic Hammer Hydraulic Hammer Allied 770C 1998
Jack Hammer Jack Hammer Sullair Sullair
Jack Hammer Jack Hammer Sullair Sullair
jack Hammer Jack Hammer Sullair Sullair
Hoe Pack . Hoe Pack
Hoe Pack
Hoe PaCk
Hop Park POP Park
Hydraulic Power Unit Hydraulic Power Unit Stanley HP28B02 2014
ahr,"nry F-Inp Park Hop. Park I ahnIrnry,
Hydraulic Torque Wrench Hydraulic Torque Wrench
Hytorc 2016
John Deere 8640 John Deere 8640 1981
John Deere 4005 john Deere 4005 2008
ADJ Jacking Frame
54" Tunnel Jacking Frame
60" Tunnel jacking Frame
72" Tunnel Jacking Frame
78" Tunnel Jacking Frame
102" Tunnel Jacking Frame
81" Tunnel Jacking Frame Tunnel Jacking Frame Home Made
CAT 922 Loader Loader Caterpillar 922 1965
CAT 9ROR Lnariar I.nadpr rarPrnillAr 9RIIR 197;
CAT 980C Loader Loader Caterpillar 980C 1990
2010
2010
2006
Eouioment Description
Multiquip Generator
Champion Generator
Multiquip Midel 25 KVA
SDMO Generator/Generator
Trailer
Multiquip denerator
25kVA/20KW
Tsurumi Generator 4500 W
Tsurumi Generator 4500 W
RIC-MAN CONSTRUCTION FLORIDA, INC. all
RIC-MAN S !einem
Item Nix Equipment Type Make Model
Generator Multiquip DCA400SSK
Generator Champion 375672
Generator Multiquip 25 KVA
Generator/Trailer SDMO/Dual Axle R75UC
Generator Kilowatt Boy SDG25SS 2013
Generator Tsurumi 4500 W • 2014
Generator Tsurumi TPG4-4500H 2014
C,prtPrarnr Kilnwarr Rnv 11CA-7SSSII (7 NMI;
Multiquip Generator Generator Kilowatt Boy DCA25SSIU4F 2014 25kVA/20ION
Atlas Copco Generator 35KW Generator Atlas Copco QAS45 2011
CAT 635 kw Generator Caterpillar 3412DITTA
Honda 7000W Generator Generator Honda EM7000is 2006
Multiquip Generater Generator Kilowatt Boy DCA125US 2014 125KVA/MQ150kVA _
Allied 770C Hydraulic Hammer Hydraulic Hammer Allied 770C 1998
Jack Hammer Jack Hammer Sullair Sullair
Jack Hammer Jack Hammer Sullair Sullair
jack Hammer Jack Hammer Sullair Sullair
Hoe Pack . Hoe Pack
Hoe Pack
Hoe PaCk
Hop Park POP Park
Hydraulic Power Unit Hydraulic Power Unit Stanley HP28B02 2014
ahr,"nry F-Inp Park Hop. Park I ahnIrnry,
Hydraulic Torque Wrench Hydraulic Torque Wrench
Hytorc 2016
John Deere 8640 John Deere 8640 1981
John Deere 4005 john Deere 4005 2008
ADJ Jacking Frame
54" Tunnel Jacking Frame
60" Tunnel jacking Frame
72" Tunnel Jacking Frame
78" Tunnel Jacking Frame
102" Tunnel Jacking Frame
81" Tunnel Jacking Frame Tunnel Jacking Frame Home Made
CAT 922 Loader Loader Caterpillar 922 1965
CAT 9ROR Lnariar I.nadpr rarPrnillAr 9RIIR 197;
CAT 980C Loader Loader Caterpillar 980C 1990
2010
2010
2006
Eouioment Description
Multiquip Generator
Champion Generator
Multiquip Midel 25 KVA
SDMO Generator/Generator
Trailer
Multiquip denerator
25kVA/20KW
Tsurumi Generator 4500 W
Tsurumi Generator 4500 W
RIC-MAN CONSTRUCTION FLORIDA, INC. all
Year Eauinment Type Make Model
Generator Multiquip DCA400SSK
Eauinment Description
Multiquip Generator
Champion Generator
Multiquip Midel 25 KVA
SDMO Generator/Generator
Trailer
Generator/Trailer SDMO/Duai Axle RTSUC 2006
Generator
Generator
Champion 375672 2010
Multiquip 25 KVA 2010
Multiquip Generator
25IcVAPOKW
Generator Kilowatt Boy SDG25SS 2013
Tsurumi Generator 4500 W Generator Tsurumi 4300 W - 2014
- • . ..... .
Tsurumi Generator 4500 W Generator Tsurumi TPG4-4500H 2014
Gvnprarnr
Generator
Fei I owa rt Rnv 11CA-SSSEI [7 71111r,
Kilowatt Boy DCA25SSIU4F 2014
Sullair
Jack Hammer Jack Hammer Sullair
_ .
Jack Hammer Jack Hammer Sullair
tack Hammer Jack Hammer
Stanley
ahnunt7/
_ .
Hne Park „„ _ Fivt Park ,,
Hydraulic Power Unit Hydraulic Power Unit
I ahnii nry Hnp Park PA/*
Hydraulic Torque Wrench Hydraulic Torque Wrench Hytorc
John Deere
John Deere
John Deere 8640
John Deere 4005
ADJ Jacking Frame
54" Tunnel Jacking Frame
60" Tunnel Jacking Frame
72" Tunnel Jacking Frame
78" Tunnel Jacking Frame
102" Tunnel Jacking Frame
1998 770C
Sullair
Sullair
Sullair
HP28802 2014
2016
1981 8640
4005 2008
RIC-MAN Su lement
CAT 635 kw Generator Caterpillar 3412DITTA
. _
Honda 7000W Generator Generator Honda EM7000is 2006
Multiquip Generator Generator Kilowatt Boy DC.A125US 2014 125KVA/MQ150kYA .
Allied 770C Hydraulic Hammer Hydraulic Hammer Allied
Hoe Pack . Hoe Pack
Hoe Pack Hoe Pack
81" Tunnel Jacking Frame Tunnel Jacking Frame Home Made
CAT 922 Loader Loader Caterpillar 922 1965
CAT 9fICIR I nailer Loader CarPrnillar 9ROR 197;
CAT 980C Loader Loader Caterpillar 980C 1990
item No.
RIC-MAN CONSTRUCTION FLORIDA, INC.
Generator Atlas Copco QAS45 2011
Multiquip Generator
25kVA/20KW
Atlas Copco Generator 35KW
CAT 950F Loader Loader Caterpillar 950F11 1997
RIC-MAN CONSTRUCTION FLORIDA, INC.
CAT 950F Loader Loader Caterpillar 950F11 1997
RIC-MAN CONSTRUCTION FLORIDA, INC.
CAT 950F Loader Loader Caterpillar 950F11 1997
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Stielegy ett
RIC-MAN CONSTRUCTION FLORIDA, INC.
Item No.
Cold Planner, LAT VUZ06
Forklift Lakeshore M44
3 Ton Locomotive Locomotive
Greensburg 4 Ton Locomotive Locomotive Greensburg 4 Ton
l,reensbure6 Ion Locomotive Locomotive lireensbure 6 ton
LA I PL!.U6 Lold Planner
Forklift Work Basket
Fauipment Description
I elescooic BOOM Lift Boom Lift lLG ILL 600S 4WD
Straddle Stacker Big Joe PDSZ5-106
JCB Forklift
Mitsubishi Forklift
CAT 950G Loader
CAT 950G Loader
Straddle Stacker
Forklift JCB 506B Load all
Forklift '''''' Mitsubishi FG15
....— ..._
Scissor Lift Lift JLG JLG 26'
Telescoping Lift Lift JCB 506C
Gehl Tele Lift
Equipment Tyne Make Model
Loader Caterpillar 950G
Loader Caterpillar 950G
1996
201rr-R7
ZOO/
1998
1999
1956
Year
195/
LA 950H Loader
CAT 950H Wheel Loader
Loader LA t"
Loader CAT
Loader
Loader
Loader
LA 195(3K Loader
CAT 950K Loader
Lateroillar
Caterpillar
Skid Meer hn Deere
John Deere Skid Steer
Gehl 5640 Skid Loader Skid Loader John Deere
52-6FGCU35
LA I ‘-)SOK. Loader Loader Lateroiltar 95UK 21I1=1-
CAT 950K Loader Loader Caterpillar 950K 2014
CAT 936E Loader
caterpillar
CAT 950H Loader Loader Caterpillar
Loader
ZOO Laternillar,„,
CAT.
93Mc. Wheel Loader
CAT 25983 Track Loader
CAI 2S-2
Clark Forklift
Mitsubishi Forklift
Upright MX19 Scissor Lift
Forklift
Forklift Mitsubishi
Scissor Lift -77771"':77i Upright
Toyota Forklift
Toyota Forklift Truck
Forklift
950fr
Loader
Loader
Loader
Loader
LA 1 21391)"
John Deere 544J Loader
LA1 Skid-Steer
RIC-MAN Stielegy ett
RIC-MAN CONSTRUCTION FLORIDA, INC.
Item No.
Cold Planner, LAT VUZ06
Forklift Lakeshore M44
3 Ton Locomotive Locomotive
Greensburg 4 Ton Locomotive Locomotive Greensburg 4 Ton
l,reensbure6 Ion Locomotive Locomotive lireensbure 6 ton
LA I PL!.U6 Lold Planner
Forklift Work Basket
Fauipment Description
I elescooic BOOM Lift Boom Lift lLG ILL 600S 4WD
Straddle Stacker Big Joe PDSZ5-106
JCB Forklift
Mitsubishi Forklift
CAT 950G Loader
CAT 950G Loader
Straddle Stacker
Forklift JCB 506B Load all
Forklift '''''' Mitsubishi FG15
....— ..._
Scissor Lift Lift JLG JLG 26'
Telescoping Lift Lift JCB 506C
Gehl Tele Lift
Equipment Tyne Make Model
Loader Caterpillar 950G
Loader Caterpillar 950G
1996
201rr-R7
ZOO/
1998
1999
1956
Year
195/
LA 950H Loader
CAT 950H Wheel Loader
Loader LA t"
Loader CAT
Loader
Loader
Loader
LA 195(3K Loader
CAT 950K Loader
Lateroillar
Caterpillar
Skid Meer hn Deere
John Deere Skid Steer
Gehl 5640 Skid Loader Skid Loader John Deere
52-6FGCU35
LA I ‘-)SOK. Loader Loader Lateroiltar 95UK 21I1=1-
CAT 950K Loader Loader Caterpillar 950K 2014
CAT 936E Loader
caterpillar
CAT 950H Loader Loader Caterpillar
Loader
ZOO Laternillar,„,
CAT.
93Mc. Wheel Loader
CAT 25983 Track Loader
CAI 2S-2
Clark Forklift
Mitsubishi Forklift
Upright MX19 Scissor Lift
Forklift
Forklift Mitsubishi
Scissor Lift -77771"':77i Upright
Toyota Forklift
Toyota Forklift Truck
Forklift
950fr
Loader
Loader
Loader
Loader
LA 1 21391)"
John Deere 544J Loader
LA1 Skid-Steer
RIC-MAN Su lenient
Model Year Equipment Type Malig Fquipment Description
1998 950G CAT 950G Loader
CAT 950G Loader
Loader Caterpillar
Loader Caterpillar 1999 950G
Loader
Loader
LA I 950K Loader
CAT 950K Loader
Laterodlar
Caterpillar
930K
2013 259133
2012 5640
2.89U
5441
Clark :74, Clark Forklift Forklift
Mitsubishi Forklift
Upright MX19 Scissor Lift
Forklift
Scissor Lift
Mitsubishi
Upright
JLG
JCB
Lift
Lift
I.A1 930K Wheel Loader Loader LA I
CAT 259B3 Track Loader Loader CAT
John Deere Skid Steer
Gehl 5640 Skid Loader
CAI Lb 911
John Deere 544J Loader
L.A1 Skid-Steer LOider-
skrd s'teee
Skid Loader
Loader LA
Loader CAT
Loader'
hn Lieere
John Deere
Toyota Forklift
Toyota Forklift Truck
JCB Forklift
Mitsubishi Forklift
Scissor Lift
Telescoping Lift
hark Forklitt
Gehl Tele Lift
l'elescooic Boom Litt
Straddle Stacker
Forklift Toyota
- • ' Forklift 7 Toyota
JCB
Forklift
Lift
boom Litt ILL
Straddle Stacker Big Joe
Mitsubishi
52-6FGCU35
506B Load all
FG15
JLG 26'
506C
Liark LY300
Gehl RS5-34
Forklift
Forklift •
ILL 600S 4WD
PDS25-106
ZU1
2005
2006
201=7
1996
LA F 930K Loader Loader Latermliar 95UK —
CAT 950K Loader Loader Caterpillar 950K
CAT 936E Loader
Caterpillar
CAT 950H Loader Loader Caterpillar
LA F 950F1 Loader Loader Laternillar
CAT 950H Wheel Loader Loader CAT
Loader
9507 200.6
9',OH
95011
10(
2008
Lold Planner. LA! VLZU6
Forklift Lakeshore M44
Locomotive
Locomotive Greensburg 4 Ton
Ureensburg. 6 Ion Locomotive Locomotive Lreensburg. 6 Ion
Item No.
RIC-MAN CONSTRUCTION FLORIDA, INC.
LA I PLZU6 Lold Planner
Forklift Work Basket
3 Ton Locomotive
Greensburg 4 Ton Locomotive 1956
193/
t tasaual
Greensburg 6 Ton Locomotive Locomotive Greensburg 6 Ton 1962
RIC-MAN CONSTRUCTION FLORIDA, INC. IIIII
t tasaual
Greensburg 6 Ton Locomotive Locomotive Greensburg 6 Ton 1962
RIC-MAN CONSTRUCTION FLORIDA, INC. IIIII
t tasaual
Greensburg 6 Ton Locomotive Locomotive Greensburg 6 Ton 1962
RIC-MAN CONSTRUCTION FLORIDA, INC. IIIII
I nrnmntivp Palm
Locomotive Balco
Equipment Description Equipment Type Make
Balco 6.5 Ton Locomotive Locomotive Balco
Palen 6 S Tnn f nrnmnrivP
Balco 6.5 Ton Locomotive
Ralrn .1 Tnn f nrnmnrivo f nrnmnrivp
Mining Electric Locomotive Locomotive
Pressure Washer
Concrete Saw
Hotsy Pressure Washer
Concrete Saw
Horizontal Boring Machine 24"
PrnCrimn PrnC.rimn 13R0
Crimn Machine
Drill Press 12 Speed
Drill Press
RIC-MANS i s lernear
Minim:, I ornmntive F nrnmntive
Plymouth Locomotive Locomotive
New Loci
44 - 2 Rail Muck Boxes
8500' Tunnel Track
Flat Cars
Flat Car
Flat Car
Personnel Car
Mickierman-Terry •
404
Mickierman-Terry
- ,
Horizontal Boring Machine 30"
Mulch Spreader
Horizontal Boring Machine 48"
Fosdick Radial Drill Press
Rod'erc larking, Unit
Hydro Tech Pressure Washer
Warner & Swasey Layth Turret lathe
Item Nor
Hotsy
Clipper
Drill Press Fosdick
larking lrnit Rod get-5.,
Pressure Washer Hydro Tech
ao:d21 Year
6.5 Ton 1978
6 Tn.
6.5 Ton 1978
1978
"• -
375 -
r7.
MP-11019-H
M-510
Plymouth ' 3A10766
RIC-MAN CONSTRUCTION FLORIDA, INC.
P88 Schwing Concrete Pump Car
Pipe Carrier
Schwing P88 Concrete Pump Car
Loci — Hydraulic Power Unit
Mining Concrete Transfer Car
Mining Transfer Car
Cement Levelers
Cement Leveler
Retrieval System
' 7
-`77,7T -777r.,-•
Safety Equipment Miller 5YH37 2006
I nrnmntivp Palm
Locomotive Balco
Equipment Description Equipment Type Make
Balco 6.5 Ton Locomotive Locomotive Balco
Palen 6 S Tnn f nrnmnrivP
Balco 6.5 Ton Locomotive
Ralrn .1 Tnn f nrnmnrivo f nrnmnrivp
Mining Electric Locomotive Locomotive
Pressure Washer
Concrete Saw
Hotsy Pressure Washer
Concrete Saw
Horizontal Boring Machine 24"
PrnCrimn PrnC.rimn 13R0
Crimn Machine
Drill Press 12 Speed
Drill Press
RIC-MANS i s lernear
Minim:, I ornmntive F nrnmntive
Plymouth Locomotive Locomotive
New Loci
44 - 2 Rail Muck Boxes
8500' Tunnel Track
Flat Cars
Flat Car
Flat Car
Personnel Car
Mickierman-Terry •
404
Mickierman-Terry
- ,
Horizontal Boring Machine 30"
Mulch Spreader
Horizontal Boring Machine 48"
Fosdick Radial Drill Press
Rod'erc larking, Unit
Hydro Tech Pressure Washer
Warner & Swasey Layth Turret lathe
Item Nor
Hotsy
Clipper
Drill Press Fosdick
larking lrnit Rod get-5.,
Pressure Washer Hydro Tech
ao:d21 Year
6.5 Ton 1978
6 Tn.
6.5 Ton 1978
1978
"• -
375 -
r7.
MP-11019-H
M-510
Plymouth ' 3A10766
RIC-MAN CONSTRUCTION FLORIDA, INC.
P88 Schwing Concrete Pump Car
Pipe Carrier
Schwing P88 Concrete Pump Car
Loci — Hydraulic Power Unit
Mining Concrete Transfer Car
Mining Transfer Car
Cement Levelers
Cement Leveler
Retrieval System
' 7
-`77,7T -777r.,-•
Safety Equipment Miller 5YH37 2006
I nrnmntivp Palm
Locomotive Balco
Equipment Description Equipment Type Make
Balco 6.5 Ton Locomotive Locomotive Balco
Palen 6 S Tnn f nrnmnrivP
Balco 6.5 Ton Locomotive
Ralrn .1 Tnn f nrnmnrivo f nrnmnrivp
Mining Electric Locomotive Locomotive
Pressure Washer
Concrete Saw
Hotsy Pressure Washer
Concrete Saw
Horizontal Boring Machine 24"
PrnCrimn PrnC.rimn 13R0
Crimn Machine
Drill Press 12 Speed
Drill Press
RIC-MANS i s lernear
Minim:, I ornmntive F nrnmntive
Plymouth Locomotive Locomotive
New Loci
44 - 2 Rail Muck Boxes
8500' Tunnel Track
Flat Cars
Flat Car
Flat Car
Personnel Car
Mickierman-Terry •
404
Mickierman-Terry
- ,
Horizontal Boring Machine 30"
Mulch Spreader
Horizontal Boring Machine 48"
Fosdick Radial Drill Press
Rod'erc larking, Unit
Hydro Tech Pressure Washer
Warner & Swasey Layth Turret lathe
Item Nor
Hotsy
Clipper
Drill Press Fosdick
larking lrnit Rod get-5.,
Pressure Washer Hydro Tech
ao:d21 Year
6.5 Ton 1978
6 Tn.
6.5 Ton 1978
1978
"• -
375 -
r7.
MP-11019-H
M-510
Plymouth ' 3A10766
RIC-MAN CONSTRUCTION FLORIDA, INC.
P88 Schwing Concrete Pump Car
Pipe Carrier
Schwing P88 Concrete Pump Car
Loci — Hydraulic Power Unit
Mining Concrete Transfer Car
Mining Transfer Car
Cement Levelers
Cement Leveler
Retrieval System
' 7
-`77,7T -777r.,-•
Safety Equipment Miller 5YH37 2006
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Su einent
Compactor
Compactor
Mikasa 4 Cycle Kammer
Mikasa 4 Cycle Rammer
ICE 416L Vibratory Driver
3" Submersible Electric Pump
3- Submersible Electric ?um°
3" Submersible Electric Pump
Comoactor
Compactor
Kammer
Rammer
Vibratory Driver
Submersible Pump
submersible Puino
Submersible Pump
Item No. Equipment Description Fqpinment Make Model Year
Wacker WP1550A
Dynapac
Wacker
LF90/
5.CHP FnPinP
Pit Compactor
Cherne Air-Loc Air Test
Michael Byrne 30" jack & Bore
Athens ZSU lilt Discs
Yamaha 4-Wheeler
Cart:tiler Denver Stormer Units
Pressure Washer
Asphalt Zipper & Trailer
Trueline Paint Stripper
Pine I ugger - 1 /V
Farley's Gemini 6 PSI Washer
Air-Loc Air Test
jack & Bore
4-Wheeler w/Bed
Unit
Pressure Washer
Asphalt Mill
Paint Sprayer
Pine 'fusser
Farley
Cherne
Michael Byrne
Athens
Yamaha
LarcIner Uenver
Honda
John Deere
Trueline
30"
LSO Ili Ni
YXP1000ASL
UE t(13-63 -
BT0011
T2000
12 Volt
PSI
BoatsA - ' •
Pipe Puller
Light Tower (Towable)
Light Tower (Towable)
Vis§41 -
Pipe Puller for Miami
Light Tower
Light Tower • '711"956-7''771P,'Jt 'Magparri
Ligrit'foWeri
Open Fisherman (42')
Pipe Carrier
Rotary Blower-Gardner Denver
Hobas - Diesel Pipe Carrier
-Pacific S-32 Floor Scrubber
Air Systems d" GU hotilower_
Dive Equipment
i,h h..1-StlY Primer Ihstributor
Compactor
Compactor
Wacker Plate Compactor
Light lower
Vessel
Pipe Carrier
Rotary Blower
Pipe Carrier
Boat/Trailer
Trailer Jet
Prime 1)ktriblitnr
Compactor
Compactor
Compactor
1981
2015
2015
2006
2007
2008 ''5L'"nl
lagnum
Invincible
Case
ML1
Denver Gardne17.7.77W.,:,„,
Home Made
1F904231D/
E2L9OB
D245528/747
LT306t.
2007
2005
2006
SO(11'
18 Cool Cat w/ EZ Loader Trailer
SECA 747 Trailer Jet
Wacker VVV155.j.
Atlas Copco LG160
Mucasa
Mikasa
ICE
Mody
Modv
Tsurumi
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Su einent
Compactor
Compactor
Mikasa 4 Cycle Kammer
Mikasa 4 Cycle Rammer
ICE 416L Vibratory Driver
3" Submersible Electric Pump
3- Submersible Electric ?um°
3" Submersible Electric Pump
Comoactor
Compactor
Kammer
Rammer
Vibratory Driver
Submersible Pump
submersible Puino
Submersible Pump
Item No. Equipment Description Fqpinment Make Model Year
Wacker WP1550A
Dynapac
Wacker
LF90/
5.CHP FnPinP
Pit Compactor
Cherne Air-Loc Air Test
Michael Byrne 30" jack & Bore
Athens ZSU lilt Discs
Yamaha 4-Wheeler
Cart:tiler Denver Stormer Units
Pressure Washer
Asphalt Zipper & Trailer
Trueline Paint Stripper
Pine I ugger - 1 /V
Farley's Gemini 6 PSI Washer
Air-Loc Air Test
jack & Bore
4-Wheeler w/Bed
Unit
Pressure Washer
Asphalt Mill
Paint Sprayer
Pine 'fusser
Farley
Cherne
Michael Byrne
Athens
Yamaha
LarcIner Uenver
Honda
John Deere
Trueline
30"
LSO Ili Ni
YXP1000ASL
UE t(13-63 -
BT0011
T2000
12 Volt
PSI
BoatsA - ' •
Pipe Puller
Light Tower (Towable)
Light Tower (Towable)
Vis§41 -
Pipe Puller for Miami
Light Tower
Light Tower • '711"956-7''771P,'Jt 'Magparri
Ligrit'foWeri
Open Fisherman (42')
Pipe Carrier
Rotary Blower-Gardner Denver
Hobas - Diesel Pipe Carrier
-Pacific S-32 Floor Scrubber
Air Systems d" GU hotilower_
Dive Equipment
i,h h..1-StlY Primer Ihstributor
Compactor
Compactor
Wacker Plate Compactor
Light lower
Vessel
Pipe Carrier
Rotary Blower
Pipe Carrier
Boat/Trailer
Trailer Jet
Prime 1)ktriblitnr
Compactor
Compactor
Compactor
1981
2015
2015
2006
2007
2008 ''5L'"nl
lagnum
Invincible
Case
ML1
Denver Gardne17.7.77W.,:,„,
Home Made
1F904231D/
E2L9OB
D245528/747
LT306t.
2007
2005
2006
SO(11'
18 Cool Cat w/ EZ Loader Trailer
SECA 747 Trailer Jet
Wacker VVV155.j.
Atlas Copco LG160
Mucasa
Mikasa
ICE
Mody
Modv
Tsurumi
Compactor
Compactor
2002 416L
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Su lement
Mikasa 4 Cycle Rammer
Mikasa 4 Cycle Rammer
ICE 416L Vibratory Driver
3" Submersible Electric Pump
3" Submersible Electric Pump
3" Submersible Electric Pump
Compactor
Compactor
Kammer
Rammer
Vibratory Driver
Submersible Pump
submersible Pump
Submersible Pump
Wacker VY
L
P1SSU
Atlas Copco G160
Mikasa ---- -
ICE
Mody
Modv
Tsurumi
Rem Na. Rake Model ,Fauinment Tyne _Equipment Description
2007 30"
250 11tM
YXP1000ASL
Cherne
Michael Byrne
Athens
Yamaha -771 2005 • -
Air-Loc Air Test
Jack & Bore
4-Wheeler w/Bed
Cherne Air-Loc Air Test
Michael Byrne 30" Jack & Bore
Athens 280 lift Discs
Yamaha 4-Wheeler
Gemini
Pine rugger
Farley
Pine rugger - 1 ZV
Farley's Gemini 6 PSI Washer
12 Volt _
PSI 2010
1,F1-.11DY
Wacker WP1550A
2006
2006 71M1
Prime Distributor
Compactor
FlOY Primer Distributor
Compactor
2007
2008
Dynapac
Wacker
Compactor
Compactor
LF90/
5.CHP Fnainp
Pit Compactor
Compactor
Wacker Plate Compactor
- Gardner Denver Stopper Drills
Pressure Washer
Asphalt Zipper & Trailer
Trueline Paint Stripper
urili
Pressure Washer
Asphalt Mill
Paint Sprayer
uarciner Denver .
Honda
John John Deere BT0011
Trueline T2000
Pan' gda f."
Pipe Puller
Light Tower (Towable) Light Tower
Light Tower (Towable) ' Light Tower "c"5"1:11fra7:171 4MLT3060 - - 2011 •
Light "loWer Light tower Magnum
Open Fisherman (42') B m Vessel Invincible
Pipe Carrier
Rotary Blower-Gardner Denver
Hobas - Diesel Pipe Carrier
--Pacific S-32 Floor Scrubber
Pipe Carrier
Rotary Blower
Pipe Carrier
Floor Scrubber
Case
-71.71,71riVw,7PTXr" Denver Gardner,;;;:2:i
Home Made
1981
•
Air 8vStems 8" GO hp....tfloweF J"
_ •
Dive Equipment Dive Equipnient Brownies
33' Strike GI(13 /—
E.Z Loader
SECA 747 Trailer Jet
18 Cool Cat w/ EZ Loader Trailer Boat/Trailer
Trailer Jet SECA
2006
-2009
1F904231D/
E2L9OB
D245528/747 2015
2015
2014
LUIS
2015
M 3041 , 2006
M 304T f 2006
lement 'RIC-MAN Su
Hydrostatic broom Broom Lay-Nlor EHL ZU06
RIC-MAN CONSTRUCTION FLORIDA, INC.
Volvo
Motorola
Roller
Portable Two-Way Radio
Vel141 {I • ,Z.'41,44; :400W--;alaja
6" Global Pump
Global Trash Pump
6" Ductile Pump
FP Hydraulic Pump
Dewatering Pump
Equipment Type
Submersible Pump
Submersible Pump
Trash Pump
Trash Pump
Trash Pump
Submersible Pump
Pump
Wellpoint Pump
Wellpoint Pump
Pump
Submersible PI,
Make
Mody
Mody
Tsurumi
Global
Global
REED
Thompson
Thompson
PRPRO
Mersin()
.nara Tech_
Goodwin
Model
M 304 T
M 304 T
4" Trash Pump
6" High Pressure
30 "-
Lova 16-4
12R-DlDS-4-405 2006
12R-DJDS-4-405 ekte
UAG1050HU
F41914/S6TC
-S6TC
F4L912
Flygt Model
2201-011
2007
1
Gardner-Denver Grout Pump
Moyno Grout Pump
Moyno Grout Pump
Grout Pump
Grout Pump
Grout Pump
Gardner-Denver:A.A..
Moyno
Moyno
-ii6613(5"-
4EOES2CDQ.:'
AcCeIerator Pump
HPC TeCh PressureWasher
Hypac TandernVibrathry
CAT CP563C Roller
FlyPac C850B 84" Rofler
Dynapac
Ingram Roller
Ingram Roller
Dynapac Roller
Volvo Roller
Volvo Roller
Portable Two-Way Radio
Portable Two-Way Radio
Portable Two-Way Radio
Portable Two-Way Radio
Broom Tractor
Roller
Roller Caterpillar
Roller
Compactor-
Ingram
Ingram
Dynapac
Volvo
Portable Two-Way Radio Motorola
Portable Two-Way Radio Motorola
12 Ton
Roller, 3 Wheel
CC122
DD15
vas
SD45
CP200
CP200
461
'711 77-7-'74-1'
Iffp-irf7.757-
Massey Ferguson
1988
1983
4
2009
,.-7-
2009
2005
Equipment Description
3" Submersible Electric Pump
3" Submersible Electric Pump
Tsurumi 4" Diesel Trash Pump
2 - 6" Submersible Electric Pumps
Lova Guncrete pump
12' Thompson Pump
12" Thompson Pump
Hydrostatic Test Pump
6" HYD Power Unit
Pump
Pump
Pump
Year
2010
2010
2015
2006
,
416
Shotcrete Pump'
Pressure Washer.
Roller
Roller
Roller
Roller
Portable Two-Way Radio
Tractor
2007
2013
Item No.
lement 'RIC-MAN Su
Hydrostatic broom Broom Lay-Nlor EHL ZU06
RIC-MAN CONSTRUCTION FLORIDA, INC.
Volvo
Motorola
Roller
Portable Two-Way Radio
Vel141 {I • ,Z.'41,44; :400W--;alaja
6" Global Pump
Global Trash Pump
6" Ductile Pump
FP Hydraulic Pump
Dewatering Pump
Equipment Type
Submersible Pump
Submersible Pump
Trash Pump
Trash Pump
Trash Pump
Submersible Pump
Pump
Wellpoint Pump
Wellpoint Pump
Pump
Submersible PI,
Make
Mody
Mody
Tsurumi
Global
Global
REED
Thompson
Thompson
PRPRO
Mersin()
.nara Tech_
Goodwin
Model
M 304 T
M 304 T
4" Trash Pump
6" High Pressure
30 "-
Lova 16-4
12R-DlDS-4-405 2006
12R-DJDS-4-405 ekte
UAG1050HU
F41914/S6TC
-S6TC
F4L912
Flygt Model
2201-011
2007
1
Gardner-Denver Grout Pump
Moyno Grout Pump
Moyno Grout Pump
Grout Pump
Grout Pump
Grout Pump
Gardner-Denver:A.A..
Moyno
Moyno
-ii6613(5"-
4EOES2CDQ.:'
AcCeIerator Pump
HPC TeCh PressureWasher
Hypac TandernVibrathry
CAT CP563C Roller
FlyPac C850B 84" Rofler
Dynapac
Ingram Roller
Ingram Roller
Dynapac Roller
Volvo Roller
Volvo Roller
Portable Two-Way Radio
Portable Two-Way Radio
Portable Two-Way Radio
Portable Two-Way Radio
Broom Tractor
Roller
Roller Caterpillar
Roller
Compactor-
Ingram
Ingram
Dynapac
Volvo
Portable Two-Way Radio Motorola
Portable Two-Way Radio Motorola
12 Ton
Roller, 3 Wheel
CC122
DD15
vas
SD45
CP200
CP200
461
'711 77-7-'74-1'
Iffp-irf7.757-
Massey Ferguson
1988
1983
4
2009
,.-7-
2009
2005
Equipment Description
3" Submersible Electric Pump
3" Submersible Electric Pump
Tsurumi 4" Diesel Trash Pump
2 - 6" Submersible Electric Pumps
Lova Guncrete pump
12' Thompson Pump
12" Thompson Pump
Hydrostatic Test Pump
6" HYD Power Unit
Pump
Pump
Pump
Year
2010
2010
2015
2006
,
416
Shotcrete Pump'
Pressure Washer.
Roller
Roller
Roller
Roller
Portable Two-Way Radio
Tractor
2007
2013
Item No.
2 - 6" Submersible Electric Pumps Submersible Pump
Model Lear
M 304 T 2010
Make
Mody
Equipment Type
Submersible Pump
Equipment Description
3" Submersible Electric Pump
2010 M 304 T
4" Trash Pump
Submersible Pump
Trash Pump
3" Submersible Electric Pump
Tsurumi 4" Diesel Trash Pump 2015
Mody
Tsurumi
Global 6" High Pressure 2006
Global
Trash Pump
Trash Pump
6" Global Pump
Global Trash Pump
REED Lova Guncrete pump Pump
2006 12R-DlDS-4-405
12 R-DJDS-4-405
Thompson
Thompson
Wellpoint Pump.
Wellpoint Pump
12" Thompson Pump
12" Thompson Pump 2006
2007 UAG1050HU
F41914/56TC
-s 6-rt
F4L912
Pump Goodwin
Grout Pump GardnereDenver1.;;1%.Ad,z
- Shad-ere Puthp
Pxessure Washer..
Ac.-6elera-tor P:tinip"
HPCIeCh Pressure. Wachpr....
"Froller777'"?''Arr HY-pad TarideniViNatOry—
2007 CC122
2013 DD15
Dynapac
Volvo
SD45 2015
CP200 2009
Volvo Roller Roller Volvo
Portable Two-Way Radio Portable Two-Way Radio Motorola
-
Hydrostatic Test Pump
6" HYD Power Unit
6" Ductile Pump
FP Hydraulic Pump
Pump
Submersible. Pump
Pump
Pump
PRP RO
Mersin
Hydra Tech
Dewatering Pump
LarkIner-Denver_Grout Pump_
Kiri 6 Crout Pamir ""
Moyno Grout Pump
Grout Pump "" --"Tiroyno
Grout Pump
Flygt Model
220L011 201.4„,,
14459
CAT CP563C Roller Roller Caterpillar . .
•
gyilac C850131341 Roller "Roller
Dynapac Compacto,r,
,--rratur/r7
80626
C7478 777.77:
CP563C
Ingram Roller
Ingram Roller
Dynapac Roller
Volvo Roller
Roller
Roller
Roller
Roller
Ingram 71-,' 12 Ton 1983
Ingram Roller, 3 Wheel 1988
Portable Two-Way Radio Portable Two-Way Radio Motorola CP200 2009
Portable Two-Way Radio Portable Two-Way Radio Motorola CP200 2009
Portable Two-Way Radio
Broom Tractor
Ilyclrostabc broom
Portable Two-Way Radio
Tractor
broom
Motorola
Massey Ferguson
Lay-Mor
CP200 2009
461 2005
dt-il, ZUU6
30 ":".".7,
Lova 16-4 2005
RIC-MAN CONSTRUCTION FLORIDA, INC. 11111
Rescue Pack
Vermeer
Kenworth
Kenworth
GMC
Peterbilt 379
International
Sperian
Rescue pack Sperian
Ride on Trencher
2007
_
1991
Equinment Description Eauinment Tyne Make Model
Makita Gas Cut-Off Cutquik Saw Gas Saw
2009
2016 RTX450
1999
Gas Cut-Off Cutquik Saw
Gas Cut-Off Cutquik Saw
Gas Cut-Ott Cutquik Saw
Gas Cut-Off Cutquik Saw
Delta 10" Hybrid saw
Gas Cut-Off Cutquik Saw
Gas Saw Stihl TS 400 14" 2006
Gas Saw Stihl TS 40014' 2006
Gas saw Stall
Gas Saw Stihl
saw Ifelta —
Gas Saw Makita
SCBA Rescue Pack Rescue Pack Sperian
DPC7301
Tractor Trailer
Truck
SCBA Rescue Pack
SCBA Rescue Pack
Trencher
7,7,17mr-r47
1999 Kenworth ``'``
1999 Kenworth
1979 GMC
Tractor
Mack Dump Truck CV713
Tractor Mack ...Granite
1966
1964
1980
1992
1992
1983
1978
1980
1978
1978
1977
2000 Trailer
42' Hiboy
40'
Trailmobile
Trailmobile
Trailmobile
Great Dane
Trailmobile
Hobbs
Reefer
DV
Homemade 4 Place
Homemade 2 Place
Assembled Field Trailer
Trailmobile
Trailmobile
Great Dane 42'
Trailmobile 28'
Hobbs 42" Hiboy
Reefer Trailer
Train Container 40'
RIC-MAN CONSTRUCTION FLORIDA, INC.
Mack Dump Truck
Mack Tractor
Kenworth
Vactor
truck Kenwortn 1800
Vactor Kenworth T800
2007
2007
2014
Nord Water truck
Reefer Truck
A1AX 'I railer-
Yankee
Fruehauf
Water Truck i-ord t-750 XL
Reefer Truck Freightliner M2 106
frailer AJAX
Yankee
Fruehauf
200
2007
Rescue Pack
Vermeer
Kenworth
Kenworth
GMC
Peterbilt 379
International
Sperian
Rescue pack Sperian
Ride on Trencher
2007
_
1991
Equinment Description Eauinment Tyne Make Model
Makita Gas Cut-Off Cutquik Saw Gas Saw
2009
2016 RTX450
1999
Gas Cut-Off Cutquik Saw
Gas Cut-Off Cutquik Saw
Gas Cut-Ott Cutquik Saw
Gas Cut-Off Cutquik Saw
Delta 10" Hybrid saw
Gas Cut-Off Cutquik Saw
Gas Saw Stihl TS 400 14" 2006
Gas Saw Stihl TS 40014' 2006
Gas saw Stall
Gas Saw Stihl
saw Ifelta —
Gas Saw Makita
SCBA Rescue Pack Rescue Pack Sperian
DPC7301
Tractor Trailer
Truck
SCBA Rescue Pack
SCBA Rescue Pack
Trencher
7,7,17mr-r47
1999 Kenworth ``'``
1999 Kenworth
1979 GMC
Tractor
Mack Dump Truck CV713
Tractor Mack ...Granite
1966
1964
1980
1992
1992
1983
1978
1980
1978
1978
1977
2000 Trailer
42' Hiboy
40'
Trailmobile
Trailmobile
Trailmobile
Great Dane
Trailmobile
Hobbs
Reefer
DV
Homemade 4 Place
Homemade 2 Place
Assembled Field Trailer
Trailmobile
Trailmobile
Great Dane 42'
Trailmobile 28'
Hobbs 42" Hiboy
Reefer Trailer
Train Container 40'
RIC-MAN CONSTRUCTION FLORIDA, INC.
Mack Dump Truck
Mack Tractor
Kenworth
Vactor
truck Kenwortn 1800
Vactor Kenworth T800
2007
2007
2014
Nord Water truck
Reefer Truck
A1AX 'I railer-
Yankee
Fruehauf
Water Truck i-ord t-750 XL
Reefer Truck Freightliner M2 106
frailer AJAX
Yankee
Fruehauf
200
2007
RIC-MAN Su Iement
Make Model Equinment Type
Gas Saw Stihl
Gas Saw Stihl
TS 400 14"
TS 400 14"
Gas Saw stall
Gas Saw Stihl 2008
I F; 400 14' 2007
TS 420 14"
Tractor Trailer
Truck
Dump Truck
Tractor
Flat Bed
Mack Dump Truck
Mack Tractor Tractor
. . . .
Kenworth 117iiC1c-
379 2007
1991
2007 CV713
`W. Granite 2007
2007 F-750 XL
2007 M2 106
1966
1964
2 015
2014
Eauioment De_scrintion
Gas Cut-Off Cutquik Saw
Gas Cut-Off Cutquik Saw
Gas Cut-ott Cutquik Saw
Gas Cut-Off Cutquik Saw
Delta 10" Hvhrid saw
Gas Cut-Off Cutquik Saw
Gas Cut-Off Cutquik Saw
SCBA Rescue Pack
Ah-714 2008
DPC7311
DPC7301
SCBA Rescue Pack
SCBA Rescue Pack
Vactor - Vactor
Ford Water 'I ruck
Reefer Truck
AIAX lrailer
Yankee
Fruehauf
Homemade 4 Place.
Homemade 2 Place
Assembled Field Trailer
Trailmobile
—
Trailmobile
Trailmobile
Great Dane 42'
Trailmobile 28'
Hobbs 42" Hiboy
Reefer Trailer
Train Container 40'
Sperian
Sperian 2009
Vermeer RTX450 2016
Kenworth 73
:r2stitaita‘a
tirr Q
'Kenworth
Kenworth
Ford
Freightliner
AI AX
Yankee
Fruehauf
77,7
Trailmobile
Trailmobile
Trailmobile
Great Dane
Trailmobile
Hobbs 42' Hiboy
Reefer
DV 40'
Trencher
1999 Kenworth
1999 Kenworth
1979 GMC . ,
2009
1980
1992 7-q-
1992
1983"7W
1978
1980
1978
1978
1977
1979
2000
Year
2006
2006
Delta
Maldta
Makita
Sperian
Saw
Gas Saw
Gas Saw
Rescue Pack
Rescue Pack
Rescue pack
Ride on Trencher
Water Truck
Reefer Truck
frailer
Trailer
Kenworth
GMC
Peterbilt
International
Mack '
18UU
1800
1999
1979 In
Item Na
1111 RIC-MAN CONSTRUCTION FLORIDA, INC.
Model Year
40'
LT10-101WB 2002
40'
40'
Tandem Axle
45'
Van Trailer
75 Ton 2003
'71
Fuel Warn
Fuel
Fuel Wagon
Bri and Stratton Homemade
1000 Gallon
2005 Trailer • Trailer S Carry-On Trailer
42'x96" Flatbed 3 Axel Trailer Fruehauf Flatbed 1985
Insulated Van Trailer Trailer Reefer
Houle 600-Gal Spreader
Utility Landscape Trailer
EIR4 Tra7szfrprly,
Car-On il ef - 4x6 G
4'1'11777. '7,1
I.,
Hobbs
Kaufman
Ford
Forets River
2008 7000 Axle /2
F600
WPT28LK
1985
2008
Fuel Tank
Trailer 6'4" x 16'
Trailer
Trailer
L&J ,
Emerson
Trail King
Karavan
Portable Refueler 2006
Hombre Car
Hauler 2005
TK110HDG • 2007
Boat Trailer - 2005
ai
Container,,
Container
Container
Container
Container_
Container
Tool Trailer
Tool Trailer
Trailer
Fuel Truck
Trailer
RIC-MAN Sn lenient
Item No- Equipment Description Equipment Type Make
Train Container 40' DV
2002 Triten Trailer Trailer Triten
Train Container 40'
Connex Boxes 40' Container Connex
Connex Boxes 40' Container Connex
Fruehauf Tandem Axle Tool Van Tool Van Fruehauf
Dorsey 45' Van Trailer Trailer Dorsey
Dorsey Semi Van Trailer Trailer Dorsey
2003 Talbert Lowboy Trailer Talbert
Fuel Tank
Car Hauler Trailer/
7000 Lb. capacity_
' Low Boy
Karavan Trailer
Dry Container 40'
Dry Container 40"
20' Storage Container
20' Storage Container
20' Storage Container
20' Storage Container
Hobbs Tool Trailer
Hobbs Tool Trailer
Trailer
20' Storage Container
Ford F600
Forest River Trailer
20' Storage Container Container
20' Storage Container Container
RIC-MAN CONSTRUCTION FLORIDA, INC.
Model Year
40'
LT10-101WB 2002
40'
40'
Tandem Axle
45'
Van Trailer
75 Ton 2003
'71
Fuel Warn
Fuel
Fuel Wagon
Bri and Stratton Homemade
1000 Gallon
2005 Trailer • Trailer S Carry-On Trailer
42'x96" Flatbed 3 Axel Trailer Fruehauf Flatbed 1985
Insulated Van Trailer Trailer Reefer
Houle 600-Gal Spreader
Utility Landscape Trailer
EIR4 Tra7szfrprly,
Car-On il ef - 4x6 G
4'1'11777. '7,1
I.,
Hobbs
Kaufman
Ford
Forets River
2008 7000 Axle /2
F600
WPT28LK
1985
2008
Fuel Tank
Trailer 6'4" x 16'
Trailer
Trailer
L&J ,
Emerson
Trail King
Karavan
Portable Refueler 2006
Hombre Car
Hauler 2005
TK110HDG • 2007
Boat Trailer - 2005
ai
Container,,
Container
Container
Container
Container_
Container
Tool Trailer
Tool Trailer
Trailer
Fuel Truck
Trailer
RIC-MAN Sn lenient
Item No- Equipment Description Equipment Type Make
Train Container 40' DV
2002 Triten Trailer Trailer Triten
Train Container 40'
Connex Boxes 40' Container Connex
Connex Boxes 40' Container Connex
Fruehauf Tandem Axle Tool Van Tool Van Fruehauf
Dorsey 45' Van Trailer Trailer Dorsey
Dorsey Semi Van Trailer Trailer Dorsey
2003 Talbert Lowboy Trailer Talbert
Fuel Tank
Car Hauler Trailer/
7000 Lb. capacity_
' Low Boy
Karavan Trailer
Dry Container 40'
Dry Container 40"
20' Storage Container
20' Storage Container
20' Storage Container
20' Storage Container
Hobbs Tool Trailer
Hobbs Tool Trailer
Trailer
20' Storage Container
Ford F600
Forest River Trailer
20' Storage Container Container
20' Storage Container Container
RIC-MAN CONSTRUCTION FLORIDA, INC.
Homemade
1000 Gallon
Trailer S 2005
Fuel Wagon
Fuel Wagon
Briggs and Stratton
Fuel Wagon
Carry-On Trailer Trailer Carry-On
TK110HDG • 2007 Trail King
Boat Trailer - 2005 Karavan
Houle 600-Gal Spreader Houle
Utility Landscape Trailer Trailer Car-On Trailer 771"77 4x6 G
Fuel Tank _
Car Hauler Trailer/
7000 lb. capac4
' Low Boy
Karavan Trailer
Fuel Tank
Trailer 6'4" x 16'
Trailer
Trailer
L84 Portable Refueler 2006
Emerson ' Hombre Car 2005 Hauler •
- xr.ri
20' Storage Container Container
20' Storage Container Container
Hobbs
Kaufman
-17019
7000 Axle /2 2008
F600 1985
WPT28LK 2008
Hobbs Tool Trailer Tool Trailer
Hobbs Tool Trailer Tool Trailer
Trailer Trailer
20' Storage Container
Ford F600 Fuel Truck
Forest River Trailer Trailer
Ford
Forets River
20' Storage Container
20' Storage Container
20' Storage Container
20' Storage Container
Container
Container
Container..
Container
Year
2002
2003
1985
77'
RIC-MAN Sn 'lenient
Item No. Equipment Description Equipment Tyne Make Model
Train Container 40' DV 40'
2002 Triten Trailer Trailer Triten LT1.0-101WB
Train Container 40'
40'
Connex Boxes 40' Container Connex 40'
Connex Boxes 40'
Container Connex 40'
Fruehauf Tandem Axle Tool Van Tool Van Fruehauf Tandem Axle
Dorsey 45' Van Trailer Trailer Dorsey 45'
Dorsey Semi Van Trailer Trailer Dorsey Van Trailer
2003 Talbert Lowboy Trailer Talbert 75 Ton
42'x96" Flatbed 3 Axel Trailer Fruehauf Flatbed
Insulated Van Trailer Trailer Reefer
.:.
, ,:con ....:....ouiftinfi c- ' ..7a,.ci.":',4‘iii ..I.:v,..iiv , ,..,,_ , 4'114 ......iQua.a.ska.aims....,,Ar....a. ,i , 'Z,A!'',v y , .--
-.,:: , _,-- , . -aigiagilikkewar....4.4fiti-iabkig+ .
Dry Container 4,11,„ _ .., u -",trmptwg--7:77,-77-5.7-147Trx.77pi-.4-7:re- !''ll'In'T, s _5
Dry Container 40;'
RIC-MAN CONSTRUCTION FLORIDA, INC.
Year Model
Utility Trailer
P45-3H
2010 Trailer Haulin
Trailer All American 2013
fauinment Type Make
101E
2012
2014
1995
trailer
Container
contrail .
Connex
Trailer Kaufman
Trailer
1.-AL
^
Bentonite Trailer
LH). fixi
Lart 7400
Hard /S
Mack - RD688S
RIC-MAN Su lement
Equipment Description
Haulin Utility Trailer
Aluminum Trailer
Contrail trailer
40' Premium and TRI Doors
CVWR Air Pintle
Schien Trailer
Deluxe 211 i-:ainnment
Homemade Bentonite Trailer
Stealth I railer
Sooner Lariat 7400 Trailer
20 Connex tor Casanrande
Water Trailer
GMC 25111) Sierra Pickuo
Ford F-450 Utility Truck
Chevy Silverado
GMC Sierra Pickup
GMC Sierra Pickup
GMC Sierra Pick up 2500
GMC Sierra Pick up 1500
GMC Sierra Pick up 1500
GMC Sierra Pick up 2500
GMC Sierra Pick up 2500
GMC W3S00 Flatbed
Chevy Silverado
Chevy Silverado
BMW 750L1
Honda
Ford F150
Trailer Schien
Trailer Stealth
Trailer Sooner
(;hntainer
Trailer
Lube Truck International
Dump Truck Ford
1•ord
Ford
PickiiO
Pickup
Sierra
Sierra
Sierra
Sierra
Sierra
Sierra
GMC
Chevrolet
Chevrolet
BMW
Accord
Ford
RIC-MAN CONSTRUCTION FLORIDA, INC.
Item No-
International Lube
Ford L8000 Dump
FordE-/S0 Mechanic rug_
Ford F-700 Fuel Truck
—,,,,.. Water 'fr—uck water I ruck
Fuei/LubeTftitk.: Fuel/tube Truck
LLI VA:utter Ilir:udkl)nit truck
Bentley Cai
Pick in
Flat Bed Mechanic
Pickup
Pickup
Pickup
Pickup
Pickup
Pickup
Flatbed
Pickup
Pickup
Sedan
Sedan
Truck
Ford - Mechanic Truc
2011
2012
2014
2014
2015
2015
2005
2016
2016
2006
2017
2010
Fuel Truck Ford
International Lube Lube Truck International
Ford L8000 Dump Dump Truck Ford",
Ford k•-/t) Mechanic rug _mac 140i=a
Ford F-700 F700
1-/5u
RD688S
RiC-MASu lement
Equipment Description
Haulin Utility Trailer
Aluminum Trailer
Contrail frailer
40' Premium and TRI Doors
26SD
Stealth trailer Trailer Stealth 1,11) bid 2
Sooner Lariat 7400 Trailer Trailer Sooner Lart 7400
,--
211
Conneic tor Casagrande Chnfainer Cr> rin-ex,
Water Trailer Trailer Water Wagon
Water truck • Water truck Nord
Fuel/Lube Truck Fuel/Lube Truck Mack
LL V /Cutter l'rucknit . Truck Four
Bentley Car Bend
CiML 2500 Sierra eickun Picicuo GMC
Ford F-450 Utility Truck Flat Bed Mechanic Ford
Chevy Silverado Ptckuo Chevrolet
GMC Sierra Pickup Pickup Sierra
GMC Sierra Pickup Pickup Sierra
GMC Sierra Pick up 2500 Pickup Sierra
GMC Sierra Pick up 1500 Pickup Sierra
GMC Sierra Pick up 1500 Pickup Sierra
GMC Sierra Pick up 2500 Pickup Sierra
GMC Sierra Pick up 2500 Pickup Sierra
GMC W3500 Flatbed Flatbed GMC
Chevy Silverado Pickup Chevrolet
Item No, Make
Haulin
All American
Contrail
Connex
Kaufman
Schien
20112.
2012
2014
LOT Trailer _
Trailer Bentonite Trailer 2014
Mechanic Truck 2006
RIC-MAN CONSTRUCTION FLORIDA, INC. WM
Fauinment Type
Trailer
Trailer
frailer
Container
Trailer
Trailer
rl
Utility Trailer
P45-3 H
Year
2010
2013
CVWR Air Pintle
Schien Trailer
21) rrailer.
Homemade Bentonite Trailer
Chevy Silverado Pickup Chevrolet
BMW 750LI Sedan BMW
Honda Sedan Accord
Ford F150 Truck Ford
2008
2009
2011
2015
2015
2005
2016
2016
2006
2017
2010
Year Model
Utility Trailer
P45-3 H
Fquipment Description
Haulin Utility Trailer
Aluminum Trailer
2010 Trailer Haulin
Trailer All American 2013
Eouinment Type Make
2002
2012
2014
railer Contrail
Container Connex
Trailer Kaufman
Contrail trailer
40' Premium and TRI Doors
CVWR Air Pintle
2008
2009
2011
2012
2014
2014
2015
2015
Chevy Silverado Pickup Chevrolet
GMC Sierra Pickup Pickup Sierra
GMC Sierra Pickup Pickup Sierra
GMC Sierra Pick up 2500 Pickup Sierra
GMC Sierra Pick up 1500 Pickup Sierra
GMC Sierra Pick up 1500 Pickup Sierra
GMC Sierra Pick up 2500 Pickup Sierra
GMC Sierra Pick up 2500 Pickup Sierra
2005 Flatbed GMC
Pickup Chevrolet
GMC W3500 Flatbed
Chevy Silverado 2016
2016 Pickup Chevrolet
Sedan BMW
Chevy Silverado
BMW 75011 2006
2017 Sedan Accord
Truck Ford 2010 Ford F150
Honda
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Su' lenient
2004
Mechanic Truck 2006
LMC
Ford
Pickuo
Flat Bed Mechanic
GMC 2500 Sierra Pickuo
Ford F-450 Utility Truck
Trailer Schien
pelt X
Bentonite
railer Stealth LI 't)6x1L 2015
Trailer Sooner Lart 7400 2015
1995 26SD
Trailer
2014
2014
_Arailer
Trailer
(Alf-airier
Trailer Water Wagon
01.4.4.4•,rer,,,raw
L8000
Schien Trailer
Deluxe 20: Kn(iinment:rraller,
Homemade Bentonite Trailer
Stealth l'railer
Sooner Lariat 7400 Trailer
20' Conneic tor Lasagrande
Water Trailer
International Lube
Ford L8000 Dump
International
Ford
Lube Truck
Dump Truck
Ford F- /SU Mechanfc (ruck
Ford F-700
'Fruck
Fuel Truck
i.,TxrAt
Ford F700 1992
Water iruck Water truck Ford
Fuei/Lube Truck T Fuel/Lube Truck Mack
. .
.nitAtii.rtr77-"
LL't V /Cutter -
Ford
* Bentley Bentley
4.4 h45Q — "2"01-6"
Gilda 2010
1- 'Du
RD688S
-2U0
2001
Ecuioment Description
Buick Lacrosse
Enuipment Type Make Model ‘/e•
Car Buick
2011
2012
Ford Explorer SUV Ford
2012
Mercedes E350W Car Mercedes
2015
2013
1998
Buick Enclave SUV Buick
Ford F350 Truck Ford
Ranger 8 Diesel 2 Lincoln Ranger
Lincoln 225 Welder Welder Lincoln 225 -,
RIC-MA S 'lenient
Miller Welder Welder Miller CP-100
Trailblazer 301G Welder Welder Trailblazer 30IG 45, 2003
Miller ,c1nw,-.1dpr Welder Miller 2;in
Miller Bobcat 250 Welder Welder MillerBobcat
Kohler Bobcat 225 Welder Welder Kohler Bobcat 225
Bobcat 250 Welder Welder Bobcat 250 Welder
tsZa
Rnhear Welder Welder Rnhrat_
Bobcat Welder Welder Bobcat,
Item No.
1996
99A ' 71'ltr
Welder Bobcat
Welder Trailblazer
Bobcat 250 Welder
Trailblazer Welder
- -
Laser
AG Lacer Ream Lacer
Laser Model 945
Lacer Plane l acer Plane
Laser Plane Laser Plane
Laser
Laser
Spectra Physics Laser
Dial Grade Laser
Laser
Laser
Laser
Laser Level
Dial Grade
Topcon TPL3G
RIC-MAN CONSTRUCTION FLORIDA, INC.
TIG Welder Syncrowave
Bobcat Welder 250 MP
Tig Welder
Bobcat
Syncrowave
Welder.'
4011anm.147S Treat-Mem- Plant Treatment Plant
400gpm H2S Treatment Plant Treatment Plant
400anm R2S Treatment Plant Treatment Plant
Model 4700 Beam Aligner Beam Aligner
•
AG Laser Beam_
AG Laser Beam ki-e.
Dial Grade Laser Laser
Dial Grade Laser Laser
Laser
a
TPL3G
Crtertr, Phvcir
Dial Grade
Dial Grade
Dial Grade
Dialgrade
Topcon
Ecuioment Description
Buick Lacrosse
Enuipment Type Make Model ‘/e•
Car Buick
2011
2012
Ford Explorer SUV Ford
2012
Mercedes E350W Car Mercedes
2015
2013
1998
Buick Enclave SUV Buick
Ford F350 Truck Ford
Ranger 8 Diesel 2 Lincoln Ranger
Lincoln 225 Welder Welder Lincoln 225 -,
RIC-MA S 'lenient
Miller Welder Welder Miller CP-100
Trailblazer 301G Welder Welder Trailblazer 30IG 45, 2003
Miller ,c1nw,-.1dpr Welder Miller 2;in
Miller Bobcat 250 Welder Welder MillerBobcat
Kohler Bobcat 225 Welder Welder Kohler Bobcat 225
Bobcat 250 Welder Welder Bobcat 250 Welder
tsZa
Rnhear Welder Welder Rnhrat_
Bobcat Welder Welder Bobcat,
Item No.
1996
99A ' 71'ltr
Welder Bobcat
Welder Trailblazer
Bobcat 250 Welder
Trailblazer Welder
- -
Laser
AG Lacer Ream Lacer
Laser Model 945
Lacer Plane l acer Plane
Laser Plane Laser Plane
Laser
Laser
Spectra Physics Laser
Dial Grade Laser
Laser
Laser
Laser
Laser Level
Dial Grade
Topcon TPL3G
RIC-MAN CONSTRUCTION FLORIDA, INC.
TIG Welder Syncrowave
Bobcat Welder 250 MP
Tig Welder
Bobcat
Syncrowave
Welder.'
4011anm.147S Treat-Mem- Plant Treatment Plant
400gpm H2S Treatment Plant Treatment Plant
400anm R2S Treatment Plant Treatment Plant
Model 4700 Beam Aligner Beam Aligner
•
AG Laser Beam_
AG Laser Beam ki-e.
Dial Grade Laser Laser
Dial Grade Laser Laser
Laser
a
TPL3G
Crtertr, Phvcir
Dial Grade
Dial Grade
Dial Grade
Dialgrade
Topcon
Intake
Buick
Ford
Mercedes
Buick
Ford
Lincoln
Lincoln
Miller
Trailblazer
Miller
MillerBobcat
Kohler
Bobcat
Syncrowave
Welder
Model
2011
2012
2012
2015
- 2013
Ranger 1998
225 1996
CP-100
301G
7nni
2005
Bobcat 225
250 Welder ; 201
AG
Dial Grade
Dial Grade
Dialgrade
Topcon TPL3G
RIC-MAN Su 'lenient
Item No. Equipment Description
Buick Lacrosse
Ford Explorer
Mercedes E350W
Buick Enclave
Ford F350
Ranger 8 Diesel 2
Lincoln 225 Welder
Miller Welder
Trailblazer 301G Welder
Miller 751 rl Welder
Miller Bobcat 250 Welder
Kohler Bobcat 225 Welder
Bobcat 250 Welder
Rohrar Welder
Bobcat Welder
TIG Welder Syncrowave
Bobcat Welder 250 MP
Bobcat 250 Welder
Trailblazer Welder
4nllanm i-17c Treatment Plant ~.. -
400gpm H2S Treatment Plant
Lacer elatte__
Laser Plane
Spectra Physics Laser
Dial Grade Laser
Dial Grade Laser
Dial Grade Laser
Laser Level
Dial Grade
Topcon TPL3G
Equipment Type
Car
SUV
Car
SUV
Truck
Welder
Welder
Welder
Welder
Welder
Welder
Tig Welder
Bobcat
Welder
Welder
Trplrmi:nr '01-anr
Treatment Plant
Treatment Pia nr
Beam Aligner
Laser
Laser
Laser
Laser
Laser
Laser
Laser
.._4001,nm l-12S Treatmenr Plant
Model 4700 Beam Aligner
- ------ -
AG Laser Beam.
AG Laser Beam
Bobcat 2015
V715 '''''''''17 77-777M',..... --,--_-7,1-77:7.7 Trailblazer ..;',-:; ' ' 345, : - -,:,. 'N.%:t.cragi.5 -,.--'-
'
Laser„,...
Laser
AG Laser Rear!, Lacer
Laser Model 945 Laser
Lacer Plane
Laser Plane
RIC-MAN CONSTRUCTION FLORIDA, INC.
Equipment Description
Topcon GTS-203
Dial Grade Laser — Red
Spectra Dial Grade Laser
Leica tiA730
Topcon Pipe Laser
Pipe Laser
Model Make Eauioment Type
Laser GTS-203
Laser
Topcon
Spectr Phsc
Laser
Laser NA730
Laser TP-L4GV 2003
Laser 2005 DG711
Spectra
Leica
..A!k
Topcon
Spectr Pre
Rugby
LT800
Laser _-
Laser
Leica Kucinv Rotating Lazer _
Futiuda LT800Laser
oncon Lazer 11,-L48t,
Leica 724 Level
1 P-L41:5(t huhu
Leica 724
- .
1 ocicon Piriet.aser
Topcon RL-H4C Laser
_ Laser
Laser
Laser
Laser
loocon
Topcon
I ()mon KL-1-14L Laser
Topcon Laser
Laser
Laser
loocon
Topcon
Laser lop Lon
Laser Top Con
lop Lon Laser
Top Con Laser
Lleica Kuiativ Laser
Leica Rugby 50 Rotary Laser ..
Laser
Laser
Leita
Leica Rugby
Leica Rugby Laser
Industrial Scientific MG140
S
MG140
Leica Rugby
Industrial Scientific
2001
2002
2002
MG140
MG140
MG140
MG140
M-40
MG140
M40
MG140
2009
Industrial Scientific
Industrial Scientific
Industrial Scientific
Industrial Scientific
Industrial Scientific
Industrial Scientific
Industrial Scientific
Indus. Scientific
2006
Industrial Scientific MG140
Industrial Scientific MG140
Industrial Scientific MG140
Industrial Scientific MG140
Industrial Scientific MG40
Industrial Scientific MG140
Industrial Scientific M40
Gas Detector
2008
2006
Las Detector Kit
Gas Detector MG140
M
MG140 2008
Indus. Scientific
Indus. Scientific
Las Detector M1,14U
Gas Detector M-40
2UU8 ML140 Indus. Scientific
Industrial Scientific 2008 M-40
Indifstrtai SCieribrie
Industrial Scientific
M-40
M-40 2010
Las Detector M-40
Gas Detector M-40
Gas Detector
Gas Detector
Las Detector Kit
Gas Detector Kit
Las Detector Kit
Gas Detector
Las DeteCtOr .
Gas Detector
RIC-MAN CONSTRUCTION FLORIDA, INC.
20ln
2015
_ Leic
Futiuda
Laser
Spectra Laser LL300N1
Equipment Description
Topcon GTS-203
Dial Grade Laser — Red
Spectra Dial Grade Laser
Leica tiA730
Topcon Pipe Laser
Pipe Laser
Model Make Eauioment Type
Laser GTS-203
Laser
Topcon
Spectr Phsc
Laser
Laser NA730
Laser TP-L4GV 2003
Laser 2005 DG711
Spectra
Leica
..A!k
Topcon
Spectr Pre
Rugby
LT800
Laser _-
Laser
Leica Kucinv Rotating Lazer _
Futiuda LT800Laser
oncon Lazer 11,-L48t,
Leica 724 Level
1 P-L41:5(t huhu
Leica 724
- .
1 ocicon Piriet.aser
Topcon RL-H4C Laser
_ Laser
Laser
Laser
Laser
loocon
Topcon
I ()mon KL-1-14L Laser
Topcon Laser
Laser
Laser
loocon
Topcon
Laser lop Lon
Laser Top Con
lop Lon Laser
Top Con Laser
Lleica Kuiativ Laser
Leica Rugby 50 Rotary Laser ..
Laser
Laser
Leita
Leica Rugby
Leica Rugby Laser
Industrial Scientific MG140
S
MG140
Leica Rugby
Industrial Scientific
2001
2002
2002
MG140
MG140
MG140
MG140
M-40
MG140
M40
MG140
2009
Industrial Scientific
Industrial Scientific
Industrial Scientific
Industrial Scientific
Industrial Scientific
Industrial Scientific
Industrial Scientific
Indus. Scientific
2006
Industrial Scientific MG140
Industrial Scientific MG140
Industrial Scientific MG140
Industrial Scientific MG140
Industrial Scientific MG40
Industrial Scientific MG140
Industrial Scientific M40
Gas Detector
2008
2006
Las Detector Kit
Gas Detector MG140
M
MG140 2008
Indus. Scientific
Indus. Scientific
Las Detector M1,14U
Gas Detector M-40
2UU8 ML140 Indus. Scientific
Industrial Scientific 2008 M-40
Indifstrtai SCieribrie
Industrial Scientific
M-40
M-40 2010
Las Detector M-40
Gas Detector M-40
Gas Detector
Gas Detector
Las Detector Kit
Gas Detector Kit
Las Detector Kit
Gas Detector
Las DeteCtOr .
Gas Detector
RIC-MAN CONSTRUCTION FLORIDA, INC.
20ln
2015
_ Leic
Futiuda
Laser
Spectra Laser LL300N1
RIC-MAN Su s element
Item No. Equipment Description Equipment Type Make _Model Year
Topcon GTS-203 Laser Topcon GTS-203
Dial Grade Laser — Red Laser Spectr Phsc
Spectra Dial Grade Laser Laser Spectra _ _ _ _ _
Leica NA730 Laser Leica NA730
Topcon Pipe Laser Laser Topcon TP-L4GV 2003
Pipe Laser Laser Spectr Pre DG711 2005
Leica Rugby Rotating Lazer Lacer, _ Rugby 201U
Futiuda LT800Laser Laser Futiuda LT800 2015
oncon Lazer I P-L4111, Laser hutiuda 2014
Leica 724 Level Laser Leica 724 2014
oncon FP-L4AV Vme Laser Laser I oncon L4AV LUI4
Topcon RL-I-I4C Laser Laser Topcon RL-H4C 2015
I oocon KL-1-14L Laser Laser Loocon KL-I-14L 201a
Topcon Laser Laser Topcon H4C 2015
I on Lon Laser Laser I on Lon A I -1:11.t LUIS
Top Con Laser Laser Top Con AT-B4 2015
Leica Rugby Laser Laser Leica 610 101a
Leica Rugby 50 Rotary Laser Laser Leica Rugby 50 Rotary 2015
oocon Laser Laser loocon LUIS
Spectra Laser LL300N1 Laser Spectra LL300N1 2015
Leica Kuebv Laser Laser Leica Ruizbv SU LUIS
Industrial Scientific MG140 Industrial Scientific MG140
Industrial Scientific MG140 Industrial Scientific MG140 2001
Industrial Scientific MG140 Industrial Scientific MG140 2002
Industrial Scientific MG140 Industrial Scientific MG140 2002
Industrial Scientific MG140 Industrial Scientific MG140
Industrial Scientific MG40 Industrial Scientific M-40 2009
Industrial Scientific MG140 Industrial Scientific MG140 2006
Industrial Scientific M40 Gas Detector Industrial Scientific M40 2008
Gas Detector Gas Detector Indus. Scientific MG140 2006
Gas Detector Kit Gas Detector Kit Indus. Scientific MG 140 11)06
Gas Detector MG140 Gas Detector Kit Indus. Scientific MG140 2008
Gas Detector N11,14U (As Detector Klt Indus. Scientific Mt.,14U LUUd
Gas Detector M-40 Gas Detector Industrial Scientific M-40 2008
Gas Detector M-4U Gas Detector industrial Scientific M-40
Gas Detector M-40 Gas Detector Industrial Scientific M-40 2010
RIC-MAN CONSTRUCTION FLORIDA, INC. IN
RIC-NIAN Su lement
Equipment Description Equipment Type friiIISQ Model Yam
Industrial Scientific Gas Detector Gas Detector Industrial Scientific MG140 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2008
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40-Parker 2011
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-NIAN Su lement
Equipment Description Equipment Type friiIISQ Model Yam
Industrial Scientific Gas Detector Gas Detector Industrial Scientific MG140 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2008
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40-Parker 2011
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-NIAN Su lement
Equipment Description Equipment Type friiIISQ Model Yam
Industrial Scientific Gas Detector Gas Detector Industrial Scientific MG140 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2008
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40 2009
Industrial Scientific Gas Detector Gas Detector Industrial Scientific M40-Parker 2011
RIC-MAN CONSTRUCTION FLORIDA, INC.
Ric-Man Su lement
INDIVIDUAL RESUMES
DANIEL C. MANCINI
3100 SW 15 [h Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • DManciniftric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2003 - Present
President
Responsible for all aspects of the company business including hands-on field and office administration
Mancini Development, Florida 1994 - Present
General Manager Commercial Warehouse Division
Heads up Building and Development construction including constructing drainage, water main, sewer
and roadways.
RIC-MAN International, Inc., Florida 1987 - 2003
Vice President
Responsible for all aspects of the company business including hands-on field and office administration
RIC-MAN International, Inc., Florida 1990 - 1994
Superintendent
Supervise foreman constructing water main, sanitary sewer, drainage, roadways, pump stations, jack &
Bores. Coordinate subcontractors and suppliers work phases
RIC-MAN International, Inc., Florida 1987 - 1990
Foreman
Supervise crews constructing water main, sanitary sewer, drainage and roadways
RIC-MAN Construction, Inc., Michigan 1985 -1987
Foreman
Supervise crews constructing water main, sanitary sewer, drainage and roadways
EDUCATION
B.S. Civil Engineering
Wayne State University, Detroit, Michigan
LICENSING
State of Florida: Certified General Contractor CGC1505962
RIC-MAN CONSTRUCTION FLORIDA, INC.
Ric-Man Su lement
INDIVIDUAL RESUMES
DANIEL C. MANCINI
3100 SW 15 [h Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • DManciniftric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2003 - Present
President
Responsible for all aspects of the company business including hands-on field and office administration
Mancini Development, Florida 1994 - Present
General Manager Commercial Warehouse Division
Heads up Building and Development construction including constructing drainage, water main, sewer
and roadways.
RIC-MAN International, Inc., Florida 1987 - 2003
Vice President
Responsible for all aspects of the company business including hands-on field and office administration
RIC-MAN International, Inc., Florida 1990 - 1994
Superintendent
Supervise foreman constructing water main, sanitary sewer, drainage, roadways, pump stations, jack &
Bores. Coordinate subcontractors and suppliers work phases
RIC-MAN International, Inc., Florida 1987 - 1990
Foreman
Supervise crews constructing water main, sanitary sewer, drainage and roadways
RIC-MAN Construction, Inc., Michigan 1985 -1987
Foreman
Supervise crews constructing water main, sanitary sewer, drainage and roadways
EDUCATION
B.S. Civil Engineering
Wayne State University, Detroit, Michigan
LICENSING
State of Florida: Certified General Contractor CGC1505962
RIC-MAN CONSTRUCTION FLORIDA, INC.
Ric-Man Su lement
INDIVIDUAL RESUMES
DANIEL C. MANCINI
3100 SW 15 [h Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • DManciniftric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2003 - Present
President
Responsible for all aspects of the company business including hands-on field and office administration
Mancini Development, Florida 1994 - Present
General Manager Commercial Warehouse Division
Heads up Building and Development construction including constructing drainage, water main, sewer
and roadways.
RIC-MAN International, Inc., Florida 1987 - 2003
Vice President
Responsible for all aspects of the company business including hands-on field and office administration
RIC-MAN International, Inc., Florida 1990 - 1994
Superintendent
Supervise foreman constructing water main, sanitary sewer, drainage, roadways, pump stations, jack &
Bores. Coordinate subcontractors and suppliers work phases
RIC-MAN International, Inc., Florida 1987 - 1990
Foreman
Supervise crews constructing water main, sanitary sewer, drainage and roadways
RIC-MAN Construction, Inc., Michigan 1985 -1987
Foreman
Supervise crews constructing water main, sanitary sewer, drainage and roadways
EDUCATION
B.S. Civil Engineering
Wayne State University, Detroit, Michigan
LICENSING
State of Florida: Certified General Contractor CGC1505962
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
EDWARD MANCINI
P r.
7464 19 Mile Road, Sterling Heights, MI 48314 • 586.685.1000 • EManciniPmancinigroup.com
WORK EXPERIENCE
MANCINI Enterprises, LLC, Florida 2003 - Present
Manager/ Partner
RIC-MAN Construction Inc., Michigan 1996 - Present
Vice President, Controller
Responsible for all aspects of the company business including hands on field and office administration.
RIC-MAN Construction, Inc., Michigan 1992-1995
Assistant Controller
RIC-MAN Construction, Inc., Michigan 1985- 1992
Superintendent
Supervise foreman constructing water main, sanitary sewer, drainage, roadways, pump stations, jack &
Bores. Coordinate subcontractors and suppliers work phases
CERTIFICATIONS
10 Hour OSHA Compliance CPR/ Medical First Aid
Confined Space Entry
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
EDWARD MANCINI
P r.
7464 19 Mile Road, Sterling Heights, MI 48314 • 586.685.1000 • EManciniPmancinigroup.com
WORK EXPERIENCE
MANCINI Enterprises, LLC, Florida 2003 - Present
Manager/ Partner
RIC-MAN Construction Inc., Michigan 1996 - Present
Vice President, Controller
Responsible for all aspects of the company business including hands on field and office administration.
RIC-MAN Construction, Inc., Michigan 1992-1995
Assistant Controller
RIC-MAN Construction, Inc., Michigan 1985- 1992
Superintendent
Supervise foreman constructing water main, sanitary sewer, drainage, roadways, pump stations, jack &
Bores. Coordinate subcontractors and suppliers work phases
CERTIFICATIONS
10 Hour OSHA Compliance CPR/ Medical First Aid
Confined Space Entry
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
EDWARD MANCINI
7464 19 Mile Road, Sterling Heights, MI 48314 • 586.685.1000 • EMancini@mancinigroup.com
WORK EXPERIENCE
MANCINI Enterprises, LLC, Florida 2003 - Present
Manager/ Partner
RIC-MAN Construction Inc., Michigan 1996 - Present
Vice President, Controller
Responsible for all aspects of the company business including hands on field and office administration.
RIC-MAN Construction, Inc., Michigan 1992-1995
Assistant Controller
RIC-MAN Construction, Inc., Michigan 1985- 1992
Superintendent
Supervise foreman constructing water main, sanitary sewer, drainage, roadways, pump stations, jack &
Bores. Coordinate subcontractors and suppliers work phases
CERTIFICATIONS
10 Hour OSHA Compliance CPR/ Medical First Aid
Confined Space Entry
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
MICHAEL R. FISCHER
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • MFischerPric-manfl.corri
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2015 - Present
Chief Operations Officer
Fru-Con Construction Corp (a division of Balfour Beatty), Virginia
Vice President & Member of BBi/Executive Board
Heavy industrial contractor specializing in the construction of waste/water projects throughout the
U.S. responsible for all bidding and operational issues with complete profit/loss responsibility. He
managed 80 project managers, engineers, superintendents and peak craft of 350. He was responsible
for coordinating and facilitating with other division managers, vice presidents and the CEO, and the
use of resources for pursuit of all business opportunities in the heavy civil/rail and wastewater arena
throughout the country and Canada. Michael grew revenue from an average of
$65M/year to $106M in 2013.
2006-2015
Ed Kraemer and Son, Wisconsin
Executive Vice President and COO
Heavy civil and marine contractor operating in 16 states. Complete profit/loss responsibility for
construction division comprised of 190 engineers, managers, estimators and superintendents and
peak craft of 1000. Design/build and conventional, hard dollar contracting in the heavy/highway,
railroad and private industry. Grew company from $120M to $350M per year while increasing
private work to 15% of revenue.
2001-2006
Cianbro Corporation, Maryland
Vice President & General Manager
Vice President and General Manager for heavy civil, marine and industrial contractor operating in
15 states from Maine to North Carolina. Michael was responsible for all operational and
administrative functions for the Mid-Atlantic region, headquartered in Baltimore, Maryland. He had
complete profit/loss responsibility and grew the region from $20M per year to $70M with staff of
68 salaried and 350 craft employees.
1996-2001
MCI Constructor, Virginia 1988-1996
Vice President
Arnold M. Diamond, New York
1984-1988
Chief Estimator/Project Manager
EDUCATION
AAS Civil Engineering,
Nassau College, Garden City, NY
Civil Engineering, Polytechnic Institute of New York - 1977-1981
CERTIFICATIONS
• OSHA 10 Compliance Course
• CPR/Medical First Aid
• Confined Space Entry
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
MICHAEL R. FISCHER
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • MFischerPric-manfl.corri
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2015 - Present
Chief Operations Officer
Fru-Con Construction Corp (a division of Balfour Beatty), Virginia
Vice President & Member of BBi/Executive Board
Heavy industrial contractor specializing in the construction of waste/water projects throughout the
U.S. responsible for all bidding and operational issues with complete profit/loss responsibility. He
managed 80 project managers, engineers, superintendents and peak craft of 350. He was responsible
for coordinating and facilitating with other division managers, vice presidents and the CEO, and the
use of resources for pursuit of all business opportunities in the heavy civil/rail and wastewater arena
throughout the country and Canada. Michael grew revenue from an average of
$65M/year to $106M in 2013.
2006-2015
Ed Kraemer and Son, Wisconsin
Executive Vice President and COO
Heavy civil and marine contractor operating in 16 states. Complete profit/loss responsibility for
construction division comprised of 190 engineers, managers, estimators and superintendents and
peak craft of 1000. Design/build and conventional, hard dollar contracting in the heavy/highway,
railroad and private industry. Grew company from $120M to $350M per year while increasing
private work to 15% of revenue.
2001-2006
Cianbro Corporation, Maryland
Vice President & General Manager
Vice President and General Manager for heavy civil, marine and industrial contractor operating in
15 states from Maine to North Carolina. Michael was responsible for all operational and
administrative functions for the Mid-Atlantic region, headquartered in Baltimore, Maryland. He had
complete profit/loss responsibility and grew the region from $20M per year to $70M with staff of
68 salaried and 350 craft employees.
1996-2001
MCI Constructor, Virginia 1988-1996
Vice President
Arnold M. Diamond, New York
1984-1988
Chief Estimator/Project Manager
EDUCATION
AAS Civil Engineering,
Nassau College, Garden City, NY
Civil Engineering, Polytechnic Institute of New York - 1977-1981
CERTIFICATIONS
• OSHA 10 Compliance Course
• CPR/Medical First Aid
• Confined Space Entry
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
MICHAEL R. FISCHER
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • MFischerPric-manfl.corri
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2015 - Present
Chief Operations Officer
Fru-Con Construction Corp (a division of Balfour Beatty), Virginia
Vice President & Member of BBi/Executive Board
Heavy industrial contractor specializing in the construction of waste/water projects throughout the
U.S. responsible for all bidding and operational issues with complete profit/loss responsibility. He
managed 80 project managers, engineers, superintendents and peak craft of 350. He was responsible
for coordinating and facilitating with other division managers, vice presidents and the CEO, and the
use of resources for pursuit of all business opportunities in the heavy civil/rail and wastewater arena
throughout the country and Canada. Michael grew revenue from an average of
$65M/year to $106M in 2013.
2006-2015
Ed Kraemer and Son, Wisconsin
Executive Vice President and COO
Heavy civil and marine contractor operating in 16 states. Complete profit/loss responsibility for
construction division comprised of 190 engineers, managers, estimators and superintendents and
peak craft of 1000. Design/build and conventional, hard dollar contracting in the heavy/highway,
railroad and private industry. Grew company from $120M to $350M per year while increasing
private work to 15% of revenue.
2001-2006
Cianbro Corporation, Maryland
Vice President & General Manager
Vice President and General Manager for heavy civil, marine and industrial contractor operating in
15 states from Maine to North Carolina. Michael was responsible for all operational and
administrative functions for the Mid-Atlantic region, headquartered in Baltimore, Maryland. He had
complete profit/loss responsibility and grew the region from $20M per year to $70M with staff of
68 salaried and 350 craft employees.
1996-2001
MCI Constructor, Virginia 1988-1996
Vice President
Arnold M. Diamond, New York
1984-1988
Chief Estimator/Project Manager
EDUCATION
AAS Civil Engineering,
Nassau College, Garden City, NY
Civil Engineering, Polytechnic Institute of New York - 1977-1981
CERTIFICATIONS
• OSHA 10 Compliance Course
• CPR/Medical First Aid
• Confined Space Entry
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
DANIEL J. LACROSS
S1
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • DLacross@ric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2006 - Present
Project Manager
Complete Management of all ongoing projects.
Ric-Man Construction Florida, Inc. 2004-2005
General Superintendent
Installation of underground utilities pipe work, road work and site work.
Eastwood Excavating Michigan 2001 - 2004
General Superintendent
Installation of underground utilities, storm sewer, sanitary sewer and water main.
Rasmussen Excavating, Michigan 1999-2001
General Superintendent
Installation of underground utilities, complete site work to include gas transmission mains and site
restoration.
United States Army 1991 - 1995
Gunner on M1A1 Main Battle Tank
Ball Underground Contractors, Michigan
General Superintendent
Installation of underground utilities and site restoration, Duties: Daily on site, direct supervision of
foreman and labor forces. Schedule equipment and responsible for maintaining project schedule, quality
control and working relationships with owner's representatives and the public in general. Responsible for
project schedules estimating and all paperwork associated.
1985 -1991
EDUCATION
B.S. in Accounting
Ferris State University, Big Rapids, Michigan
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
DANIEL J. LACROSS
S1
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • DLacross@ric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2006 - Present
Project Manager
Complete Management of all ongoing projects.
Ric-Man Construction Florida, Inc. 2004-2005
General Superintendent
Installation of underground utilities pipe work, road work and site work.
Eastwood Excavating Michigan 2001 - 2004
General Superintendent
Installation of underground utilities, storm sewer, sanitary sewer and water main.
Rasmussen Excavating, Michigan 1999-2001
General Superintendent
Installation of underground utilities, complete site work to include gas transmission mains and site
restoration.
United States Army 1991 - 1995
Gunner on M1A1 Main Battle Tank
Ball Underground Contractors, Michigan
General Superintendent
Installation of underground utilities and site restoration, Duties: Daily on site, direct supervision of
foreman and labor forces. Schedule equipment and responsible for maintaining project schedule, quality
control and working relationships with owner's representatives and the public in general. Responsible for
project schedules estimating and all paperwork associated.
1985 -1991
EDUCATION
B.S. in Accounting
Ferris State University, Big Rapids, Michigan
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
DANIEL J. LACROSS
S1
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • DLacross@ric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2006 - Present
Project Manager
Complete Management of all ongoing projects.
Ric-Man Construction Florida, Inc. 2004-2005
General Superintendent
Installation of underground utilities pipe work, road work and site work.
Eastwood Excavating Michigan 2001 - 2004
General Superintendent
Installation of underground utilities, storm sewer, sanitary sewer and water main.
Rasmussen Excavating, Michigan 1999-2001
General Superintendent
Installation of underground utilities, complete site work to include gas transmission mains and site
restoration.
United States Army 1991 - 1995
Gunner on M1A1 Main Battle Tank
Ball Underground Contractors, Michigan
General Superintendent
Installation of underground utilities and site restoration, Duties: Daily on site, direct supervision of
foreman and labor forces. Schedule equipment and responsible for maintaining project schedule, quality
control and working relationships with owner's representatives and the public in general. Responsible for
project schedules estimating and all paperwork associated.
1985 -1991
EDUCATION
B.S. in Accounting
Ferris State University, Big Rapids, Michigan
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
JOHN D'ALESSANDRO
SP, PROFCT
3100 SW 15 tb Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • jDalessandro@ric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2010 - Present
Estimating and Project Manager of the Florida office.
Lanzo Lining & Construction, Inc., Florida
Chief Estimator
Project Manager and Estimator
Utility Company specializing in Rehabilitating Sanitary, Drainage Water and Force main by CIPP (cured
in place pipe).
• Responsible for all national bidding and procurement projects.
• Project Manager for all current contracts held in the State of Florida.
• MacDill Air Force Base, Tampa, Florida project 17,000 if 14" to 54" CIPP of storm drainage system GPR
(Ground penetrating radar) survey. Structure rehabilitation with epoxy coatings and exterior pipeline
grouting from surface.
• City of Atlanta, Georgia Watershed Contract 4, 60,000 If of CIPP 8" to 24" gravity sewer, point repairs,
pipe bursting, manhole rehabilitation and related restoration.
• City of Hollywood, Florida, 13,000 if 48" and 9,0001f 36" Gravity CIPP, major bypass pumping, manhole
rehabilitation, sanitary lateralClPP.
• City of Ft. Lauderdale Florida, various contracts, combined 175,000 If 8" to 15" CIPP rehabilitation. 500
each lateral linings and manhole cementitious coatings.
• City of Petersburg, Florida, annual contract for CIPP rehabilitation of mainline sanitary, laterals and
manholes.
• Clinton Township, Michigan, 9500 If 36" gravity sewer rehabilitation and manhole cementitious coatings
with related grouting and bypass pumping.
• City of Detroit two-year annual sewer rehabilitation project, gravity sewer CIPP ranging from 8" to 120"
manhole cementitious and related point repairs
2004-2010
1980-1993
Telcon, Inc., Florida 1993-2004
Owner
• Utility contractor performing water, sewer and drainage throughout central and southeast Florida
public and private sector. Complete site work including utilities, pavement and earthwork.
• Worked directly for FPL and Southern Bell installing concrete duct banks, residential URD and cable,
high voltage pipe type transmission and fiber optic cable installation.
• Project experience includes heavy civil pipe installations, sewage pumping stations and treatment
plants, earthwork, paving, power and communication utilities, manhole and utility pipeline
rehabilitations. Bore and jacking, Micro tunneling and directional boring.
CERTIFICATIONS
Utility Contractors License Dade County Florida
Utility Electrical License Dade County Florida
Utility and Pavement License Broward County Florida
Certification for Confined Space Entry
Certified with FDOT for M.O.T
Certification for CPR/Medical First Aid
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
JOHN D'ALESSANDRO
SP, PROFCT
3100 SW 15 tb Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • jDalessandro@ric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2010 - Present
Estimating and Project Manager of the Florida office.
Lanzo Lining & Construction, Inc., Florida
Chief Estimator
Project Manager and Estimator
Utility Company specializing in Rehabilitating Sanitary, Drainage Water and Force main by CIPP (cured
in place pipe).
• Responsible for all national bidding and procurement projects.
• Project Manager for all current contracts held in the State of Florida.
• MacDill Air Force Base, Tampa, Florida project 17,000 if 14" to 54" CIPP of storm drainage system GPR
(Ground penetrating radar) survey. Structure rehabilitation with epoxy coatings and exterior pipeline
grouting from surface.
• City of Atlanta, Georgia Watershed Contract 4, 60,000 If of CIPP 8" to 24" gravity sewer, point repairs,
pipe bursting, manhole rehabilitation and related restoration.
• City of Hollywood, Florida, 13,000 if 48" and 9,0001f 36" Gravity CIPP, major bypass pumping, manhole
rehabilitation, sanitary lateralClPP.
• City of Ft. Lauderdale Florida, various contracts, combined 175,000 If 8" to 15" CIPP rehabilitation. 500
each lateral linings and manhole cementitious coatings.
• City of Petersburg, Florida, annual contract for CIPP rehabilitation of mainline sanitary, laterals and
manholes.
• Clinton Township, Michigan, 9500 If 36" gravity sewer rehabilitation and manhole cementitious coatings
with related grouting and bypass pumping.
• City of Detroit two-year annual sewer rehabilitation project, gravity sewer CIPP ranging from 8" to 120"
manhole cementitious and related point repairs
2004-2010
1980-1993
Telcon, Inc., Florida 1993-2004
Owner
• Utility contractor performing water, sewer and drainage throughout central and southeast Florida
public and private sector. Complete site work including utilities, pavement and earthwork.
• Worked directly for FPL and Southern Bell installing concrete duct banks, residential URD and cable,
high voltage pipe type transmission and fiber optic cable installation.
• Project experience includes heavy civil pipe installations, sewage pumping stations and treatment
plants, earthwork, paving, power and communication utilities, manhole and utility pipeline
rehabilitations. Bore and jacking, Micro tunneling and directional boring.
CERTIFICATIONS
Utility Contractors License Dade County Florida
Utility Electrical License Dade County Florida
Utility and Pavement License Broward County Florida
Certification for Confined Space Entry
Certified with FDOT for M.O.T
Certification for CPR/Medical First Aid
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
JOHN D'ALESSANDRO
SP, PROFCT
3100 SW 15 tb Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • jDalessandro@ric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2010 - Present
Estimating and Project Manager of the Florida office.
Lanzo Lining & Construction, Inc., Florida
Chief Estimator
Project Manager and Estimator
Utility Company specializing in Rehabilitating Sanitary, Drainage Water and Force main by CIPP (cured
in place pipe).
• Responsible for all national bidding and procurement projects.
• Project Manager for all current contracts held in the State of Florida.
• MacDill Air Force Base, Tampa, Florida project 17,000 if 14" to 54" CIPP of storm drainage system GPR
(Ground penetrating radar) survey. Structure rehabilitation with epoxy coatings and exterior pipeline
grouting from surface.
• City of Atlanta, Georgia Watershed Contract 4, 60,000 If of CIPP 8" to 24" gravity sewer, point repairs,
pipe bursting, manhole rehabilitation and related restoration.
• City of Hollywood, Florida, 13,000 if 48" and 9,0001f 36" Gravity CIPP, major bypass pumping, manhole
rehabilitation, sanitary lateralClPP.
• City of Ft. Lauderdale Florida, various contracts, combined 175,000 If 8" to 15" CIPP rehabilitation. 500
each lateral linings and manhole cementitious coatings.
• City of Petersburg, Florida, annual contract for CIPP rehabilitation of mainline sanitary, laterals and
manholes.
• Clinton Township, Michigan, 9500 If 36" gravity sewer rehabilitation and manhole cementitious coatings
with related grouting and bypass pumping.
• City of Detroit two-year annual sewer rehabilitation project, gravity sewer CIPP ranging from 8" to 120"
manhole cementitious and related point repairs
2004-2010
1980-1993
Telcon, Inc., Florida 1993-2004
Owner
• Utility contractor performing water, sewer and drainage throughout central and southeast Florida
public and private sector. Complete site work including utilities, pavement and earthwork.
• Worked directly for FPL and Southern Bell installing concrete duct banks, residential URD and cable,
high voltage pipe type transmission and fiber optic cable installation.
• Project experience includes heavy civil pipe installations, sewage pumping stations and treatment
plants, earthwork, paving, power and communication utilities, manhole and utility pipeline
rehabilitations. Bore and jacking, Micro tunneling and directional boring.
CERTIFICATIONS
Utility Contractors License Dade County Florida
Utility Electrical License Dade County Florida
Utility and Pavement License Broward County Florida
Certification for Confined Space Entry
Certified with FDOT for M.O.T
Certification for CPR/Medical First Aid
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
Steve Risso
3100 SW 15th Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 Srissoric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc.
Safety Manager 2019-Present
Enforce and maintain safety polices. Maintain safety literature on all machinery and equipment
Structural Enterprises Incorporated
Safety Director
• Conducted random on-site safety inspections reported violations along with corrective action.
• Developed corporate written safety policies as well as new employee safety orientation.
• Trained all employees in the safe operation of both rough and fixed mast forklift.
• Conducted 10 hour OSHA training to all skilled labor.
• Conducted 30 hour OSHA training to all foremen.
• Successfully completed AISC certification.
• Developed Job Hazard Analysis for each definable feature of work.
• Ensured that all federal and state regulations were in compliance.
• Maintained OSHA 300 Logs
2010-2018
Associated Builders and Contractors (ABC) 1999-2010
Director of Safety .
• Developed personalized OSHA 10 and 30 hour training courses.
• Instructed OSHA 10 and 30 hour training for over 200 member companies.
• Developed safety manuals and new employee safety orientation for member companies.
• Conducted new employee safety training for member companies.
• Successfully trained over 500 hundred students in OSHA 10 and 30 training classes as well as First Aid and CPR.
• Conducted on site construction inspections for member companies and reported findings and corrective action
recommendations to owners.
• Provided consultation to member companies on how to improve safety awareness.
• Worked closely with ABC National Office to implement a program for safety officers' to be aware of common OSHA
violations including all sub-parts of CFR 1926 and 1910.
EDUCATION
• Old Dominion University
• OSHA training Institute and Construction Safety Council Training for authorization as an instructor in the 10 and 30 hour
courses for the construction industries
• Corps of Engineers Prospect Safety Training Certification
• Continued education and certifications in various safety related areas through classes, seminars etc.
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
Steve Risso
3100 SW 15th Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 Srissoric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc.
Safety Manager 2019-Present
Enforce and maintain safety polices. Maintain safety literature on all machinery and equipment
Structural Enterprises Incorporated
Safety Director
• Conducted random on-site safety inspections reported violations along with corrective action.
• Developed corporate written safety policies as well as new employee safety orientation.
• Trained all employees in the safe operation of both rough and fixed mast forklift.
• Conducted 10 hour OSHA training to all skilled labor.
• Conducted 30 hour OSHA training to all foremen.
• Successfully completed AISC certification.
• Developed Job Hazard Analysis for each definable feature of work.
• Ensured that all federal and state regulations were in compliance.
• Maintained OSHA 300 Logs
2010-2018
Associated Builders and Contractors (ABC) 1999-2010
Director of Safety .
• Developed personalized OSHA 10 and 30 hour training courses.
• Instructed OSHA 10 and 30 hour training for over 200 member companies.
• Developed safety manuals and new employee safety orientation for member companies.
• Conducted new employee safety training for member companies.
• Successfully trained over 500 hundred students in OSHA 10 and 30 training classes as well as First Aid and CPR.
• Conducted on site construction inspections for member companies and reported findings and corrective action
recommendations to owners.
• Provided consultation to member companies on how to improve safety awareness.
• Worked closely with ABC National Office to implement a program for safety officers' to be aware of common OSHA
violations including all sub-parts of CFR 1926 and 1910.
EDUCATION
• Old Dominion University
• OSHA training Institute and Construction Safety Council Training for authorization as an instructor in the 10 and 30 hour
courses for the construction industries
• Corps of Engineers Prospect Safety Training Certification
• Continued education and certifications in various safety related areas through classes, seminars etc.
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
Steve Risso
3100 SW 15th Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 Srissoric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc.
Safety Manager 2019-Present
Enforce and maintain safety polices. Maintain safety literature on all machinery and equipment
Structural Enterprises Incorporated
Safety Director
• Conducted random on-site safety inspections reported violations along with corrective action.
• Developed corporate written safety policies as well as new employee safety orientation.
• Trained all employees in the safe operation of both rough and fixed mast forklift.
• Conducted 10 hour OSHA training to all skilled labor.
• Conducted 30 hour OSHA training to all foremen.
• Successfully completed AISC certification.
• Developed Job Hazard Analysis for each definable feature of work.
• Ensured that all federal and state regulations were in compliance.
• Maintained OSHA 300 Logs
2010-2018
Associated Builders and Contractors (ABC) 1999-2010
Director of Safety .
• Developed personalized OSHA 10 and 30 hour training courses.
• Instructed OSHA 10 and 30 hour training for over 200 member companies.
• Developed safety manuals and new employee safety orientation for member companies.
• Conducted new employee safety training for member companies.
• Successfully trained over 500 hundred students in OSHA 10 and 30 training classes as well as First Aid and CPR.
• Conducted on site construction inspections for member companies and reported findings and corrective action
recommendations to owners.
• Provided consultation to member companies on how to improve safety awareness.
• Worked closely with ABC National Office to implement a program for safety officers' to be aware of common OSHA
violations including all sub-parts of CFR 1926 and 1910.
EDUCATION
• Old Dominion University
• OSHA training Institute and Construction Safety Council Training for authorization as an instructor in the 10 and 30 hour
courses for the construction industries
• Corps of Engineers Prospect Safety Training Certification
• Continued education and certifications in various safety related areas through classes, seminars etc.
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
Tyson DiPetrillo
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • TdipetrillotWric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2019 - Present
Project Manager
Responsible for managing the West Avenue Neighborhood Projects.
Lynx Construction Management, Coral Gables, FL
Project Manager
Responsible for managing and coordinating all necessary project resources and documentation throughout the
entire project lifecycle while maintaining control of the budget, costs, schedule, risk and general work
performance and quality.
2012-2019
DooleyMack Constructors of S. FL, Coral Springs, FL 2007-2012
Commercial Superintendent
Responsible for overseeing and managing all day-to-day job site activities, including subcontractor performance,
site conditions, code compliance, safety and quality standards, establish and implement the baseline
schedule and effective management of subcontractor's scope to avoid impacting the progress of work.
Now Construction Services, Inc., Pompano Beach, FL
Project Foreman
Responsible for overall work activities, layout, material orders,
coordinating subs, and jobsite safety. Primarily a shell
contractor specializing in large residential custom homes
and light commercial projects.
2001-2007
Education/Professional Development
- Florida International University, Bachelor of Science in Construction
Management
- Broward Community College, Associate of Science in Business
Administration
- OSHA- 30hr and significant training in scaffolding, excavations and fall
protection.
- CPR and First Aid Certified
- Rapport Leadership International- "Leadership Breakthrough"
- Wal-Mart- Storm Water Prevention Program
- ABC Diamond Safety Awards in 2016, 2017, 2018
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
Tyson DiPetrillo
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • TdipetrillotWric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2019 - Present
Project Manager
Responsible for managing the West Avenue Neighborhood Projects.
Lynx Construction Management, Coral Gables, FL
Project Manager
Responsible for managing and coordinating all necessary project resources and documentation throughout the
entire project lifecycle while maintaining control of the budget, costs, schedule, risk and general work
performance and quality.
2012-2019
DooleyMack Constructors of S. FL, Coral Springs, FL 2007-2012
Commercial Superintendent
Responsible for overseeing and managing all day-to-day job site activities, including subcontractor performance,
site conditions, code compliance, safety and quality standards, establish and implement the baseline
schedule and effective management of subcontractor's scope to avoid impacting the progress of work.
Now Construction Services, Inc., Pompano Beach, FL
Project Foreman
Responsible for overall work activities, layout, material orders,
coordinating subs, and jobsite safety. Primarily a shell
contractor specializing in large residential custom homes
and light commercial projects.
2001-2007
Education/Professional Development
- Florida International University, Bachelor of Science in Construction
Management
- Broward Community College, Associate of Science in Business
Administration
- OSHA- 30hr and significant training in scaffolding, excavations and fall
protection.
- CPR and First Aid Certified
- Rapport Leadership International- "Leadership Breakthrough"
- Wal-Mart- Storm Water Prevention Program
- ABC Diamond Safety Awards in 2016, 2017, 2018
RIC-MAN CONSTRUCTION FLORIDA, INC.
Tyson DiPetrillo
3100 SW 15 ,h Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • Tdioetrillotaric-mantl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2019 - Present
Project Manager
Responsible for managing the West Avenue Neighborhood Projects.
Lynx Construction Management, Coral Gables, FL
Project Manager
Responsible for managing and coordinating all necessary project resources and documentation throughout the
entire project lifecycle while maintaining control of the budget, costs, schedule, risk and general work
performance and quality.
2012-2019
DooleyMack Constructors of S. FL, Coral Springs, FL 2007-2012
Commercial Superintendent
Responsible for overseeing and managing all day-to-day job site activities, including subcontractor performance,
site conditions, code compliance, safety and quality standards, establish and implement the baseline
schedule and effective management of subcontractor's scope to avoid impacting the progress of work.
Now Construction Services, Inc., Pompano Beach, FL
Project Foreman
Responsible for overall work activities, layout, material orders,
coordinating subs, and jobsite safety. Primarily a shell
contractor specializing in large residential custom homes
and light commercial projects.
2001-2007
Education/Professional Development
- Florida International University, Bachelor of Science in Construction
Management
- Broward Community College, Associate of Science in Business
Administration
- OSHA- 30hr and significant training in scaffolding, excavations and fall
protection.
- CPR and First Aid Certified
- Rapport Leadership International- "Leadership Breakthrough"
- Wal-Mart- Storm Water Prevention Program
- ABC Diamond Safety Awards in 2016, 2017, 2018
RIC-MAN CONSTRUCTION FLORIDA, INC. El
RIC-MAN Supplement
BRIAN BARIBEAULT
GENERAL SUPERINTEND7i:NT
3100 SW 15 ,h Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • BBaribeaultric-mantl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc.
Project Foreman
Installation of Underground Utilities Pipe work, road work, and site work.
2006 - Present
Justin Industries, Florida 2003
Supervisor
Land clearing, operations of lowboy, dump truck, tractor trailers and house pads
RTE Land Clearing Florida 2002-2003
Operator
All aspects of earthwork construction including underground utilities and drilled shafts
Planet Wood Recycling, Florida 1999-2001
Operator
Operations of loader and backhoe at recycling yard.
EXPERIENCE
Over 11 Years of supervising deep excavations, shoring and pipe installation for water, sanitary and drainage projects.
CERTIFICATIONS
10 Hour OSHA Compliance
CPR/ Medical First Aid
Confined Space Entry
RIG-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
BRIAN BARIBEAULT
GENERAL SUPERINTEND7i:NT
3100 SW 15 ,h Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • BBaribeaultric-mantl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc.
Project Foreman
Installation of Underground Utilities Pipe work, road work, and site work.
2006 - Present
Justin Industries, Florida 2003
Supervisor
Land clearing, operations of lowboy, dump truck, tractor trailers and house pads
RTE Land Clearing Florida 2002-2003
Operator
All aspects of earthwork construction including underground utilities and drilled shafts
Planet Wood Recycling, Florida 1999-2001
Operator
Operations of loader and backhoe at recycling yard.
EXPERIENCE
Over 11 Years of supervising deep excavations, shoring and pipe installation for water, sanitary and drainage projects.
CERTIFICATIONS
10 Hour OSHA Compliance
CPR/ Medical First Aid
Confined Space Entry
RIG-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
BRIAN BARIBEAULT
GPAIRAL
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • BBaribeault'aric-manfl com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2006 - Present
Project Foreman
Installation of Underground Utilities Pipe work, road work, and site work.
Justin Industries, Florida 2003
Supervisor
Land clearing, operations of lowboy, dump truck, tractor trailers and house pads
RTE Land Clearing Florida
2002-2003
Operator
All aspects of earthwork construction including underground utilities and drilled shafts
Planet Wood Recycling, Florida 1999-2001
Operator
Operations of loader and backhoe at recycling yard.
EXPERIENCE
Over 11 Years of supervising deep excavations, shoring and pipe installation for water, sanitary and drainage projects.
CERTIFICATIONS
10 Hour OSHA Compliance
CPR/ Medical First Aid
Confined Space Entry
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
SAUL RIVERA
cipy SLIPERP.,TE2;DE`li
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • SRiverataric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc.
CIPP Superintendent
Oversees field crews in the South Florida market. Responsible for CIPP projects.
2016 - Present
Kenny Construction Company
Superintendent
Oversees field crews on steam and water inversions and cutting taps on various pipe sizes. Coordinate
schedules and man power on job sites.
2012-2016
Spiniello Companies 2009 - 2012
Foreman
Oversees the installation of liners with air and steam operate steam boiler and operate a TV truck.
Operate tractor trailer hauling material for underground pipe lining for sewer rehabilitation throughout
the east coast
Lanzo Lining 2007 - 2009
Project Foreman
Drive Class A & B truck from Florida to Georgia to install liners for underground pipe rehabilitation.
Operate a water and steam boiler and TV truck in the field.
CERTIFICATIONS
30 Hour OSHA Compliance
CPR/ Medical First Aid/AED
NUCA Confined Space Entry
Certified with FDOT for M.O.T.
Class A CDL with hazmat and taker endorsement
Nassco/PACP
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
SAUL RIVERA
cipy SLIPERP.,TE2;DE`li
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • SRiverataric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc.
CIPP Superintendent
Oversees field crews in the South Florida market. Responsible for CIPP projects.
2016 - Present
Kenny Construction Company
Superintendent
Oversees field crews on steam and water inversions and cutting taps on various pipe sizes. Coordinate
schedules and man power on job sites.
2012-2016
Spiniello Companies 2009 - 2012
Foreman
Oversees the installation of liners with air and steam operate steam boiler and operate a TV truck.
Operate tractor trailer hauling material for underground pipe lining for sewer rehabilitation throughout
the east coast
Lanzo Lining 2007 - 2009
Project Foreman
Drive Class A & B truck from Florida to Georgia to install liners for underground pipe rehabilitation.
Operate a water and steam boiler and TV truck in the field.
CERTIFICATIONS
30 Hour OSHA Compliance
CPR/ Medical First Aid/AED
NUCA Confined Space Entry
Certified with FDOT for M.O.T.
Class A CDL with hazmat and taker endorsement
Nassco/PACP
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
SAUL RIVERA
.11PY SUPERIVFP;DEVI
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • SRiverarrPric-mantl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc.
CIPP Superintendent
Oversees field crews in the South Florida market. Responsible for CIPP projects.
2016 - Present
Kenny Construction Company
Superintendent
Oversees field crews on steam and water inversions and cutting taps on various pipe sizes. Coordinate
schedules and man power on job sites.
2012 - 2016
Spiniello Companies 2009 - 2012
Foreman
Oversees the installation of liners with air and steam operate steam boiler and operate a TV truck.
Operate tractor trailer hauling material for underground pipe lining for sewer rehabilitation throughout
the east coast.
Lanzo Lining 2007 - 2009
Project Foreman
Drive Class A & B truck from Florida to Georgia to install liners for underground pipe rehabilitation.
Operate a water and steam boiler and TV truck in the field.
CERTIFICATIONS
30 Hour OSHA Compliance
CPR/ Medical First Aid/AED
NUCA Confined Space Entry
Certified with FDOT for M.O.T.
Class A CDL with hazmat and taker endorsement
Nassco/PACP
RIC-MAN CONSTRUCTION FLORIDA, INC.
R1C-MAN Supplement
AMAURY MONZON
FThi)jECT FORP,!A;
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • AMonzonriPric-mantl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2014 - Present
Project Foreman
Responsible for leading construction crews in a safe and efficient installation of assigned work.
Monzon Crane 2006 - 2014
Crane Operator
Crane operator and part owner
CERTIFICATIONS
COL Class B License
Certified Crane Operator
NCCCO Certified
RIC-MAN CONSTRUCTION FLORIDA, INC.
R1C-MAN Supplement
AMAURY MONZON
FThi)jECT FORP,!A;
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • AMonzonriPric-mantl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2014 - Present
Project Foreman
Responsible for leading construction crews in a safe and efficient installation of assigned work.
Monzon Crane 2006 - 2014
Crane Operator
Crane operator and part owner
CERTIFICATIONS
COL Class B License
Certified Crane Operator
NCCCO Certified
RIC-MAN CONSTRUCTION FLORIDA, INC.
R1C-MAN Supplement
AMAURY MONZON
FThi)jECT FORP,!A;
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • AMonzonriPric-mantl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2014 - Present
Project Foreman
Responsible for leading construction crews in a safe and efficient installation of assigned work.
Monzon Crane 2006 - 2014
Crane Operator
Crane operator and part owner
CERTIFICATIONS
COL Class B License
Certified Crane Operator
NCCCO Certified
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
MARK SHUSTERIC
3100 SW 15 t" Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • MshustericciPric-mantl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2016 - Present
Underground Superintendent
Responsible for leading construction crews in a safe and efficient installation of assigned work.
Interfaces with inspectors and testing QA/QC staff to ensure project requirements are met.
Sullivan Brothers Construction
Utilities Foreman
Managed crew to complete underground utility jobs on time, within budget with perfect safety record.
Responsible for scheduling of crews, material take offs and delivery, daily reports, change orders and
inspections.
2012-2016
Ric-Man Construction Florida, Inc. 2011-2012
Foreman
Responsible for managing the onsite operations of utility construction projects. Coordination of water
and sewer crew, material deliveries and jobsite safety.
Fenton Excavating Co.
Foreman
Managed underground utility and road construction projects. Responsible for all aspects of onsite
management including crew scheduling and travel arrangements, equipment and material mobilization,
daily reports, progress meetings, pay estimates, subcontractors, traffic control and job site safety.
2009-2010
D'Alessandro Contracting Group
Foreman
Responsible for managing underground utility projects both open cut and tunnel. Supervised crews,
subcontractors and material deliveries to ensure jobs are completed within budget and meets
production schedule according to plans and specs.
2011-2012
CERTIFICATIONS
10 Hour OSHA Compliance
CPR/ Medical First Aid
Confined Space Entry
Competent Person
Rigging Certified
TWIC Card
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
MARK SHUSTERIC
3100 SW 15 t" Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • MshustericciPric-mantl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2016 - Present
Underground Superintendent
Responsible for leading construction crews in a safe and efficient installation of assigned work.
Interfaces with inspectors and testing QA/QC staff to ensure project requirements are met.
Sullivan Brothers Construction
Utilities Foreman
Managed crew to complete underground utility jobs on time, within budget with perfect safety record.
Responsible for scheduling of crews, material take offs and delivery, daily reports, change orders and
inspections.
2012-2016
Ric-Man Construction Florida, Inc. 2011-2012
Foreman
Responsible for managing the onsite operations of utility construction projects. Coordination of water
and sewer crew, material deliveries and jobsite safety.
Fenton Excavating Co.
Foreman
Managed underground utility and road construction projects. Responsible for all aspects of onsite
management including crew scheduling and travel arrangements, equipment and material mobilization,
daily reports, progress meetings, pay estimates, subcontractors, traffic control and job site safety.
2009-2010
D'Alessandro Contracting Group
Foreman
Responsible for managing underground utility projects both open cut and tunnel. Supervised crews,
subcontractors and material deliveries to ensure jobs are completed within budget and meets
production schedule according to plans and specs.
2011-2012
CERTIFICATIONS
10 Hour OSHA Compliance
CPR/ Medical First Aid
Confined Space Entry
Competent Person
Rigging Certified
TWIC Card
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
MARK SHUSTERIC
3100 SW 15 th Street, Deerfield Beach, FL 33442 • 954.426.1221 • 954.426.1226 • MshustericriPric-mantl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2016 - Present
Underground Superintendent
Responsible for leading construction crews in a safe and efficient installation of assigned work.
Interfaces with inspectors and testing QA/QC staff to ensure project requirements are met.
Sullivan Brothers Construction
Utilities Foreman
Managed crew to complete underground utility jobs on time, within budget with perfect safety record.
Responsible for scheduling of crews, material take offs and delivery, daily reports, change orders and
inspections.
2012-2016
Ric-Man Construction Florida, Inc. 2011-2012
Foreman
Responsible for managing the onsite operations of utility construction projects. Coordination of water
and sewer crew, material deliveries and jobsite safety.
Fenton Excavating Co.
Foreman
Managed underground utility and road construction projects. Responsible for all aspects of onsite
management including crew scheduling and travel arrangements, equipment and material mobilization,
daily reports, progress meetings, pay estimates, subcontractors, traffic control and job site safety.
2009-2010
D'Alessandro Contracting Group
Foreman
Responsible for managing underground utility projects both open cut and tunnel. Supervised crews,
subcontractors and material deliveries to ensure jobs are completed within budget and meets
production schedule according to plans and specs.
2011-2012
CERTIFICATIONS
10 Hour OSHA Compliance
CPR/ Medical First Aid
Confined Space Entry
Competent Person
Rigging Certified
TWIC Card
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
CHRISTIAN BOTTOME
Project Engineer
3100 SW 15 LI' Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • CbonomeG ric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2019 - Present
Project Engineer
Assist with projects in the Miami office
QUICK SAND AND FILL, MIAMI, FL September 2018 - 2019
Project Engineer
Determining specifications and objectives for 10+ acre projects by studying plans,
material requirements, site details including pre-construction and performance
standards, catered to surpass client expectation. Assisting the project manager with team
building and technical skills, both in the office and in the field. Estimating and generating
cost reports; calculating digital site takeoffs through the use of CAD software's.
LEHMAN CENTER FOR TRANSPORTATION, MIAMI, FL. June 2018 - December 2018
Research Assistant
Planed high performance procedures for the development of data analysis reports,
based on literature re-view and field research. Conducted studies of traffic systems and
how projects will impact the community and the environment (PD&E), delivering
efficient and sustainable solutions.
CRAFT CONSTRUCTION, AVENTURA, FL. June 2016 - December 2016
Assistant Project Manager
Assisted in the development of $30 million projects, worked with drawings, cost
estimates and RFI's solution and/or submittal/request process; prepared minute
meetings on behalf of construction management company. Supervised and coordinated
field workers and daily activities, promoted team work throughout the site, imposing a
strong commitment to the daily schedule, ensuring safety and environmental standards
were met by the site, the subcontractors and the workers. Effectively communicated,
optimized and managed daily schedules and/or project status throughout the field and
the office, 4 super intendants, 35 different field trades (Subs) and various workers.
SKILLS
Spanish, English & Italian Optimization Methods & Logistics LEED Green Building Certificate Detail Oriented,
Leadership Primavera P6 Essentials Pavement & Roadway Design Team Work,
Creative Thinking, Civil 3D, BlueBeam, Trimble HCE Written & Verbal Communication Self Motivated Problem
Solver
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
CHRISTIAN BOTTOME
Project Engineer
3100 SW 15 LI' Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • CbonomeG ric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2019 - Present
Project Engineer
Assist with projects in the Miami office
QUICK SAND AND FILL, MIAMI, FL September 2018 - 2019
Project Engineer
Determining specifications and objectives for 10+ acre projects by studying plans,
material requirements, site details including pre-construction and performance
standards, catered to surpass client expectation. Assisting the project manager with team
building and technical skills, both in the office and in the field. Estimating and generating
cost reports; calculating digital site takeoffs through the use of CAD software's.
LEHMAN CENTER FOR TRANSPORTATION, MIAMI, FL. June 2018 - December 2018
Research Assistant
Planed high performance procedures for the development of data analysis reports,
based on literature re-view and field research. Conducted studies of traffic systems and
how projects will impact the community and the environment (PD&E), delivering
efficient and sustainable solutions.
CRAFT CONSTRUCTION, AVENTURA, FL. June 2016 - December 2016
Assistant Project Manager
Assisted in the development of $30 million projects, worked with drawings, cost
estimates and RFI's solution and/or submittal/request process; prepared minute
meetings on behalf of construction management company. Supervised and coordinated
field workers and daily activities, promoted team work throughout the site, imposing a
strong commitment to the daily schedule, ensuring safety and environmental standards
were met by the site, the subcontractors and the workers. Effectively communicated,
optimized and managed daily schedules and/or project status throughout the field and
the office, 4 super intendants, 35 different field trades (Subs) and various workers.
SKILLS
Spanish, English & Italian Optimization Methods & Logistics LEED Green Building Certificate Detail Oriented,
Leadership Primavera P6 Essentials Pavement & Roadway Design Team Work,
Creative Thinking, Civil 3D, BlueBeam, Trimble HCE Written & Verbal Communication Self Motivated Problem
Solver
RIC-MAN CONSTRUCTION FLORIDA, INC.
RIC-MAN Supplement
CHRISTIAN BOTTOME
Project Engineer
3100 SW 15 LI' Street, Deerfield Beach, FL 33442 • 954. 426. 1221 • 954. 426. 1226 • CbonomeG ric-manfl.com
WORK EXPERIENCE
Ric-Man Construction Florida, Inc. 2019 - Present
Project Engineer
Assist with projects in the Miami office
QUICK SAND AND FILL, MIAMI, FL September 2018 - 2019
Project Engineer
Determining specifications and objectives for 10+ acre projects by studying plans,
material requirements, site details including pre-construction and performance
standards, catered to surpass client expectation. Assisting the project manager with team
building and technical skills, both in the office and in the field. Estimating and generating
cost reports; calculating digital site takeoffs through the use of CAD software's.
LEHMAN CENTER FOR TRANSPORTATION, MIAMI, FL. June 2018 - December 2018
Research Assistant
Planed high performance procedures for the development of data analysis reports,
based on literature re-view and field research. Conducted studies of traffic systems and
how projects will impact the community and the environment (PD&E), delivering
efficient and sustainable solutions.
CRAFT CONSTRUCTION, AVENTURA, FL. June 2016 - December 2016
Assistant Project Manager
Assisted in the development of $30 million projects, worked with drawings, cost
estimates and RFI's solution and/or submittal/request process; prepared minute
meetings on behalf of construction management company. Supervised and coordinated
field workers and daily activities, promoted team work throughout the site, imposing a
strong commitment to the daily schedule, ensuring safety and environmental standards
were met by the site, the subcontractors and the workers. Effectively communicated,
optimized and managed daily schedules and/or project status throughout the field and
the office, 4 super intendants, 35 different field trades (Subs) and various workers.
SKILLS
Spanish, English & Italian Optimization Methods & Logistics LEED Green Building Certificate Detail Oriented,
Leadership Primavera P6 Essentials Pavement & Roadway Design Team Work,
Creative Thinking, Civil 3D, BlueBeam, Trimble HCE Written & Verbal Communication Self Motivated Problem
Solver
RIC-MAN CONSTRUCTION FLORIDA, INC.
Tracking Number: 9941128bl ICC
To authenticate this certificate,visit the following site,enter this number, and then
fallow the instructions displayed.
httpsdlservices,stmbiz.orailingsiCertificateOfStatus/CertificateAuthentkation
State of Florida
Department of State
I certify from the records of this office that RIC-MAN CONSTRUCTION
FLORIDA, INC. is a corporation organized under the laws of the State of
Florida, filed on July 6, 2004.
The document number of this corporation is P04000101933.
I further certify that said corporation has paid all fees due this office through
December 31, 2019, that its most recent annual report/uniform business report
was filed on April 22, 2019, and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this
the Twenty-second day of April,
2019
Secretary of State
Stivitpkatinti
CERTIFICATE OF CORPORATION
RIC-MAN CONSTRUCTION FLORIDA, INC.
Tracking Number: 9941128bl ICC
To authenticate this certificate,visit the following site,enter this number, and then
fallow the instructions displayed.
httpsdlservices,stmbiz.orailingsiCertificateOfStatus/CertificateAuthentkation
State of Florida
Department of State
I certify from the records of this office that RIC-MAN CONSTRUCTION
FLORIDA, INC. is a corporation organized under the laws of the State of
Florida, filed on July 6, 2004.
The document number of this corporation is P04000101933.
I further certify that said corporation has paid all fees due this office through
December 31, 2019, that its most recent annual report/uniform business report
was filed on April 22, 2019, and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this
the Twenty-second day of April,
2019
Secretary of State
Stivitpkatinti
CERTIFICATE OF CORPORATION
RIC-MAN CONSTRUCTION FLORIDA, INC.
Tracking Namber: 9910 2 3 1 5 1 lCC
To authenticate this certificate,visit the (allowing site,tnter this number, and then
follow the instructions displayed.
lttputhervices.sonbiz.orailingsiCertificateOfStatus/CertiticateAuthentication
State of Florida
Department of State
I certify from the records of this office that RIC-MAN CONSTRUCTION
FLORIDA, INC. is a corporation organized under the laws of the State of
Florida, filed on July 6, 2004.
The document number of this corporation is P04000101933.
I further certify that said corporation has paid all fees due this office through
December 31, 2019, that its most recent annual report/uniform business report
was filed on April 22, 2019, and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this
the Twenty-second day of April,
2019
Secretary of State
A'ippietitent,,
CERTIFICATE OF CORPORATION
RIC-MAN CONSTRUCTION FLORIDA, INC.
OCCUPATIONAL LICENSE
BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT
115 S. Andrews Ave., Rm. A-100. Ft. Lauderdale, FL 33301-1895 — 954-831-4000
VALID OCTOBER 1,2018 THROUGH SEPTEMBER 30, 2019
DBA: _
A Business Name: "IC7 MA'\I CCNS-1J FLOR:D INC
Receipt #:31.2,,,-.8 ?8 LITRAcToR
Business Type: CONTRACTOR
GENERAL-
Owner Name: DANIEL. Ni,vic.t.Ni Business Opened:37/21/2 acts
Business Location: 3100 SW 15 ST
State/County/Cert/Reg:COC1514965
DEERFI F..LD BEAC2
Exemption Code:
Business Phone:
Rooms Seats Employees Machines Professionals
24
Far Vending Business Only
Number of Machines: Vending Type:
1 Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid
51.00 0.00 0.00 0.00 0.00 0.00 31.00
THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS
THIS BECOMES A TAX RECEIPT
WHEN VALIDATED
This tax is levied for the privilege of doing business within Broward County and is
non-regulatory in nature. You must meet all County and/or Municipatity planning
and zoning requirements This Business Tax Receipt must be transferred when
the business is sold, business name has changed or you have moved the
business location. This receipt does not indicate that the business is legal or that
it is in compliance with State or local laws and regulations.
Mailing Address:
DANIZI MANCINI
Receipt *11CP-17-00023237
3100 SW 15 ST Paid e9/12/2018 81.00
DEERE, ILD BEACH. FL 33442 09/11/2018 Effective Date
2018 - 2019
•••• • •••• • sk • •••• 40.• T- S, 11.• s1.4 r•
Ric-Man Construction Florida, Inc.
OCCUPATIONAL LICENSE
BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT
115 S. Andrews Ave., Rm. A-100. Ft. Lauderdale, FL 33301-1895 — 954-831-4000
VALID OCTOBER 1,2018 THROUGH SEPTEMBER 30, 2019
DBA: _
A Business Name: "IC7 MA'\I CCNS-1J FLOR:D INC
Receipt #:31.2,,,-.8 ?8 LITRAcToR
Business Type: CONTRACTOR
GENERAL-
Owner Name: DANIEL. Ni,vic.t.Ni Business Opened:37/21/2 acts
Business Location: 3100 SW 15 ST
State/County/Cert/Reg:COC1514965
DEERFI F..LD BEAC2
Exemption Code:
Business Phone:
Rooms Seats Employees Machines Professionals
24
Far Vending Business Only
Number of Machines: Vending Type:
1 Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid
51.00 0.00 0.00 0.00 0.00 0.00 31.00
THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS
THIS BECOMES A TAX RECEIPT
WHEN VALIDATED
This tax is levied for the privilege of doing business within Broward County and is
non-regulatory in nature. You must meet all County and/or Municipatity planning
and zoning requirements This Business Tax Receipt must be transferred when
the business is sold, business name has changed or you have moved the
business location. This receipt does not indicate that the business is legal or that
it is in compliance with State or local laws and regulations.
Mailing Address:
DANIZI MANCINI
Receipt *11CP-17-00023237
3100 SW 15 ST Paid e9/12/2018 81.00
DEERE, ILD BEACH. FL 33442 09/11/2018 Effective Date
2018 - 2019
•••• • •••• • sk • •••• 40.• T- S, 11.• s1.4 r•
Ric-Man Construction Florida, Inc.
OCCUPATIONAL LICENSE
BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT
115 S. Andrews Ave., Rm. A-100. Ft. Lauderdale, FL 33301-1895 — 954-831-4000
VALID OCTOBER 1,2018 THROUGH SEPTEMBER 30, 2019
DBA: _
A Business Name: "IC7 MA'\I CCNS-1J FLOR:D INC
Receipt #:31.2,,,-.8 ?8 LITRAcToR
Business Type: CONTRACTOR
GENERAL-
Owner Name: DANIEL. Ni,vic.t.Ni Business Opened:37/21/2 acts
Business Location: 3100 SW 15 ST
State/County/Cert/Reg:COC1514965
DEERFI F..LD BEAC2
Exemption Code:
Business Phone:
Rooms Seats Employees Machines Professionals
24
Far Vending Business Only
Number of Machines: Vending Type:
1 Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid
51.00 0.00 0.00 0.00 0.00 0.00 31.00
THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS
THIS BECOMES A TAX RECEIPT
WHEN VALIDATED
This tax is levied for the privilege of doing business within Broward County and is
non-regulatory in nature. You must meet all County and/or Municipatity planning
and zoning requirements This Business Tax Receipt must be transferred when
the business is sold, business name has changed or you have moved the
business location. This receipt does not indicate that the business is legal or that
it is in compliance with State or local laws and regulations.
Mailing Address:
DANIZI MANCINI
Receipt *11CP-17-00023237
3100 SW 15 ST Paid e9/12/2018 81.00
DEERE, ILD BEACH. FL 33442 09/11/2018 Effective Date
2018 - 2019
•••• • •••• • sk • •••• 40.• T- S, 11.• s1.4 r•
Ric-Man Construction Florida, Inc.
Business Tax Office
150 NE 2Thd Ave.
Deerfield Beach, FL 33441
Phone: (934)4804333
Web.btr#deerfteki-teadiccm
RIC-MAN CONSTRUCTION FLA_ INC
311X1 SW 15ST
DEERFIELD BEACH FL 33412
Tax Amount S 58.80 Add. Fees: S 229.20 i Penalty: S 0.00 I Total Amount Paid: 5288.00
Notice This Tax Receipt becomes NULL and VOID if ownership, business name, or address changed. Business owner
must apply to Business Tax Office for Transfer.
Detach and retain for your records
*** Business Tax Receipt '
2018-2019
• This Business Tax Receipt represents proof of payment of your Business Tax Fee for the period of
October1" to September 30"`. Please exercise diligence in maintaining this receipt.
• Once you have obtained a Deerfield Beach Business Tax Receipt, you will be sent a renewal notice
each year beginning July 1st, (90 days prior to expiration) to the address listed on the Receipt. Please
check all Receipt information and report any errors to us immediately. The City may impose fines and
penalties for failure to renew this Receipt.
• Your current Receipt shall be posted so that it is able to be viewed by anyone upon entering your place
of business.
Deerfield Beach
Fit midi:,
Classification: GENERAL CONTRACTOR'S OFFICE
Business Location: 3100 SW 13 ST
Service(s): OFFICE:1 CONTRACTOR
Control Number. 0190750
Business Tax Receipt
2018-2019
License Number. 19-00027012
Date Issued: 9/10/2018
Expires: 9130/2019
Increase traffic to your business by participating in the City's Recycling Rewards Program!
Residents who recycle on a regular basis are accumulating points to be redeemed for rewards at participating
businesses to claim discounts and gift certificates. Participating businesses see increased traffic from this program and
those that have a commercial recycling account serviced by the City receive additional rewards.
TO learn how to have your business become a Rewards Partner, please contact Recycling Perks at
is4avirecyclinuperks.carri. For Information on how to set up a commercial recycling account, contact the City's
Recycling Division at 954-480-4454.
• If you change your.business name, ownership or location, you must apply for a new Tax Receipt.
• If you have more than one location, you must obtain a Receipt for each location.
• For information on signage regulations, visit the City's website at
unvw deerfield-beach com Isignage
This Receipt does not represent an endorsement or certification of the business listed herein by the City of
Deerfield Beach.
Ric-Man Construction Florida, Inc.
Business Tax Office
150 NE 2Thd Ave.
Deerfield Beach, FL 33441
Phone: (934)4804333
Web.btr#deerfteki-teadiccm
RIC-MAN CONSTRUCTION FLA_ INC
311X1 SW 15ST
DEERFIELD BEACH FL 33412
Tax Amount S 58.80 Add. Fees: S 229.20 i Penalty: S 0.00 I Total Amount Paid: 5288.00
Notice This Tax Receipt becomes NULL and VOID if ownership, business name, or address changed. Business owner
must apply to Business Tax Office for Transfer.
Detach and retain for your records
*** Business Tax Receipt '
2018-2019
• This Business Tax Receipt represents proof of payment of your Business Tax Fee for the period of
October1" to September 30"`. Please exercise diligence in maintaining this receipt.
• Once you have obtained a Deerfield Beach Business Tax Receipt, you will be sent a renewal notice
each year beginning July 1st, (90 days prior to expiration) to the address listed on the Receipt. Please
check all Receipt information and report any errors to us immediately. The City may impose fines and
penalties for failure to renew this Receipt.
• Your current Receipt shall be posted so that it is able to be viewed by anyone upon entering your place
of business.
Deerfield Beach
Fit midi:,
Classification: GENERAL CONTRACTOR'S OFFICE
Business Location: 3100 SW 13 ST
Service(s): OFFICE:1 CONTRACTOR
Control Number. 0190750
Business Tax Receipt
2018-2019
License Number. 19-00027012
Date Issued: 9/10/2018
Expires: 9130/2019
Increase traffic to your business by participating in the City's Recycling Rewards Program!
Residents who recycle on a regular basis are accumulating points to be redeemed for rewards at participating
businesses to claim discounts and gift certificates. Participating businesses see increased traffic from this program and
those that have a commercial recycling account serviced by the City receive additional rewards.
TO learn how to have your business become a Rewards Partner, please contact Recycling Perks at
is4avirecyclinuperks.carri. For Information on how to set up a commercial recycling account, contact the City's
Recycling Division at 954-480-4454.
• If you change your.business name, ownership or location, you must apply for a new Tax Receipt.
• If you have more than one location, you must obtain a Receipt for each location.
• For information on signage regulations, visit the City's website at
unvw deerfield-beach com Isignage
This Receipt does not represent an endorsement or certification of the business listed herein by the City of
Deerfield Beach.
Ric-Man Construction Florida, Inc.
Increase traffic to your business by participating in the City's Recycling Rewards Program!
Residents who recycle on a regular basis are accumulating points to be redeemed for rewards at participating
businesses to claim discounts and gift certificates. Participating businesses see increased traffic from this program and
those that have a commercial recycling account serviced by the City receive additional rewards.
To learn how to have your business become a Rewards Partner, please contact Recycling Perks at
intartSoicyclingperksaam. For Information on how to set up a commercial recycling account, contact the City's
Recycling Division at 95-1-480454.
Business Tax Receipt
2018-2019
License Number: 19-00027012
Date Issued: 9/1012018
Expires: 9/30/2019
RIC-MAN CONSTRUCTION FLA_ INC Classification: GENERAL CONTRACTORS OFFICE
31005W 15 5T Business Location: 3100 SW 15 ST
Service(s): OFFICE: 1 coNnzAcroR
DEERFIELD BEACH FL 33442 Control Number. 0190750
Tax Amount 5 58.80 I Add. Fees: S 229.20 i Penalty: S 0.00 Total Amount Paid: 5288.00
Notice This Tax Receipt becomes NULL and VOID if ownership, business name, or address changed. Business owner
must apply to Business Tax Office for Transfer.
Detach and retain for your records
' Business Tax Receipt '
2018-2019
• This Business Tax Receipt represents proof of payment of your Business Tax Fee for the period of
October 1" to September 30"'. Please exercise diligence in maintaining this receipt.
• Once you have obtained a Deerfield Beach Business Tax Receipt, you will be sent a renewal notice
each year beginning July 1st, (90 days prior to expiration) to the address listed on the Receipt. Please
check all Receipt information and report any errors to us immediately. The City may impose fines and
penalties for failure to renew this Receipt.
• Your current Receipt shall be posted so that it is able to be viewed by anyone upon entering your place
of business.
If you change younbusiness name, ownership or location, you must apply for a new Tax Receipt.
If you have more than one location, you must obtain a Receipt for each location.
• For information on signage regulations, visit the City's website at
www deerfield-beach comisigriap
This Receipt does not represent an endorsement or certification of the business listed herein by the City of
Deerfield Beach.
Business Tax Office
150 NE 29a Ave.
Deerfield Beach, FL 33441
Phone: (954)-180-4113
E-mail: web.btrtedeerlield-beach.com Deerfield
FIrtricia
Ric-Man Construction Florida, Inc.
R1C-MAN Supplement
093560
Local Business Tax Receipt
Miami—Dade County, State of Florida
-THIS IS NOT A BILL - DO NOT PAY
6483739
BUSINESS NAME/LOCATION RECEIPT NO.
RIC MAN CONSTRUCTION FLORIDA INC RENEWAL
3191 CORAL WAY STE 611 6753520
MIAMI FL 33145
LBT
EXPIRES
SEPTEMBER 30, 2019
Must he displayed at place of business
Pursuant to County Code
Chapter 8A - Art. 9 & 10
OWNER
RIC MAN CONSTRUCTION FLORIDA INC
Worker(s) 30
SEC. TYPE OF BUSINESS
196 GENERAL BUILDING CONTRACTOR
CGC1514965
PAYMENT RECEIVED
BY TAX COLLECTOR
31 05.00 09/07/2018
CREDITCARD-18-066804
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 to-27B.
For mere information. visit ww?araitiesnidade.00vitaxcolfector
Ric-Man Construction Florida, Inc.
R1C-MAN Supplement
093560
Local Business Tax Receipt
Miami—Dade County, State of Florida
-THIS IS NOT A BILL - DO NOT PAY
6483739
BUSINESS NAME/LOCATION RECEIPT NO.
RIC MAN CONSTRUCTION FLORIDA INC RENEWAL
3191 CORAL WAY STE 611 6753520
MIAMI FL 33145
LBT
EXPIRES
SEPTEMBER 30, 2019
Must he displayed at place of business
Pursuant to County Code
Chapter 8A - Art. 9 & 10
OWNER
RIC MAN CONSTRUCTION FLORIDA INC
Worker(s) 30
SEC. TYPE OF BUSINESS
196 GENERAL BUILDING CONTRACTOR
CGC1514965
PAYMENT RECEIVED
BY TAX COLLECTOR
31 05.00 09/07/2018
CREDITCARD-18-066804
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 to-27B.
For mere information. visit ww?araitiesnidade.00vitaxcolfector
Ric-Man Construction Florida, Inc.
RIC-MAN Supplement
003560
Local Business Tax Receipt
Miami—Dade County, State of Florida
-THIS IS NOT A BILL -DO NOT PAY
6483739
BUSINESS NAME/LOCATION RECEIPT NO.
RIC MAN CONSTRUCTION FLORIDA INC RENEWAL
3191 CORAL WAY STE 611 6753520
MIAMI FL 33145
LBT
EXPIRES
SEPTEMBER 30, 2019
Must be displayed at place of business
Pursuant to County Code
Chapter 8A - Art. 9 & 10
OWNER
RIC MAN CONSTRUCTION FLORIDA INC
Worker(s) 30
SEC. TYPE OP BUSINESS
196 GENERAL BUILDING CONTRACTOR
CGC1514965
PAYMENT RECEIVED
BY TAX COLLECTOR
5105.00 09/07/2018
CR EDITCARD-18-066804
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 wwwartfamidademovitexcolleggr
Ric-Man Construction Florida, Inc.
d
RICK SCOTT. GOVERNOR JONATHAN ZACHEM. SECRETARY
Do not alter this document in any form.
This is your license. It is unlawful for anyone other than the licensee to use this document.
STATE OF FLORIDA
DEPARTMENT OF BUSINESSAND PROFESSIONAL REGULATION
„ S
CONSTRUcT1411N..„-LNparRY.11014SING BOARD
THE GENERACCpNTRAelli 7 7:A {,;3. '4,11q 2' ,,UNDER THE
PROV1 yfuTEs
7d.
•-t34*"--- •
- • •.— „. •
i COskigom; 0154 6 5
ER
EXPIRATION DATELAUGU 31, 2020
Always verify licenses online at MyFloridaLicense.com
M
GENERAL CONTRACTOR LICENSES
Ric-Man Construction Florida, Inc.
d
RICK SCOTT. GOVERNOR JONATHAN ZACHEM. SECRETARY
Do not alter this document in any form.
This is your license. It is unlawful for anyone other than the licensee to use this document.
STATE OF FLORIDA
DEPARTMENT OF BUSINESSAND PROFESSIONAL REGULATION
„ S
CONSTRUcT1411N..„-LNparRY.11014SING BOARD
THE GENERACCpNTRAelli 7 7:A {,;3. '4,11q 2' ,,UNDER THE
PROV1 yfuTEs
7d.
•-t34*"--- •
- • •.— „. •
i COskigom; 0154 6 5
ER
EXPIRATION DATELAUGU 31, 2020
Always verify licenses online at MyFloridaLicense.com
M
GENERAL CONTRACTOR LICENSES
Ric-Man Construction Florida, Inc.
d
1
RICK SCOTT. GOVERNOR JONATHAN ZACHEM, SECRETARY
M
•
- p." - • , e. ! -
. .;11r1Tr„s
STATE OF FLORIDA
DEPARTMENT OF BUSINESSAN_D-P OFESSIONAL REGULATION
2‘;VIIE S
CONSTRUCTELVN G BOARD
/71/4
P ROVI
• • -
L S 4j"4 0151 5
EXPIRATION D MUM' 31, 2020
Always verify licenses online at MyFloridaLicense.com
THE GEN ERACCPNTRACTO
Do not alter this document in any form.
This is your license. It is unlawful for anyone other than the licensee to use this document.
14:40
UNDER THE
TUTES
GENERAL CONTRACTOR LICENSES
Ric-Man Construction Florida, Inc.
FOOT
Florida Department of Transportation
605 Suwannee Street
Tallahassee. FL 32399-0450
RICK SCOTT
GOVERNOR
JMIROXOLD
SECRETARY
RTC-MAN Su lement
EDDT P,RE
June 30, 2016
RIC-MAN CONSTRUCTION FLORIDA, INC.
3100 SW 15TH ST
DEERFIELD BEACH FL 33442
RE: CERTIFICATE OF QUALIFICATION
Dear Sir/Madam:
The Department of Transportation has qualified your company for the type of work
indicated below. Unless your company is notified otherwise, this Certificate of
Qualification will expire 6/30/2017. However, the new application is due 4/30/2017.
In accordance with S.337.14 (1) F.S. your next application must be filed within. (4)
months of the ending date of the applicant's audited annual financial statements.
If your company's maximum capacity has been revised, you can access it by logging into
the Contractor Pregnalification Application System via the following link:
https://www3.dot.state.fl.us/ContractorPreQualification/
Once logged in, select "View" for the most recently approved application, and then
click the "Manage" and "Application Summary" tabs.
FDOT APPROVED WORK CLASSES:
DEBRIS REMOVAL (EMERGENCY), DRAINAGE, FLEXIBLE PAVING, GRADING,. WATER MAIN, SANITARY
SEWER, FORCE MAIN INSTALLATION
You may apply for a Revised Certificate of Qualification at any time prior to the
expiration date of this certificate according to Section. 14-22.0041(3), Florida
Administrative Code (F.A.C.), by accessing your most recently approved application as
shown above and choosing "Update" instead of "View." If. certification in additional
classes of work is desired, documentation is needed to show that your company has done
such work with your own forces and equipment or that experience was gained with
another contractor and that you have the necessary equipment for each additional class
of work requested.
All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify
their work underway monthly in order to- adjust maximum bidding capacity to available
bidding capacity. You can find the link to this report at the website shown above.
Sincerely,
Alan D Autry
OtOW.001,011...
00,114,0.t.aMOXESh..M.W..
Co.FLORDIDEPAVINBROTTIMSPORTAIK11,..A1311
DAN",
0.0,2•11920311110),..1097C0.0140011.1K0
.776
Da10:31606-011,43/2•00Xf
Alan Autry, Manager
Contracts Administration Office
AA: cj
www. dot state. us
FOOT
Florida Department of Transportation
605 Suwannee Street
Tallahassee. FL 32399-0450
RICK SCOTT
GOVERNOR
JMIROXOLD
SECRETARY
RTC-MAN Su lement
EDDT P,RE
June 30, 2016
RIC-MAN CONSTRUCTION FLORIDA, INC.
3100 SW 15TH ST
DEERFIELD BEACH FL 33442
RE: CERTIFICATE OF QUALIFICATION
Dear Sir/Madam:
The Department of Transportation has qualified your company for the type of work
indicated below. Unless your company is notified otherwise, this Certificate of
Qualification will expire 6/30/2017. However, the new application is due 4/30/2017.
In accordance with S.337.14 (1) F.S. your next application must be filed within. (4)
months of the ending date of the applicant's audited annual financial statements.
If your company's maximum capacity has been revised, you can access it by logging into
the Contractor Pregnalification Application System via the following link:
https://www3.dot.state.fl.us/ContractorPreQualification/
Once logged in, select "View" for the most recently approved application, and then
click the "Manage" and "Application Summary" tabs.
FDOT APPROVED WORK CLASSES:
DEBRIS REMOVAL (EMERGENCY), DRAINAGE, FLEXIBLE PAVING, GRADING,. WATER MAIN, SANITARY
SEWER, FORCE MAIN INSTALLATION
You may apply for a Revised Certificate of Qualification at any time prior to the
expiration date of this certificate according to Section. 14-22.0041(3), Florida
Administrative Code (F.A.C.), by accessing your most recently approved application as
shown above and choosing "Update" instead of "View." If. certification in additional
classes of work is desired, documentation is needed to show that your company has done
such work with your own forces and equipment or that experience was gained with
another contractor and that you have the necessary equipment for each additional class
of work requested.
All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify
their work underway monthly in order to- adjust maximum bidding capacity to available
bidding capacity. You can find the link to this report at the website shown above.
Sincerely,
Alan D Autry
OtOW.001,011...
00,114,0.t.aMOXESh..M.W..
Co.FLORDIDEPAVINBROTTIMSPORTAIK11,..A1311
DAN",
0.0,2•11920311110),..1097C0.0140011.1K0
.776
Da10:31606-011,43/2•00Xf
Alan Autry, Manager
Contracts Administration Office
AA: cj
www. dot state. us
FDDT
•
Florida Department of Transportation
605 Suwannee Street
Tallahassee. FL 32399.0450
RICK SCOTT
GOVERNOR
JMIBOXOLD
SECRETARY
June 30, 2016
RIC-MAN CONSTRUCTION FLORIDA, INC.
3100 SW 15TH ST
DEERFIELD BEACH FL 33442
RTE-MIN Su' lenient
FriarriRE=QUALLEICATACIN
RE: CERTIFICATE OF QUALIFICATION
Dear Sir/Madam:
The Department of Transportation has qualified your company for the type of work
indicated below. Unless your company is notified otherwise, this Certificate of
Qualification will expire 6/30/2017. However, the new application is due 4/30/2017.
In accordance with 5.337.14 (1) F.S. your next application must be filed within (4)
months of the ending date of the applicant's audited annual financial statements.
If your company's maximum capacity has been revised, you can access it by logging into
the Contractor Prequalification Application System via the following link:
https://www3.dot.state.fl.us/ContractorPregualification/
Once logged in, select "View" for the most recently approved application, and then
click the "Manage" and "Application Summary^ tabs.
MOT APPROVED WORE CLASSES:
DEBRIS REMOVAL (EMERGENCY), DRAINAGE, FLEXIBLE PAVING, GRADING, WATER MAIN, SANITARY
SEWER, FORCE MAIN INSTALLATION
You may apply for a Revised Certificate of Qualification at any time prior to the
expiration date of this certificate according to Section. 14-22.0041(3), Florida
Administrative Code (F.A.C.), by accessing your most recently approved application as
shown above and choosing "Update" instead of "View." If. certification in additional
classes of work is desired, documentation is needed to show that your company has done
such work with your own forces and equipment or that experience was gained with
another contractor and that you have the necessary equipment for each additional class
of work requested.
All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify
their work underway monthly in order to adjust maximum bidding capacity to available
bidding capacity. You can find the link to this report at the website shown above.
Sincerely,
Alan D Autry
Oiptev signal n Autry
Mc WA a...Trost ACES Dashes s tapesintativg
0.0.0.1108,9111GROf ntliNSPOM110.1,...tbri
Olurtry,
(11.142192031111CO3 1 .01007(0.01.00)7NIXO
.716
Dal..31605-1:1111312.00X1
Alan Autry, Manager
Contracts Administration Office
AA: c.j
www. dot state. fL us
RIC-MAN Supplement
LETTERS OF RECOMMENDATION
6'6 Hanson
HEIDELSERCCEMENTGrotip
Hanson Pressure Pipe
208 Cedarwood Court
DeBary, Florida 32713
P: 386.753.9426
F: 386.753.9482
C: 407.625.0200
Charlie.Sullivan@hanson.com
March 23, 2012
Ric-Man Const. Inc.
3100 S.W. 1Sth Street
Deerfield Beach, FL 33442
To whom it may concern:
I am writing this letter to recommend the services of Ric-Man Const Inc. of Deerfield Beach,
Florida.
Hanson Pressure Pipe has worked with Ric-Mart Coast Inc. on many pipe-related projects over
the last several years and I feel confident in recommending their expertise in addressing pipe
related issues. This includes new pipe installations as well as modifications to existing lines.
If you have any further questions, please feel free to contact me.
Regards,
Charlie Sullivan
Regional Sales Manager
Copy: file
Ric-Man Construction Florida, Inc.
RIC-MAN Supplement
LETTERS OF RECOMMENDATION
6'6 Hanson
HEIDELSERCCEMENTGrotip
Hanson Pressure Pipe
208 Cedarwood Court
DeBary, Florida 32713
P: 386.753.9426
F: 386.753.9482
C: 407.625.0200
Charlie.Sullivan@hanson.com
March 23, 2012
Ric-Man Const. Inc.
3100 S.W. 1Sth Street
Deerfield Beach, FL 33442
To whom it may concern:
I am writing this letter to recommend the services of Ric-Man Const Inc. of Deerfield Beach,
Florida.
Hanson Pressure Pipe has worked with Ric-Mart Coast Inc. on many pipe-related projects over
the last several years and I feel confident in recommending their expertise in addressing pipe
related issues. This includes new pipe installations as well as modifications to existing lines.
If you have any further questions, please feel free to contact me.
Regards,
Charlie Sullivan
Regional Sales Manager
Copy: file
Ric-Man Construction Florida, Inc.
RIC-MAN Supplement
LETTERS OF RECOMMENDATION
6'6 Hanson
HEIDELSERCCEMENTGrotip
Hanson Pressure Pipe
208 Cedarwood Court
DeBary, Florida 32713
P: 386.753.9426
F: 386.753.9482
C: 407.625.0200
Charlie.Sullivan@hanson.com
March 23, 2012
Ric-Man Const. Inc.
3100 S.W. 1Sth Street
Deerfield Beach, FL 33442
To whom it may concern:
I am writing this letter to recommend the services of Ric-Man Const Inc. of Deerfield Beach,
Florida.
Hanson Pressure Pipe has worked with Ric-Mart Coast Inc. on many pipe-related projects over
the last several years and I feel confident in recommending their expertise in addressing pipe
related issues. This includes new pipe installations as well as modifications to existing lines.
If you have any further questions, please feel free to contact me.
Regards,
Charlie Sullivan
Regional Sales Manager
Copy: file
Ric-Man Construction Florida, Inc.
R1C-MAN Supplement
BRLWARD /4
, COUNTY
FLORIDA
Puede Warier Denartniant
HIGHWAY CONSTRUCTION AND ENGINEERING DIVISION
Parks Manning and Design
n. Unttenuty peas, Suite 41006 • Plantation. Marina V...124zre e54.977.4848 FAX 054. te-t370
To whom it may concern:
We commend Ric-Man Construction Florida, Inc. on an outstanding job on
the Highland Scrub Natural Area, in Pompano Beach, Florida. The project
had its final successful completion in December 2007: The Project
Manager was a pleasure to work with and the Crew was very efficient and
worked well with everyone and kept it clean and professional at the job
site.
The company has an excellent reputation for timely completion of its work.
Needless to say, we would consider the company for future work.
Sincerely,
Bill Kristen
Project Manager
fkoward couniy Sown 01,CatiiitiditmairiAlmiers
Sun Guttzbtnove • Knstiti D. Jacttrx .nitntrt C. Jon.* • Kan Kantid • U.* Raw • 404.• E. Rontntmln. Jt. • Clan Wonenntin-Rtatin • Loin
, •
Witir.6CW4U41.0fg
R1C-MAN Supplement
BRLWARD /4
, COUNTY
FLORIDA
Puede Warier Denartniant
HIGHWAY CONSTRUCTION AND ENGINEERING DIVISION
Parks Manning and Design
n. Unttenuty peas, Suite 41006 • Plantation. Marina V...124zre e54.977.4848 FAX 054. te-t370
To whom it may concern:
We commend Ric-Man Construction Florida, Inc. on an outstanding job on
the Highland Scrub Natural Area, in Pompano Beach, Florida. The project
had its final successful completion in December 2007: The Project
Manager was a pleasure to work with and the Crew was very efficient and
worked well with everyone and kept it clean and professional at the job
site.
The company has an excellent reputation for timely completion of its work.
Needless to say, we would consider the company for future work.
Sincerely,
Bill Kristen
Project Manager
fkoward couniy Sown 01,CatiiitiditmairiAlmiers
Sun Guttzbtnove • Knstiti D. Jacttrx .nitntrt C. Jon.* • Kan Kantid • U.* Raw • 404.• E. Rontntmln. Jt. • Clan Wonenntin-Rtatin • Loin
, •
Witir.6CW4U41.0fg
RIC-MAN Supplement
8Ft:6:WARD
COUNTY
FLORIDA
Ptttic Wachs OA'mime*
HIGHWAY CONSTRUCTION AND ENGINEERING DINSION
Parks Planning and Design
t ft Unatenaty Dine, Suite 41We • Plantation. Flotilla 33324•xne• e4•571.4845 -FAX 2434•11l84378
To whom it may concern:
We commend Ric-Man Construction Florida, Inc. on an outstanding job on
the Highland Scrub Natural Area, in Pompano Beach, Florida. The project
had its final successful completion in December 2007. The Project
Manager was a pleasure to work with and the Crew was very efficient and
worked well with everyone and kept it clean and professional at the job
site.
The company has an excellent reputation for timely completion of its work.
Needless to say, we would consider the company for future work.
Sincerely,
Bill Kristen
Project Manager
Steward County Board of Cocray Cortunrisianent
Joe Genibutgee • Kohde D. Jacobs • Albert C. Janet • Ken Karate Mee Liil..nmm io. Ritter • John E. Rochttom. Jt. • Ciro Woaertnen.ittoitt • Luis
gwvq.broward.org
RIC-MAN Supplement
April 12, 2010
AVISCO, INC.
Mr. Dan LaCross
Ric-Man Construction, Inc.
3100 SW 15th Street
Deerfield, FL 33442
Subject: Letter of Reference
Dear Mr. LaCross:
I am writing to express my sincere appreciation to Ric-Man for your efforts on the
Overtown-Venetian Transmission Line. As Avisco's lower-tier subcontractor during the
final construction, Ric-Man's fine personnel provided exemplary service. Ric-Man's
commitment to safety and quality was evident throughout your work and in the finished
project. Your team worked very efficient and was very responsive to all our needs
throughout the performance of the work.
It would indeed be my pleasure to work with Ric-Man again. I look forward to the
opportunity to do so.
Sincerely,
AVISCO, INC.
Patricia Ferguson Ferguson
Corporate Secretary/Contracts Manager
1005 Clarence Larsen Drive • Oak Ridge, Tennessee 37830 • (865) 276-1360 • FAX (865) 276-1361
RIC-MAN Supplement
April 12, 2010
AVISCO, INC.
Mr. Dan LaCross
Ric-Man Construction, Inc.
3100 SW 15th Street
Deerfield, FL 33442
Subject: Letter of Reference
Dear Mr. LaCross:
I am writing to express my sincere appreciation to Ric-Man for your efforts on the
Overtown-Venetian Transmission Line. As Avisco's lower-tier subcontractor during the
final construction, Ric-Man's fine personnel provided exemplary service. Ric-Man's
commitment to safety and quality was evident throughout your work and in the finished
project. Your team worked very efficient and was very responsive to all our needs
throughout the performance of the work.
It would indeed be my pleasure to work with Ric-Man again. I look forward to the
opportunity to do so.
Sincerely,
AVISCO, INC.
Patricia Ferguson Ferguson
Corporate Secretary/Contracts Manager
1005 Clarence Larsen Drive • Oak Ridge, Tennessee 37830 • (865) 276-1360 • FAX (865) 276-1361
RIC-MAN Supplement
Avisco,
April 12, 2010
Mr. Dan LaCross
Ric-Man Construction, Inc.
3100 SW 15th Street
Deerfield, FL 33442
Subject: Letter of Reference
Dear Mr. LaCross:
I am writing to express my sincere appreciation to Ric-Man for your efforts on the
Overtown-Venetian Transmission Line. As Avisco's lower-tier subcontractor during the
final construction, Ric-Man's fine personnel provided exemplary service. Ric-Man's
commitment to safety and quality was evident throughout your work and in the finished
project. Your team worked very efficient and was very responsive to all our needs
throughout the performance of the work.
It would indeed be my pleasure to work with Ric-Man again. I look forward to the
opportunity to do so.
Sincerely,
AVISCO,
eitc;24....,414A-dev"—"‘
Patricia Ferguson
Corporate Secretary/Contracts Manager
1005 Clarence Larsen Drive • Oak Ridge, Tennessee 37830 • (865) 276-1360 • FAX (865) 276-1361
RIC-MAN Supplement
Sincerely,
oseco, Jr.
rogram Director
CH2M HILL
CAITER CNKS
".,Z OVAL araZti
November 13, 2010
Ric-Man Construction
1919 NW 40th Court
Pompano Beach, FL 33064
RE: Letter of Appreciation
It is with great pleasure that I commend your company for the outstanding support you
provided to the City of Fort Lauderdale's $691. million Water and Wastewater Capital
Improvements Program. known as WaterWorks 2011.
Your construction crews, foreman and project manager's consistent outstanding work ethic
and attention to detail were critical to the successful completion of the $3.5 million Shady
Banks Basin C project. As the construction contractor, you skillfully led your crews through
a multitude of issues, which included a low overhanging tree canopy, limited access routes
to the neighborhood, multi-agency coordination of construction activities, vocallocal
residents, and in-field design changes necessary for the completion of the project.
I credit your company's leadership and client focus for completing this project on schedule
and under budget. The performance you displayed is most admirable and helped to
strengthen the program's overall success. I applaud your exceptional professionalism,
devotion, and pride.
On behalf of the City of Fort Lauderdale's WaterWorks 2011 program, thank you for a job
well done!
GU 41-
Paul R. Bohlander, P.E.
Assistant Public Services Director/Engineering
City of Fort Lauderdale
Crry OF FORT LAI.JOEROALE
WATER AND WASTEWATER CAPITAL IMPROVEMENTS PROGRAM
200 NORTH ANDREWS AVENUE, Stun 300
FORT LAUDERDALE, FLORIDA 33301
PHONE: 954.522.2604 FAX: 954.522.7971
RIC-MAN Supplement
Sincerely,
oseco, Jr.
rogram Director
CH2M HILL
CAITER CNKS
".,Z OVAL araZti
November 13, 2010
Ric-Man Construction
1919 NW 40th Court
Pompano Beach, FL 33064
RE: Letter of Appreciation
It is with great pleasure that I commend your company for the outstanding support you
provided to the City of Fort Lauderdale's $691. million Water and Wastewater Capital
Improvements Program. known as WaterWorks 2011.
Your construction crews, foreman and project manager's consistent outstanding work ethic
and attention to detail were critical to the successful completion of the $3.5 million Shady
Banks Basin C project. As the construction contractor, you skillfully led your crews through
a multitude of issues, which included a low overhanging tree canopy, limited access routes
to the neighborhood, multi-agency coordination of construction activities, vocallocal
residents, and in-field design changes necessary for the completion of the project.
I credit your company's leadership and client focus for completing this project on schedule
and under budget. The performance you displayed is most admirable and helped to
strengthen the program's overall success. I applaud your exceptional professionalism,
devotion, and pride.
On behalf of the City of Fort Lauderdale's WaterWorks 2011 program, thank you for a job
well done!
GU 41-
Paul R. Bohlander, P.E.
Assistant Public Services Director/Engineering
City of Fort Lauderdale
Crry OF FORT LAI.JOEROALE
WATER AND WASTEWATER CAPITAL IMPROVEMENTS PROGRAM
200 NORTH ANDREWS AVENUE, Stun 300
FORT LAUDERDALE, FLORIDA 33301
PHONE: 954.522.2604 FAX: 954.522.7971
Sincerely,
oseco, Jr.
rogram Director
C1-1.2M HILL
R1C-MAN Supplement
exTEdeffics
November 13, 2010
Ric-Man Construction
1919 NW 40th Court
Pompano Beach, FL 33064
RE: Letter of Appreciation
It is with great pleasure that I commend your company for the outstanding support you
provided to the City of Fort Lauderdale's $691 million Water and Wastewater Capital
Improvements Program known as WaterWorks 2011.
Your construction crews, foreman and project manager's consistent outstanding work ethic
and attention to detail were critical to the successful completion of the $3.5 million Shady
Banks Basin C project. As the construction contractor, you skillfully led your crews through
a multitude of issues, which included a low overhanging tree canopy, limited access routes
to the neighborhood, multi-agency coordination of construction activities, vocal local
residents, and in-field design changes necessary for the completion of the project.
I credit your company's leadership and client focus for completing this project on schedule
and under budget. The performance you displayed is most admirable and helped to
strengthen the program's overall success. I applaud your exceptional professionalism,
devotion, and pride.
On behalf of the City of Fort Lauderdale's WaterWorks 2011 program, thank you for a job
well done!
G14 e-
Paul R. Bohlander, P.E.
Assistant Public Services Director/Engineering
City of Fort Lauderdale
CITY OF FORT LAUDERDALE
WATER AND WASTEWATER CAPITAL IMPROVEMENTS PROGRAM
200 NORTH ANDREWS AVENUE, SUITS 300
FORT LAUDERDALE, FLORIDA 33301
PHONE: 954.522.2604 FAX: 954.522.7971
CIIS - PROJECT EVALUATION Tuesday, March 07, 2017 - 10:50:50 AM
Page 1 of 2
! Evaluation Refreshers: Do's and Don'ts PFOCe5C -1! El
MIAMI-DADE COUNTY, FLORIDA
Capital Improvements Information System
Water and Sewer
Consultant Evaluation
Evaluation Type: Standard Evaluation
Contract: DB14-WASD-01 Work Order No: Select WO No: v
Contract Design-Build Services for the Replacement/Rehabilitation of 72-inch Sanitary Sewer Force Main along
Name: Northwest/Northeast 159th Street between Northwest 17th Avenue and Northeast 10th Avenue.
Site Project
Design Build North Dade 72-inch Force main Name:
Site Northwest/Northeast est/NOrtheast ii9th Street betweenNoiEW;s11-7th Avenue and Northeast 10th Avenue Location:
Award $14 843,000.00 Contact Raul Caballero . Amount: 786-552-8142
Contract DESIGN BUILD Type:
Contractor / RIC MAN CONSTRUCTION FLORIDA INC FEIN: 201309732 Consultant
Evaluator ID: ncesp
Rating
Date: .3/7/2017 Period: • Project conclusion or closeout •
4 3 2 1 N/A Criteria
1- o Schedule - Quality of schedule & adherence to schedule resulting in
timeliness and minimizing delay to the owner and community.
2-
3-
o Cost effectiveness & efficiency - Budget compliance & value of work.
le-, Vision - Design - Concepts or adherence to criteria.
4-- o Cooperation - Teamwork & relationship with owner, subs and suppliers.
5- Coordination - Ability to organize, schedule and complete tasks in adherence
to the schedule.
6- o Accuracy & Technical Skills - Cost estimating, scheduling, shop and other
drawings, plans, manuals, project documentation and conflict resolution.
7- a Completeness - Compliance with contract documents, permits, Codes &
standards.
8- o
g- o
Responsiveness - Timely, clear & concise responses to owner comments and
correspondence.
Commitment - intangibles & contribution to project success.
10- o Personnel - Quality and dedication of project staff.
11- o Management - Leadership ability.
12-o Quality - Work performed correctly the first time.
Overall Performance Average: 3.9
http://intra/ciis/frmContractorEvaluation.asp?SelCICCNo=2903&SelCEID=12746&SeiRP... 3/7/2017
CIIS - PROJECT EVALUATION Tuesday, March 07, 2017 - 10:50:50 AM
Page 1 of 2
! Evaluation Refreshers: Do's and Don'ts PFOCe5C -1! El
MIAMI-DADE COUNTY, FLORIDA
Capital Improvements Information System
Water and Sewer
Consultant Evaluation
Evaluation Type: Standard Evaluation
Contract: DB14-WASD-01 Work Order No: Select WO No: v
Contract Design-Build Services for the Replacement/Rehabilitation of 72-inch Sanitary Sewer Force Main along
Name: Northwest/Northeast 159th Street between Northwest 17th Avenue and Northeast 10th Avenue.
Site Project
Design Build North Dade 72-inch Force main Name:
Site Northwest/Northeast est/NOrtheast ii9th Street betweenNoiEW;s11-7th Avenue and Northeast 10th Avenue Location:
Award $14 843,000.00 Contact Raul Caballero . Amount: 786-552-8142
Contract DESIGN BUILD Type:
Contractor / RIC MAN CONSTRUCTION FLORIDA INC FEIN: 201309732 Consultant
Evaluator ID: ncesp
Rating
Date: .3/7/2017 Period: • Project conclusion or closeout •
4 3 2 1 N/A Criteria
1- o Schedule - Quality of schedule & adherence to schedule resulting in
timeliness and minimizing delay to the owner and community.
2-
3-
o Cost effectiveness & efficiency - Budget compliance & value of work.
le-, Vision - Design - Concepts or adherence to criteria.
4-- o Cooperation - Teamwork & relationship with owner, subs and suppliers.
5- Coordination - Ability to organize, schedule and complete tasks in adherence
to the schedule.
6- o Accuracy & Technical Skills - Cost estimating, scheduling, shop and other
drawings, plans, manuals, project documentation and conflict resolution.
7- a Completeness - Compliance with contract documents, permits, Codes &
standards.
8- o
g- o
Responsiveness - Timely, clear & concise responses to owner comments and
correspondence.
Commitment - intangibles & contribution to project success.
10- o Personnel - Quality and dedication of project staff.
11- o Management - Leadership ability.
12-o Quality - Work performed correctly the first time.
Overall Performance Average: 3.9
http://intra/ciis/frmContractorEvaluation.asp?SelCICCNo=2903&SelCEID=12746&SeiRP... 3/7/2017
CIIS - PROJECT EVALUATION Tuesday, March 07, 2017 - 10:50:50 AM
Page 1 of 2
Evaluation Refreshers: Do's and Don'ts PFCCe.5. -11: r
MIAMI-DADE COUNTY, FLORIDA
Capital Improvements Information System
Water and Sewer
Consultant Evaluation
Evaluation Type: Standard Evaluation
Contract: DB14-WASD-01 Work Order No: Select WO No: v
Contract Design-Build Services for the ReplacemenURehabilltation of 72-inch Sanitary Sewer Force Main along
Name: Northwest/Northeast 159th Street between Northwest 17th Avenue and Northeast 10th Avenue.
Site Project Design Force main Name:
Site Northwest/Northeast 159th Street betweeWNorthWes117th Avenue and Northeast 10th Avenue Location:
Award Contact Raul Caballero
Amount: 786-552-8142
Contract DESIGN BUILD Type:
Contractor/ RIC MAN CONSTRUCTION FLORIDA INC Consultant FEIN: 201309732
Evaluator ID: ncesp
Rating
Date: .3/7/2017 Period: Project conclusion or closeout v•
4 3 2 1 N/A Criteria
1- o i Schedule - Quality of schedule & adherence to schedule resulting in
timeliness and minimizing delay to the owner and community.
2- o Cost effectiveness & efficiency - Budget compliance & value of work.
3- Vision - Design - Concepts or adherence to criteria.
4- o Cooperation - Teamwork & relationship with owner, subs and suppliers.
5- Coordination - Ability to organize, schedule and complete tasks in adherence
to the schedule.
6- o Accuracy & Technical Skills - Cost estimating, scheduling, shop and other
drawings, plans, manuals, project documentation and conflict resolution.
7- a Completeness - Compliance with contract documents, permits, Codes &
standards.
8- o Responsiveness - Timely, clear & concise responses to owner comments and
correspondence.
9- o Commitment - Intangibles & contribution to project success.
10- o Personnel - Quality and dedication of project staff.
11- o Management - Leadership ability.
12- o Quality - Work performed correctly the first time.
Overall Performance Average: 3.9
http://intraidis/fralContractorEvaluation.asp?SeICICCNo=2903&Se10EID=12746&SeIRP... 3/7/2017
$14,843,000.00
CI1S - PROJECT EVALUATION Tuesday, March 07, 2017 - 10:50:50 AM Page 2 of 2
Documentation that supports this evaluation and Contractors/Consultants comments can be obtained by
contacting:
(Nelson A. Cespedes 1 at phone# i365-&07-0799
Evaluation Reviewed by: Supervisor;: Division Chief n Assistant Director rrea.,_fr
Reviewer Name: 'Raul Caballero Reviewer Signature:
/17 The method of delivery of this evaluation to contractor/consultant: Certified Mail EMail:. Fax 1/7
Hand
(Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.)
Evaluation delivered to: Ric-Man Construction Florida
Rating Key
4 Superior performance - Exemplary quality, no intervention required - project completed on time or early at or below
budget with no change orders or amendments other than owner requested changes.
3 Satisfactory performance - Minor errors noted, addressed with timely corrective action. No serious errors noted or
corrective action needed.
2 Guarded performance Errors and Omissions documented in writing with timely corrective action.
1 Unresponsive performance documented in writing without timely corrective action.
N/A. No Information
3/7/2017 - Project conclusion or closeout v
Refresh i Save/Update
Print EMail Raul Caballero I EMail Raul Caballero I,
Date Lag Edirad 04/29/20 10 -16:35.06
http://intra/ciis/fru ContractorEvaluation.asp?Se1CICCNo=2903&SeICEED=12746&SeIRP... 3/7/2017
CI1S - PROJECT EVALUATION Tuesday, March 07, 2017 - 10:50:50 AM Page 2 of 2
Documentation that supports this evaluation and Contractors/Consultants comments can be obtained by
contacting:
(Nelson A. Cespedes 1 at phone# i365-&07-0799
Evaluation Reviewed by: Supervisor;: Division Chief n Assistant Director rrea.,_fr
Reviewer Name: 'Raul Caballero Reviewer Signature:
/17 The method of delivery of this evaluation to contractor/consultant: Certified Mail EMail:. Fax 1/7
Hand
(Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.)
Evaluation delivered to: Ric-Man Construction Florida
Rating Key
4 Superior performance - Exemplary quality, no intervention required - project completed on time or early at or below
budget with no change orders or amendments other than owner requested changes.
3 Satisfactory performance - Minor errors noted, addressed with timely corrective action. No serious errors noted or
corrective action needed.
2 Guarded performance Errors and Omissions documented in writing with timely corrective action.
1 Unresponsive performance documented in writing without timely corrective action.
N/A. No Information
3/7/2017 - Project conclusion or closeout v
Refresh i Save/Update
Print EMail Raul Caballero I EMail Raul Caballero I,
Date Lag Edirad 04/29/20 10 -16:35.06
http://intra/ciis/fru ContractorEvaluation.asp?Se1CICCNo=2903&SeICEED=12746&SeIRP... 3/7/2017
CIIS - PROJECT EVALUATION Tuesday, March 07, 2017 - 10:50:50 AM Page 2 of 2
Documentation that supports this evaluation and Contractor's/Consultants comments can be obtained by
contacting:
- - 'Nelson A. Cespedes at phone# '305-607-0799 _ _
Evaluation Reviewed by: Supervisor,: Division Chief n Assistant Director l_
Reviewer Name: Rout Caballero Reviewer Signature:
The method of delivery of this evaluation to contractor/consultant: Certified Mail t EMail:. Fax 1/7/17
Hand
(Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.)
Evaluation delivered to: Ric-Man Construction Florida
Rating Key
4 Superior performance - Exemplary quality, no Intervention required - project completed on time or early at or below
budget with no change orders or amendments other than owner requested changes.
3 Satisfactory performance - Minor errors noted, addressed with timely corrective action. No serious errors noted or
corrective action needed.
2 Guarded performance Errors and Omissions documented in writing with timely corrective action.
1 Unresponsive performance documented in writing without timely corrective action.
N/A. No Information
3/7/2017 - Project conclusion or closeout v
Refresh I Save/Update
Print EMail Raul Caballero I EMail Raul Caballero
Dale Lag Edired *04/29/2010 -16:35.06
http://intra/ciis/fn ContractorEvaluation.asp?SelCICCNo=2903&SeICEED=127,16&SeIRP... 3/7/2017
Documentation that supports this evaluation and Contractor's/Consultant's comments can be obtal
contacting:
Alexis Valdes at Phoned 786 299 9008
Evaluation Reviewed by: Supervisorl1 Division Chief 0 Assistant Director
Reviewer Name: Alexis Valdex Reviewer Signature:
CIIS - PROJECT EVALUATION Wednesday, December 09, 2015 - 9:05:43 AM Page I of 2
MIAMI-DADS COUNTY, FLORIDA
Capital Improvements Information System
Water and Sewer
Consultant Evaluation
Evaluation Type: Standard Evaluation
Contract:
Contract Name:
Site Project
Name:
Site Location:
Award Amount:
Contract Type:
Contractor /
Consultant:
DB13-WASO-01 Work Order No: N/A
Design-Build Services for the Installation of Gravity Sewer Interceptors for the Proposed Master Pump
Station No. 3
$12,107,000.00
DESIGN BUILD
RIC MAN CONSTRUCTION FLORIDA INC
Contact Eduardo M. Luis
(786) 552-8948
FEIN: 201309732
Evaluator ID: ajvald Date: 12/9/2015 Period: Completion of study or design
Rat no *
4 3 2 1 N/A Criteria
1- vl Schedule - Quality of schedule & adherence to schedule
resulting in timeliness and minimizing delay to the owner and
community.
2- V Cost effectiveness & efficiency - Budget compliance & value of
work.
3- se Vision - Design - Concepts or adherence to criteria.
4- V Cooperation - Teamwork & relationship with owner, subs and
suppliers.
5- ../ Coordination - Ability to organize, schedule and complete
tasks in adherence to the schedule.
6- vo Accuracy & Technical Skills - Cost estimating, scheduling,
shop and other drawings, plans, manuals, project
documentation and conflict resolution.
7- ve Completeness - Compliance with contract documents, permits,
Codes & standards.
S. v• Responsiveness - Timely, clear & concise responses to owner
comments and correspondence.
9- ve Commitment - Intangibles & contribution to project success.
10- V Personnel - Quality and dedication of project staff.
11- V Management - Leadership ability.
12- V Quality - Work performed correctly the first time.
Overall Performance Average: 3.8
IMp://intra.miamidade.gov/ciis/frmContractorEva1uation.asp?SeICICCNO=2871&SelMod.., 12/9/2015
Documentation that supports this evaluation and Contractor's/Consultant's comments can be obtal
contacting:
Alexis Valdes at Phoned 786 299 9008
Evaluation Reviewed by: Supervisorl1 Division Chief 0 Assistant Director
Reviewer Name: Alexis Valdex Reviewer Signature:
CIIS - PROJECT EVALUATION Wednesday, December 09, 2015 - 9:05:43 AM Page I of 2
MIAMI-DADS COUNTY, FLORIDA
Capital Improvements Information System
Water and Sewer
Consultant Evaluation
Evaluation Type: Standard Evaluation
Contract:
Contract Name:
Site Project
Name:
Site Location:
Award Amount:
Contract Type:
Contractor /
Consultant:
DB13-WASO-01 Work Order No: N/A
Design-Build Services for the Installation of Gravity Sewer Interceptors for the Proposed Master Pump
Station No. 3
$12,107,000.00
DESIGN BUILD
RIC MAN CONSTRUCTION FLORIDA INC
Contact Eduardo M. Luis
(786) 552-8948
FEIN: 201309732
Evaluator ID: ajvald Date: 12/9/2015 Period: Completion of study or design
Rat no *
4 3 2 1 N/A Criteria
1- vl Schedule - Quality of schedule & adherence to schedule
resulting in timeliness and minimizing delay to the owner and
community.
2- V Cost effectiveness & efficiency - Budget compliance & value of
work.
3- se Vision - Design - Concepts or adherence to criteria.
4- V Cooperation - Teamwork & relationship with owner, subs and
suppliers.
5- ../ Coordination - Ability to organize, schedule and complete
tasks in adherence to the schedule.
6- vo Accuracy & Technical Skills - Cost estimating, scheduling,
shop and other drawings, plans, manuals, project
documentation and conflict resolution.
7- ve Completeness - Compliance with contract documents, permits,
Codes & standards.
S. v• Responsiveness - Timely, clear & concise responses to owner
comments and correspondence.
9- ve Commitment - Intangibles & contribution to project success.
10- V Personnel - Quality and dedication of project staff.
11- V Management - Leadership ability.
12- V Quality - Work performed correctly the first time.
Overall Performance Average: 3.8
IMp://intra.miamidade.gov/ciis/frmContractorEva1uation.asp?SeICICCNO=2871&SelMod.., 12/9/2015
Documentation that supports this evaluation and Contractor's/Consultant's comments can be obtai esd by
contacting:
Alexis Valdes at Phones 786 299 9008
Evaluation Reviewed by: Supervisor 2 Division Chief 0 Assistant Director
Reviewer Name: Alexis Valdex Reviewer Signature:
CIIS - PROJECT EVALUATION Wednesday. December 09, 2015 - 9:05:43 AM Page 1 of 2
MIAMI-DADE COUNTY, FLORIDA
Capital Improvements Information System
Water and Sewer
Consultant Evaluation
Evaluation Type: Standard Evaluation
Contract:
Contract Name:
Site Project
Name:
Site Location:
DB13-WASD-01 Work Order No: N/A
Design-Build Services for the Installation of Gravity Sewer Interceptors for the Proposed Master Pump
Station No. 3
Award Amount:
Contract Type:
Contractor I
Consultant:
$12,107,000.00
DESIGN BUILD
RIC MAN CONSTRUCTION FLORIDA INC
Contact: Eduardo M. Luis
(786) 552-8948
FEIN: 201309732
Evaluator ID: ajvald
Date: 12/9/2015
Period: Completion of study or design
Rat no *
4 3 2 1 N/A Criteria
Schedule - Quality of schedule & adherence to schedule
resulting in timeliness and minimizing delay to the owner and
community.
V 1-
2- V Cost effectiveness & efficiency - Budget compliance & value of
work.
3- N.. F Vision - Design - Concepts or adherence to criteria.
14-
V Cooperation - Teamwork & relationship with owner, subs and
suppliers.
5- V Coordination - Ability to organize, schedule and complete
tasks in adherence to the schedule.
5- V Accuracy & Technical Skills - Cost estimating, scheduling,
shop and other drawings, plans, manuals, project
documentation and conflict resolution.
7- V Completeness - Compliance with contract documents, permits,
Codes & standards.
8- V 1 Responsiveness - Timely, clear & ccncise responses to owner
comments and correspondence.
9- V Commitment - Intangibles & contribution to project success.
10- s/ Personnel - Quality and dedication of project staff.
11- V Management - Leadership ability.
12- IVI Quality - Work performed correctly the first time.
Overall Performance Average: 3_8
Ithp://intra.rniamidade.gov/ciis/frmContractorEvaluation.asp?SelCICCNO=2871&SelMod... 12/9/2015
CIIS - PROJECT EVALUATION Wednesday, December 09, 2015 - 9:05:43 AM Page 2 of 2
The method of delivery of this evaluation to contractor/consultant: Certified Mail q EMail q Fax q
Hand 0
(Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.)
Evaluation delivered to: Hector Meneses
*Patina Key
4 Superior performance - Exemplary quality, no intervention required - project completed on time or early at or below
budget with no change orders or amendments other than owner requested changes.
3 Satisfactory performance - Minor errors noted, addressed with timely corrective action, No serious errors noted or
corrective action needed.
2 Guarded performance Errors and Omissions documented in writing with timely corrective action.
1 Unresponsive performance documented in writing without timely corrective action.
N/A. No Information
littp://intra.miamidade.goviciis/frmContractorEvaluation.asp?SeICICCNO=2871&SeIMod... 12/9/2015
CIIS - PROJECT EVALUATION Wednesday, December 09, 2015 - 9:05:43 AM Page 2 of 2
The method of delivery of this evaluation to contractor/consultant: Certified Mail q EMail q Fax q
Hand 0
(Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.)
Evaluation delivered to: Hector Meneses
*Patina Key
4 Superior performance - Exemplary quality, no intervention required - project completed on time or early at or below
budget with no change orders or amendments other than owner requested changes.
3 Satisfactory performance - Minor errors noted, addressed with timely corrective action, No serious errors noted or
corrective action needed.
2 Guarded performance Errors and Omissions documented in writing with timely corrective action.
1 Unresponsive performance documented in writing without timely corrective action.
N/A. No Information
littp://intra.miamidade.goviciis/frmContractorEvaluation.asp?SeICICCNO=2871&SeIMod... 12/9/2015
CIIS - PROJECT EVALUATION Wednesday, December 09, 2015 - 9:05:43 AM Page 2 of 2
The method of delivery of this evaluation to contractor/consultant: Certified Mail 0 EMail 0 Fax 0
Hand ID
(Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.)
Evaluation delivered to: Hector Meneses
Rating Key
4 Superior performance - Exemplary quality, no intervention required - project completed on time or early at or below
budget with no change orders or amendments other than owner requested changes.
3 Satisfactory performance - Minor errors noted, addressed with timely corrective action. No serious errors noted or
corrective action needed.
2 Guarded performance Errors and Omissions documented in writing with timely corrective action.
1 Unresponsive performance documented in writing without timely corrective action.
N/A. No Information
hnp://intra.mi amidade.g °vie is/frmContractorEval uati on.asp?SeICICCNO=287184SeIMod... 12/9/2015
CIIS - PROJECT EVALUATION Monday, December 08, 2014 10:59:00 AM
Page I of 2
Evaluation Refreshers: Do's and Don'ts Process and Procedures 0 & A's Help
MIAMI-DADE COUNTY, FLORIDA
Capital Improvements Information System
Water and Sewer
Consultant Evaluation
Evaluation Type: Standard Evaluation
Contract 0810-WASD-01 Work Order No: !select wo No, toj
Design-build services for the replacement of an existing 20-incit water main from Port Island to Fisher Island Contract under the Fisherman's Channel and for the replacement of an existing 5,4-inch sewer force main from Fisher Name: Island to south of the City of Miami Beach under Government Cut Channel
Award
contact Isaac A Gutierrez $94,736,382.14 Amount: 786-552-8140
Contract DESIGN BUILD Type:
Contractor Ric-Man Construction. Inc. FEIN: 381943860 Consultant:
Evaluator ID:
4
gycrk
Rating
1
Date:
N/A
02/8/2014 Period: !Project conclusion or closeout .2..d
Criteria 3 2
1- O 0 0 0 0 Schedule - Quality of schedule & adherence to schedule resulting in
timeliness and minimizing delay to the owner and community.
2- C) 0 0 0 0 Cost effectiveness & efficiency - Budget compliance & value of work.
3- 0 0 0 0 0 Vision - Design - Concepts or adherence to criteria.
4- * 0 0 0 0 Cooperation - Teamwork & relationship with owner, subs and suppliers.
® 0 0 0 0 Coordination - Ability to organize, schedule and complete tasks in adherence
to the schedule.
6- * 0 0 0 0 Accuracy & Technical Skills - Cost estimating, scheduling, shop and other
drawings, plans, manuals, project documentation and conflict resolution.
7- * 0 0 0 0 Completeness - Compliance with contract documents, permits, Codes &
standards.
8- C) 0 0 0 0 Responsiveness - Timely, clear & concise responses to owner comments arid
correspondence.
9- 0 0 0 0 0 Commitment - Intangibles & contribution to project success.
10- C) O 0 0 0 Personnel - Quality and dedication of project staff.
11- C) 0 0 0 0 Management - Leadership ability.
12- 0 0 0 0 0 Quality - Work performed correctly the first time.
Overall Performance Average: r3.9
Documentation that supports this evaluation and Contractor's/Consuttanfs comments cart be obtained by
contacting:
II. Gary Clarke at phone#1786-268-5174
Evaluation Reviewed by: Supervisor 0 Division Chief 0 Assistant Director RI Director 0
The method of delivery of this evaluation to contractor/consultant Certified Mail 0 EMail O Fax 0
Hand 0
(Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail)
Evaluation delivered to: IDanny Mancini
• °Retina Key 4 Superior performance - Exemplary quality, no intervention required - project completed on time or early at or below
budget with no change orders or amendments other than owner requested changes.
3 Satisfactory performance - Minor errors noted, addressed with timely corrective action. No SefiOUS errors noted or
corrective action needed.
2 Guarded performance Errors and Omissions documented in writing with timely corrective action. 1 Unresponsive performance documented in writing without timely corrective action.
N/A. No Information
mhtml:file://C: \ UserslDMancini.RIC-MAN \Desktop‘DBIO-WASD-01 Project Conclusion .,. 12/8/2014
CIIS - PROJECT EVALUATION Monday, December 08, 2014 10:59:00 AM
Page I of 2
Evaluation Refreshers: Do's and Don'ts Process and Procedures 0 & A's Help
MIAMI-DADE COUNTY, FLORIDA
Capital Improvements Information System
Water and Sewer
Consultant Evaluation
Evaluation Type: Standard Evaluation
Contract 0810-WASD-01 Work Order No: !select wo No, toj
Design-build services for the replacement of an existing 20-incit water main from Port Island to Fisher Island Contract under the Fisherman's Channel and for the replacement of an existing 5,4-inch sewer force main from Fisher Name: Island to south of the City of Miami Beach under Government Cut Channel
Award
contact Isaac A Gutierrez $94,736,382.14 Amount: 786-552-8140
Contract DESIGN BUILD Type:
Contractor Ric-Man Construction. Inc. FEIN: 381943860 Consultant:
Evaluator ID:
4
gycrk
Rating
1
Date:
N/A
02/8/2014 Period: !Project conclusion or closeout .2..d
Criteria 3 2
1- O 0 0 0 0 Schedule - Quality of schedule & adherence to schedule resulting in
timeliness and minimizing delay to the owner and community.
2- C) 0 0 0 0 Cost effectiveness & efficiency - Budget compliance & value of work.
3- 0 0 0 0 0 Vision - Design - Concepts or adherence to criteria.
4- * 0 0 0 0 Cooperation - Teamwork & relationship with owner, subs and suppliers.
® 0 0 0 0 Coordination - Ability to organize, schedule and complete tasks in adherence
to the schedule.
6- * 0 0 0 0 Accuracy & Technical Skills - Cost estimating, scheduling, shop and other
drawings, plans, manuals, project documentation and conflict resolution.
7- * 0 0 0 0 Completeness - Compliance with contract documents, permits, Codes &
standards.
8- C) 0 0 0 0 Responsiveness - Timely, clear & concise responses to owner comments arid
correspondence.
9- 0 0 0 0 0 Commitment - Intangibles & contribution to project success.
10- C) O 0 0 0 Personnel - Quality and dedication of project staff.
11- C) 0 0 0 0 Management - Leadership ability.
12- 0 0 0 0 0 Quality - Work performed correctly the first time.
Overall Performance Average: r3.9
Documentation that supports this evaluation and Contractor's/Consuttanfs comments cart be obtained by
contacting:
II. Gary Clarke at phone#1786-268-5174
Evaluation Reviewed by: Supervisor 0 Division Chief 0 Assistant Director RI Director 0
The method of delivery of this evaluation to contractor/consultant Certified Mail 0 EMail O Fax 0
Hand 0
(Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail)
Evaluation delivered to: IDanny Mancini
• °Retina Key 4 Superior performance - Exemplary quality, no intervention required - project completed on time or early at or below
budget with no change orders or amendments other than owner requested changes.
3 Satisfactory performance - Minor errors noted, addressed with timely corrective action. No SefiOUS errors noted or
corrective action needed.
2 Guarded performance Errors and Omissions documented in writing with timely corrective action. 1 Unresponsive performance documented in writing without timely corrective action.
N/A. No Information
mhtml:file://C: \ UserslDMancini.RIC-MAN \Desktop‘DBIO-WASD-01 Project Conclusion .,. 12/8/2014
CIIS - PROJECT EVALUATION Monday, December 08, 2014 - 10:59:00 AM Page 1 of 2
Evaluation Refreshers: Do's and Don'ts Process and Procedures O & A's Help
MIAMI-DADE COUNTY, FLORIDA
Capital Improvements Information System
Water and Sewer
Consultant Evaluation
Evaluation Type: Standard Evaluation
Contract: DB10-WASD-01 Work Order No: 'select WO
Contract Design-build services for the replacement of an existing 20-inch water main from Port Island to Fisher Island
Name: under the Fisherman's Channel and for the replacement of an existing 54-inch sewer force main from Fisher
Island to south of the City of Miami Beach under Government Cut Channel
Award 694,736,382.14 Contact: Isaac A Gutierrez
Amount: 786-552-8140
Contract DESIGN BUILD Type:
Contractor Ric-Man Construction, Inc. FEIN: 381943960 Consultant:
Evaluator ID: gycrk
Rating •
4 3 2
® 0 0
2- ® 0 0
3- O ® 0
1
0
0
0
Date:
N/A
0
0
0
112/8/2014 Period: Protect conclusion or closeout •2_,J
Criteria
Schedule - Quality of schedule & adherence to schedule resulting in
timeliness and minimizing delay to the owner and community.
Cost effectiveness & efficiency - Budget compliance & value of work.
Vision - Design - Concepts or adherence to criteria.
4- C) 0 0 0 0 Cooperation - Teamwork & relationship with owner, subs and suppliers.
5- ® 0 0 0 0 Coordination - Ability to organize, schedule and complete tasks in adherence
to the schedule.
6- ® 0 0 0 0 Accuracy & Technical Skills - Cost estimating, scheduling, shop and other
drawings, plans, manuals, project documentation and conflict resolution.
7- ® 0 0 0 0 Completeness - Compliance with contract documents, permits, Codes &
standards.
a- 0 0 0 0 Responsiveness - Timely, clear & concise responses to owner comments and
correspondence.
9- 0 0 0 0 n Commitment - Intangibles & contribution to project success.
10- ® 0 0 0 0 Personnel - Quality and dedication of project staff.
11- ® 0 0 fp O Management - Leadership ability.
12- (I) 0 0 0 0 Quality - Work performed correctly the first time.
Overall Performance Average: Fr
Documentation that supports this evaluation and Contractor's/Consuitant's comments can be obtained by
contacting:
It. Gary Clarice at phone, 1786-268-5174
Evaluation Reviewed by: Supervisor Ei Division Chief q Assistant Director .,2/ Director CI
The method of delivery of this evaluation to contractor/consultant Certified Mail 0 EMail CI Fax C]
Hand LI
(Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.)
Evaluation delivered to: !Danny Mancini
• R Ong key
4 Superior performance - Exemplary quality, no intervention required - project completed on lime or early at or below
budget with no dianga orders or amendments other than owner requested changes.
3 Satisfactory performance - Minor errors noted, addressed with timely corrective action. No senous errors noted or
corrective action needed.
2 Guarded performance Errors and Omissions documented in writing with timely corrective action.
Unresponsive performance documented in writing without timely corrective action
N/A No Information
mhtm1:111e://CAUsers'DManciai.RIC-NIAN1Desktop1DB10-WAS1)-01 Project Conclusion 12/8/2014
TAB -C TAB -C TAB -C
OPTION B
GRAND TOTAL
(ITEMS 1-176)
$ 8,699,820.00
Allowance for Trench Safety Act I $25.00
Permit Allowance i $50,000.00
SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1476 + TRENCH SAFETY + PERMIT ALLOWANCE)
$50,025.00
$8,749,845.00
A A \IBEACH
Bid Tender Form (B1)
Page 1 of 1
FAILURE TO SUBMIT THIS BID TENDER FORM FULLY COMPLETED AND EXECUTED ON OR
BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER
SHALL RECEIVE NO FURTHER CONSIDERATION.
The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this
bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization,
demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the
full intent as shown or indicated in the contract documents. Any or all alternates, if applicable,
may be selected at the City's sole discretion and based on funding availability.
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.
THE CITY RESERVES THE OPTION, AT ITS SOLE DISCRETION, TO AWARD EITHER GROUP A OR GROUP B.
OPTION A
GRAND TOTAL
(ITEMS 1490)
$ 13,151,875.00
Allowance for Trench Safety Act $25.00
Permit Allowance $50,000.00
SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS1490 + TRENCH. SAFETY + PERMIT ALLOWANCE)
$50,025.00
$ 13,201,900.00
BIDDER'S AFFIRMATION
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 its 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.
Bidder: Ric-Man Construction Florida, Inc.
Authorized Agent Name: Daniel Mancini
46 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Authorized Agent Signature:
Authorized Agent Title: Pre Oen)
OPTION B
GRAND TOTAL
(ITEMS 1-176)
$ 8,699,820.00
Allowance for Trench Safety Act I $25.00
Permit Allowance i $50,000.00
SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1476 + TRENCH SAFETY + PERMIT ALLOWANCE)
$50,025.00
$8,749,845.00
A A \IBEACH
Bid Tender Form (B1)
Page 1 of 1
FAILURE TO SUBMIT THIS BID TENDER FORM FULLY COMPLETED AND EXECUTED ON OR
BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER
SHALL RECEIVE NO FURTHER CONSIDERATION.
The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this
bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization,
demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the
full intent as shown or indicated in the contract documents. Any or all alternates, if applicable,
may be selected at the City's sole discretion and based on funding availability.
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.
THE CITY RESERVES THE OPTION, AT ITS SOLE DISCRETION, TO AWARD EITHER GROUP A OR GROUP B.
OPTION A
GRAND TOTAL
(ITEMS 1490)
$ 13,151,875.00
Allowance for Trench Safety Act $25.00
Permit Allowance $50,000.00
SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS1490 + TRENCH. SAFETY + PERMIT ALLOWANCE)
$50,025.00
$ 13,201,900.00
BIDDER'S AFFIRMATION
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 its 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.
Bidder: Ric-Man Construction Florida, Inc.
Authorized Agent Name: Daniel Mancini
46 ADDENDUM NO. 2
INVITATION TO BID (ITB) NO 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
Authorized Agent Signature:
Authorized Agent Title: Pre Oen)
$ 13,201,900.00
$50,025.00 SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-190 + TRENCH SAFETY + PERMIT ALLOWANCE)
OPTION B
GRAND TOTAL
(ITEMS 1-176)
$ 8,699,820.00
$ 13,151,875.00
Allowance for Trench Safety Act $25.00
Permit Allowance $50,000.00
OPTION A
GRAND TOTAL
(ITEMS 1490)
Allowance for Trench Safety Act I $25.00
Permit Allowance I $50,000.00
SUBTOTAL TRENCH SAFETY ACT & PERMIT ALLOWANCE
GRAND TOTAL
(ITEMS 1-176 + TRENCH SAFETY + PERMIT ALLOWANCE)
$8,749,845.00
CvAiAbii BEACH
Bid Tender Form (B1 )
Page 1 of 1
FAILURE TO SUBMIT THIS BID TENDER FORM FULLY COMPLETED AND EXECUTED ON OR
BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER
SHALL RECEIVE NO FURTHER CONSIDERATION.
The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this
bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization,
demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the
full intent as shown or indicated in the contract documents. Any or all alternates, if applicable,
may be selected at the City's sole discretion and based on funding availability.
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.
THE CITY RESERVES THE OPTION, AT ITS SOLE DISCRETION, TO AWARD EITHER GROUP A OR GROUP B.
BIDDER'S AFFIRMATION
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 its 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.
Bidder:
Authorized Agent Name:
Authorized Agent Title:
Authorized Agent Signature:
Ric-Man Construction Florida, Inc.
Daniel Mancini
Pre ident
I 46
ADDENDUM NO. 2
INVITATION TO BID (ITB) NO. 2019-231-KB
FOR INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41ST STREET
PROJECT TITLE: ITB NO, 2018-0542D
INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 41sT STREET
OPTION A
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 numeric:
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 ina
disquath bidder.
Item Pay Item
er Numb Item Description Unit Quantity Unit Cost Extended Cost
1 101-1 MOBILIZATION LS t $ 723,428.18 $ 723,428.18
2 102-1 MAINTENANCE OF TRAFFIC (594 DA) LS 1 $ 86,232.00 $ 86,232.00
3 102-14 TRAFFIC CONTROL OFFICER MH 11880 $ 1.12 $ 13,305.60
4 102-60 WORK ZONE SIGNS ED 106100 $ 0.21 $ 22,281.00
5 102-71-15 TEMPORARY BARRIER, F&I, ANCHORED LF 192 $ 27.96 $ 5,368.32
6 102.71-16 TEMPORARY BARRIER, F&I, FREE STANDING LF 1876 $ 19.00 $ 35,644.00
7 102-71-25 TEMPORARY BARRIER, RELOCATE, ANCHORED LF 96 $ 12.30 $ 1,180.80
8 102-71-26 TEMPORARY BARRIER, RELOCATE, FREE STANDING LF 4821 $ 7.83 $ 37,748.43
9 102-74-1 CHANNELIZING DEVICE - TYPE I, II, DI, VP & DRUM ED 101335 $ 0.13 $ 13,173.55
10 102-74-2 CHANNELIZING DEVICE - TYPE III - 6' ED 18010 $ 0.27 $ 4,862.70
11 102-74-7 CHANNELIZING DEVICE- PEDESTRIAN LCD (LONGITUDINAL
CHANNELIZING DEVICE) LF 532 $ 5.59 $ 2,973.88
12 102.76 ARROW BOARD / ADVANCED WARNING ARROW PANEL ED 920 S 5.59 $ 5,142.80
13 102-78 TEMPORARY RETROREFLECTIVE PAVEMENT MARKER EA 50 $ 5.59 $ 279.50
14 102-89-1 TEMPORARY CRASH CUSHION, REDIRECTIVE OPTION LO 7 951.00 $ 6,657.00
15 102-99 PORTABLE CHANGEABLE MESSAGE SIGN - TEMPORARY ED 1570 $ 12.30 $ 19,311.00
16 102-104 TEMPORARY SIGNALIZATION AND MAINTENANCE OF
INTERSECTION ED 2376 $ 7.83 $ 18,604.08
17 102-107-1 TEMPORARY TRAFFIC DETECTION AND MAINTENANCE OF
INTERSECTION ED 2376 $ 7.83 $ 18,604.08
18 102-9114 REMOVABLE TAPE PAVEMENT MARKINGS - WHITE OR BLACK,
SKIP Lf 466 5.00 $ 2,330.00
19 102-911-2 REMOVABLE TAPE PAVEMENT MARKINGS - WHITE OR BLACK,
SOLID LF 1885 $ 5.00 $ 9,425.00
20 102-911-3 REMOVABLE TAPE PAVEMENT MARKINGS - WHITE OR BLACK,
OTHER SF 731 $ 10.00 $ 7,310.00
21 102-912-2 REMOVABLE TAPE PAVEMENT MARKINGS - YELLOW, SOLID LF 10947 $ 5.00 $ 54,735.00
22 104-10-3 SEDIMENT BARRIER LF 3327.7 2.28 $ 7,587.16
23 104-11 FLOATING TURBIDITY BARRIER LF 121 $ 21.93 $ 2,653.53
24 104-18 INLET PROTECTION SYSTEM EA 77 $ 183.00 14,091.00
25 107.1 LITTER REMOVAL AC 53.2 $ 300.00 $ 15,960 00
PROJECT TITLE: ITB NO. 2018-054ZD
INDIAN CREEK (SR MA) - PHASE III IMPROVEMENTS FROM 25TH TO 41sT STREET
OPTION A
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 arithmefical 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 numeric:
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 ma)
disqualify bidder.
Item Pay Item
Number Item Description Unit Quantity Unit Cost Extended Cost
1 101-1 MOBILIZATION LS t $ 723,428.18 $ 723,428.18
2 102-1 MAINTENANCE OF TRAFFIC (594 DA) LS 1 $ 86,232.00 $ 86,232.00
3 102-14 TRAFFIC CONTROL OFFICER MH 11880 $ 1.12 $ 13,305.60
4 102-60 WORK ZONE SIGNS ED 106100 $ 0.21 $ 22,281.00
5 102-71-15 TEMPORARY BARRIER, F&I, ANCHORED LF 192 $ 27.96 $ 5,368.32
6 102.71-16 TEMPORARY BARRIER, F&I, FREE STANDING LF 1876 $ 19.00 $ 35,644.00
7 102-71-25 TEMPORARY BARRIER, RELOCATE, ANCHORED LF 96 $ 12.30 $ 1,180.80
8 102-71-26 TEMPORARY BARRIER, RELOCATE, FREE STANDING LF 4821 $ 7.83 $ 37,748.43
9 102-74-1 CHANNELIZING DEVICE - TYPE I, II, DI, VP & DRUM ED 101335 $ 0.13 $ 13,173.55
10 102-74-2 CHANNELIZING DEVICE - TYPE III - 6' ED 18010 $ 0.27 $ 4,862.70
11 102-74-7 CHANNELIZING DEVICE- PEDESTRIAN LCD (LONGITUDINAL
CHANNELIZING DEVICE) LF 532 $ 5.59 $ 2,973.88
12 102.76 ARROW BOARD / ADVANCED WARNING ARROW PANEL ED 920 $ 5.59 $ 5,142.80
13 102-78 TEMPORARY RETROREFLECTIVE PAVEMENT MARKER EA 50 $ 5.59 $ 279.50
14 102-89-1 TEMPORARY CRASH CUSHION, REDIRECTIVE OPTION LO 7 951.00 $ 6,657.00
15 102-99 PORTABLE CHANGEABLE MESSAGE SIGN - TEMPORARY ED 1570 $ 12.30 $ 19,311.00
16 102-104 TEMPORARY SIGNALIZATION AND MAINTENANCE OF
INTERSECTION ED 2376 $ 7.83 $ 18,604.08
17 102-107-1 TEMPORARY TRAFFIC DETECTION AND MAINTENANCE OF
INTERSECTION ED 2376 $ 7.83 $ 18,604.08
18 102-9114 REMOVABLE TAPE PAVEMENT MARKINGS - WHITE OR BLACK,
SKIP LF 466 5.00 $ 2,330.00
19 102-911-2 REMOVABLE TAPE PAVEMENT MARKINGS - WHITE OR BLACK,
SOLID LF 1885 $ 5.00 $ 9,425.00
20 102-911-3 REMOVABLE TAPE PAVEMENT MARKINGS - WHITE OR BLACK,
OTHER SF 731 $ 10.00 $ 7,310.00
21 102-912-2 REMOVABLE TAPE PAVEMENT MARKINGS - YELLOW, SOLID LF 10947 $ 5.00 $ 54,735.00
22 104-10-3 SEDIMENT BARRIER LF 3327.7 2.28 $ 7,587.16
23 104-11 FLOATING TURBIDITY BARRIER LF 121 $ 21.93 $ 2,653.53
24 104-18 INLET PROTECTION SYSTEM EA 77 $ 183.00 14,091.00
25 107.1 LITTER REMOVAL AC 53.2 $ 300.00 $ 15,960 00
26 107-2 MOWING AC 13.2 $ 1,253.00 $ 16,539.60
27 108-1 MONITOR EXISTING STRUCTURES - INSPECTION AND
SETTLEMENT MONITORING LS 1 $ 39,146.00 $ 39,146.00
28 108-2 MONITOR EXISTING STRUCTURES - VIBRATION MONITORING LS 1 $ 269,545.00 $ 269,545.00
29 108-3 MONITOR EXISTING STRUCTURES - GROUNDWATER
MONITORING LS 1 $ 67,107.00 $ 67,107.00
30 110-1.1 CLEARING AND GRUBBING AC 4.62 $ 1,487.00 $ 6,869.94
31 110-4-10 REMOVAL OF EXISTING CONCRETE SY 8374 $ 19.44 162,790.56
32 120-1 EXCAVATION CY 356.1 $ 34.00 $ 12,107.40
33 120-6 EMBANKMENT CY 13825.4 $ 23.30 $ 322,131.82
34 160-4 TYPE B STABILIZATION SY 20413 $ 9.00 $ 183,717.00
35 162-1-11 PREPARED SOIL LAYER SY 3014 $ 16.94 $ 51,057.16
36 285-701 OPTIONAL BASE GROUP 01 (B-12.5 ONLY) SY 2812 $ 40.27 $ 113,239.24
37 285-711 OPTIONAL BASE GROUP 11 (B-12.5 ONLY) SY 15839 $ 53.70 $ 850,554.30
38 285-711 OPTIONAL BASE GROUP 11 ( LIMEROCK ONLY) SY 15839 $ 17.69 $ 280,191.91
39 327-70-1 MILLING EXISTING ASPHALT PAVEMENT (1' AVG. DEPTH) SY 4561 $ 2.47 11,265.67
40 327-70-4 MILLING EXISTING ASPHALT PAVEMENT (3" AVG. DEPTH) SY 14789 $ 3.91 $ 57,824.99
41 334-1-13 SUPERPAVE ASPHALTIC CONC, TRAFFIC C TN 4526.55 $ 139.81 $ 632,856.96
42 337-7-83 ASPH CONC FC, TRAF C, FC-12.5, PG 76-22 TN 2383.4 $ 168.00 $ 400,411.20
43 339-1 MISCELLANEOUS ASPHALT PAVEMENT TN 5.8 $ 179.00 $ 1,038.20
44 400-0-11 CONCRETE CLASS NS, GRAVITY WALL (FOR GRAVITY WALL 2'
HEIGHT AVG.) CY 82.3 $ 196.00 $ 16,13000
45 400-0-13 CONCRETE CLASS NS, STEPS CY 23.3 $ 252.00 $ 5,871.60
46 400-4-8 CONC CLASS IV, BULKHEAD CY 7 $ 252.00 $ 1,764.00
47 415-1-6 REINFORCING STEEL- MISCELLANEOUS LB 1156 $ 0.90 $ 1,040.40
48 415-1-8 REINFORCING STEEL- BULKHEAD LB 720 0.90 $ 648.00
49 425-1311 INLETS, CURB, TYPE P-1, <10' EA 6 $ 3,486.00 $ 20,916.00
50 425.1321 INLETS. CURB, TYPE P-2, <10' EA 7 $ 3,909.00 $ 27,363.00
51 425-1351 INLETS, CURB, TYPE P-5, <10' EA 18 $ 4,679.00 84,222.00
52 425-1355 INLETS, CURB, TYPE P-5, PARTIAL EA 1 $ 3,827.00 $ 3,827.00
53 425-1361 INLETS, CURB, TYPE P-6, <10' EA 12 4,907.00 $ 58,884.00
54 425-1362 INLETS, CURB, TYPE P-6, >10' EA 3 $ 6,391.00 $ 19,173.00
55 425-1521 INLETS, DITCH BOTTOM, TYPE C, <10' EA 4 2,826.00 $ 11,304.00
56 425-1529 INLETS, DITCH BOTTOM TYPE C MODIFIED <10' (DRIVEWAY INLET
SINGLE AND DOUBLE GRATE) EA 8 $ 3,595.00 $ 28,76000
26 107-2 MOWING AC 13.2 $ 1,253.00 $ 16,539.60
27 108-1 MONITOR EXISTING STRUCTURES - INSPECTION AND
SETTLEMENT MONITORING LS 1 $ 39,146.00 $ 39,146.00
28 108-2 MONITOR EXISTING STRUCTURES - VIBRATION MONITORING LS 1 $ 269,545.00 $ 269,545.00
29 108-3 MONITOR EXISTING STRUCTURES -GROUNDWATER
MONITORING LS 1 $ 67,107.00 $ 67,107,00
30 110-1.1 CLEARING AND GRUBBING AC 4.62 $ 1,487.00 $ 6,869.94
31 110-4-10 REMOVAL OF EXISTING CONCRETE SY 8374 $ 19.44 162,790.56
32 120-1 EXCAVATION CY 356.1 $ 34.00 $ 12,107.40
33 120-6 EMBANKMENT CY 13825.4 $ 23.30 $ 322,131.82
34 160-4 TYPE B STABILIZATION SY 20413 $ 9.00 $ 183,717.00
35 162-1-11 PREPARED SOIL LAYER SY 3014 $ 16.94 $ 51,057.16
36 285-701 OPTIONAL BASE GROUP 01 (B-12.5 ONLY) SY 2812 $ 40.27 $ 113,239.24
37 285-711 OPTIONAL BASE GROUP 11 (B-12.5 ONLY) SY 15839 $ 53.70 $ 850,554.30
38 285-711 OPTIONAL BASE GROUP 11 ( LIMEROCK ONLY) SY 15839 $ 17.69 $ 280,191.91
39 327-70-1 MILLING EXISTING ASPHALT PAVEMENT (1' AVG. DEPTH) SY 4561 $ 2.47 11,265.67
40 327-70-4 MILLING EXISTING ASPHALT PAVEMENT (3" AVG. DEPTH) SY 14789 $ 3.91 $ 57,824.99
41 334-1-13 SUPERPAVE ASPHALTIC CONC, TRAFFIC C TN 4526.55 $ 139.81 $ 632,856.96
42 337-7-83 ASPH CONC FC, TRAF C, FC-12.5, PG 76-22 TN 2383.4 $ 168.00 $ 400,411.20
43 339-1 MISCELLANEOUS ASPHALT PAVEMENT TN 5.8 $ 179.00 $ 1,038.20
44 400-0-11 CONCRETE CLASS NS, GRAVITY WALL (FOR GRAVITY WALL 2'
HEIGHT AVG.) CY 82.3 $ 196.00 $ 16,130.80
45 400-0-13 CONCRETE CLASS NS, STEPS CY 23.3 $ 252.00 $ 5,871.60
46 400-4-8 CONC CLASS IV, BULKHEAD CY 7 $ 252.00 $ 1,764.00
47 415-1-6 REINFORCING STEEL- MISCELLANEOUS LB 1156 $ 0.90 $ 1,040.40
48 415-1-8 REINFORCING STEEL- BULKHEAD LB 720 0.90 $ 648.00
49 425-1311 INLETS, CURB, TYPE P-1, <10' EA 6 $ 3,486.00 $ 20,916.00
50 425.1321 INLETS. CURB, TYPE P-2, <10' EA 7 $ 3,909.00 $ 27,363.00
51 425-1351 INLETS, CURB, TYPE P-5, <10' EA 18 $ 4,679.00 84,222.00
52 425-1355 INLETS, CURB, TYPE P-5, PARTIAL EA 1 $ 3,827.00 $ 3,827.00
53 425-1361 INLETS, CURB, TYPE P-6, <10' EA 12 4,907.00 $ 58,884.00
54 425-1362 INLETS, CURB, TYPE P-6, >10' EA 3 $ 6,391.00 $ 19,173.00
55 425-1521 INLETS, DITCH BOTTOM, TYPE C, <10' EA 4 2,826.00 $ 11,304.00
56 425-1529 INLETS, DITCH BOTTOM TYPE C MODIFIED <10' (DRIVEWAY INLET
SINGLE AND DOUBLE GRATE) EA 8 $ 3,595.00 $ 28,760.00
57 425-2-41 MANHOLES, P-7, <10' EA 9 $ 3,798.00 $ 34,182.00
58 425-2-42 MANHOLES, P-7, >10' EA 1 $ 3,445.00 $ 3,445.00
59 425-2-71 MANHOLES, J-7, <10' EA 6 $ 5,106.00 $ 30,636.00
60 425-2-72 MANHOLES, J-7, >10' EA 30 $ 5,160.00 $ 154,800.00
61 425-2-73 MANHOLES, J-7 PARTIAL (MH RISER), <10' (INLINE 72° PIPE RISER) EA 17 $ 3,414,00 $ 58,038.00
62 425-5 MANHOLES ADJUST EA 47 $ 767.00 $ 36,049.00
63 425-5-1 MANHOLES, ADJUST, UTILITY EA 55 $ 767.00 42,185.00
64 425-6 VALVE BOX ADJUST EA 250 $ 266.00 66,500.00
65 425-10 YARD DRAIN EA 62 $ 1,427.00 $ 88,474.00
66 430-175-112 PIPE CULV, OPT MAIL, ROUND, 12" S/CD LF 2131 $ 46.39 $ 98,857.09
67 430-175-115 PIPE CULV, OPT MATL, ROUND, 15' S/CD LF 32 $ 100.72 3,223.04
68 430-175-118 PIPE CULV, OPT MATL, ROUND, 18" S/CD LF 993 $ 57.52 $ 57,117.36
69 430-175-124 PIPE CULV, OPT MATL, ROUND, 24" S/CD LF 1317 $ 73.00 $ 96,141.00
70 430-175-130 PIPE CULV, OPT MATL, ROUND, 30" S/CD LF 164 $ 103.40 $ 16,957.60
71 430.175-136 PIPE CULV, OPT MATL, ROUND, 36" S/CD LF 74 $ 188.48 $ 13,947.52
72 430.175-172 PIPE CULV, OPT MATL, ROUND, 72' S/CD LF 2080 $ 545.72 $ 1,135,097.60
73 431-1-1 PIPE LINER, OPTIONAL MATERIAL, 0-24" LF 68 $ 139.81 $ 9,507.08
74 431-1-2 PIPE LINER, OPTIONAL MATERIAL 25'-36* LF 67 $ 167.77 11,240.59
75 436-1-1 TRENCH DRAIN, STANDARD LF 763 $ 188.83 $ 144,077.29
76 444-75-1 DEEP WELL - PLUGGING OF EXISTING WELLS EA 3 $ 1,678.00 $ 5,034.00
77 448-73 PUMP STATION (DRAINAGE USE ONLY) LS 1 $ 1,546,863.00 $ 1,546,863.00
78 455-34-2 PRESTRESSED CONCRETE PILING, 14' SQ. LF 280 $ 175.00 $ 49,000.00
79 515-1-2 PIPE HANDRAIL - GUIDERAIL, ALUMINUM LF 971 $ 121.00 $ 117,491.00
80 520-1-10 CURB AND GUTTER TYPE "F" LF 6405 30.31 $ 194,135.55
81 520-24 CURB AND GUTTER TYPED" LF 503 $ 29.38 $ 14,778.14
82 520-3 CONCRETE VALLEY GLITTER LF 332 $ 26.76 $ 8,884.32
83 521-72-4 SHLDR CONC. BARRIER WALL, RIGID-RETAINING LF 1983 $ 88.00 $ 174,504.00
84 522-1 CONCRETE SIDEWALK AND DRIVEWAYS, 4" THICK SY 4745 56.26 $ 266,953.70
85 522-2 CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK SY 2341 76.85 $ 179,905.85
86 523-1-3 PATTERNED PAVEMENT, VEHICULAR AREAS- GREEN BIKE LANE SY 223 $ 16.78 $ 3,741.94
87 526-1-1 PAVERS, ARCHITECTURAL, ROADWAY SY 227 126.86 $ 28,797.22
57 425-2-41 MANHOLES, P-7, <10' EA 9 $ 3,798.00 $ 34,182.00
58 425-2-42 MANHOLES, P-7, >10' EA 1 $ 3,445.00 $ 3,445.00
59 425-2-71 MANHOLES, J-7, <10' EA 6 $ 5,106.00 $ 30,636.00
60 425-2-72 MANHOLES, J-7, >10' EA 30 $ 5,160.00 $ 154,800.00
61 425-2-73 MANHOLES, J-7 PARTIAL (MH RISER), <10' (INLINE 72" PIPE RISER) EA 17 $ 3,414,00 $ 58,038.00
62 425-5 MANHOLES ADJUST EA 47 $ 767.00 $ 36,049.00
63 425-5-1 MANHOLES, ADJUST, UTILITY EA 55 $ 767.00 42,185.00
64 425-6 VALVE BOX ADJUST EA 250 $ 266.00 66,500.00
65 425-10 YARD DRAIN EA 62 $ 1,427.00 $ 88,474.00
66 430-175-112 PIPE CULV, OPT MATL, ROUND, 12" S/CD LF 2131 $ 46.39 $ 98,857.09
67 430-175-115 PIPE CULV, OPT MATL, ROUND, 15' S/CD LF 32 $ 100.72 3,223.04
68 430-175-118 PIPE CULV, OPT MAIL, ROUND, 18' S/CD LF 993 $ 57.52 $ 57,117.36
69 430-175-124 PIPE CULV, OPT MAIL, ROUND, 24" S/CD LF 1317 $ 73.00 $ 96,141.00
70 430-175-130 PIPE CULV, OPT MATL, ROUND, 30" S/CD LF 164 $ 103.40 $ 16,957.60
71 430-175-136 PIPE CULV, OPT MATL, ROUND, 36" S/CD LF 74 $ 188.48 $ 13,947.52
72 430-175-172 PIPE CULV, OPT MAIL, ROUND, 72' S/CD LF 2080 $ 545.72 $ 1,135,097.60
73 431-1-1 PIPE LINER, OPTIONAL MATERIAL 0-24" LF 68 $ 139.81 $ 9,507.08
74 431-1-2 PIPE LINER, OPTIONAL MATERIAL, 25"-36* LF 67 $ 167.77 11,240.59
75 436-1-1 TRENCH DRAIN, STANDARD LF 763 $ 188.83 $ 144,077.29
76 444-75-1 DEEP WELL - PLUGGING OF EXISTING WELLS EA 3 $ 1,678.00 $ 5,034.00
77 448-73 PUMP STATION (DRAINAGE USE ONLY) LS 1 $ 1,546,863.00 $ 1,546,863.00
78 455-34-2 PRESTRESSED CONCRETE PILING, 14" SQ. LF 280 $ 175.00 $ 49,000.00
79 515-1-2 PIPE HANDRAIL - GUIDERAIL, ALUMINUM LF 971 5 121.00 $ 117,491.00
80 520-1-10 CURB AND GUTTER TYPE "F" LF 6405 30.31 $ 194,135.55
81 520-2-4 CURB AND GUTTER TYPED" LF 503 $ 29.38 $ 14,778.14
82 520-3 CONCRETE VALLEY GUTTER LF 332 $ 26.76 $ 8,884.32
83 521-72-4 SHLDR CONC. BARRIER WALL, RIGID-RETAINING LF 1983 $ 88.00 $ 174,504.00
84 522-1 CONCRETE SIDEWALK AND DRIVEWAYS, 4" THICK SY 4745 56.26 $ 266,953.70
85 522-2 CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK SY 2341 76.85 $ 179,905.85
86 523-1-3 PATTERNED PAVEMENT, VEHICULAR AREAS- GREEN BIKE LANE SY 223 $ 16.78 $ 3,741.94
87 526-1-1 PAVERS, ARCHITECTURAL, ROADWAY SY 227 $ 126.86 $ 28,797.22
88 526-1-2 PAVERS, ARCHITECTURAL, SIDEWALK SY 48 193.17 $ 9,272.16
89 527-2 DETECTABLE WARNING SURFACE SF 591 26.84 15,862.44
90 530-3-3 RIPRAP - RUBBLE, BANK AND SHORE TN 30.5 $ 205.82 $ 6,277.51
91 536-1-0 GUARDRAIL - ROADWAY, GENERAL TL-2 LF 277 $ 75.00 $ 20,775.00
92 536-7-2 GUARDRAIL- SPECIAL POST (SPECIAL STEEL POST PER CONC.
STRUCT MOUNT) EA 36 $ 459.00 $ 16,524.00
93 536-73 GUARDRAIL REMOVAL IF 1684 $ 2.24 $ 3,772.16
94 536-85-24 GUARDRAIL END TREATMENT - PARALLEL APPROACH TERMINAL EA 2 $ 3,048.00 $ 6,096.00
95 536-85-25 GUARDRAIL END TREATMENT - TRAILING ANCHORAGE TYPE II EA 2 $ 1,175.00 $ 2,350.00
96 536-85-26 GUARDRAIL END TREATMENT - TYPE CRT EA 1 $ 1,175.00 $ 1,175.00
97 544-75-1 CRASH CUSHION EA 1 $ 20,132.00 $ 20,132.00
98 550-60237 FENCE GATE, TYPE 8, SLIDING/CANTILEVER, GREATER THAN 30'
OPENNING EA 2 $ 22,369.00 $ 44,738.00
99 570-1-2 PERFORMANCE TURF, SOD SY 3014 $ 2.42 $ 7,293.88
100 580-2-20 LANDSCAPE- RESET EXISTING TREE IN PLACE WITH STAKING
AND GUYING EA 5 $ 1,119.00 $ 5,595.00
101 630-2-12 CONDUIT LF 105 $ 28.00 $ 2,940.00
102 635-2-11 PULL & SPLICE BOX, F&I, 13" X 24" COVER SIZE EA 1 $ 418.00 418.00
103 635-2-12 PULL & SPLICE BOX, F&I, 24' X 36" COVER SIZE EA 6 $ 800.00 $ 4,800.00
104 695-1-1 TMS VEHICLE AXLE SENSOR, NON-WEIGHT, F&I EA 2 $ 2,048.00 $ 4,096.00
105 695-6-12 TMS INDUCTIVE LOOP ASSEMBLY EA 2 $ 1,962.00 $ 3,924.00
106 695-7-132 TMS CABINET, FURNISH & INSTALL, TYPE 3, PEDESTAL MOUNT EA 6,739.00 $ 6,739.00
107 700-1-11 SINGLE POST SIGN, F&I GROUND MOUNT, UP TO 12 SF AS 72 $ 286.00 $ 20,592.00
108 700.1-12 SINGLE POST SIGN, F&I GROUND MOUNT, 12 SF TO 20 SF AS 13 $ 615.00 $ 7,995.00
109 700-1-21 SINGLE POST SIGN, F&I BARRIER MOUNT INDEX 11871 UP TO 12
SF AS 21 $ 319.00 $ 6,699.00
110 700-1.50 SINGLE POST SIGN RELOCATE AS 47 $ 285.00 $ 13,395.00
111 700-1-60 SINGLE POST SIGN REMOVE AS 125 $ 56.00 $ 7,000.00
112 700-3-101 SIGN PANEL, FURNISH & INSTALL GROUND MOUNT, UP TO 12 SF EA 1 $ 168.00 $ 168.00
113 700-3501 SIGN PANEL, RELOCATE, UP TO 12 SF EA
_..4
3 $ 84.00 $ 252.00
114 700-3601 SIGN PANEL REMOVE, UP TO 12 SF EA 7 $ 28.00 $ 196.00
115 706-3 RETRO-REFLECTIVE PAVEMENT MARKERS EA 518 $ 5.59 $ 2,895.62
116 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1 $ 18,483.00 $ 18,483.00
117 PAINTED PAVT. MARKINGS, WHITE, SOLID, 6" GM 2.371 2,107.00 $ 4,995.70
118 PAINTED PAVT. MARKINGS, WHITE, SOLID,8" GM 0.324 $ 2,625.00 $ 850.50
88 526.1-2 PAVERS, ARCHITECTURAL, SIDEWALK SY 48 193.17 $ 9,272.16
89 527-2 DETECTABLE WARNING SURFACE SF 591 26.84 15,862.44
90 530-3-3 RIPRAP - RUBBLE, BANK AND SHORE TN 30.5 $ 205.82 $ 6,277.51
91 536-1-0 GUARDRAIL - ROADWAY, GENERAL TL-2 LF 277 $ 75.00 $ 20,775.00
92 536-7-2 GUARDRAIL- SPECIAL POST (SPECIAL STEEL POST PER CONC.
STRUCT MOUNT) EA 36 $ 459.00 $ 16,524.00
93 536-73 GUARDRAIL REMOVAL LF 1684 $ 2.24 $ 3,772.16
94 536-85-24 GUARDRAIL END TREATMENT - PARALLEL APPROACH TERMINAL EA 2 $ 3,048.00 $ 6,096.00
95 536-85-25 GUARDRAIL END TREATMENT - TRAILING ANCHORAGE TYPE II EA 2 $ 1,175.00 $ 2,350.00
96 536-85-26 GUARDRAIL END TREATMENT - TYPE CRT EA 1 $ 1,175.00 $ 1,175.00
97 544-75-1 CRASH CUSHION EA 1 $ 20,132.00 $ 20,132.00
98 550-60237 EA FENCE GATE, TYPE B, SLIDING/CANTILEVER, GREATER THAN 30'
OPENNING 2 $ 22,369.00 $ 44,738.00
99 570-1-2 PERFORMANCE TURF, SOD SY 3014 $ 2.42 $ 7,293.88
100 580-2-20 LANDSCAPE- RESET EXISTING TREE IN PLACE WITH STAKING
AND GUYING EA 5 $ 1,119.00 $ 5,595.00
101 630-2-12 CONDUIT LF 105 28.00 $ 2,940.00
102 635-2-11 PULL & SPLICE BOX, F&I, 13" X 24" COVER SIZE EA 1 $ 418.00 418,00
103 635-2-12 PULL & SPLICE BOX, F&I, 24" X 36" COVER SIZE EA 6 $ 800.00 $ 4,800.00
104 695-1-1 TMS VEHICLE AXLE SENSOR, NON-WEIGHT, F&I EA 2 $ 2,048.00 $ 4,096.00
105 695-6-12 TMS INDUCTIVE LOOP ASSEMBLY EA 2 $ 1,962.00 $ 3,924.00
106 695-7-132 TMS CABINET, FURNISH & INSTALL, TYPE 3, PEDESTAL MOUNT EA 1 6,739.00 $ 6,739.00
107 700-1-11 SINGLE POST SIGN, F&I GROUND MOUNT, UP TO 12 SF AS 72 $ 286.00 $ 20,592.00
108 700.1-12 SINGLE POST SIGN, F&I GROUND MOUNT, 12 SF TO 20 SF AS 13 $ 615.00 $ 7,995.00
109 700-1-21 SINGLE POST SIGN, F&I BARRIER MOUNT INDEX 11871 UP TO 12
SF AS 21 $ 319.00 $ 6,699.00
110 700-1.50 SINGLE POST SIGN RELOCATE AS 47 $ 285.00 $ 13,395.00
111 700-1-60 SINGLE POST SIGN REMOVE AS 125 $ 56.00 $ 7,000.00
112 700-3-101 SIGN PANEL, FURNISH & INSTALL GROUND MOUNT, UP TO 12 SF EA 1 $ 168.00 $ 168.00
113 700-3501 SIGN PANEL, RELOCATE, UP TO 12 SF EA 3 $ 84.00 $ 252.00
114 700-3601 SIGN PANEL REMOVE, UP TO 12 SF EA 7 $ 28.00 $ 196.00
115 706-3 RETRO-REFLECTIVE PAVEMENT MARKERS EA 518 $ 5.59 $ 2,895.62
116 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1 $ 18,483.00 $ 18,483.00
117 PAINTED PAVT. MARKINGS, WHITE, SOLID, 6" GM 2.371 2,107.00 $ 4,995.70
118 PAINTED PAVT. MARKINGS, WHITE, SOLID,8" GM 0.324 $ 2,625.00 $ 850.50
119 PAINTED PAVT. MARKINGS, WHITE, SOLID, 18" LF 694 $ 1.17 $ 811.98
120 PAINTED PAVT. MARKINGS, WHITE, SOLID, 24" LF 1461 $ 1.57 $ 2,293.77
121 PAINTED PAVT. MARKINGS, WHITE, MESSAGE OR SYMBOL EA 26 $ 67.11 $ 1,744.86
122 PAINTED PAVT. MARKINGS, WHITE, ARROW EA 27 $ 33.55 $ 905.85
123 PAINTED PAVT. MARKINGS, WHITE, SKIP, 6" (10/30) GM 0.758 2,072.00 $ 1,570.58
124 PAINTED PAVT. MARKINGS, WHITE, SKIP, 6" (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED EXTENSION GM - 0.229 $ 2,076.00 $ 475.40
125 PAINTED PAVT. MARKINGS, WHITE, SOLID, 12" FOR CROSSWALK LF 1502 $ 0.78 $ 1,171.56
126 PAINTED PAVT. MARKINGS, YELLOW, SOLID 6" GM 0.717 2,076.00 $ 1,488.49
127 PAINTED PAVT. MARKINGS, YELLOW, SOLID 8' GM 0.18 $ 2,658.00 $ 478.44
128 PAINTED PAVT. MARKINGS, YELLOW, SOLID, 18" LF 897 1.17 $ 1,049.49
129 ' PAINTED PAVT. MARKINGS, YELLOW, ISLAND NOSE SF
,
1094 0.67 $ 732.98
1
130 710-11-160 PAINTED PAVT. MARKINGS EA 10 $ 67.11 $ 671.10
131 711-11-124 THERMOPLASTIC, STD., WHITE, SOLID, 18" LF 694 $ 2.68 $ 1,859.92
132 711-11-125 THERMOPLASTIC, STD., WHITE, SOLID, 24" FOR STOP LINE LF 295 $ 3.58 $ 1,056.10
133 711-11-141 THERMOPLASTIC, STD., WHITE, SKIP, 6' (2/4) DOTTED GUIDELINE/
6-10 DOTTED EXTENSION GM 0.229 $ 4745.00 1,086 61
134 711-11-160 THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL EA 26 134.21 3,489.46
135 711-11-170 THERMOPLASTIC, STANDARD, WHITE, ARROW EA 27 $ 61.51 $ 1,660.77
136 711-11-224 THERMOPLASTIC, STD., YELLOW, SOLID, 18" LF 897 $ 2.68 $ 2,403.96
137 711-14-123 THERMOPLASTIC, PREFORMED, WHITE, SOLID, 12" FOR
CROSSWALK LF 1502 $ 1142 20,156.84
138 711-14-125 THERMOPLASTIC, PREFORMED, WHITE, SOLID, 24" FOR
CROSSWALK LF 1166 $ 19.00 $ 22,154.00
139 711-14.160 THERMOPLASTIC, PREFORMED, WHITE, MESSAGE EA 16 $ 223.69 $ 3,579.04
140 711-16-101 THERMOPLASTIC, OTHER SURFACES, WHITE, SOLID, 6° GM 2.371 $ 5,313.00 12,597.12
141 711-16-102 THERMOPLASTIC, OTHER SURFACES, WHITE, SOLID, 8" GM 0.324 6,999.00 $ 2,267.68
142 711-16-131 THERMOPLASTIC, OTHER SURFACES, WHITE, SKIP, 6",10-30 SKIP GM 0.758 5,329.00 $ 4,039.38
143 711-16-201 THERMOPLASTIC, OTHER SURFACES, YELLOW, SOLID, 6' GM 0.717 $ 5,337.00 $ 3,826.63
144 711-16.202 THERMOPLASTIC, OTHER SURFACES, YELLOW, SOLID, 8" GM 0.18 $ 7,086.44 1,275.56
145 630-2-12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 6800 $ 28.00 $ 190,400.00
146 635-2-11 PULL & SPLICE BOX, F & I, DIRECTIONAL, 13" X 24° COVER SIZE EA 73 475.34 $ 34,699.82
147 641-2-12 PRESTRESSED CONCRETE POLE, F&I, TYPE P-II SERVICE POLE EA 1 $ 1,342.13 1,342.13
148 715-1-12 LIGHTING CONDUCTORS, F&I, INSULATED, NO.8 - 6 LF 28398 $ 1.40 $ 39,757.20
149 715-1-13 LIGHTING CONDUCTORS, FA INSULATED, NO 4 TO NG 2 LF 348 2.04 709.92
119 PAINTED PAVT. MARKINGS, WHITE, SOLID, 18" LF 694 $ 1.17 $ 811.98
120 PAINTED PAVT. MARKINGS, WHITE, SOLID, 24' LF 1461 $ 1.57 $ 2,293.77
121 PAINTED PAVT. MARKINGS, WHITE, MESSAGE OR SYMBOL EA 26 $ 67.11 $ 1,744.86
122 PAINTED PAVT. MARKINGS, WHITE, ARROW EA 27 $ 33.55 $ 905.85
123 PAINTED PAVT. MARKINGS, WHITE, SKIP, 6" (10/30) GM 0.758 2,072.00 $ 1,570.58
124 PAINTED PAVT. MARKINGS, WHITE, SKIP, 6' (2/4) DOTTED
GUIDELINE/ 6-10 DOTTED EXTENSION GM - 0.229 $ 2,076.00 $ 47540
125 PAINTED PAVT. MARKINGS, WHITE, SOLID, 12" FOR CROSSWALK LF 1502 $ 0.78 $ 1,171.56
126 PAINTED PAVT. MARKINGS, YELLOW, SOLID 6" GM 0.717 2,076.00 $ 1,488.49
127 PAINTED PAVT. MARKINGS, YELLOW, SOLID 8' GM 0.18 $ 2,658.00 $ 478.44
128 PAINTED PAVT. MARKINGS, YELLOW, SOLID, 18" LF 897 1.17 $ 1,049.49
129 ' PAINTED PAVT. MARKINGS, YELLOW, ISLAND NOSE SF 1094 0.67 $ 732.98
130 710-11-160 PAINTED PAVT. MARKINGS EA 10 $ 67.11 $ 671.10
131 711-11-124 THERMOPLASTIC, STD., WHITE, SOLID, 18" LF 694 $ 2.68 $ 1,859.92
132 711-11-125 THERMOPLASTIC, STO., WHITE, SOLID, 24" FOR STOP LINE LF 295 $ 3.58 $ 1,056.10
133 711-11-141 THERMOPLASTIC, STD., WHITE, SKIP, 6' (2/4) DOTTED GUIDELINE/
6-10 DOTTED EXTENSION GM 0.229 $ 4745.00 1,086 61
134 711-11-160 THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL EA 26 134.21 3,489.46
135 711-11-170 THERMOPLASTIC, STANDARD, WHITE, ARROW EA 27 $ 61.51 $ 1,660.77
136 711-11-224 THERMOPLASTIC, STD., YELLOW, SOLID, 18" LF 897 $ 2.68 $ 2,403.96
137 711-14-123 THERMOPLASTIC, PREFORMED, WHITE, SOLID, 12" FOR
CROSSWALK LF 1502 $ 13.42 20,156.84
138 711-14-125 THERMOPLASTIC, PREFORMED, WHITE, SOLID, 24" FOR
CROSSWALK LF 1166 $ 19.00 $ 22,154.00
139 711-14.160 THERMOPLASTIC, PREFORMED, WHITE, MESSAGE EA 16 $ 223.69 $ 3,579.04
140 711-16-101 THERMOPLASTIC, OTHER SURFACES, WHITE, SOLID, 6° GM 2.371 $ 5,313.00 12,597.12
141 711-16-102 THERMOPLASTIC, OTHER SURFACES, WHITE, SOLID, 8" GM 0.324 6,999.00 $ 2,267.68
142 711-16-131 THERMOPLASTIC, OTHER SURFACES, WHITE, SKIP, 6",10-30 SKIP GM 0.758 5,329.00 $ 4,039.38
143 711-16-201 THERMOPLASTIC, OTHER SURFACES, YELLOW, SOLID, 6' GM 0.717 $ 5,337.00 $ 3,826.63
144 711-16.202 THERMOPLASTIC, OTHER SURFACES, YELLOW, SOLID, 8" GM 0.18 $ 7,086.44 1,275.56
145 630-2-12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 6800 $ 28.00 $ 190,400.00
146 635-2-11 PULL & SPLICE BOX, F & I, DIRECTIONAL, 13" X 24° COVER SIZE EA 73 475.34 $ 34,699.82
147 641-2-12 PRESTRESSED CONCRETE POLE, F&I, TYPE P-II SERVICE POLE EA 1 $ 1,342.13 1,342.13
148 715-1-12 LIGHTING CONDUCTORS, F&I, INSULATED, NO.8 - 6 LF 28398 $ 1.40 $ 39,757.20
149 715-1-13 LIGHTING CONDUCTORS, FA INSULATED, NO 4 TO NG 2 LF 348 2.04 709.92
150 715-4-60 LIGHT POLE COMPLETE, RELOCATE EA 11 $ 2,841.00 $ 31,251.00
151 715-4-70 LIGHT POLE COMPLETE, REMOVE POLE AND FOUNDATION EA 15 $ 1,989.00 $ 29,835.00
152 715-7-11 LOAD CENTER, F&I, SECONDARY VOLTAGE EA 2 $ 15,815.00 $ 31,630.00
153 715.7-21 LOAD CENTER, REWORK SECONDARY VOLTAGE EA 1 $ 4,262.00 $ 4,262.00
154 715-7-41 LOAD CENTER, REMOVE, SECONDARY VOLTAGE EA 1 $ 1,343.00 1,343.00
155 715.500-1 POLE CABLE DISTRIBUTION SYSTEM, CONVENTIONAL EA 47 $ 1,854.00 87,138.00
156 715-511-130 LIGHT POLE COMPLETE- SPECIAL DESIGN, F&I, SINGLE ARM
SHOULDER MOUNT, ALUMINUM, 30' EA 47 $ 10,422.00 $ 489,834.00
157 630-2-12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 3288 $ 28.00 $ 92,064.00
158 632-7-1 SIGNAL CABLE - NEW OR RECONSTRUCTED INTERSECTION, F & I PI 3 $ 6,152.00 $ 18,456.00
159 632-7-6 SIGNAL CABLE - REMOVE - INTERSECTION PI 3 $ 560.00 $ 1,680.00
160 635-2-11 PULL & SPLICE BOX, FURNISH & INSTALL, 13" X 24" COVER SIZE EA 92 476.00 $ 43,792.00
161 639-1-122 ELECTRIC POWER SERVICE, F&I, UNDERGROUND, METER
PURCHASED BY CONTRACTOR AS 4 $ 4,810.00 $ 19,240.00
162 639-2-1 ELECTRIC SERVICE WIRE, F&I LF 905 7.61 $ 6,887.05
163 639-3-60 ELECTRIC SERVICE DISCONNECT, REMOVE EA 3 $ 951.00 $ 2,853.00
164 641-2-12 PRESTRESSED CONCRETE POLE, F&I, TYPE P-II SERVICE POLE EA 4 $ 1,958.00 $ 7,832.00
165 646-1-11 ALUMINUM SIGNAL POLES, PEDESTAL EA 18 1,231.00 $ 22,158.00
166 646-1-60 ALUMINUM SIGNALS POLE, REMOVAL EA 9 $ 56.00 $ 504.00
167 649.21-4 STEEL MAST ARM ASSEMBLY, F&I, DOUBLE ARM 40' - 30' EA 1 $ 35,567.00 $ 35,567.00
168 649-21-6 STEEL MAST ARM ASSEMBLY, F&I, SIGNLE ARM 50' EA 1 33,330.00 $ 33,330.00
169 649-21-7 STEEL MAST ARM ASSEMBLY, F&I, DOUBLE ARM 50' - 30' EA 1 $ 38,922.00 $ 38,922.00
170 649-21.10 STEEL MAST ARM ASSEMBLY, F&I, SINGLE ARM 60' EA 3 $ 35,902.00 $ 107,706.00
171 649-26-3 STEEL MAST ARM ASSEMBLY, REMOVE, SHALLOW FOUNDATION-
BOLT ON ATTACHMENT EA 5 $ 3,132.00 $ 15,660.00
172 650.1-14 TRAFFIC SIGNAL, F & I, ALUMINUM, 3 SECT., 1 WAY AS 18 $ 1,063.00 $ 19,134.00
173 653-1-11 PEDESTRIAN SIGNAL, F & I, LED COUNTDOWN, 1-WAY AS 16 951.00 $ 15,216.00
174 653-1-12 PEDESTRIAN SIGNAL FURNISH & INSTALL LED COUNTDOWN, 2
WAY AS 2 $ 1,566.00 $ 3,132.00
175 653-1-60 PEDESTRIAN SIGNAL REMOVE PED SIGNAL - POLE/PEDESTAL TO
REMAIN AS 1 67.11 $ 67.11
176 660-4-11 VEHICLE DETECTION SYSTEM - VIDEO, F&I CABINET EQUIPMENT EA 3 $ 9,787.00 $ 29,361.00
177 660-4-12 VEHICLE DETECTION SYSTEM - VIDEO, F&I ABOVE GROUND EA 8 $ 4,642.00 $ 37,136.00
178 665-1-11 PEDESTRIAN DETECTOR, F & I EA 20 $ 280.00 $ 5,600.00
179 665-1-60 PEDESTRIAN DETECTOR REMOVE - POLE/PEDESTAL TO REMAIN EA 1 $ 56.00 $ 56.00
180 670-5-140 TRAFFIC CONTROLLER ASSEMBLY, F&I, MODEL 2070 AS 3 28,520.00 $ 85,560.00
150 715-4-60 LIGHT POLE COMPLETE, RELOCATE EA 11 $ 2,841.00 $ 31,251.00
151 715-4-70 LIGHT POLE COMPLETE, REMOVE POLE AND FOUNDATION EA 15 $ 1,989.00 $ 29,835.00
152 715-7-11 LOAD CENTER, F&I, SECONDARY VOLTAGE EA 2 $ 15,815.00 $ 31,630.00
153 715.7-21 LOAD CENTER, REWORK, SECONDARY VOLTAGE EA 1 $ 4,262.00 $ 4,262.00
154 715-7-41 LOAD CENTER, REMOVE, SECONDARY VOLTAGE EA 1 $ 1,343.00 1,343.00
155 715.500-1 POLE CABLE DISTRIBUTION SYSTEM, CONVENTIONAL EA 47 $ 1,854.00 87,138.00
156 715-511-130 LIGHT POLE COMPLETE- SPECIAL DESIGN, FR SINGLE ARM
SHOULDER MOUNT, ALUMINUM, 30' EA 47 $ 10422.00 $ 489,834.00
157 630-2-12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 3288 $ 28.00 $ 92,064.00
158 632-7-1
1
SIGNAL CABLE - NEW OR RECONSTRUCTED INTERSECTION, F & I PI 3 $ 6,152.00 $ 18,456.00
159 632-7-6 SIGNAL CABLE - REMOVE - INTERSECTION PI 3 $ 560.00 $ 1,680.00
160 635-2-11 PULL & SPLICE BOX, FURNISH & INSTALL, 13" X 24" COVER SIZE EA 92 476.00 $ 43,792.00
161 6394-122 ELECTRIC POWER SERVICE, F&I, UNDERGROUND, METER
PURCHASED BY CONTRACTOR AS 4 $ 4,810.00 $ 19,240.00
162 639-2-1 ELECTRIC SERVICE WIRE, F&I LF 905 7.61 $ 6,887.05
163 639-3-60 ELECTRIC SERVICE DISCONNECT, REMOVE EA 3 $ 951.00 $ 2,853.00
164 641-2-12 PRESTRESSED CONCRETE POLE, F&I, TYPE P-II SERVICE POLE EA 4 $ 1,958.00 $ 7,832.00
165 646-1-11 ALUMINUM SIGNAL POLES, PEDESTAL EA 18 1,231.00 22,158.00
166 646-1-60 ALUMINUM SIGNALS POLE, REMOVAL EA 9 $ 56.00 $ 504.00
167 649.21-4 STEEL MAST ARM ASSEMBLY, F&I, DOUBLE ARM 40' - 30' EA 1 $ 35,567.00 $ 35,567.00
168 649-21-6 STEEL MAST ARM ASSEMBLY, F&I, SIGNLE ARM 50' EA 1 33,330.00 $ 33,330.00
169 649-21-7 STEEL MAST ARM ASSEMBLY, F&I, DOUBLE ARM 50' - 30' EA 1 $ 38,922.00 $ 38,922.00
170 649-21.10 STEEL MAST ARM ASSEMBLY, F&I, SINGLE ARM 60' EA 3 $ 35,902.00 $ 107,706.00
171 649-26-3 STEEL MAST ARM ASSEMBLY, REMOVE, SHALLOW FOUNDATION-
BOLT ON ATTACHMENT EA 5 $ 3,132.00 $ 15,660.00
172 6501-14 TRAFFIC SIGNAL F & I, ALUMINUM, 3 SECT., 1 WAY AS 18 1,063.00 $ 19,134.00
173 653-1-11 PEDESTRIAN SIGNAL, F & I, LED COUNTDOWN, 1-WAY AS 16 951.00 $ 15,216.00
174 653-1-12 PEDESTRIAN SIGNAL FURNISH & INSTALL LED COUNTDOWN, 2
WAY AS 2 $ 1,566.00 $ 3,132.00
175 653-1-60 PEDESTRIAN SIGNAL REMOVE PED SIGNAL - POLE/PEDESTAL TO
REMAIN AS 1 67.11 $ 67.11
176 660-4-11 VEHICLE DETECTION SYSTEM - VIDEO, F&I CABINET EQUIPMENT EA 3 $ 9,787.00 $ 29,361.00
177 660-4-12 VEHICLE DETECTION SYSTEM - VIDEO, F&I ABOVE GROUND EA 8 $ 4,642.00 $ 37,136.00
178 665-1-11 PEDESTRIAN DETECTOR, F & I EA 20 $ 280.00 $ 5,600.00
179 665-1-60 PEDESTRIAN DETECTOR REMOVE - POLE/PEDESTAL TO REMAIN EA 1 $ 56.00 $ 56.00
180 670-5-140 TRAFFIC CONTROLLER ASSEMBLY, F&I, MODEL 2070 AS 3 28,520.00 $ 85,560.00
181 670-5-400 TRAFFIC CONTROLLER ASSEMBLY MODIFY AS 1 $ 2,796.00 5 2,796.00
182 670-5-600 TRAFFIC CONTROLLER ASSEMBLY REMOVE CONTROLLER WITH
CABINET AS 3 $ 559.00 $ 1,677.00
183 700-3-201 SIGN PANEL. F&I, OVERHEAD MOUNT, UP TO 12 SF EA 8 $ 559.00 S 4,472.00
184 700-3.205 SIGN PANEL FURNISH & INSTALL OVERHEAD MOUNT, 51-100 SF EA 1 $ 4,116.00 $ 4,116.00
185 700-3-601 SIGN PANEL, REMOVE, UP TO 12 SF EA 1 $ 67.00 $ 67.00
186 700-4-112 OVERHEAD STATIC SEIGN STRUCTURE, FURNISH & INSTALL,
CANTILEVER, 21 - 30 FT EA 1 $ 82,206.00 $ 82,206.00
187 700-5-21 INTERNALLY ILLUMINATED SIGN, F&I, OVERHEAD MOUNT, UP TO
12 SF EA 8 $ 3,915.00 $ 31,320.00
188 700-12-32 SIGN BEACON, F&I OVERHEAD MOUNT, TWO BEACONS AS 3 $ 727.00 $ 2,181.00
SUBTOTAL BASE BID OPTION A (ITEMS 1-188) $ 11,651,850.00
189 Owner's Contingency LS 1 $1,500,000.00 $1,500,000.00
190 City Indemnification EA 1 $25.00 $25.00
SUBTOTAL CONTINGENCY AND INDEMNIFICATION OPTION A (ITEMS 189-190) $1,500,025.00
GRAND TOTAL OPTION A (ITEMS 1-190) $13,151,875.00
Bidder
'Initials:
AC1, ICNC 1-LN%C_-Inan Lansi-ruc+ior- (-(or
191 425-2-41
ALTERNATE ITEMS FOR SIDE STREETS
OPTION A
DRAINAGE
EA 3 $ 4,810.00 $ 14,430.00 MANHOLES, P-7, <10'
192 425-2-42 MANHOLES, P-7,>10' EA 1 $ 8,477.00 $ 8,477.00
193 430-175-115 PIPE CULV, OPT MATL, ROUND, 15" S/CD LF 4 $ 881.25 $ 3,525.00
194 430-175-118 PIPE CULV, OPT MAIL, ROUND, 18" S/CD LF 49 $ 604.00 $ 29,596.00
195 430-175-124 PIPE CULV, OPT MATL, ROUND, 24" S/CD LF 1824 $ 96.00 $ 175,104.00
196 431-1-1 PIPE LINER, OPTIONAL MATERIAL, 0-24" LF 1158 $ 140.00 $ 162,120.00
197 431-1-2 PIPE LINER, OPTIONAL MATERIAL, 25"-36"
SUBTOTAL ALTERNATE
LF
SIDE STREETS
249
OPTION
$ 168.00
A (ITEM 191-197)
$ 41,832.00
$ 435,084.00
Bidder InitialsL„
C.c.)ns-trucA-iOn HO' idai
181 670-5-400 TRAFFIC CONTROLLER ASSEMBLY MODIFY AS 1 $ 2,796.00 $ 2,796.00
182 670-5-600 TRAFFIC CONTROLLER ASSEMBLY REMOVE CONTROLLER WITH
CABINET AS 3 $ 559.00 $ 1,677.00
183 700-3-201 SIGN PANEL. F&I, OVERHEAD MOUNT, UP TO 12 SF EA 8 $ 559.00 S 4,472.00
184 700-3-205 SIGN PANEL FURNISH & INSTALL OVERHEAD MOUNT, 51-100 SF EA 1 $ 4,116.00 S 4,116.00
185 700-3-601 SIGN PANEL, REMOVE, UP TO 12 SF EA 1 S 67.00 $ 67.00
186 700-4-112 OVERHEAD STATIC SEIGN STRUCTURE, FURNISH & INSTALL,
CANTILEVER, 21 - 30 FT EA 1 $ 82,206.00 $ 82,206.00
187 700-5-21 INTERNALLY ILLUMINATED SIGN, F&I, OVERHEAD MOUNT, UP TO
12 SF EA 8 $ 3,915.00 $ 31,320.00
188
189
700-12-32 SIGN BEACON, F&I OVERHEAD MOUNT, TWO BEACONS
Owners Contingency
SUBTOTAL
AS
LS
BASE
3
BID OPTION
1
$ 727.00
A (ITEMS 1-188)
$1,500,000.00
$ 2,181.00
$ 11,651,850.00
$1,500,000.00
190 City Indemnification
SUBTOTAL CONTINGENCY AND INDEMNIFICATION
EA
GRAND TOTAL
1
OPTION
OPTION
$25.00
A (ITEMS 189-190)
A (ITEMS 1-190)
$25.00
$1,500,025.00
$13,151,875.00
Bidder: Initials: (2.27
4.4, % C., nan LonSfruc+i Dim I- or
191 425-2-41
ALTERNATE ITEMS FOR SIDE STREETS
OPTION A
DRAINAGE
EA 3 $ 4,810.00 S 14,430.00 MANHOLES, P-7, <10'
192 425-2-42 MANHOLES, P-7,>10' EA 1 $ 8,477.00 $ 8,477.00
193 430-175-115 PIPE CULV, OPT MAIL, ROUND, 15" S/CD LF 4 $ 881.25 $ 3,525.00
194 430-175-118 PIPE CULV, OPT MATL, ROUND, 18" S/CD LF 49 $ 604.00 $ 29,596.00
195 430-175.124 PIPE CULV, OPT MATL, ROUND, 24" S/CD LF 1824 $ 96.00 $ 175,104.00
196 431-1-1 PIPE LINER, OPTIONAL MATERIAL, 0-24" LF 1158 $ 140.00 $ 162,120.00
197 431-1-2 PIPE LINER, OPTIONAL MATERIAL, 25"-36"
SUBTOTAL ALTERNATE
LF
SIDE STREETS
249
OPTION
$ 168.00
A (ITEM 191-197)
$ 41,832.00
$ 435,084.00
Bidder: !Initials.
R M On ConS-trucHi r Flor ida,
PROJECT TITLE: ITB NO. 2018-054-ZD
INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 35TH STREET
OPTION B
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 ITS 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,
NorItem Item Description Unit Quantity Unit Cost Extended Cost
1 101-1 MOBILIZATION LS 1 $ 487,797.20 $ 487,797.20
2 102-1 MAINTENANCE OF TRAFFIC (319 DA) LS 1 $ 86,184.00 $ 86,184.00
3 102-14 TRAFFIC CONTROL OFFICER MH 6180 $ 1.12 $ 6,921.60
4 102.60 WORK ZONE SIGNS ED 73525 $ 0.21 $ 15,440.25
5 102-71-15 TEMPORARY BARRIER, F&I, ANCHORED LF 96 $ 27.95 $ 2,683.20
6 102-71-16 TEMPORARY BARRIER, F&I, FREE STANDING LF 1876 $ 19.00 $ 35,644.00
7 102-71.25 TEMPORARY BARRIER, RELOCATE, ANCHORED LF 48 $ 12.30 $ 590.40
8 102-71-26 TEMPORARY BARRIER, RELOCATE, FREE STANDING LF 2835 $ 7.82 $ 22,169.70
9 102-74-1 CHANNELIZING DEVICE - TYPE I, II, DI, VP & DRUM ED 72210 0.13 $ 9,387.30
10 102-74-2 CHANNELIZING DEVICE - TYPE III - 6' ED 10700 $ 0.27 $ 2,889.00
11 102-74-7 CHANNELIZING DEVICE- PEDESTRIAN LCD (LONGITUDINAL
CHANNELIZING DEVICE) LF 336 5.59 $ 1,878.24
12 102-76 ARROW BOARD / ADVANCED WARNING ARROW PANEL ED 530 $ 5.59 $ 2,962.70
13 102-78 TEMPORARY RETROREFLECTIVE PAVEMENT MARKER EA 50 $ 5.59 $ 279.50
14 102-89-1 TEMPORARY CRASH CUSHION, REDIRECTIVE OPTION LO 4 $ 950.14 $ 3,800.56
15 102-99 PORTABLE CHANGEABLE MESSAGE SIGN • TEMPORARY ED 945 12.30 $ 11,623.50
16 102-104 TEMPORARY SIGNALIZATION AND MAINTENANCE OF
INTERSECTION ED 638 $ 7.82 $ 4,989.16
17 102-107-1 TEMPORARY TRAFFIC DETECTION AND MAINTENANCE OF
INTERSECTION ED 638 $ 7.82 $ 4,989.16
18 102-911-2 REMOVABLE TAPE PAVEMENT MARKINGS - WHITE OR BLACK,
SOLID LF 1340 5.03 $ 6,740.20
19 102-911-3 REMOVABLE TAPE PAVEMENT MARKINGS - WHITE OR BLACK,
OTHER SF 128 $ 10.06 $ 1,287.68
20 102-912-2 REMOVABLE TAPE PAVEMENT MARKINGS - YELLOW, SOLID LF 8512 5.03 $ 42,815.36
21 104-10-3 SEDIMENT BARRIER LF 1807 $ 2.28 $ 4,119.96
22 104-11 FLOATING TURBIDITY BARRIER LF 121 $ 21.92 $ 2,652.32
23 104-18 INLET PROTECTION SYSTEM EA 55 182.29 $ 10,025.95
24 107-1 LITTER REMOVAL AC 20 45 299.28 $ 6,120.28
25 107-2 MOWING AC 3.27 1,251.51 $ 4,092.44
PROJECT TITLE: ITB NO. 2018-054-ZD
INDIAN CREEK (SR A1A) - PHASE III IMPROVEMENTS FROM 25TH TO 35TH STREET
OPTION B
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 ITS 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,
NorItem Item Description Unit Quantity Unit Cost Extended Cod
1 101-1 MOBILIZATION LS 1 $ 487,797.20 $ 487,797.20
2 102-1 MAINTENANCE OF TRAFFIC (319 DA) LS 1 $ 86,184.00 $ 86,184.00
3 102-14 TRAFFIC CONTROL OFFICER MH 6180 $ 1.12 $ 6,921.60
4 102-60 WORK ZONE SIGNS ED 73525 $ 0.21 $ 15,440.25
5 102-71-15 TEMPORARY BARRIER, F&I, ANCHORED LF 96 $ 27.95 $ 2,683.20
6 102-71-16 TEMPORARY BARRIER, F&I, FREE STANDING LF 1876 $ 19.00 $ 35,644.00
7 102-71-25 TEMPORARY BARRIER, RELOCATE, ANCHORED LF 48 $ 12.30 $ 590.40
8 102-71-26 TEMPORARY BARRIER, RELOCATE, FREE STANDING LF 2835 $ 7.82 $ 22,169.70
9 102-74-1 CHANNELIZING DEVICE - TYPE I, II, DI, VP & DRUM ED 72210 0.13 $ 9,387.30
10 102-74-2 CHANNELIZING DEVICE - TYPE III - 6' ED 10700 $ 0.27 $ 2,889.00
11 102-74-7 CHANNELIZING DEVICE- PEDESTRIAN LCD (LONGITUDINAL
CHANNELIZING DEVICE) LF 336 5.59 $ 1,878.24
12 102-76 ARROW BOARD / ADVANCED WARNING ARROW PANEL ED 530 $ 5.59 $ 2,962.70
13 102-78 TEMPORARY RETROREFLECTIVE PAVEMENT MARKER EA 50 $ 5.59 $ 279.50
14 102-89-1 TEMPORARY CRASH CUSHION, REDIRECTIVE OPTION LO 4 $ 950.14 $ 3,800.56
15 102-99 PORTABLE CHANGEABLE MESSAGE SIGN - TEMPORARY ED 945 12.30 $ 11,623.50
16 102-104 TEMPORARY SIGNALIZATION AND MAINTENANCE OF
INTERSECTION ED 638 $ 7.82 $ 4,989.16
17 102-107-1 TEMPORARY TRAFFIC DETECTION AND MAINTENANCE OF
INTERSECTION ED 638 $ 7.82 $ 4,989.16
18 102-911-2 REMOVABLE TAPE PAVEMENT MARKINGS - WHITE OR BLACK,
SOLID LF 1340 5.03 $ 6,740.20
19 102-911-3 REMOVABLE TAPE PAVEMENT MARKINGS - WHITE OR BLACK,
OTHER SF 128 $ 10.06 $ 1,287.68
20 102-912-2 REMOVABLE TAPE PAVEMENT MARKINGS - YELLOW, SOLID LF 8512 5.03 $ 42,815.36
21 104-10-3 SEDIMENT BARRIER LF 1807 $ 2.28 $ 4,119.96
22 104-11 FLOATING TURBIDITY BARRIER LF 121 $ 21.92 $ 2,652.32
23 104-18 INLET PROTECTION SYSTEM EA 55 182.29 $ 10,025.95
24 107-1 LITTER REMOVAL AC 20 45 299.28 $ 6,120.28
25 107-2 MOWING AC 3.27 1,251.51 $ 4,092.44
26 106-1 MONITOR EXISTING STRUCTURES - INSPECTION AND
SETTLEMENT MONITORING LS 1 $ 39,12155 $ 39,12155
27 108-2 MONITOR EXISTING STRUCTURES • VIBRATION MONITORING LS 1 $ 149,599.00 149,599.00
28 108-3 MONITOR EXISTING STRUCTURES - GROUNDWATER MONITORING LS 1 $ 44,714.00 44,714.00
29 110-1-1 CLEARING AND GRUBBING AC 2.23 1,486.00 3,313.78
30 110410 REMOVAL OF EXISTING CONCRETE SY 4871 $ 19.43 94,643.53
31 120-1 EXCAVATION CY 417.9 $ 34.03 14,221.14
32 120-6 EMBANKMENT CY 9114.3 $ 23.29 $ 212,272.05
33 160-4 TYPE B STABILIZATION SY 11391 $ 9.10 $ 103,658.10
34 162-1-11 PREPARED SOIL LAYER SY 1501 $ 16.94 $ 25,426.94
35 285-701 OPTIONAL BASE GROUP 01 (B-12.5 ONLY) SY 1494 5 40.24 60,118.56
36 285-711 OPTIONAL BASE GROUP 11 (B•12.5 ONLY) SY 8875 $ 53.66 476,232.50
37 285-711 OPTIONAL BASE GROUP 11 LIMEROCK ONLY) SY 8875 $ 17.68 $ 156,910.00
38 327-70-1 MILLING EXISTING ASPHALT PAVEMENT (1" AVG. DEPTH) SY 4561 5 2.47 $ 11,265.67
39 327-70-4 MILLING EXISTING ASPHALT PAVEMENT (r AVG. DEPTH) SY 7006 $ 3.91 $ 27,393.46
40 334-1-13 SUPERPAVE ASPHALTIC CONC, TRAFFIC C TN 3320.25 139.73 $ 463,938.53
41 337-7-83 ASPH CONC FC, TRAF C, FC-12.5, PG 76-22 TN 1549.8 $ 167.68 $ 259,870.46
42 339-1 MISCELLANEOUS ASPHALT PAVEMENT TN 11.3 $ 178.85 $ 2,021.01
43 400-0-11 CONCRETE CLASS NS, GRAVITY WALL (FOR GRAVITY WALL 2'
HEIGHT AVG.) CY 61 $ 195.62 $ 11,932.82
44 400-0.13 CONCRETE CLASS NS, STEPS CY 23.3 251.51 $ 5,860.18
45 400-4-8 CONC CLASS IV, BULKHEAD CY 7 $ 251.51 $ 1,760.57
46 415-1-6 REINFORCING STEEL- MISCELLANEOUS LB 1156 $ 0.90 $ 1,040.40
47 415.1-8 REINFORCING STEEL- BULKHEAD LB 720 $ 0.90 $ 648.00
48 425-1201 INLETS, CURB, TYPE 9, <10' EA 1 3,494.00 $ 3,494.00
49 425-1311 INLETS, CURB, TYPE P-1, <10' EA 2 $ 3,494.00 $ 6,988.00
50 425-1321 INLETS, CURB, TYPE P-2, <10' EA 5 $ 3,916.00 $ 19,580.00
51 425-1351 INLETS, CURB, TYPE P-5, <10' EA 10 $ 4,676.00 $ 46,760.00
52 425-1355 INLETS, CURB, TYPE P-5, PARTIAL EA 1 $ 3,824.00 $ 3,824.00
53 425-1361 INLETS, CURB, TYPE P-6, <10' EA 6 $ 4,904.00 $ 29,424.00
54 425.1521 INLETS, DITCH BOTTOM, TYPE C, <10' EA 3 $ 2,824.00 $ 8,472.00
55 425-1529 INLETS, DITCH BOTTOM TYPE C MODIFIED <10' (DRIVEWAY INLET
SINGLE AND DOUBLE GRATE) EA 3 $ 3,593.00 $ 10,779.00
26 108-1 MONITOR EXISTING STRUCTURES - INSPECTION AND
SETTLEMENT MONITORING LS 1 $ 39,123.55 39,123.55
27 108-2 MONITOR EXISTING STRUCTURES - VIBRATION MONITORING LS 1 $ 149,599.00 149,599.00
28 108-3 MONITOR EXISTING STRUCTURES - GROUNDWATER MONITORING LS 1 $ 44,714.00 $ 44,714.00
29 110-1-1 CLEARING AND GRUBBING AC 2.23 1,486.00 3,313.78
30 110-4-10 REMOVAL OF EXISTING CONCRETE SY 4871 $ 19.43 94,643.53
31 120-1 EXCAVATION CY 417.9 $ 34.03 $ 14,221.14
32 120-6 EMBANKMENT CY 9114.3 $ 23.29 $ 212,272.05
33 160-4 TYPE B STABILIZATION SY 11391 $ 9.10 $ 103,658.10
34 162-1-11 PREPARED SOIL LAYER SY 1501 $ 16.94 $ 25,426.94
35 285-701 OPTIONAL BASE GROUP 01 (B-12.5 ONLY) SY 1494 5 40.24 60,118.56
36 285-711 OPTIONAL BASE GROUP 11 (B-12.5 ONLY) SY 8875 $ 53.66 476,232.50
37 285-711 OPTIONAL BASE GROUP 11 LIMEROCK ONLY) SY 8875 $ 17.68 $ 156,910.00
38 327-70-1 MILLING EXISTING ASPHALT PAVEMENT (1" AVG. DEPTH) SY 4561 $ 2.47 $ 11,265.67
39 327-70-4 MILLING EXISTING ASPHALT PAVEMENT (3" AVG. DEPTH) SY 7006 $ 3.91 $ 27,393.46
40 334-1-13 SUPERPAVE ASPHALTIC CONC, TRAFFIC C TN 3320.25 139.73 $ 463,938.53
41 337-7-83 ASPH CONC FC, TRAF C, FC-12.5, PG 76-22 TN 1549.8 $ 167.68 $ 259,870.46
42 339-1 MISCELLANEOUS ASPHALT PAVEMENT TN 11.3 $ 178.85 $ 2,021.01
43 400-0-11 CONCRETE CLASS NS, GRAVITY WALL (FOR GRAVITY WALL 2'
HEIGHT AVG.) CY 61 $ 195.62 $ 11,932.82
44 400-0.13 CONCRETE CLASS NS, STEPS CY 23.3 251.51 $ 5,860.18
45 400-4-8 CONC CLASS IV, BULKHEAD CY 7 $ 251.51 $ 1,760.57
46 415-1-6 REINFORCING STEEL- MISCELLANEOUS LB 1156
1
$ 0.90 $ 1,040.40
47 415.1-8 REINFORCING STEEL- BULKHEAD LB 720 $ 0.90 $ 648.00
48 425-1201 INLETS, CURB, TYPE 9, <10' EA 1 3,494.00 $ 3,494.00
49 425-1311 INLETS, CURB, TYPE P-1, <10' EA 2 $ 3,494.00 $ 6,988.00
50 425-1321 INLETS, CURB, TYPE P-2, <10' EA 5 $ 3,916.00 $ 19,580.00
51 425-1351 INLETS, CURB, TYPE P-5, <10' EA 10 $ 4,676.00 $ 46,760.00
52 425-1355 INLETS, CURB, TYPE P-5, PARTIAL EA 1 $ 3,824.00 $ 3,824.00
53 425-1361 INLETS, CURB, TYPE P-6, <10' EA 6 $ 4,904.00 $ 29,424.00
54 425.1521 INLETS, DITCH BOTTOM, TYPE C, <10' EA 3 $ 2,824.00 $ 8,472.00
55 425-1529 INLETS, DITCH BOTTOM TYPE C MODIFIED <10' (DRIVEWAY INLET
SINGLE AND DOUBLE GRATE) EA 3 $ 3,593.00 $ 10,779.00
56 425-2-41 MANHOLES, P-7, <10' EA 5 $ 3,795.00 $ 18,975.00
57 425-2-42 MANHOLES, P-7, >10' EA 1 $ 5,443.00 $ 5,443.00
58 425-2-71 MANHOLES, J-7, <10' EA 3 $ 5,104.00 15,312.00
59 425-2-72 MANHOLES, J-7, >10' EA 12 $ 5,157.00 $ 61,884.00
60 425-2-73 MANHOLES, J-7 PARTIAL (MH RISER), <10' ONLINE 72" PIPE RISER) EA 4 $ 3,413.00 $ 13,652.00
61 425-5 MANHOLES ADJUST EA 47 766.00 $ 36,002.00
62 425-5-1 MANHOLES, ADJUST, UTILITY EA 46 $ 766.00 $ 35,236.00
63 425-6 VALVE BOX ADJUST EA 150 $ 266.00 39,900.00
64 425-10 YARD DRAIN EA 43 $ 1,425.00 $ 61,275.00
65 430-175-112 PIPE CULV, OPT MATL, ROUND, 12" S/CD LF 1394 $ 47.00 $ 65,518.00
66 430-175.115 PIPE CULV, OPT MAIL, ROUND, 15" S/CD LF 32 $ 101.00 $ 3,232.00
67 430-175-118 PIPE CULV, OPT MATL, ROUND, 18" &CD LF 420 57.50 $ 24,150.00
68 430-175-124 PIPE CULV, OPT MATL, ROUND, 24" S/CD LF 772 $ 72.95 $ 56,317.40
69 430-175-130 PIPE CULV, OPT MATL, ROUND, 30" S/CD LF 103 $ 104.00 $ 10,712.00
70 430-175-172 PIPE CULV, OPT MATL, ROUND, 72* S/CD LF 480 545.40 $ 261,792.00
71 436-1-1 TRENCH DRAIN, STANDARD LF 416 188.72 $ 78,507.52
72 444-75-1 DEEP WELL - PLUGGING OF EXISTING WELLS EA 3 1,676.75 $ 5,030.25
73 448-73 PUMP STATION (DRAINAGE USE ONLY) LS 1 1,454,964.00 $ 1,454,964.00
74 455-34-2 PRESTRESSED CONCRETE PILING, 14" SQ. LF 280 $ 175.00 $ 49,000.00
75 515-1-2 PIPE HANDRAIL - GUIDERAIL, ALUMINUM LF 753 $ 121.00 $ 91,113.00
76 520-1-10 CURB AND GUTTER TYPE "F° LF 3986 30.29 $ 120,735.94
77 520-2-4 CURB AND GUTTER TYPED" LF 319 29.36 $ 9,365.84
78 520-3 CONCRETE VALLEY GUTTER LF 257 26.74 $ 6,872.18
79 521-72-4 SHLDR CONC. BARRIER WALL, RIGID-RETAINING LF 721 $ 87.89 $ 63,368.69
80 522-1 CONCRETE SIDEWALK AND DRIVEWAYS, 4" THICK SY 3094 $ 56.23 $ 173,975.62
81 522-2 CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK SY 1479 $ 76.81 $ 113,601.99
82 526-1-1 PAVERS, ARCHITECTURAL, ROADWAY SY 213 126.79 27,006.27
83 526-1-2 PAVERS, ARCHITECTURAL, SIDEWALK SY 24 $ 193.06 $ 4,633.44
84 527-2 DETECTABLE WARNING SURFACE SF 371 $ 26.83 $ 9,953.93
85 530-3-3 RIPRAP - RUBBLE, BANK AND SHORE TN 30.5 $ 205.71 $ 6,274.16
56 425-2-41 MANHOLES, P-7, <10' EA 5 $ 3,795.00 $ 18,975.00
57 425-2-42 MANHOLES, P-7, >10' EA 1 $ 5,443.00 $ 5,443.00
58 425-2-71 MANHOLES, J-7, <10' EA 3 $ 5,104.00 15,312.00
59 425-2-72 MANHOLES, J-7, >10' EA 12 $ 5,157.00 $ 61,884.00
60 425-2-73 MANHOLES, J-7 PARTIAL (MH RISER), <10' (INLINE 72" PIPE RISER) EA 4 $ 3,413.00 $ 13,652.00
61 425-5 MANHOLES ADJUST EA 47 766.00 $ 36,002.00
62 425-5-1 MANHOLES, ADJUST, UTILITY EA 46 $ 766.00 $ 35,236.00
63 425-6 VALVE BOX ADJUST EA 150 $ 266.00 39,900.00
64 425-10 YARD DRAIN EA 43 $ 1,425.00 $ 61,275.00
65 430-175-112 PIPE CULV, OPT MATL, ROUND, 12" S/CD LF 1394 $ 47.00 $ 65,518.00
66 430-175.115 PIPE CULV, OPT MAIL, ROUND, 15" S/CD LF 32 $ 101.00 $ 3,232.00
67 430-175-118 PIPE CULV, OPT MATL, ROUND, 18" S/CD LF 420 57.50 $ 24,150.00
68 430-175-124 PIPE CULV, OPT MATL, ROUND, 24" S/CD LF 772 $ 72.95 $ 56,317.40
69 430-175-130 PIPE CULV, OPT MATL, ROUND, 30" S/CD LF 103 $ 104.00 $ 10,712.00
70 430-175-172 PIPE CULV, OPT MATL, ROUND, 72" S/CD LF 480 545.40 $ 261,792.00
71 436-1-1 TRENCH DRAIN, STANDARD LF 416 188.72 $ 78,507.52
72 444-75-1 DEEP WELL - PLUGGING OF EXISTING WELLS EA 3 1,676.75 $ 5,030.25
73 448-73 PUMP STATION (DRAINAGE USE ONLY) LS 1 1,454,964.00 $ 1,454,964.00
74 455-34-2 PRESTRESSED CONCRETE PILING, 14" SQ. LF 280 $ 175.00 $ 49,000.00
75 515-1-2 PIPE HANDRAIL - GUIDERAIL, ALUMINUM LF 753 $ 121.00 $ 91,113.00
76 520-1-10 CURB AND GUTTER TYPE "F° LF 3986 30.29 $ 120,735.94
77 520-2-4 CURB AND GUTTER TYPE 'D° LF 319 $ 29.36 $ 9,365.84
78 520-3 CONCRETE VALLEY GUTTER LF 257 26.74 $ 6,872.18
79 521-72-4 SHLDR CONC. BARRIER WALL RIGID-RETAINING LF 721 $ 87.89 $ 63,368.69
80 522-1 CONCRETE SIDEWALK AND DRIVEWAYS, 4" THICK SY 3094 $ 56.23 $ 173,975.62
81 522-2 CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK SY 1479 $ 76.81 $ 113,601.99
82 526-1-1 PAVERS, ARCHITECTURAL, ROADWAY SY 213 126.79 $ 27,006.27
83 526-1-2 PAVERS, ARCHITECTURAL, SIDEWALK SY 24 $ 193.06 $ 4,633.44
84 527-2 DETECTABLE WARNING SURFACE SF 371 $ 26.83 $ 9,953.93
85 530-3-3 RIPRAP - RUBBLE, BANK AND SHORE TN 30.5 $ 205.71 $ 6,274.16
86 536-1-0 GUARDRAIL - ROADWAY, GENERAL TL-2 LF 418 $ 74.92 $ 31,316.56
87 536-7-2 GUARDRAIL- SPECIAL POST (SPECIAL STEEL POST PER CONC.
STRUCT MOUNT) EA 36 458.31 16,499.16
88 536-73 GUARDRAIL REMOVAL LF 1194 $ 2.24 $ 2,674.56
89 536-8-12 APPROACH TRANSITION CONNECTION TO RIGID BARRIER
FURNISH AND INSTALL, TL-2 EA 1 $ 3,046.10 $ 3,046.10
90 536-85-24 GUARDRAIL END TREATMENT - PARALLEL APPROACH TERMINAL EA 3 3,046.10 $ 9,138.30
91 536.85-25 GUARDRAIL END TREATMENT - TRAILING ANCHORAGE TYPE II EA 4 $ 1,173.73 $ 4,694.92
92 536-85-26 GUARDRAIL END TREATMENT -TYPE CRT EA 1 1,173.73 $ 1,173.73
93 544-75-1 CRASH CUSHION EA 1 $ 20,121.00 $ 20,121.00
94 550-60237 EA FENCE GATE, TYPE B, SLIDING/CANTILEVER, GREATER THAN 30'
OPENNING 2 $ 22,356.67 $ 44,713.34
95 570-1-2 PERFORMANCE TURF, SOD SY 1501 $ 2.41 $ 3,617.41
96 580-2-20 LANDSCAPE- RESET EXISTING TREE IN PLACE WITH STAKING AND
GUYING EA 5 $ 1,117.83 $ 5,589.15
97 630-2-12 CONDUIT LF 70 $ 27.95 $ 1,956.50
98 635.2-12 PULL & SPLICE BOX, FBI, 24' X 36* COVER SIZE EA 6 $ 799.25 $ 4,795.50
99 700-1-11 SINGLE POST SIGN, F&I GROUND MOUNT, UP TO 12 SF AS 50 285.05 $ 14,252.50
100 700-1-12 SINGLE POST SIGN, F&I GROUND MOUNT, 12 SF TO 20 SF AS 8 $ 614.81 $ 4,918.48
101 700-1-21 SINGLE POST SIGN, F&I BARRIER MOUNT INDEX 11871 UP TO 12
S F AS 13 318.58 $ 4,141.54
102 700-1-50 SINGLE POST SIGN RELOCATE AS 27 $ 285.05 $ 7,696.35
103 700-1-60 SINGLE POST SIGN REMOVE AS 83 $ 55.89 $ 4,638.87
104 700-3501 SIGN PANEL, RELOCATE. UP TO 12 SF EA 3 $ 83.84 251.52
105 700-3601 SIGN PANEL, REMOVE, UP TO 12 SF EA 2 $ 27.95 $ 55.90
106 706-3 RETRO-REFLECTIVE PAVEMENT MARKERS EA 387 $ 5.59 $ 2,163.33
107 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1 $ 12,500.00 $ 12,500.00
108 PAINTED PAVT. MARKINGS, WHITE, SOLID, 6' GM 1.579 $ 2,105.11 $ 3,323.97
109 PAINTED PAVT. MARKINGS, WHITE, SOLID,8* GM 0.168 2,623.18 440.69
110 * PAINTED PAVT. MARKINGS, WHITE, SOLID, 18" LF 519 $ 1.17 $ 607.23
111 PAINTED PAVT. MARKINGS, WHITE, SOLID, 24" LF 921 $ 1.56 1,436.76
112 PAINTED PAVT. MARKINGS, WHITE, MESSAGE OR SYMBOL EA 14 $ 67.07 $ 938.98
113 PAINTED PAVT. MARKINGS, WHITE, ARROW EA 19 $ 33.53 $ 637.07
114 PAINTED PAVT. MARKINGS, WHITE, SKIP, 6' (10/30) GM 0.541 2,071.20 $ 1,120.52
115 PAINTED PAVT. MARKINGS, WHITE, SKIP, 6' (214) DOTTED
GUIDELINE/ 6-10 DOTTED EXTENSION GM 0.072 2,074.76 $ 149.38
86 536-1-0 GUARDRAIL - ROADWAY, GENERAL TL-2 LF 418 $ 74.92 $ 31,316.56
87 536-7-2 GUARDRAIL- SPECIAL POST (SPECIAL STEEL POST PER CONC.
STRUCT MOUNT) EA 36 458.31 16,499.16
88 536-73 GUARDRAIL REMOVAL LF 1194 $ 2.24 $ 2,674.56
89 536-8-12 APPROACH TRANSITION CONNECTION TO RIGID BARRIER
FURNISH AND INSTALL, TL-2 EA 1 $ 3,046.10 $ 3,046.10
90 536-85-24 GUARDRAIL END TREATMENT - PARALLEL APPROACH TERMINAL EA 3 3,046.10 $ 9,138.30
91 536.85-25 GUARDRAIL END TREATMENT - TRAILING ANCHORAGE TYPE II EA 4 $ 1,173.73 $ 4,694.92
92 536-85-26 GUARDRAIL END TREATMENT -TYPE CRT EA 1 $ 1,173.73 $ 1,173.73
93 544-75-1 CRASH CUSHION EA 1 $ 20,121.00 $ 20,121.00
94 550-60237 FENCE GATE, TYPE 8, SLIDING/CANTILEVER, GREATER THAN 30'
OPENNING EA 2 $ 22,356.67 $ 44,713.34
95 570-1-2 PERFORMANCE TURF, SOD SY 1501 $ 2.41 $ 3,617.41
96 580-2-20 LANDSCAPE- RESET EXISTING TREE IN PLACE WITH STAKING AND
GUYING EA 5 $ 1,117.83 $ 5,589.15
97 630-2-12 CONDUIT LF 70 $ 27.95 $ 1,956.50
98 635.2-12 PULL & SPLICE BOX, FBI, 24' X 36" COVER SIZE EA 6 $ 799.25 $ 4,795.50
99 700-1-11 SINGLE POST SIGN, F&I GROUND MOUNT, UP TO 12 SF AS 50 285.05 $ 14,252.50
100 700-1-12 SINGLE POST SIGN, F&I GROUND MOUNT, 12 SF TO 20 SF AS 8 $ 614.81 $ 4,918.48
101 700-1-21 SINGLE POST SIGN, F&I BARRIER MOUNT INDEX 11871 UP TO 12
S F AS 13 318.58 $ 4,141.54
102 700-1-50 SINGLE POST SIGN RELOCATE AS 27 $ 285.05 $ 7,696.35
103 700-1-60 SINGLE POST SIGN REMOVE AS 83 $ 55.89 $ 4,638.87
104 700-3501 SIGN PANEL, RELOCATE. UP TO 12 SF EA 3 $ 83.84 251.52
105 700-3601 SIGN PANEL, REMOVE, UP TO 12 SF EA 2 $ 27.95 $ 55.90
106 706-3 RETRO-REFLECTIVE PAVEMENT MARKERS EA 387 $ 5.59 $ 2,163.33
107 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1 $ 12,500.00 $ 12,500.00
108 PAINTED PAVT. MARKINGS, WHITE, SOLID, 6" GM 1.579 $ 2,105.11 $ 3,323.97
109 PAINTED PAVT. MARKINGS, WHITE, SOLID,8" GM 0.168 2,623.18 440.69
110 " PAINTED PAVT. MARKINGS, WHITE, SOLID, 18" LF 519 $ 1.17 $ 607.23
111 PAINTED PAVT. MARKINGS, WHITE, SOLID, 24" LF 921 $ 1.56 1,436.76
112 PAINTED PAVT. MARKINGS, WHITE, MESSAGE OR SYMBOL EA 14 $ 67.07 $ 938.98
113 PAINTED PAVT. MARKINGS, WHITE, ARROW EA 19 $ 33.53 $ 637.07
114 PAINTED PAVT. MARKINGS, WHITE, SKIP, 6' (10/30) GM 0.541 2,071.20 $ 1,120.52
115 PAINTED PAVT. MARKINGS, WHITE, SKIP, V (214) DOTTED
GUIDELINE/ 6-10 DOTTED EXTENSION GM 0.072 2,074.76 $ 149.38
116 PAINTED PAVT. MARKINGS, WHITE, SOLID, 12' FOR CROSSWALK LF 935 0.78 729.30
117 PAINTED PAVT. MARKINGS, YELLOW, SOLID 6' GM 0.576 $ 2,074.39 $ 1,194.85
118 PAINTED PAVT. MARKINGS, YELLOW, SOLID 8° GM 0.157 $ 2,656.00 $ 416.99
119 PAINTED PAVT. MARKINGS, YELLOW, SOLID, 18' LF 769 1.17 $ 899.73
120 * PAINTED PAVT, MARKINGS, YELLOW, ISLAND NOSE SF 900 $ 0.67 603.00
121 710-11-160 PAINTED PAVT. MARKINGS EA 10 $ 67.07 $ 670.70
122 711-11-124 THERMOPLASTIC, STD., WHITE, SOLID, 18" LF 519 $ 2.68 1,390.92
123 711-11-125 THERMOPLASTIC, STD., WHITE, SOLID, 24° FOR STOP LINE LF 203 $ 3.58 $ 726.74
124 711-11-141 THERMOPLASTIC, STD., WHITE, SKIP, 6' (2/4) DOTTED GUIDELINE/
6-10 DOTTED EXTENSION
GM 0.072 $ 4,742.36 $ 341.45
125 711-11-160 THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL EA 14 $ 134.14 $ 1,877.96
126 711-11-170 THERMOPLASTIC, STANDARD, WHITE, ARROW EA 19 $ 61.48 $ 1,168.12
127 711-11-224 THERMOPLASTIC, STD., YELLOW, SOLID, 18" LF 769 $ 2.68 $ 2,060.92
128 711-14-123 THERMOPLASTIC, PREFORMED, WHITE, SOLID, 12° FOR
CROSSWALK
LF 935 $ 13.41 12,538.35
129 711-14-125 THERMOPLASTIC, PREFORMED, WHITE, SOLID, 24" FOR
CROSSWALK
LF 718 19.00 13,642.00
130 711-14-160 THERMOPLASTIC, PREFORMED, WHITE, MESSAGE EA 13 223.57 $ 2,906.41
131 711-16-101 THERMOPLASTIC, OTHER SURFACES, WHITE, SOLID, 6" GM 1.579 5,309.00 $ 8,382.91
132 711-16-102 THERMOPLASTIC, OTHER SURFACES, WHITE, SOLID, 8" GM 0.168 $ 6,995.00 $ 1,175.16
133 711-16-131 THERMOPLASTIC, OTHER SURFACES, WHITE, SKIP, 6°,10-30 SKIP GM 0.541 5,325.00 $ 2,880.83
134 711-16-201 THERMOPLASTIC, OTHER SURFACES, YELLOW, SOLID, 6° GM 0.576 $ 5,334.00 $ 3,072.38
135 711.16-202 THERMOPLASTIC, OTHER SURFACES, YELLOW, SOLID, 8° GM . 0.157 $ 7,082.00 $ 1,111.87
136 630-2.12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 4679 $ 27.95 130,778.05
137 635-2-11 PULL & SPLICE BOX, F & I, DIRECTIONAL, 13' X 24' COVER SIZE EA 55 $ 475.08 $ 26,129.40
138 641-2-12 PRESTRESSED CONCRETE POLE, F&I, TYPE P-II SERVICE POLE EA 1 $ 1,341.40 1,341.40
139 715-1-12 LIGHTING CONDUCTORS, F&I, INSULATED, NO.8 - 6 LF 18487 $ 1.40 $ 25,881.80
140 715-1-13 LIGHTING CONDUCTORS, F&I, INSULATED, NO 4 TO NO 2 LF 348 $ 2.03 $ 706.44
141 715-4-60 LIGHT POLE COMPLETE, RELOCATE EA 10 $ 2,839.30 28,393.00
142 715-4-70 LIGHT POLE COMPLETE, REMOVE POLE AND FOUNDATION EA 8 $ 1,987.51 15,900.08
143 715-7-11 LOAD CENTER, F&I, SECONDARY VOLTAGE EA 2 $ 15,806.17 $ 31,612.34
144 715-7-21 LOAD CENTER, REWORK, SECONDARY VOLTAGE EA 1 $ 4,258.95 $ 4,258.95
145 715-7-41 LOAD CENTER, REMOVE, SECONDARY VOLTAGE EA 1 $ 1,341.40 1,341.40
116 PAINTED PAVT. MARKINGS, WHITE, SOLID, 12' FOR CROSSWALK LF 935 0.78 729.30
117 PAINTED PAVT. MARKINGS, YELLOW, SOLID 6' GM 0.576 $ 2,074.39 $ 1,194.85
118 PAINTED PAVT. MARKINGS, YELLOW, SOLID 8° GM 0.157 $ 2,656.00 $ 416.99
119 PAINTED PAVT. MARKINGS, YELLOW, SOLID, 18' LF 769 1.17 $ 899.73
120 * PAINTED PAVT. MARKINGS, YELLOW, ISLAND NOSE SF 900 $ 0.67 603.00
121 710-11-160 PAINTED PAVT. MARKINGS EA 10 $ 67.07 $ 670.70
122 711-11-124 THERMOPLASTIC, STD., WHITE, SOLID, 18" LF 519 $ 2.68 1,390.92
123 711-11-125 THERMOPLASTIC, STD., WHITE, SOLID, 24' FOR STOP LINE LF 203 $ 3.58 $ 726.74
124 711-11-141 THERMOPLASTIC, STD., WHITE, SKIP, 6' (2/4) DOTTED GUIDELINE/
6-10 DOTTED EXTENSION GM 0.072 $ 4,742.36 $ 34145
125 711-11-160 THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL EA 14 $ 134.14 $ 1,877.96
126 711-11-170 THERMOPLASTIC, STANDARD, WHITE, ARROW EA 19 $ 61.48 $ 1,168.12
127 711-11-224 THERMOPLASTIC, STD., YELLOW, SOLID, 18" LF 769 $ 2.68 $ 2,060.92
128 711-14-123 THERMOPLASTIC, PREFORMED, WHITE, SOLID, 12° FOR
CROSSWALK LF 935 $ 13.41 12,538.35
129 711-14-125 THERMOPLASTIC, PREFORMED, WHITE, SOLID, 24" FOR
CROSSWALK LF 718 19.00 13,642.00
130 711-14-160 THERMOPLASTIC, PREFORMED, WHITE, MESSAGE EA 13 223.57 $ 2,906.41
131 711-16-101 THERMOPLASTIC, OTHER SURFACES, WHITE, SOLID, 6" GM 1.579 5.309.00 $ 8,382.91
132 711-16-102 THERMOPLASTIC, OTHER SURFACES, WHITE, SOLID, 8" GM 0.168 $ 6,995.00 $ 1,175.16
133 711-16-131 THERMOPLASTIC, OTHER SURFACES, WHITE, SKIP, 6°,10-30 SKIP GM 0.541 5,325.00 $ 2,880.83
134 711-16-201 THERMOPLASTIC, OTHER SURFACES, YELLOW, SOLID, 6° GM 0.576 $ 5,334.00 $ 3,072.38
135 711.16-202 THERMOPLASTIC, OTHER SURFACES, YELLOW, SOLID, 8° GM . 0.157 $ 7,082.00 $ 1,111.87
136 630-2.12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 4679 $ 27.95 $ 130,778.05
137 635-2-11 PULL & SPLICE BOX, F & I, DIRECTIONAL, 13' X 24" COVER SIZE EA 55 $ 475.08 $ 26,129.40
138 641-2-12 PRESTRESSED CONCRETE POLE, F&I, TYPE P-II SERVICE POLE EA 1 $ 1,341.40 1,341.40
139 715-1-12 LIGHTING CONDUCTORS, F&I, INSULATED, NO.8 - 6 LF 18487 $ 1.40 $ 25,881.80
140 715-1-13 LIGHTING CONDUCTORS, F&I, INSULATED, NO 4 TO NO 2 LF 348 $ 2.03 $ 706.44
141 715-4-60 LIGHT POLE COMPLETE, RELOCATE EA 10 $ 2,839.30 $ 28,393.00
142 715-4-70 LIGHT POLE COMPLETE, REMOVE POLE AND FOUNDATION EA 8 $ 1,987.51 $ 15,900.08
143 715-7-11 LOAD CENTER, F&I, SECONDARY VOLTAGE EA 2 $ 15,806.17 $ 31,612.34
144 715-7-21 LOAD CENTER, REWORK, SECONDARY VOLTAGE EA 1 $ 4,258.95 $ 4,258.95
145 715-7-41 LOAD CENTER, REMOVE, SECONDARY VOLTAGE EA 1 $ 1,341.40 $ 1,341.40
146 715-500-1 POLE CABLE DISTRIBUTION SYSTEM, CONVENTIONAL EA 33 $ 1,852.25 $ 61,124.25
147 715-511-130 EA LIGHT POLE COMPLETE- SPECIAL DESIGN. F&I,SINGLE ARM
SHOULDER MOUNT, ALUMINUM, 30' 33 $ 10,415.00 $ 343,695.00
148 630-2-12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 2108 $ 28.00 59,024.00
149 632-7-1 SIGNAL CABLE - NEW OR RECONSTRUCTED INTERSECTION. F & I PI 2 6,148.00 $ 12,296.00
150 632-7-6 SIGNAL CABLE - REMOVE - INTERSECTION PI 2 559.00 $ 1,118.00
151 635-2-11 PULL & SPLICE BOX, FURNISH & INSTALL, 13" X 24" COVER SIZE EA 61 475.00 $ 28,975.00
152 639-1-122 ELECTRIC POWER SERVICE, F&I, UNDERGROUND, METER
PURCHASED BY CONTRACTOR AS 3 4,807.00 $ 14,421.00
153 639-2-1 ELECTRIC SERVICE WIRE, F&I LF 685 $ 7.60 $ 5,206.00
154 639-3-60 ELECTRIC SERVICE DISCONNECT, REMOVE EA 2 $ 950.00 $ 1,900.00
155 641-2-12 PRESTRESSED CONCRETE POLE, F&I, TYPE P-II SERVICE POLE EA 3 $ 1,956.00 5,868.00
156 646-1-11 ALUMINUM SIGNAL POLES, PEDESTAL EA 11 1,229.00 $ 13,519.00
157 646-1-60 ALUMINUM SIGNALS POLE, REMOVAL EA 5 56.00 $ 280.00
158 649-21-6 STEEL MAST ARM ASSEMBLY, F&I, SIGNLE ARM 50' EA 1 33,311.00 $ 33,311.00
159 649-21-7 STEEL MAST ARM ASSEMBLY, F&I, DOUBLE ARM 50' - 30' EA 1 38,900.00 $ 38,900.00
160 649-21-10 STEEL MAST ARM ASSEMBLY, F&I, SINGLE ARM 60' EA 3 $ 35,882.00 107,646.00
161 649-26-3 STEEL MAST ARM ASSEMBLY, REMOVE, SHALLOW FOUNDATION-
BOLT ON ATTACHMENT EA 4 $ 3,130.00 $ 12,520.00
162 650-1-14 TRAFFIC SIGNAL, F & I, ALUMINUM, 3 SECT., 1 WAY AS 14 1,062.00 14,868.00
163 653411 PEDESTRIAN SIGNAL, F & I, LED COUNTDOWN, 1-WAY AS 10 950.00 $ 9,500.00
164 653-1-12 PEDESTRIAN SIGNAL, FURNISH & INSTALL LED COUNTDOWN, 2
WAY AS 1 $ 1,565.00 $ 1,565.00
165 660-4-11 VEHICLE DETECTION SYSTEM - VIDEO, F&I CABINET EQUIPMENT EA 2 9,781.00 $ 19,562.00
166 660-4-12 VEHICLE DETECTION SYSTEM - VIDEO, F&I ABOVE GROUND EA 6 $ 4,639.00 $ 27,834.00
167 665-1-11 PEDESTRIAN DETECTOR, F & I EA 12 $ 279.00 $ 3,348.00
168 670-5-140 TRAFFIC CONTROLLER ASSEMBLY, F&I, MODEL 2070 AS 2 $ 28,504.00 $ 57,008.00
169 670-5-600 TRAFFIC CONTROLLER ASSEMBLY REMOVE CONTROLLER WITH
CABINET AS 2 $ 558.92 $ 1,117.84
170 700-3-201 SIGN PANEL. F&I, OVERHEAD MOUNT, UP TO 12 SF EA 6 558.00 $ 3,348.00
171 700-3-205 SIGN PANEL FURNISH & INSTALL OVERHEAD MOUNT, 51-100 SF EA 1 $ 4,113.00 4,113.00
172 700-4-112 OVERHEAD STATIC SIGN STRUCTURE, FURNISH & INSTALL,
CANTILEVER, 21 - 30 FT EA 1 82,160.00 5 82,160.00
173 700-5-21 INTERNALLY ILLUMINATED SIGN, F&I, OVERHEAD MOUNT, UP TO
12 SF EA 6 $ 3,912.00 $ 23,472.00
174 700-12-32 SIGN BEACON, F&I OVERHEAD MOUNT, TWO BEACONS
SUBTOTAL
AS
BASE
3
BID OPTION
$ 727.00
B (ITEMS 1-174
$ 2,181.00
7,519,795.00
146 715-500-1 POLE CABLE DISTRIBUTION SYSTEM, CONVENTIONAL EA 33 $ 1,852.25 $ 61,124.25
147 715-511-130 LIGHT POLE COMPLETE- SPECIAL DESIGN. F&I, SINGLE ARM
SHOULDER MOUNT, ALUMINUM, 30' EA 33 $ 10,415.00 $ 343,695.00
148 630-2-12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 2108 $ 28.00 $ 59,024.00
149 632-7-1 SIGNAL CABLE - NEW OR RECONSTRUCTED INTERSECTION. F & I PI 2 $ 6,148.00 $ 12,296.00
150 632-7-6 SIGNAL CABLE - REMOVE - INTERSECTION PI 2 $ 559.00 $ 1,118.00
151 635-2.11 PULL & SPLICE BOX, FURNISH & INSTALL, 13' X 24" COVER SIZE EA 61 $ 475.00 $ 28,975.00
152 639-1-122 ELECTRIC POWER SERVICE, F&I, UNDERGROUND, METER
PURCHASED BY CONTRACTOR AS 3 $ 4,807.00 $ 14,421.00
153 639-2-1 ELECTRIC SERVICE WIRE, F&I LF 685 7.60 $ 5,206.00
154 639-3-60 ELECTRIC SERVICE DISCONNECT, REMOVE EA 2 $ 950.00 $ 1,900.00
155 641-2-12 PRESTRESSED CONCRETE POLE, F&I, TYPE P-II SERVICE POLE EA 3 $ 1,956.00 $ 5,868.00
156 646-1-11 ALUMINUM SIGNAL POLES, PEDESTAL EA 11 $ 1,229.00 $ 13,519.00
157 646-1-60 ALUMINUM SIGNALS POLE, REMOVAL EA 5 56.00 $ 280.00
158 649-21-6 STEEL MAST ARM ASSEMBLY, F&I, SIGNLE ARM 50' EA 1 $ 33,311.00 $ 33,311.00
159 649-21-7 STEEL MAST ARM ASSEMBLY, F&I, DOUBLE ARM 50' - 30' EA 1 $ 38,900.00 $ 38,900.00
160 649-21-10 STEEL MAST ARM ASSEMBLY, F&I, SINGLE ARM 60' EA 3 $ 35,882.00 $ 107,646.00
161 649-26:3 STEEL MAST ARM ASSEMBLY, REMOVE, SHALLOW FOUNDATION-
BOLT ON ATTACHMENT EA 4 $ 3,130.00 $ 12,520.00
162 650-1-14 TRAFFIC SIGNAL, F & I, ALUMINUM, 3 SECT., 1 WAY AS 14 $ 1,062.00 $ 14,868.00
163 653-1.11 PEDESTRIAN SIGNAL, F & I, LED COUNTDOWN, 1-WAY AS 10 $ 950.00 $ 9,500.00
164 653-1-12 PEDESTRIAN SIGNAL, FURNISH & INSTALL LED COUNTDOWN, 2
W AY AS 1 $ 1,565.00 $ 1,565.00
165 660-4-11 VEHICLE DETECTION SYSTEM - VIDEO, F&I CABINET EQUIPMENT EA 2 $ 9,781.00 $ 19,562.00
166 660-4.12 VEHICLE DETECTION SYSTEM - VIDEO, F&I ABOVE GROUND EA 6 $ 4,639.00 $ 27,834.00
167 665-1-11 PEDESTRIAN DETECTOR, F & I EA 12 $ 279.00 S 3,348.00
168 670-5-140 TRAFFIC CONTROLLER ASSEMBLY, F&I, MODEL 2070 AS 2 $ 28,504.00 $ 57,008.00
169 670-5-600 TRAFFIC CONTROLLER ASSEMBLY REMOVE CONTROLLER WITH
CABINET AS 2 $ 558.92 S 1,117.84
170 700-3-201 SIGN PANEL. F&I, OVERHEAD MOUNT, UP TO 12 SF EA 6 $ 558.00 S 3,348.00
171 700-3-205 SIGN PANEL FURNISH & INSTALL OVERHEAD MOUNT, 51-100 SF EA 1 $ 4,113.00 5 4,113.00
172 700-4-112 OVERHEAD STATIC SIGN STRUCTURE, FURNISH & INSTALL,
CANTILEVER, 21 - 30 FT EA 1 $ 82,160.00 S 82,160.00
173 700-5-21 INTERNALLY ILLUMINATED SIGN, F&I, OVERHEAD MOUNT, UP TO
12 SF EA 6 $ 3,912.00 S 23,472.00
174 700-12-32 SIGN BEACON, F&I OVERHEAD MOUNT, TWO BEACONS
SUBTOTAL
AS
BASE
3
BID OPTION
$ 727.00
B (ITEMS 1-174)
$ 2,181.00
7,519,795.00
175 Owner's Contingency LS 1 $ 1,150,000 00 $ 1,150,000.00
176 City Indemnification EA 1 25.00 $ 25.00
SUBTOTAL CONTINGENCY AND INDEMNIFICATION OPTION B (ITEMS 175-176) $ 1,150,025.00
GRAND TOTAL OPTION B (ITEMS 1-176) $ 8,669,820.00
`SI G -Mar, Construek-icn Flon•cict,lry_oidder:
177 425-2-41
ALTERNATE ITEMS FOR SIDE STREETS
OPTION B
DRAINAGE
EA 2 $ 4,810.00 $ 9,620.00 MANHOLES, P-7, <10'
178 430-175-115 PIPE CULV, OPT MATL, ROUND, 15" S/CD LF 4 $ 881.25 $ 3,525.00
179 430-175-118 PIPE CULV, OPT MAIL, ROUND, 18" S/CD LF 10 $ 604.00 $ 6,040.00
180 430-175-124 PIPE CULV, OPT MATL, ROUND, 24" S/CD LF 1104 $ 96.00 $ 105,984.00
181 431-1-1 PIPE LINER, OPTIONAL MATERIAL, 0-24"
SUBTOTAL ALTERNATE
LF
SIDE
918
STREETS
$ 140.00
OPTION B (177-181)
$ 128,520.00
$ 253,689.00
Bidder: Initials: L2))
R r - _OnSiru CA-ion FLOr Ida) I nC.
'Initials:
175 Owner's Contingency LS 1 $ 1,150,000.00 $ 1,150,000.00
176 City Indemnification EA 1 25.00 25.00$
SUBTOTAL CONTINGENCY AND INDEMNIFICATION OPTION B (ITEMS 175-176 $ 1,150,025.00
GRAND TOTAL OPTION B (ITEMS 1-176) 8,669,820.00
Rtc. -mar, F I n(__ 'Bidder: ilnitials:
177 425-2-41
ALTERNATE ITEMS FOR SIDE STREETS
OPTION B
DRAINAGE
EA 2 $ 4,810.00 $ 9,620.00 MANHOLES, P-7, <10'
178 430-175-115 PIPE CULV, OPT MATL, ROUND, 15" S/CD LF 4 $ 881.25 $ 3,525.00
179 430-175-118 PIPE CULV, OPT MATL, ROUND, 18' S/CD LF 10 $ 604.00 $ 6,040.00
180 430-175-124 PIPE CULV, OPT MATL, ROUND, 24' S/CD LF 1104 $ 96.00 $ 105,984.00
181 431-1-1 PIPE LINER, OPTIONAL MATERIAL, 0-24'
SUBTOTAL ALTERNATE
LF
SIDE
918
STREETS
$ 140.00
OPTION B (177-181)
$ 128,520.00
$ 253,689.00
Bidder: Initials:
R L-tA an ConSiruclon FLorrin ) Inc
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Ric-Man Construction Florida, Inc. as Principal, hereinafter
referred to as Contractor, and Western Surety Company as Surety, are held and firmly bound unto the
City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in
the sum of five percent (5%) of the Contractor's Base Bid amount of $ 13,201,900.00 lawful
money of the United States of America, for the payment of which well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these
presents.
WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the
furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the
performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans
and Specifications, and any Addenda thereto, for the following solicitation.
Bid No.: 2019-231-KB
Title: Indian Creek (SR MA) - Phase III Improvements - Option A and B
WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified
check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a
guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the
performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the
Award of the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten
(10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City
and furnishes the Performance and Payment Bonds, satisfactory to the City. each in an amount equal to one
hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this
obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of North Miami
and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful
money of the United States of America, as liquidated damages for failure thereof of said Contractor.
49 I 2019-231-KB
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Ric-Man Construction Florida, Inc. as Principal, hereinafter
referred to as Contractor, and Western Surety Company as Surety, are held and firmly bound unto the
City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in
the sum of five percent (5%) of the Contractor's Base Bid amount of $ 13,201,900.00 lawful
money of the United States of America, for the payment of which well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these
presents.
WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the
furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the
performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans
and Specifications, and any Addenda thereto, for the following solicitation.
Bid No.: 2019-231-KB
Title: Indian Creek (SR MA) - Phase III Improvements - Option A and B
WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified
check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a
guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the
performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the
Award of the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten
(10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City
and furnishes the Performance and Payment Bonds, satisfactory to the City. each in an amount equal to one
hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this
obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of North Miami
and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful
money of the United States of America, as liquidated damages for failure thereof of said Contractor.
49 I 2019-231-KB
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Ric-Man Construction Florida, Inc. as Principal, hereinafter
referred to as Contractor, and Western Surety Company as Surety, are held and firmly bound unto the
City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in
the sum of five percent (5%) of the Contractor's Base Bid amount of $ 13,201,900.00 lawful
money of the United States of America, for the payment of which well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these
presents.
WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the
furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the
performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans
and Specifications, and any Addenda thereto, for the following solicitation.
Bid No.: 2019-231-KB
Title: Indian Creek (SR MA) - Phase III Improvements - Option A and B
WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified
check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a
guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the
performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the
Award of the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten
(10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City
and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one
hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this
obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of North Miami
and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful
money of the United States of America, as liquidated damages for failure thereof of said Contractor.
49 I 2019-231-KB
Signature
(Power of Attorney must be attadizd.)
ATTEST:
Signature
:i1L6:-',1-"C
Print Name ,
4, Th.c..-• , 4 r"
Title
COUNTERSIGNED BY RESIDENT FLORIDA AGENT
OF SURETY:
Signatur
Wendy L. Hingson
PRINCIPAL:
Ric-Man Construction Florida, Inc.
(Contractor Name)
Signature
Or 7Z /rnit7tIC
Print Name (Principal)
Title
SURETY:
Western Surety Company
(Surety Name)
Alan R. Chandler
50 12019-231-KB
Print Name
28th day of June 2019
IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the
(CORPORATE SEAL)
Signature
(Power of Attorney must be attadizd.)
ATTEST:
Signature
:i1L6:-',1-"C
Print Name ,
4, Th.c..-• , 4 r"
Title
COUNTERSIGNED BY RESIDENT FLORIDA AGENT
OF SURETY:
Signatur
Wendy L. Hingson
PRINCIPAL:
Ric-Man Construction Florida, Inc.
(Contractor Name)
Signature
Or 7Z /rnit7tIC
Print Name (Principal)
Title
SURETY:
Western Surety Company
(Surety Name)
Alan R. Chandler
50 12019-231-KB
Print Name
28th day of June 2019
IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the
(CORPORATE SEAL)
ATTEST: PRINCIPAL:
Ric-Man Construction Florida, Inc.
(Contractor Name)
Signature
; rzr-
Print Name Print Name (Principal)
° • Hsr.).",j 9/e/ '
Title Title
Signature omv/z---Z. W7i9vc 4-1
ey-in-Fact
IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the
day of 28th June , 20 19
COUNTERSIGNED BY RESIDENT FLORIDA AGENT
OF SURETY:
Signatur
Wendy L. Hingson
Print Name
(CORPORATE SEAL)
SURETY:
Western Surety Company
(Surety Name)
Alan P. Chandler
Signature
(Power of Attorney must be attached.)
50 I 2019-231-KB
Western Surety Company
POWER OF ATTORNEY AFPONTNG NDEVIDUAL ATTORNEY-N-FACT
Know Ail Men By These ?resents, That WESTERN SURETY COMPANY. a South Dakota ectronJethers. is a duly organized and etx!sting corpora:ion
having its principal office in the City of Sioux Ftuts, and State of South, Dakota. and that it does by %time of the signature ana seal it-ittit affixed he soy
Make, constitute and appoint
Robert Trobec, Wendy L lihwon, Kathleen NI Irelan, Ian J Donald, Jeffrey A Chandler,
John L Badde, Susan L Small, Alan P Chandler, Individn2lly
of Troy. M. ita thue. ar.1 lawful Attomeyfs)-in.Fact with flail power arg:1 authority hereby xonferred to sign, seal ar4 execute for and on its behalf bonds,
und..sra,kings and other obligatory innumumencs of Simelat nature
- Li Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were, signed by a duty aatheatzbi officer of the COrParaZiOn and all e sets of
Attorney. pursuant to the authority hereby given. are ttneby rah fled end confirmed,
This Power of Attorney is made and eaccuvad e, manc to and by authority of the By-Law printed on the reverse hereof. duly adopted. an .ndiosto-4 . by
the sharietholdevs of the corporation.
En Witness Whereof, WESTERN Skirtzry COMPANY has caoken.$ 11,e presents to be signed by i s Vice Prident and itz; corporate sea< to ne
hereto of is on this t..3th day of October. 2017.
WESTERN SURETY COMPANY
State of South Dotcota
County of Minnehakia
orb this 13th day of October. 20i1, before me persortalIy cam Pout T. Braflat. to me known, who. being by me duly dePOse and nay: that
reside its the City or Sioux Faits_ State of South Da.W(3.: that he is the President of WESTERN SURETY COMPANY described to and which
itt....inted the above insainnt: that he knows the seal of said berporatran: that the seal alSsed to the said irobturnent in such corporate sea:: that it was so
affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority. ono
acknowledges same to be the act and deed of said carpenters.
My commission expires
Itnet 2.3. 202i
6.erNovva•—e.,.=*s 300.13...•LSAV
1. Mohr. Notary Publio
CERTIFICATE
I. C.. Nei&On. Assistant Secretary of WES-MR.11 SURETY COMPANY do hereby certify that the Power of Attorney ha-cleat-aye set forth is stilt in
force. and farther cerify that the By. Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hertninio 4ablert bed
trey ruble and affiked the test of the said corpora-ion thin 28th day or June 2019
WESTERN SURETY COMPANY
:Parra ?a-3t1-7 20Z2
Go to www.cnasuretv.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authentkity.
Western Surety Company
POWER OF ATTORNEY AFPONTNG NDEVIDUAL ATTORNEY-N-FACT
Know Ail Men By These ?resents, That WESTERN SURETY COMPANY. a South Dakota ectronJethers. is a duly organized and etx!sting corpora:ion
having its principal office in the City of Sioux Ftuts, and State of South, Dakota. and that it does by %time of the signature ana seal it-ittit affixed he soy
Make, constitute and appoint
Robert Trobec, Wendy L lihwon, Kathleen NI Irelan, Ian J Donald, Jeffrey A Chandler,
John L Badde, Susan L Small, Alan P Chandler, Individn2lly
of Troy. M. ita thue. ar.1 lawful Attomeyfs)-in.Fact with flail power arg:1 authority hereby xonferred to sign, seal ar4 execute for and on its behalf bonds,
und..sra,kings and other obligatory innumumencs of Simelat nature
- Li Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were, signed by a duty aatheatzbi officer of the COrParaZiOn and all e sets of
Attorney. pursuant to the authority hereby given. are ttneby rah fled end confirmed,
This Power of Attorney is made and eaccuvad e, manc to and by authority of the By-Law printed on the reverse hereof. duly adopted. an .ndiosto-4 . by
the sharietholdevs of the corporation.
En Witness Whereof, WESTERN Skirtzry COMPANY has caoken.$ 11,e presents to be signed by i s Vice Prident and itz; corporate sea< to ne
hereto of is on this t..3th day of October. 2017.
WESTERN SURETY COMPANY
State of South Dotcota
County of Minnehakia
orb this 13th day of October. 20i1, before me persortalIy cam Pout T. Braflat. to me known, who. being by me duly dePOse and nay: that
reside its the City or Sioux Faits_ State of South Da.W(3.: that he is the President of WESTERN SURETY COMPANY described to and which
itt....inted the above insainnt: that he knows the seal of said berporatran: that the seal alSsed to the said irobturnent in such corporate sea:: that it was so
affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority. ono
acknowledges same to be the act and deed of said carpenters.
My commission expires
Itnet 2.3. 202i
6.erNovva•—e.,.=*s 300.13...•LSAV
1. Mohr. Notary Publio
CERTIFICATE
I. C.. Nei&On. Assistant Secretary of WES-MR.11 SURETY COMPANY do hereby certify that the Power of Attorney ha-cleat-aye set forth is stilt in
force. and farther cerify that the By. Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hertninio 4ablert bed
trey ruble and affiked the test of the said corpora-ion thin 28th day or June 2019
WESTERN SURETY COMPANY
:Parra ?a-3t1-7 20Z2
Go to www.cnasuretv.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authentkity.
L Nelson. Assintani Secrel.tr,
Western Surety Company
POWER OF ATTORNEY APPONTLNG INDIVIDUAL ATTORNEY- N-FA CT
Know Ali Men By These presents. That WESTERN SURETY COMPANY. a Stitt:; Dakota itt a daily Organized and clisZint car?cra:in
having its principal office in the City of Sious Pals, and Sate of South, D3,10(.1. and that it does by atri=. of the signature Ina sea: .1-="=1:t
make, eorLititUre and appoint
Robert Trobee, Wendy L Hhigson, Kathleen NI Irelan, Ian J Donald, Jeffrey A Chandler,
John L Badde, Susan L Small, Alan P Chandler, IndividnAlly
of Troy. Mt ;15 7,...1e and lawful Attomcy(s)-in-Fact With full power and authority reby confer:xi to szgn, seal an4 execute For and or: its behalf bonds.
underthScings and other obligatory instrumenos of rime ar nature
- In Unlimited Amounts -
and to bind thereby as !ally and to the same eaten+ is if such inSL-Uraer.14 were signed by a duly authortzi officer of the corporadon and all the acts of said
Atterrrey, pursuant to the authority hereby a u, are tramby :untied and tonfinned,
Thus Power of Attorney is made and exec:a:xi P4- 114arIC to and by authority of the at-Law printed on the reverse hereof. duty adopted, as .ndicared. by
the stianeritotdors of the corporaticn.
In witness trVLreof., WESTERN SvRiZry COMPANY has caay."-: tare prent„S to be signed by is Vice Prident and as corporate seai to se
hereto affix on this L3th day of October. 2017.
WESTERN SURETY COMPANY
State of South Dakota
County of Minnehatto
On this 13th day of October. M17. before me peracrt.ally came Pair: T. 8raflat. to me known. who. being by me duZy siavrn. thd depose and aay: that
tx residaz in the City of Sioux Felts_ State of South Dakota; that he is Pr=ident of WESTERN SUR.ETY COMPANY on cribed to and which
executed the above in-sLnirtnt: d'at he knows ttie seal of said eorPoratim: that the seal ifs to the said thst•Urnent is such corporate sea:: that it was so
allacxed pursuant to authority giwza by the Board of Directors et said corporation end that he sired his name thereto pursuant to ease authority. arc
acknowiedges same to be the act and deed of said corporation.
My commission expires
T .
UCHR
• %%Ms 3...•Vbe,*.)
72721"11A—} 1. Mohr. Notary Publie
23. 202i
CERTIFICATE
I. L Nets-on. Assistant Secretary of WESTERN SURETY COMPANY do hereby cerafy that the Power of Attorney hm-edilatthre set forth is still in
force. and fiarth: cm`tify that the By-Law of the corporation printed on the reverse hereof is gill in force. In testimony whereof I have hertttnto s:kscribed
tny name and affixed the seal of the said corporation Fria 28th day of June 2019
WESTERN SURETY COMPANY
sitcs s~ C FA
t-rivi Fa:n-7-20 Z 2
Go to www.cnasurety.com > Owner / Obligee Services > Validate Rand Coverage, if you want to verify bond a uthentkity.
Schedule of Values & Acknowledgement of Addenda (B3)
Page 1 of 1
i‘m-endrneiv: Date issued ft .rt-lbar
Amen rrie1.1 , Date Issued
Amendment 1 June 12, 2019 Amendment 6
Amendment 2 June 21, 2019 Amendment 7
Amendment 3 June 27, 2019 Amendment 8
Amendment 4 Amendment 9
Amendment 5 Amendment 10
gInitials. Bidder: Ric-Man Construction Florida
47 I 2019-231-KB
Schedule of Values & Acknowledgement of Addenda (B3)
Page 1 of 1
i‘m-endrneiv: Date issued ft .rt-lbar
Amen rrie1.1 , Date Issued
Amendment 1 June 12, 2019 Amendment 6
Amendment 2 June 21, 2019 Amendment 7
Amendment 3 June 27, 2019 Amendment 8
Amendment 4 Amendment 9
Amendment 5 Amendment 10
gInitials. Bidder: Ric-Man Construction Florida
47 I 2019-231-KB
Schedule of Values & Acknowledgement of Addenda (83)
Page 1 of 1
-----, ..w iii me ' . * "ri3ateTssued it"""r7Dte. is's :
Amendment 1 June 12, 2019 Amendment 6
Amendment 2 June 21, 2019 Amendment 7
Amendment 3 June 27, 2019 Amendment 8
Amendment 4 Amendment 9
Amendment 5 Amendment 10
Bidder: Ric-Man Construction Florida Initials.
47 I 2019-231-KB
Print Name of Affiant Print Title of Affiant
6 / 2
Date
Florida
Signature of Affiant
33442
Ric-Man Construction Florida, Inc
Name of Firm
3100 SW 15th St Deerfield Beach
I av 1.11r I cY
Signature of Notary Public
Olt P-i+) alci-teScrifY-tin
Print or Stamp of Notary Public
Serial Num
01131 2020
Exp ration Date
Notary Public State of Florida
Juliette D'Alessandro
My Commission FF 055059
C,,p;,eu 0 tt,2026
•
CAA
THIS FORM ES REQUIRED TO BE SUBMITTED MTH 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 HI, 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 (i) a contract valued in excess of S1,000,000 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:
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.
Daniel Mancini President
Address of Firm State Zip Code
Notary Public Information
County of f>cc.,,,,aret, Notary Public State of or icia
Subscribed and sworn to (or affirmed) before me this 2e) day of, -Tine 2019"
by rYliltei Nitarlr int He or she is personally known to me Zr has produced identification 0
Type of identification produced
Print Name of Affiant Print Title of Affiant
6 / 2
Date
Florida
Signature of Affiant
33442
Ric-Man Construction Florida, Inc
Name of Firm
3100 SW 15th St Deerfield Beach
I av 1.11r I cY
Signature of Notary Public
Olt P-i+) alci-teScrifY-tin
Print or Stamp of Notary Public
Serial Num
01131 2020
Exp ration Date
Notary Public State of Florida
Juliette D'Alessandro
My Commission FF 055059
C,,p;,eu 0 tt,2026
•
CAA
THIS FORM ES REQUIRED TO BE SUBMITTED MTH 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 HI, 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 (i) a contract valued in excess of S1,000,000 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:
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.
Daniel Mancini President
Address of Firm State Zip Code
Notary Public Information
County of f>cc.,,,,aret, Notary Public State of or icia
Subscribed and sworn to (or affirmed) before me this 2e) day of, -Tine 2019"
by rYliltei Nitarlr int He or she is personally known to me Zr has produced identification 0
Type of identification produced
Signature of Notary Public
St U ej-e bPil Sc--rICY-t in
Print or Stamp of Notary Public
CAA
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 51,000,000 for (i) the construction, demolition, alteration and/or repair of city buildings or city public works
projects, or (i) a contract valued in excess of 31,000,000 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:
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.
Daniel Mancini President
Print Name of Affiant Print Title of Affiant Signature of Affiant
Ric-Man Construction Florida, Inc
Name of Firm Date
3100 SW 15th St Deerfield Beach
Florida
33442
Address of Firm State Zip Code
Notary Public Information
Notary Public State of fort UCH
County of (2)f-bit 'CLCA
Subscribed and sworn to (or affirmed) before me this 26 day of, Kin P 2019
by Hanc in i
He or she is personally known to me /or has produced identification 0
Type of identification produced
ers
Serial Num rP Aga St' A at. Notary Public State of Florida
Juliette D'Alessandro
01151 202O My Commission FF E155656 r,p;-.
Expiration Date
OfrO
ATTACHMENT D
INSURANCE REQUIREMENTS
ATTACHMENT D
INSURANCE REQUIREMENTS
ATTACHMENT D
INSURANCE REQUIREMENTS
MIAMIBEACH
must demonstrate experience in construction and maintenance of traffic within an existing
heavily traveled urban roadway.
Submittal Requirement: For each project, submit: 1) Owner Name, 2) Contact Name,
Telephone & Email, 3) Project Address, 4) Narrative on Scope of Services Provided, 5)
Contract amount and completion date and 6) Historical Significance, including original date
of completion.
Bid Bond Requirements:
Z Shall apply.
q Shall not apply.
If the requirement applies, Bidder shall submit, WITH ITS BID, an original bid bond, certified
check, or cashier's check, 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 shall result in the bid being deemed non-
responsive and not being considered.
Davis-Bacon Wage Rates:
q Shall apply.
If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and
mechanics employed under the contract no less than the prevailing wage rate and fringe
benefit payments to be used in implementation of this article shall be those last published by
the United States Department of Labor in the Federal Register prior to the date of issuance
of the ITB. Shall not apply.
Insurance: If the requirement applies, Bidder agrees it shall fully comply with maintaining the following
insurance requirements:
1.Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
2. Comprehensive General Liability (occurrence form) with limits of liability $ 1,000,000.00 per
rd Shall apply.
q Shall not apply.
occurrence for bodily injury property damage to include Premises/ Operations; Products,
Completed Operations and Contractual Liability. I
3.Automobile Liability with limits of $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as
broad as the primary General Liability coverage.
5. Builders Risk for the full value of structure, materials, fixtures and equipment.
6. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits
no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate.
Additional Insured 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.
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.
MIAMIBEACH
must demonstrate experience in construction and maintenance of traffic within an existing
heavily traveled urban roadway.
Submittal Requirement: For each project, submit: 1) Owner Name, 2) Contact Name,
Telephone & Email, 3) Project Address, 4) Narrative on Scope of Services Provided, 5)
Contract amount and completion date and 6) Historical Significance, including original date
of completion.
Bid Bond Requirements:
Z Shall apply.
q Shall not apply.
If the requirement applies, Bidder shall submit, WITH ITS BID, an original bid bond, certified
check, or cashier's check, 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 shall result in the bid being deemed non-
responsive and not being considered.
Davis-Bacon Wage Rates:
q Shall apply.
If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and
mechanics employed under the contract no less than the prevailing wage rate and fringe
benefit payments to be used in implementation of this article shall be those last published by
the United States Department of Labor in the Federal Register prior to the date of issuance
of the ITB. Shall not apply.
Insurance: If the requirement applies, Bidder agrees it shall fully comply with maintaining the following
insurance requirements:
1.Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
2. Comprehensive General Liability (occurrence form) with limits of liability $ 1,000,000.00 per
rd Shall apply.
q Shall not apply.
occurrence for bodily injury property damage to include Premises/ Operations; Products,
Completed Operations and Contractual Liability. I
3.Automobile Liability with limits of $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as
broad as the primary General Liability coverage.
5. Builders Risk for the full value of structure, materials, fixtures and equipment.
6. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits
no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate.
Additional Insured 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.
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.
MIAMIBEACH
must demonstrate experience in construction and maintenance of traffic within an existing
heavily traveled urban roadway.
Submittal Requirement: For each project, submit: 1) Owner Name, 2) Contact Name,
Telephone & Email, 3) Project Address, 4) Narrative on Scope of Services Provided, 5)
Contract amount and completion date and 6) Historical Significance, including original date
of completion.
Bid Bond Requirements: If the requirement applies, Bidder shall submit, WITH ITS BID, an original bid bond, certified
check, or cashier's check, 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 shall result in the bid being deemed non-
responsive and not being considered.
Shall apply.
q Shall not apply.
Davis-Bacon Wage Rates:
q Shall apply.
If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and
mechanics employed under the contract no less than the prevailing wage rate and fringe
benefit payments to be used in implementation of this article shall be those last published by
the United States Department of Labor in the Federal Register prior to the date of issuance
of the ITB. Shall not apply.
Insurance: If the requirement applies, Bidder agrees it shall fully comply with maintaining the following
insurance requirements:
1.Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
2.Comprehensive General Liability (occurrence form) with limits of liability $ 1,000.000.00 per
Shall apply.
q Shall not apply.
occurrence for bodily injury property damage to include Premises/ Operations; Products,
Completed Operations and Contractual Liability.
3.Automobile Liability with limits of $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as
broad as the primary General Liability coverage.
5. Builders Risk for the full value of structure, materials, fixtures and equipment.
6. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits
no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate.
Additional Insured 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.
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.
I BEACH
Other Insurance Provisions
a. For any claims related to this project, the Contractor's coverage shall be primary
insurance as respects the City of Miami Beach, its officials, officers, employees, and
volunteers. Any insurance or self-insurance maintained by the City of Miami Beach
shall be excess of the Contractor's insurance and shall not contribute with it.
b. Each policy required by this clause shall provide that coverage shall not be
canceled, except with notice to the City of Miami Beach.
c. If any excavation work is included in the Contract, it is understood and agreed that
Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse
and Underground) coverage.
If any coverage required is written on a claims-made form:
d. The retroactive date must be shown, and must be before the date of the contract or
the beginning of contract work.
e. Insurance must be maintained and evidence of insurance must be provided for at
least five (5) years after completion of the contract of work.
f. 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.
g. A copy of the claims reporting requirements must be submitted to the City of Miami
Beach Risk Management (or its designee) for review.
h. 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.
Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VI],
unless otherwise acceptable to the City of Miami Beach Risk Management Office.
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.
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.
I BEACH
Other Insurance Provisions
a. For any claims related to this project, the Contractor's coverage shall be primary
insurance as respects the City of Miami Beach, its officials, officers, employees, and
volunteers. Any insurance or self-insurance maintained by the City of Miami Beach
shall be excess of the Contractor's insurance and shall not contribute with it.
b. Each policy required by this clause shall provide that coverage shall not be
canceled, except with notice to the City of Miami Beach.
c. If any excavation work is included in the Contract, it is understood and agreed that
Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse
and Underground) coverage.
If any coverage required is written on a claims-made form:
d. The retroactive date must be shown, and must be before the date of the contract or
the beginning of contract work.
e. Insurance must be maintained and evidence of insurance must be provided for at
least five (5) years after completion of the contract of work.
f. 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.
g. A copy of the claims reporting requirements must be submitted to the City of Miami
Beach Risk Management (or its designee) for review.
h. 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.
Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VI],
unless otherwise acceptable to the City of Miami Beach Risk Management Office.
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.
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.
I BEACH
Other Insurance Provisions
a. For any claims related to this project, the Contractor's coverage shall be primary
insurance as respects the City of Miami Beach, its officials, officers, employees, and
volunteers. Any insurance or self-insurance maintained by the City of Miami Beach
shall be excess of the Contractor's insurance and shall not contribute with it.
b. Each policy required by this clause shall provide that coverage shall not be
canceled, except with notice to the City of Miami Beach.
c. If any excavation work is included in the Contract, it is understood and agreed that
Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse
and Underground) coverage.
If any coverage required is written on a claims-made form:
d. The retroactive date must be shown, and must be before the date of the contract or
the beginning of contract work.
e. Insurance must be maintained and evidence of insurance must be provided for at
least five (5) years after completion of the contract of work.
f. 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.
g. A copy of the claims reporting requirements must be submitted to the City of Miami
Beach Risk Management (or its designee) for review.
h. 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.
Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VI],
unless otherwise acceptable to the City of Miami Beach Risk Management Office.
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.
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.
MIAMI BEACH
1 I General Conditions for Construction Contracts (June 12, 2019)
MIAMI BEACH
1 I General Conditions for Construction Contracts (June 12, 2019)
GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS
(June 12, 2019)
ARTICLE 1. DEFINITIONS AND INTERPRETATION OF CONTRACT DOCUMENTS.
1.1. Definitions.The definitions included in this Section are not exhaustive of all definitions used in the
Contract Documents. Additional terms may be defined in other Contract Documents. The following terms
shall have the meanings specified herein, as follows:
“Applicable Laws”means all laws, codes (including, but not limited to, building codes), ordinances, rules
regulations,lawfulordersanddecreesofgovernmentalauthoritieshavingjurisdictionovertheProject,Project
Site, or the Parties.
“Application for Payment”means the detailed itemized documentation, including all supporting
documentation, in a form and substance satisfactory to the City, submitted by the Contractor on a monthly
basis in order to obtain the City’s approval for payment for Work performed pursuant to the Contract
Documents.
“Bid”means an offer or proposal submitted by a bidder in response to this ITB. The terms “Bid” and “Bid
Submittal” are used interchangeably.
“Bidder”means any individual or firm submitting a Bid for this Project.
“Change Order”means a written document ordering a change in the Contract Price and/or Contract Time
or a material change in the Work(as defined herein). A Change Order must comply with the requirements
of the Contract Documents.
“CIP Inspector/PWD Field Observer”meansa City employee charged with observing and documenting, for
internalCitypurposesonly,generalobservationsandconditionsoftheProjectincluding,withoutlimitation,the
weather conditions, the number of workers present at the time of observation, general type of work being
performed and taking photographs regarding same. Contractor expressly waives any right to assert as a
defense to any claim regarding the Project including, without limitation, any dispute between the City and
Contractor, and Contractor and any third party, the presence or purported approval or consent of any CIP
Inspector or other City employee conducting any field observations during the Project. The Contractor
expressly acknowledges that the purpose of such City employee is to observe and document for internal
purposes only general observations and conditions of the Project, and in no way is intended to, nor shall be
treated as, a person with authority to approve or reject the Work on behalf of the City or any other entity, or to
direct the Contractor’s Work in any way. Contractor expressly agrees to waive the presence of such CIP
Inspector or other City employee performing field observations as a defense to any Claims involving the
Project.
“City”means the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700
Convention Center Drive, Miami Beach, Florida 33139. In all respects hereunder, City’s obligations and
performance is pursuant to City’s position as the owner of the Project acting in its proprietary capacity. In
the event City exercises its regulatory authority as a governmental body including, but not limited to, its
regulatory authority for code inspections and issuance of Building Department permits, Public Works
Departmentpermits,orotherapplicablepermitswithinitsjurisdiction,theexerciseofsuchregulatoryauthority
2 I General Conditions for Construction Contracts (June 12, 2019) 2 I General Conditions for Construction Contracts (June 12, 2019)
and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred
pursuant to City’s regulatory authority as a governmental body and shall not be attributable in any manner to
City as a Party to this Contract.
“City Commission”means the governing and legislative body of the City.
“City Manager”means the Chief Administrative Officer of the City. The City Manager shall be construed to
include the Contract Administrator and any duly authorized representatives of the City as the City Manager
may designate in writing at any time with respect to any specific matter(s) concerning the Project and/or the
Contract Documents (exclusive of those authorizations reserved to the City Commission or regulatory or
administrative bodies having jurisdiction over any matter(s) related to the Project and/or the Contract
Documents).
“Claim”means a demand or assertion by one of the parties seeking, as a matter of right, adjustment or
interpretation of the Contract Documents, payment of money, extension of time or other relief with respect to
the Contract Documents or Project. The term “Claim” also includes other disputes and matters in question
betweentheCityandContractorarisingoutoforrelatingtotheContractDocuments. Claimsmustbeinitiated
by written notice in strict accordance with the Contract Documents. The responsibility for substantiating
Claims shall rest with the Party making the Claim. All Claims submitted by Contractor must comply with the
requirements of the City’s False Claims Ordinance, as set forth in Sections 70-300 et seq., of the City Code,
orshallbe forfeited inaccordancewith the termsof the False ClaimsOrdinance and conclusivelywaivedand
released.
“Consultant”means the firm named in the Invitation to Bid Summary as the “Consultant,” that has entered
intoaseparateagreementwiththeCitytoperformarchitectural,engineering,orotherdesignandconstruction
administration services for the Project, and who will serve as the "architect of record" and/or "engineer of
record" for the Project. Wherever the word "Architect" or “Engineer” or “Consultant” appears in the Contract
Documents, it shall be deemed to refer to the Consultant and/or the design professionals engaged by the
Consultant. All communications, directives, instructions, interpretations and actions required of Consultant
shall be issued or taken only by or through Consultant's authorized representative(s).
“Construction Superintendent”means the individual who is a representative of the Contractor, and who
shallbe responsible forcontinuousfield supervision, coordination, and completion of theWork,andwhoshall
maintain a full-time on-site, physical presence at the Project Site and satisfy the obligations of Construction
Superintendent asprovided in the Contract Documents.
“Contract”means the written agreement between the City and the Contractor for the performance of the
Work in accordance with the requirements of the Contract Documents, and for the payment of the agreed
consideration.
“Contract Administrator”means the City's Contract Administrator shall mean the individual appointed by
theCityManagerwhoshallbetheCity'sauthorizedrepresentativetocoordinate, direct, andreviewonbehalf
of the City, all mattersrelated to the Project. The initial Contract Administrator for the Project is named in the
Invitation to Bid Summary.
“Contract Documents”means all of the documents setting forth bidding information, requirements and
contractual obligations for the Project, including this ITB, Contractor’s Bid in response thereto, the Contract,
and the Plans and Specifications, together with all addenda to any of the foregoing, Change Orders, Work
Orders, Field Orders, schedules and shop drawings, and all other documents required by the ITB for the
completion of the Project.
3 I General Conditions for Construction Contracts (June 12, 2019) 3 I General Conditions for Construction Contracts (June 12, 2019)
“Contract Price”means the amount established in the Contract Documents as the total amount the City is
obligated to pay for full and complete performance of all of the Work required by the Contract Documents
(including, but not limited to, all labor, equipment and materials to administer, coordinate, provide related
certifications, install and otherwise construct and complete the Project within the Contract Time), and as may
be amended by Change Order.
“Contract Time”means the number of days allowed for completion of all Work, as stipulated in the Contract
Documents, and as may be amended by Change Order.
“Contractor”means the individual or firm whose Bid is accepted and who enters into the Contract with the
City to construct the Project pursuant to the Contract Documents and who is liable for the acceptable
performance of the Work and payment of all debts pertaining to the Work.
“Days”means all references to numbers of days in the Contract Documents, shall be construed to mean
calendar days, unless specifically noted otherwise. The term "business days" means a day other than a
Saturday, Sunday, Federal holiday or any day on which the principal commercial banks located in Miami-
Dade County, Florida are not open for business during normal hours.
“Field Order”or “Field Directive”means a written order which further describes details or provides
interpretations necessary to complete the Work of the Contract Documents but which does not involve a
change in the Contract Price or Contract Time.
“Final Completion”meansthedate upon which all conditionsand requirementsof the Contract Documents,
permits and regulatory agencies have been satisfied; any documents required by the Contract Documents
have been received by the City; any other documents required to be provided have been received by City;
and the Work has been fully completed in accordance with the Contract Documents.
“Notice(s) to Proceed”or “NTP”means a written letter or directive issued by the Contract Administrator
to Contractor to commence and proceed with portions of the Work as specified therein or a specific task of
the Project, andstating anyfurther limitationson the extent to which Contractormaycommenceand proceed
with the Work. Unless otherwise approved by the City at its sole discretion, City’s issuance of a Notice to
Proceed for construction or portions thereof shall be contingent upon Contractor obtaining all appropriate
permits and satisfying all requirements of agencies having jurisdiction. However, the City is not obligated to
immediately issue NTP on the date Contractor obtains all requisite permits and/or satisfies the specified
conditions precedent for issuance of NTP. The date of issuance of NTP shall be determined at the City’s
sole discretion once Contractor has obtained all required permits and otherwise satisfied all conditions
precedent to issuance of NTP.
“Owner’s Contingency”means that separate fund which is available for City’s use at its sole discretion to
defray additional expenses relative to the design and construction of the Project, as well as additional
expenses expressly chargeable to the City or otherwise deemed the responsibility of the City pursuant to the
ContractDocuments. TheCityretainsexclusiveuseandcontroloftheOwner’sContingency. TheContractor
has no right or entitlement whatsoever to the Owner’s Contingency, and use of such funds are subject to the
Contract Administrator’sorCityManager’spriorwritten approvalandissuance of a ChangeOrder bythe City
at its sole and absolute discretion. Any unused City Contingency remaining at the completion of the Project
shall accrue solely to the City.
4 I General Conditions for Construction Contracts (June 12, 2019) 4 I General Conditions for Construction Contracts (June 12, 2019)
“Parties”means City and Contractor, and “Party” is a reference to either City or Contractor, as the context
may indicate or require.
“Plans”means the drawings or reproductions thereof prepared by the Consultant, which show the location,
character, dimensions and details of the Work to be done, and which are a part of the Contract Documents.
“Project”means the improvements described in the Contract Documents and all Work that is contemplated
thereby or reasonably inferable therefrom.
“Project Initiation Date”means the date upon which the Contract Time commences.
“Project Manager”means the authorized individual which is the representative of Contractor and who will
administer and manage the prosecution of all Work on behalf of the Contractor.
“Punch List”means the list or lists prepared by Contractor, incorporating input provided by the City or
Consultant, identifying matters that remain to be completed to achieve Substantial Completion and to be
completed between achievement of Substantial Completion and Final Completion in order that Final
Completion can be declared by City to have occurred.
“Purchase Order”means the written document issued by the City to the Contractor indicating types,
quantities, and/or agreed prices for products or services to be provided to the City.
“Responsible Bidder”means an offeror who has the capability in all respects to perform fully the contract
requirements, and the integrity and reliability which will assure good faith performance, including, without
limitation, the factors identified in Section 2-369 of the City Code.
“Responsive Bidder”means a person or entity who has submitted a bid which conforms in all material
respects to a solicitation. A bid or proposal of a Responsive Bidder must be submitted on the required forms,
which contain all required information, signatures, notarizations, insurance, bonding, security, or other
mandated requirements by the bid documents to be submitted at the time of bid opening.
“Schedule of Values”means a written schedule setting forth the detailed and itemized cost breakdown,
inclusive of labor, material, and taxes of all elements comprising the Contract Price.
“Specifications”means the general term comprising all of the written directions, provisions and
requirements contained in the Contract Documents, as amended, describing the work required to be
performed, including detailed technical requirements as to labor, materials, supplies, equipment and
standards to which such work is to be performed.
“Subcontractor”means any person or entity supplying the Contractor with labor, materials, supplies or
equipment used directly or indirectly by the Contractor in the prosecution of the Work.
“Substantial Completion”means the date when the Work, as certified in writing by the Consultant, and
determined by the City in its sole discretion, has been developed, designed, engineered and constructed in
accordance with the Contract Documents such that all conditions of permits and regulatory agencies have
been satisfied and the Project is ready for occupancy, utilization and continuous commercial operation for
the uses and purposes intended by the City, without material interference from incomplete or improperly
completed Work and with only minor punch list items remaining to be completed, all as reasonably
determined by the City and evidenced by (1) the issuance of a Certificate of Occupancy or Certificate of
5 I General Conditions for Construction Contracts (June 12, 2019) 5 I General Conditions for Construction Contracts (June 12, 2019)
Completion by the authority having jurisdiction; (2) the issuance of a Certificate of Substantial Completion
by the Consultant; and (3) acceptance of such Certificate of Substantial Completion by the City pursuant to
the Contract Documents.
“Surety”means the surety company or individual which is bound by the bid bond, or by the performance
bondorpayment bondwith and forContractorwho isprimarilyliable, andwhichsuretycompanyor individual
is responsible for Contractor's satisfactory performance of the work under the contract and for the payment
of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes.
“Work”means all construction and services required by or reasonably inferable from the Contract
Documents for the completion of the Project, including the provision of all labor, materials, equipment,
supplies, tools, machinery, utilities, procurement, fabrication, transportation, construction, erection,
demolition, installation, insurance, bonds, permits and conditions thereof, building code changes and
governmentalapprovals,testingand inspectionservices,qualityassuranceand/orqualitycontrolinspections
and related certifications, training, surveys, studies, supervision, and administration services to be provided
by the Contractor, and other items, work and services that are necessary or appropriate for the total
construction, installation, furnishing, equipping, and functioning of the completed Project, together with all
additional, collateral and incidental items, work and services required to achieve Final Completion in
accordance with the Contract Documents.
1.2. Interpretation of the Contract Documents.
1.2.1.As used in the Contract Documents, (i) the singular shall include the plural, and the masculine shall
include the feminine and neutral, as the context requires; (ii) “includes” or “including” shall mean “including,
but not limited to” and “including, without limitation;” and (iii) all definitions of agreements shall include all
amendments thereto in effect from time to time.
1.2.2.Whenever it shall be provided in the Contract Documents that the Contractor is required to perform
aserviceorobligation"atitssolecostandexpense"orwordsof substantiallysimilarmeaning,theContractor
shall not be entitled to reimbursement for such item and the cost of such service or obligation shall not be
included in any Application for Payment.
1.2.3.Contract Documents shall be construed in a harmonious manner, whenever possible. The general
intent of the Contract Documents is to include all items necessary for the proper execution andcompletion
of the Project by the Contractor.
1.2.4.The Contract Documents shall be taken as a whole and are complementary, and any item of Work
called for in any Contract Document shall be as binding as if called for by all, so that any part of the Work
shown or described in any of the Contract Documents, though not specifically referred to in other Contract
Documents, shall be executed by Contractor and binding as a part of the Contract Documents, as well as
any Work which, in the sole opinion of City, may be fairly inferred from the Contract Documents or by normal
industry practice.
1.2.5.DetailedplansshalltakeprecedenceovergeneralplansforthesamepartoftheWork.Specifications
and detailed plans which may be prepared or approved by City after the execution of the Contract and which
maybefairlyinferredfromtheoriginalspecificationsandplansaretobedeemedapartofsuchspecifications
andplans, andthat portion of theWorkshown therebyshallbeperformedwithoutanychange intheContract
Price or Project Schedule. With respect to conflicts between large-scale drawings and small-scale drawings,
the larger scale drawing shall govern, unless otherwise dictated by Consultant.
6 I General Conditions for Construction Contracts (June 12, 2019) 6 I General Conditions for Construction Contracts (June 12, 2019)
1.2.6.Where compliance with two or more requirements is indicated in any of the enumerated Contract
Documents and where these requirements within the Contract Documents conflict in quantity or quality, the
Contractor shall comply with the most stringent requirement as determined by the City, unless specifically
indicated otherwise in the Contract Documents.
1.2.7.As used in the Contract Documents, unless specifically indicated otherwise, references to an Article
includeallSections,Subsections,anditemswithinthatArticle;referencestoaSectionincludeallSubsections
and items within that Section; and references to a Subsection include all items within that Subsection.
1.2.8.Wordswhich havea well-known technicalortrade meaning areused hereinin accordancewith such
recognized or well-known meaning, unless the Contract Documents otherwise specifically define such word.
1.2.9.TheRecitals,Appendices,ExhibitsandSchedulesattachedheretoareexpresslyincorporatedinand
made a part of the Contract Documents as if fully set forth herein.
ARTICLE 2. INTENTION AND PRIORITY OF CONTRACT DOCUMENTS.
2.1. Intention of City. It is the intent of City to describe in the Contract Documents a functionally
complete Project (or part 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
intendedresultshallbesuppliedbyContractorwhetherornotspecificallycalledfor. Cityshallhavenoduties
other than those duties and obligations expressly set forth within the Contract Documents.
2.2. Priority of Contract Documents.In the event of conflict or inconsistency among the Contract
Documents, the following order of precedence shall govern the interpretation of the Contract Documents:
a. Change Orders or Amendments to this Contract (excluding the Plans and Specifications);
b. The Contract Documents (excluding the Plans and Specifications);
c. Modifications or changes to the completed Plans and Specifications, as approved by the City;
d. The completed Plans and Specifications, as approved by the City; and
e. The ITB.
In the event of any conflict between the General Terms and Conditions of the ITB (as may be amended by
Change Order), and the Specifications, the provisions of the General Terms and Conditions, as amended,
shall take precedence and control.
Contractor shall be furnished two (2) copies, free of charge, of the Contract Documents; which shall be
preserved and always kept accessible to the City, the Consultant, and their respective authorized
representatives. Additional copies of the Contract Documents may be obtained from City at the cost of
reproduction.
ARTICLE 3. CONTRACTOR’S DUTIES AND RESPONSIBILITIES.
7 I General Conditions for Construction Contracts (June 12, 2019) 7 I General Conditions for Construction Contracts (June 12, 2019)
3.1. Performance of the Work. The Contractor covenants and warrants that it shall be responsible for
performing and completing, and for causing all Subcontractors to perform and complete, the Work in
accordance with the Contract Documents and all Applicable Laws relating to the Project. Accordingly,
Contractor shall furnish all of the labor, materials, equipment services and incidentals necessary to perform
alloftheWorkdescribedintheContractDocuments,andallWorkthatiscontemplatedtherebyorreasonably
inferable therefrom. As part thereof, Contractor shall achieve Substantial Completion within the time period
specified in the Invitation to Bid Summary for Substantial Completion, as such date may be extended
pursuant to the terms of the Contract Documents, and shall achieve Final Completion of the Project by the
date established in the Contract Documents for Final Completion, as such date may be extended pursuant
to the termsof the Contract Documents. Unless otherwise provided in the Contract Documents, or as agreed
to in writing between City and Contractor, the form and content of all reports, forms and regular submittals
byContractor to City shall be subject to prior approvalof the City, and Contractor shall submit such materials
to the City for City’s approval prior to implementation. City’s approval thereof shall not limit City’s right to
thereafter require reasonable changes or additions to approved systems, reports, forms and regular
submittals by Contractor to City.
3.2. Standard of Care.The Work shall be performed in accordance with the professional standards
applicable to projects, buildings, or work of complexity, quality and scope comparable to the Work and the
Project. More specifically, in the performance of the professional services under this Contract, Contractor
shall provide the care and skill ordinarily used by members of its profession practicing under similar
conditions for projects of similar type, size and complexity at the same time and locality of the Project.
Work shall be performed by the Contractor, Subcontractors, and specific personnel referred to in the in the
Contract Documents in accordance withtheir respective degrees of participation provided and represented
to the City by the Contractor from time to time. The Contractor may add Subcontractors as it deems
necessary or appropriate in order to carry out its obligations under the Contract Documents, provided such
entity shall be suitably qualified and shall be subject to the prior approval of the City. Nothing contained in
the Contract Documents shall be construed to create any obligation or contractual liability running from the
City to any such persons or entities, including to any Subcontractors.
3.3. Notices to Proceed.Contractor shall be instructed to commence the Work by written instructions
intheformofaPurchaseOrderissuedbytheCity'sProcurementDepartmentandaNoticetoProceedissued
by the Contract Administrator. At least two (2) Notices to Proceed will be issued for this Contract. Contractor
shall commence scheduling activities, permit applications and other preconstruction work within five (5)
calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to
Proceed. The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to
Cityofallrequireddocuments,includingbutnotlimitedto,PaymentBond,PerformanceBond,andInsurance
Certificate(s), and after execution of the Contract by both parties.
3.4. Conditions Precedent to Notice to Proceed for Construction of the Work.The following are
conditionsprecedenttotheissuanceofaNoticetoProceedtoauthorizeContractortomobilizeontheProject
Site and commence with physical construction of the Work (typically, the second NTP for a Project): (1) the
receiptofallnecessarypermitsbyContractor;(2)City’sacceptanceoftheContractor’sfullprogressschedule
in accordance with the Contract Documents, Contractor’s submittal schedule, Contractor’s Schedule of
Values, and list of Subcontractors; (3) Contractor’s Hurricane Preparedness Plan; and (4) Contractor’s
submission to the City and Consultant of any other documents required by the Contractor Documents. The
Contractor shall submit all necessary documents required for issuance of the Notice to Proceed with
construction of the Work within twenty-one (21)calendar days of the issuance of the first Notice to Proceed.
8 I General Conditions for Construction Contracts (June 12, 2019) 8 I General Conditions for Construction Contracts (June 12, 2019)
3.5. Warranty.Contractor warrantstoCitythatallmaterialsandequipment furnished underthisContract
will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and
defects and in conformance with the Contract Documents. All work not conforming to these requirements,
including substitutions not properly approved and authorized, may be considered defective. If required by
Consultant or City, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and
equipment. This warranty is not limited by any other provision of the Contract Documents.
3.6. Personnel Requirements.
3.6.1.The orders of City are to be given through Consultant or the Contract Administrator, which
instructionsaretobestrictlyandpromptlyfollowedineverycase. Contractorshallkeepon theProjectduring
its progress, a full-time competent English speaking Construction Superintendent and any necessary
assistants, all satisfactory to City. The Construction Superintendent shall not be changed except with the
writtenconsentofCity, unlesstheConstructionSuperintendentprovesto beunsatisfactoryto Contractorand
ceases to be in its employ. The Construction Superintendent shall represent Contractor and all directions
given to the Construction Superintendent shall be as binding as if given to Contractor and will be confirmed
in writing by City upon the written request of Contractor. Contractor shall give efficient supervision to the
Work, using its best skill and attention.
3.6.2.TheConstruction Superintendent shall be responsible formanagement of the Project Siteand tasks,
including, but not limited to, organization and coordination of the Work of Subcontractor employees;
exercising control over rate of construction progress to assure completion of the Project within the
Project Schedule; inspecting or observing the Work to enforce conformity to the Contract Documents and
supervising trades, subcontractors, clerical staff, and other personnel employed in the construction of the
Project. On a dailybasis, Contractor's Construction Superintendent shall record, at a minimum, the following
information in a bound log: the day; date; weather conditions and how any weather condition affected
progressoftheWork;timeofcommencementofworkfortheday;theworkbeingperformed;materials,labor,
personnel, equipment and subcontractors at the Project Site; visitors to the Project Site, including
representatives of Consultant; regulatory representatives; any special or unusual conditions or occurrences
encountered; and the time of termination of work for the day. All information shall be recorded in the daily
log in ink. The daily log shall be kept on the Project Site and shall be available at all times for inspection and
copying by City and Consultant.
3.6.3.The Contract Administrator, Contractor and Consultant shall meet at least weekly or as determined
by the Contract Administrator, during the course of the Work to review and agree upon the work performed
todateandtoestablishthecriticalpathactivityorWorkforthenexttwoweeks. The Consultant shallpublish,
keep, and distribute minutes and any comments thereto of each such meeting.
3.6.4.If Contractor, in the course of prosecuting the Work, finds any discrepancy between the Contract
Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the
ContractDocuments,itshallbeContractor’sdutytoimmediatelyinformConsultant,inwriting,andConsultant
will promptly review the same. Any work done after such discovery, until authorized, will be done at
Contractor’s sole risk.
3.6.5.Contractor shall supervise and direct the Work competently and efficiently, devoting such attention
thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with
the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques,
sequences and procedures of construction.
9 I General Conditions for Construction Contracts (June 12, 2019) 9 I General Conditions for Construction Contracts (June 12, 2019)
3.6.6.TheConstructionSuperintendent musthaveatleast five (5)yearsofexperiencein projectsofsimilar
design, scope, size and complexity. The Project Manager must have at least five (5) years of experience in
projects of similar design, scope, size and complexity.
3.7. Subcontracts.
3.7.1.Contractor shall not employ any subcontractor against whom City or Consultant may have a
reasonableobjection. ContractorshallnotberequiredtoemployanysubcontractoragainstwhomContractor
has a reasonable objection.
3.7.2.Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons
directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable
to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by
it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor
and City or any obligation on the part of City to pay or to see the payment of any monies due any
subcontractor. City or Consultant may furnish to any subcontractor evidence of amounts paid to Contractor
on account of specific work performed.
3.7.3.ContractoragreestobindspecificallyeverysubcontractortothetermsandconditionsoftheContract
Documents for the benefit of City. All of the Contractor’s agreements with the Subcontractors shall contain
the following provisions (or shall incorporate the following provisions by reference) and shall state:
a.that the Subcontractor irrevocably submits itself to the original and exclusive jurisdiction and
venue in Miami-Dade County, Florida, with regard to any controversy in any way relating to the award,
execution or performance of the Contract Documents and/or such Subcontractor's agreement, and whereby
the Subcontractor agrees that service of process on it may be made to the person or entity designated in the
Subcontract;
b.that the City shall not be in privity of contract with the Subcontractor and shall not be liable
to any Subcontractor under the Contract Documents or any such subcontract, except for the payments of
amounts due to the Subcontractor under its subcontract in the event that the City exercises its rights under
any assignment of the subcontract and requests or directs the Subcontractor to perform the portion of the
Work covered by its subcontract;
c.that the City is a third-party beneficiary of the Subcontract, entitled to enforce any rights
thereunder for their respective benefits, and that, subject to the terms of the applicable Subcontract, the City
shall have the same rights and remedies vis-à-vis such Subcontractors that Contractor shall have, including
the right to be compensated for any loss, expense or damage of any nature whatsoever incurred by the City
resulting from any breach of such Subcontract by Subcontractor, any breach of representations and
warranties,ifany,impliedorexpressed,arisingoutofsuchagreementsandanyerror,omissionornegligence
of such Subcontractor in the performance of any of its obligations under such Subcontract;
d.that the Subcontractor shall indemnify and hold harmless the City, its officers, agents,
directors,andemployees,andinstrumentalitiestothefullestextentpermittedbySection725.06oftheFlorida
Statutes;
e.thatsuchsubcontractshallbeterminablefordefaultorconvenienceuponten(10)daysprior
written notice by Contractor, or, if the Subcontract has been assigned to the City, by the City or its designee;
10 I General Conditions for Construction Contracts (June 12, 2019) 10 I General Conditions for Construction Contracts (June 12, 2019)
f.that Subcontractor shall promptly notify the City (with a copy to Contractor) of any default of
Contractor under the Subcontract, whether as to payment or otherwise;
g.thatContractorandSubcontractoracknowledgethat(i)theyareeachenteringintoacontract
for the construction of a public facility or public works project as contemplated in Chapter 255, Florida
Statutes, and (ii) each have no right to file a construction lien against the Work or the Project, and further
agree to include a similar requirement in any purchase order or subcontract entered into by Subcontractor;
and (iii) the payment bond provided by Contractor pursuant to this Agreement is a substitute for the right to
claimalienontheProject,andthatanyclaimsfornonpaymentshallbemadeagainstthebondinaccordance
with Section 255.05, Florida Statutes.
h.thatSubcontractorshallcomplywithallApplicableLaws(includingpromptpayment)andthe
City requirements as set forth in the Contract Documents and maintain all files, records, accounts of
expenditures for Subcontractor's portion of the Work to the standards set forth in the Contract Documents.
i.that the City may, at reasonable times, contact Subcontractor, after notice to Contractor, to
discuss, or obtain a written report of, Subcontractor's services, with Contractor entitled to be present during
any such discussions; provided that in no event, prior to any assignment of the Subcontract to the City, shall
Subcontractor take instructions directly from the City;
j.that Subcontractor promptly disclose to the City and Contractor any defect, omission, error
or deficiency in the Contract Documents or the Work about which it has knowledge no later than ten (10)
days following discovery of such defect, omission, error or deficiency;
k.that Subcontractor assign all warranties directly to the City,
l.that the Contract Documents provide a limitation of remedies and NO DAMAGES FOR
DELAY as delineated in Article 10 hereof;
m.that in the event of a change in the Work the Subcontractor's Claim for adjustments in the
subcontract price shall be limited exclusively to its actual costs for such changes, plus no more than the
overhead and profit fees/markups and bond costs to be established as part of the GMP Amendment.
n.Each subcontract shall require the Subcontractor to expressly agree that the foregoing
constitutes the sole and exclusive remedies for delaysand changes in the Work and thuseliminate any other
remedies for claim for increase in the subcontract price, damages, losses or additional compensation.
o.Each subcontract shall require that any claims by Subcontractor for delay or additional cost
must be submitted to Contractor within the time and in the manner in which the Contractor must submit
Claims to the City, and that failure to comply with the conditions for giving notice and submitting claims shall
result in the waiver of such claims in the same manner as provided for in the Contract Documents.
3.7.4.Contractor shall perform the Work with its own forces, in an amount not less than the percentage of
the Work specified in the Invitation to Bid Summary.
3.8. Plans and Working Drawings.
3.8.1. Contractor to Check Plans, Specifications and Data.Contractor shall verify all dimensions,
quantities and details shown on the plans, specifications or other data received from Consultant, and shall
11 I General Conditions for Construction Contracts (June 12, 2019) 11 I General Conditions for Construction Contracts (June 12, 2019)
notify Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of
discovery. Contractor shall not be allowed to take advantage of any error, omission or discrepancy, as full
instructions will be furnished by Consultant. Contractor shall not be liable for damages resulting from errors,
omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omission or
discrepancy and failed to report it to Consultant, or unless Contractor should have recognized such error,
omission or discrepancy upon reasonable investigation.
3.8.2. Supplementary Drawings.When, in the opinion of Consultant, it becomesnecessary to explain the
Work to be done more fully, or to illustrate the Work further, or to show any changes which may be required,
supplementary drawings, with specifications pertaining thereto, will be prepared by Consultant. The
supplementary drawings shall be binding upon Contractor and shall be considered as part of the Contract
Documents. Where such supplementary drawings require either less or more than the original quantities of
work,appropriateadjustmentsshallbemadebyChangeOrder. Incaseofdisagreementbetweenthewritten
and graphic portions of the Contract Documents, the written portion shall govern.
3.8.3. Shop Drawings.
3.8.4.1.Contractor shall submit Shop Drawings as required by the Technical Specifications. The
purpose of the Shop Drawings is to show the suitability, efficiency, technique of manufacture, installation
requirements, details of the item and evidence of its compliance or noncompliance with the Contract
Documents.
3.8.4.2.Within ten (10) calendar days after the Project Initiation Date specified in the Notice to
Proceed, Contractor shall submit to Consultant a complete list of preliminary data on items for which Shop
Drawings are to be submitted and shall identify the critical items. Submission of such documents is a
conditionprecedenttotheissuanceofaNoticetoProceedforconstruction. ApprovalofthislistbyConsultant
shall in no way relieve Contractor from submitting complete Shop Drawings and providing materials,
equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to
expedite final approval of Shop Drawings.
3.8.4.3.After the approval of the list of items required herein, Contractor shall promptly request
Shop Drawings from the various manufacturers, fabricators, and suppliers. Contractor shall include all shop
drawings and other submittals in its certification.
3.8.4.4.Contractor shall thoroughly review and check the Shop Drawings and each and every
copy shall show this approval thereon.
3.8.4.5.If the Shop Drawings show or indicate departures from the Contract requirements,
Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures
shall not relieve Contractor from its responsibility to comply with the Contract Documents.
3.8.4.6.Consultant shall review and approve Shop Drawings within seven (7)calendar daysfrom
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.
12 I General Conditions for Construction Contracts (June 12, 2019) 12 I General Conditions for Construction Contracts (June 12, 2019)
3.8.4.7.No approval will be given to partial submittals of Shop Drawings for items which
interconnect and/or are interdependent where necessary to properly evaluate the design. It is Contractor’s
responsibilitytoassembletheShopDrawingsforallsuchinterconnectingand/orinterdependentitems,check
them and then make one submittal to Consultant along with its comments as to compliance, noncompliance,
or features requiring special attention.
3.8.4.8.If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop
Drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink.
3.8.4.9.Contractor shall submit the number of copies required by Consultant. Resubmissions of
Shop Drawings shall be made in the same quantity until final approval is obtained.
3.8.4.10.Contractor shall keep one set of Shop Drawings marked with Consultant's approval at
the job site at all times.
3.8.4. Field Layout of the Work and Record Drawings.The entire responsibility for establishing and
maintaining line and grade in the field lies with Contractor.
3.8.5.1.Contractor shall maintain an accurate and precise record of the location and elevation of
all pipe lines, conduits, structures, maintenance access structures, handholes, fittings and the like and shall
prepare record or "as-built" drawings of the same which are sealed by a Professional Surveyor. Contractor
shall deliver these records in good order to Consultant as the Work is completed. The cost of all such field
layout and recording work is included in the prices bid for the appropriate items. All record drawings shall be
delivered to Consultant prior to Substantial Completion, in accordance with the Contract Documents.
3.8.5.2.Contractor shall maintain in a safe place at the Project Site one record copy of all
Drawings, Plans, Specifications, addenda, written amendments, Change Orders, Field Orders and written
interpretations and clarifications in good order and annotated to show all changes made during construction.
These record documents together with all approved samples and a counterpart of all approved Shop
Drawings shall be available at all times to Consultant for reference. Upon Final Completion of the Project
and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the
Contract Administrator.
3.8.5.3.Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City,
Contractor's record drawings or as-built drawings acceptable to Consultant.
3.8.5. Art in Public Places (“AIPP”) Coordination.Contractor shall coordinate the implementation of the
City’s AIPP commissions and installations for the Project, if any, with all such coordination Work covered
within the Contract Price, provided, however, that the City shall separately fund the commissioning and
installations of all AIPP artworks.
3.8.6. City’s Participation. THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR
PERFORM IN ANY WAY THE CONTRACTOR’S OBLIGATIONS UNDER THE AGREEMENT OR OTHER
CONTRACT DOCUMENTS. THE CITY’S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO
THE CONTRACTOR SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE
CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF
CONTRACTOR’S OBLIGATIONS, A WAIVER OF CONTRACTOR’S OBLIGATIONS AND/OR EXCUSE
ANY BREACH BYCONTRACTOROFITS OBLIGATIONSUNDERTHE CONTRACTDOCUMENTS. THE
PARTICIPATION IN THE PERFORMANCE OF ANY OF CONTRACTOR’S OBLIGATIONS SHALL NOT
13 I General Conditions for Construction Contracts (June 12, 2019) 13 I General Conditions for Construction Contracts (June 12, 2019)
PRECLUDE THE CITY FROM DECLARING CONTRACTOR IN DEFAULT FOR CONTRACTOR’S
FAILURE TO PERFORM SUCHOBLIGATION, NORSHALLITLIMIT, INANY WAY, THE CITY’SRIGHTS
AND REMEDIES IN CONNECTION THEREWITH. THE CONTRACTOR EXPRESSLY ACKNOWLEDGES
AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR
OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY’S PARTICIPATION, ASSISTANCE AND/OR
FACILITATION IN THE PERFORMANCE OF CONTRACTOR’S OBLIGATIONS. INCLUDING, WITHOUT
LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR
OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS
SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT
DOCUMENTS, THIS SECTION SHALL GOVERN.
3.8.7. City's Information.Except for any tests or studies that the City provides as part of the ITB, any
information provided by the City to the Contractor relating to the Project and/or other conditions affecting
the Project Site, is provided only for the convenience of the Contractor and does not relieve the Contractor
of the due diligence necessary to independently verify local conditions and Site Conditions. The City makes
no representation or warranty as to, and assumes no responsibility whatsoever with respect to, the
sufficiency, completeness or accuracy of any such test, studies or other information and makes no
guarantee, either express or implied, that the conditions indicated in such information or independently
found by the Contractor as a result of any examination, exploration or testing, are representative of those
existing throughout the performance of the Work or the Project Site, and there is no guarantee against
unanticipated or undisclosed conditions.
ARTICLE 4. CONTRACT PRICE.
4.1.If the Invitation to Bid Summary or any other Contract Documents contemplate unit pricing for the
Project or any portion thereof, City shall pay to Contractor the amounts determined for the total number of
each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units
containedin thisscheduleisanestimate only, andfinal payment shallbemadefortheactual numberofunits
incorporated in or made necessary by the Work covered by the Contract Documents. Payment shall be
made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation
for all costs, including overhead and profit, associated with completion of all the Work in full conformity with
the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not
covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to
which the item is most applicable.
4.2.If the Invitation to Bid Summary or any other Contract Documents contemplate lump sum pricing for
the Project, the Contract Price shall be the amount specified in the Contract, consisting of a base bid, and
a separate line item for the Owner’s Contingency (to be used solely by the City at its sole discretion for the
purposes described in the Contract Documents). The Contract Price, exclusive of the Owner’s Contingency,
shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and
profit, associated with completion of all the Work accordance with the requirements of the Contract
Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically
or expressly identified as part of a line item in the ITB Price Form.
4.3.To the extent the Project includes both unit prices and a lump sum price, then all sections of this
Article 4 shall apply to the item of Work in question, as applicable.
4.4. No Compensation Prior to Notice to Proceed. Prior to the City’s issuance of any Notice to
Proceed, Contractor shall not incur any cost to be reimbursed as part of the Project, except as the Contract
Administrator may authorize in writing.
14 I General Conditions for Construction Contracts (June 12, 2019) 14 I General Conditions for Construction Contracts (June 12, 2019)
4.5. Owner’s Contingency.The Owner’s Contingency shall be an amount, determined by the City,
which will be available to the City to pay for Project costs which are expressly chargeable to the City or
determined to be the City’s responsibility under the Contract Documents, including, as it relates to the
Contractor, the following increased costs of the Project incurred by Contractor:
a. Express written changes in the Work made in the discretion of the City after issuance of a
Change Order or Construction Change Directive relating thereto. The decision to make such changes, and
to incur the costs that arise there from, shall be in the sole discretion of the City. No costs may be charged
to the Owner’s Contingency under this subsection without express approval of City.
b. Changes to the Work if ordered by agencies having jurisdiction, provided such Work directly
results from City’s issuance of a Notice to Proceed prior to obtaining full permits thereon;
c. In the event of Excusable Delay, reasonable acceleration costs to meet milestones, if approved
by the City at its sole and absolute discretion;
d. Differing site conditions pursuant to the Contract Documents;
e. Post-hurricane or storm-related Construction Change Directives (to address matters that are in
addition to, or not covered by, the Contractor’s City-approved Hurricane Preparedness Plan required by the
Contract Documents);
f. Increased Costs of the Work resulting from other actions of the City deemed to be City’s
responsibility and/or compensable under the Contract Documents.
Unless Contractor secures City’s written agreement that such costs are City’s responsibility, documentation
of responsibility for such costs shall be submitted with the Contractor’s Claim. When Contractor has reason
to anticipate that such costs may be incurred, it shall be the Contractor’s responsibility, when feasible, to
provide the City with sufficient advance notice, so as to provide the City with a reasonable opportunity to
avoid such costs. Such costs shall be deemed the City’s responsibility if City subsequently agrees in writing
to grant the Claim and accept such responsibility, or if the Claim is granted and responsibility assigned to
City pursuant to the dispute resolution process under the Contract Documents and all reviews thereof are
exhausted or waived by City. The Contractor has no right or entitlement whatsoever to the Owner’s
Contingency, and use of such funds are subject to the City’s priorwritten approval and issuance of a Change
Order or Construction Change Directive by the City at its sole and absolute discretion. Any unused City
Contingency remaining at the completion of the Project shall accrue solely to the City.
ARTICLE 5. APPLICATION FOR PAYMENT.
5.1.Applications for Payment for the Work performed by Contractor shall be made monthly based upon
the percent completion of the Work for each particular month and in accordance with the Contract
Documents. The percent completion shall be based upon the updated and City-approved Project Schedule
as required by the Contract Documents Contractor's application shall show a complete breakdown of the
Project components, the quantities completed and the amount due, together with such supporting evidence
as may be required by Consultant or City. Contractor shall include, with each Application for Payment, an
updated progress schedule as required by the Contract Documents and a release of liens and consent of
surety relative to the Work which is the subject of the Application. Following submission of acceptable
supporting documentation along with each Application for Payment, City shall make payment to Contractor
after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or
15 I General Conditions for Construction Contracts (June 12, 2019) 15 I General Conditions for Construction Contracts (June 12, 2019)
withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in
accordance with Section 218.735 of the Florida Statutes.
5.2.The City shall withhold from each progress payment made to Contractor retainage in the amount of
ten percent (10%) of each such payment untilfiftypercent (50%) of the Work hasbeen completed. The Work
shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of
the Work together with all costs associated with existing change orders or other additions or modifications to
the construction services provided for in the Contract Documents.
Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld
fromeachsubsequentprogresspaymentmadetotheContractor,untilSubstantialCompletion.Anyreduction
in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and
shallotherwisebeat the sole discretion of the Contract Administrator, afterconsidering anyrecommendation
of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in,
retainage, except asmaybe required herein orbyFlorida law. Any interest earned on retainage shallaccrue
to the benefit of City. All requests for retainage reduction shall be in writing in a stand-alone document,
separate from monthly applications for payment.
5.3.Notwithstanding any provision hereof to the contrary, the City may withhold payments to the
Contractor in the following circumstances:
a. correction or re-execution of Work which is defective or has not been performed in accordance
with the Contract Documents and which the Contractor has failed to correct in accordance with the terms
of the Contract Documents;
b. past due payments owed to Subcontractors for which City has not been provided an
appropriate release of lien/claim (whether or not the Work in question is the subject of any dispute);
c. the City's remedies arising from any failure to perform the Contract Documents’ requirements
or uncured Default of this Contract by the Contractor;
d. damage to another contractor or third-party (including, without limitation, the property of any
resident or business in the area surrounding the Project Site) which has not been remedied or, damage to
City property which has not been remedied;
e. liquidated damages;
f. failure of Contractor to provide a Recovery Schedule in accordance with the Contract
Documents;
g. failure of Contractor to provide any and all material documents required by the Contract
Documents including, without limitation, the failure to maintain as-built drawings in a current and
acceptable state; and
h. pending or imminent Claims of the City or others including, without limitation, Claims which
are subject to Contractor's indemnity obligation under the Contract Documents, for which the Contractor
has not posted bonds or other additional security reasonably satisfactory to the City.
16 I General Conditions for Construction Contracts (June 12, 2019) 16 I General Conditions for Construction Contracts (June 12, 2019)
Except as otherwise specifically provided in the Contract Documents, in no event shall any interest be
due and payable by the City to the Contractor or any other party on any of the sums retained by the City
pursuant to any of the terms or provisions of any of the Contract Documents.
5.4.No acceptance.No progress payment made by the City to Contractor shall constitute acceptance
of any portion of the Work, any goods or materials provided under this Agreement or any portion thereof. No
partial or entire use or occupancy of the Project by the City shall constitute an acceptance of any portion of
the Work or the complete Project which is not in accordance with the Contract Documents.
5.5. Final Bill of Materials.Upon request by the City, Contractor shall be required to submit to City and
Consultant a final bill of materials with unit costs for each bid item for supply of materials in place. This shall
be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs
established for each Contract item. A Final Certificate for Payment cannot be issued by Consultant until
Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work.
5.6. Payment by City for Tests.Except when otherwise specified in the Contract Documents, the
expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen
by the City. For road construction projects the procedure for making tests required by Consultant will be in
conformance with the most recent edition of the State of Florida, Department of Transportation Standard
Specifications for Road and Bridge Construction. The cost of any required test which Contractor fails shall
be paid for by Contractor.
5.7. Form of Application: Projected Payment Schedule.The Contractor shall make each Application
for Payment on AIA Form G702 or other form approved by the City, which incorporates the budget and the
Schedule of Values. For each line item, the Contractor shall state the approved cost, the cost to date, and
the projected total cost, and retainage held (if any), shall state that the projected total cost shall not exceed
the approved cost, as adjusted by Change Order. Each Application for Payment shall also state the actual
costs incurred by the Contractor for the payment period covered by such Application for Payment.
ARTICLE 6. PROJECT SCHEDULE AND CONTRACT TIME.
6.1. TimeforCompletion.Timeisof theessencethroughout this Contract.Contractorshallperformthe
WorksoastoachieveSubstantialCompletionwithinthenumberofdaysspecifiedforSubstantialCompletion
in the Invitation to Bid Summary, and the Project shall be completed and ready for final payment as set forth
herein within the number of days specified for Final Completion in the Invitation to Bid Summary, with such
Final Completion date calculated fromthe date certified byConsultant as the date of Substantial Completion.
6.2. Project Schedule; Preliminary Matters.As a condition of issuance of a Notice to Proceed for the
construction of the Work (typically, NTP2), Contractor shall submit to Consultant for Consultant's review and
acceptance:
6.2.1.A project “Base Line” schedule, one (1) copy on a CD and One (1) hard copy (activities arranged in
“waterfall”), in the indicated form for Final review and approval, in accordance with the Project Scheduling
Format required in the Invitation to Bid Summary.
(CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC)
publication, “The Use of CPM in Construction.”)
17 I General Conditions for Construction Contracts (June 12, 2019) 17 I General Conditions for Construction Contracts (June 12, 2019)
Contractor shall provide a preliminary man loaded, logic based “Base Line” Project schedule using “Early
Start” and “Early Finish” dates for each activity. The Contractor shall include, in addition to normal work
activity input, input that encompasses all submittal approvals, delivery durations for important materials
and/or equipment, and Logic relationships of activities including physical and site restraints.
The preliminary Base Line project schedule when submitted shall have attached a run of the programs
generated error report that states no errors and be acceptable to Consultant and City.
Monthly, Contractor shall submit with each Application for Payment an update of the Project Schedule with
an error report stating no errors (that does not revise the base line schedule), showing the progress for the
month(“ProgressSchedule”).CONTRACTORSHALLSUBMITONEHARDCOPYANDONEELECTRONIC
COPY (including a native version and a pdf). In addition to the Progress Schedule Contractor shall include a
narrative report of the months’ progress, an explanation of any delays and or additions/deletions to activities.
City’s acceptance of a Progress Schedule for purposes of City’s approval of an Application for Payment shall
notconstituteorbeconstruedasCity’sapprovaloftheProgressScheduleitself,orasapprovalofanychange
to the Project Schedule. Any changes to the Project Schedule, if agreed to, shall be memorialized in a duly
executed Change Order.
It is strongly recommended that Contractor or the professional who performs scheduling have a vast
knowledge in the use of the required scheduling software specified in the Invitation to Bid Summary to
develop and update the project schedule.
CONTRACTOR agrees to attend weekly progress meetings and provide an two (2) week look ahead
schedule for review and discussion and monthly be prepared to discuss any:
1)Proposed changes to the Base Line schedule logic;
2)Explain and provide a narrative for reasons why logic changes should be made;
3)Update to individual subcontractor activities; and
4)Integration of changes into the schedule.
The Project Schedule shall be the basis of the Contractor’s Work and shall be complied with in all respects.
6.2.2.A preliminary schedule of Shop Drawing submissions; and
6.2.3.In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary
schedule of values for all of the Work which may include quantities and prices of items aggregating the
Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for
progress payments during construction. Such prices will include an appropriate amount of overhead and
profit applicable to each item of work which will be confirmed in writing by Contractor at the time of
submission. If requested by the City, Contractor shall provide additional breakdowns as to any line item, to
show labor, equipment, materials and overhead and profit.
6.2.4.After award but prior to the submission of the progress schedule, Consultant, Contract Administrator
and Contractor shall meet with all utility owners and secure from them a schedule of utility relocation,
provided,however,thatbyfacilitatingContractor’seffortstocoordinatewithsuchutilities,Cityisnotassuming
the obligation to coordinate any necessary relocations and Contractor shall be solely responsible for such
coordination.
18 I General Conditions for Construction Contracts (June 12, 2019) 18 I General Conditions for Construction Contracts (June 12, 2019)
6.2.5.At a time specified by Consultant but before Contractor starts the work at the Project Site, a
conference attended by Contractor, Consultant and others as deemed appropriate by Contract Administrator
will be held to discuss the schedulesto discuss procedures for handling Shop Drawings and other submittals
and for processing Applications for Payment, and to establish a working understanding among the parties as
to the Work.
6.2.6.Within five (5) days from the Project Initiation Date set forth in the Notice to Proceed, a pre-
construction meeting attended by Contractor, Consultant and others, as appropriate, will be held to finalize
the schedules submitted. Within ten (10) days after the Project Initiation Date set forth in Notice to Proceed,
the Contractor shall revise the original schedule submittal to address all review comments from the CPM
review conference and resubmit for Consultant review. The finalized progress schedule will be accepted by
Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but
such acceptance shall not constitute acceptance by City or Consultant of the means or methods of
construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on
Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full
responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to
Consultant as providing a workable arrangement for processing the submissions. The finalized schedule of
values must be acceptable to Consultant as to form and substance.
6.3. Recovery Schedule.
6.3.1.If Contractor’s Work, or any portion of the Work, becomes more than (30) days behind
schedule, if the Work on any critical path item or activity delineated in the Project Schedule is delayed for a
period which exceeds 5% of the days remaining until a completion deadline for an item in the Project
Schedule, or if the reasonably appears that the Contractor will be unable to meet the deadlines of the Project
Schedule, the City may notify Contractor of same, and in such case, the Contractor shall submit a proposed
recovery plan to regain lost schedule progress and to achieve any Project milestones, Substantial
Completion, and Final Completion in accordance with the Contract Documents (“Recovery Schedule”), after
taking into account Excusable Delays (as hereinafter defined) and permitted extensions of the Project for
review and acceptance within seven (7) days following notification from the City, so as to ensure Contractor
makes up lost time.
6.3.2.City shall notify Contractor within five (5) business days after receipt of each Recovery
Schedule, whether the Recovery Schedule is deemed accepted or rejected. Within five (5) business days
after City’s rejection of any Recovery Schedule, Contractor will resubmit a revised Recovery Schedule
incorporating City’s comments. If the City accepts Contractor’s Recovery Schedule, Contractor shall, within
five (5) business days after City’s acceptance, incorporate and fully include the Recovery Schedule into the
Project Schedule and deliver same to City.
6.3.3.If the Contractor fails to provide an acceptable Recovery Schedule, as determined by City
in its sole discretion, that demonstrates Contractor’s ability to timely follow the Project Schedule, the City
may, without prejudice to any otherrights and remedies available to the City hereunder or otherwise, declare
an Event of Default or order the Contractor to employ such extraordinary measures, including acceleration
of the Work, and other measures, including substantially increasing manpower and/or necessary equipment,
as may be necessary to bring the Work into conformity with the Project Schedule.
6.4. Substantial Completion. As a condition of Substantial Completion, all of the following must occur:
19 I General Conditions for Construction Contracts (June 12, 2019) 19 I General Conditions for Construction Contracts (June 12, 2019)
6.4.1.All Work affecting the operability of the Project or safety has been completed in accordance
with the Contract Documents;
6.4.2.Ifapplicable,allpre-commissioning activities, including alignment, balancing, lubrication and
first-fill, have been completed;
6.4.3.The Work may be operated within manufacturers’ recommended limits (with all installation
instructions, operations and maintenance manuals or instructions for equipment furnished by Contractor,
catalogs, product data sheets for all materials furnished by Contractor and similar information provided), in
compliance with Applicable Laws, and without damage to the Work or to the Project;
6.4.4.Contractor has corrected all defects, deficienciesand/or discrepanciestothe entire Work as
identified by the City or the Consultant, and the Consultant confirms such corrections have been made in
writing;
6.4.5.The most recent updated set of “as-built” drawings reflecting the progress of the Work
through Substantial Completion (in native file format, such as autoCAD);
6.4.6.When Contractor believes it has achieved Substantial Completion, Contractor shall request
an inspection by the City and the Consultant, and shall provide the City with evidence supporting its
assessment of Substantial Completion, including any specific documents or information requested by the
Citytoassistinitsevaluationthereof. Contractorshall, priortosaidinspection,develop itspreliminaryPunch
List for input and comment by the City and the Consultant. Once the preliminary Punch List is submitted to
the City, the City and its representatives shall then schedule a walk-through of the Project with Contractor
and the Consultant. Following the walk-through, Contractor shall develop and provide City with the list of all
remainingitemsofWorktobecompletedorcorrected,andwhichincorporatesitemsandcommentsidentified
or provided by the City and Consultant comments and is certified for completeness and accuracy by the
Consultant (“Substantial Completion Punch List”), provided, however, that failure to include any items on
such Substantial Completion Punch List does not alter the responsibility of the Contractor to complete all
Work in accordance with the Contract Documents; and
6.4.7.Any and all appurtenances, utilities, transportation arteries and any other items required
under the Contract Documents and necessary to serve that portion of the Work are sufficiently completed, a
temporarycertificateofcompletionorCertificateofOccupancy,asapplicable,isissuedfortheWorkforwhich
a Certificate of Substantial Completion is being sought and/or all conditions or requirements of authorities
having jurisdiction are complied with, to permit the City to utilize and occupy that portion for its intended use
in accordance with the Contract Documents without material interference from any incomplete or improperly
completed items of Work;
6.4.8.With respect to any Project for which a right-of-way permit is required from the City’s Public
Works Department or which includes a final lift of asphalt as part of the Work, in no event shall Substantial
Completion occur prior to the final lift of asphalt and acceptance thereof by the agencies having jurisdiction
(including, without limitation, the City’s Public Works Department).
6.5. Certificate of Substantial Completion.Any determination by the Consultant and the Contractor of
Substantial Completion shall not be binding on the City, and the ultimate determination of Substantial
Completion shall rest with the City and shall be evidenced by the City's executing and returning to the
Contractor its Certificate of Substantial Completion (or Partial Substantial Completion, as applicable).
20 I General Conditions for Construction Contracts (June 12, 2019) 20 I General Conditions for Construction Contracts (June 12, 2019)
6.5.1.When the City, on the basis of an inspection, determines that the Work or designated portion thereof
is substantially complete, and when the Contractor has complied with all other conditions precedent to
Substantial Completion provided for in the other Contract Documents, the City will then prepare a Certificate
of Substantial Completion which shall establish the Substantial Completion Date, shall state the
responsibilities of Contractor, if any, for security, maintenance, heat, utilities, damage to the Work, and
insurance, and shall fix the time within which the Contractor shall complete the items listed in the Substantial
Completion Punch List. If the City issues a Certificate of Substantial Completion on the basis of partial
completion of the Project, or upon the basis of a partial or temporary certificate of occupancy or certificate of
completion, as applicable, City may include such additional conditions, as it deems appropriate to protect its
interests pending substantial completion of the entire Project or issuance of a permanent certificate of
occupancy or certificate of completion, as applicable.
6.5.2.The City shall not unreasonably withhold or condition acceptance and execution of a Certificate of
Substantial Completion (or a Notice of Partial Substantial Completion); provided, however, the Project shall
not be deemed Substantially Complete and the City shall not execute a Certificate of Substantial Completion
untilallofthecriteriaforachievingSubstantialCompletionasidentifiedintheContractDocumentshavebeen
satisfied, and (2) in the case of a portion of the Project, the conditions set forth this Article 6 relating to Partial
Substantial Completion shall have been satisfied.
6.6. Partial Substantial Completion. Partial Substantial Completion of the Work shall occur when the
City determines that a portion of the Work, as defined in the Contract Documents and/or otherwise by logical
boundaries, is Substantially Complete in accordance with the Contract Documents. The City may (but shall
notbeobligatedto)agreethataportionorcomponentoftheWork,acceptabletotheCityinitssolediscretion,
may be certified as Substantially Complete provided that:
6.6.1.The requirements provided in this Article 6 for issuance of a Certificate of Substantial Completion
are complied with for the portion of the Work for which a Notice of Partial Substantial Completion is being
sought;
6.6.2.Such portion and any and all appurtenances, utilities, transportation arteries and any other items
required under the Contract Documents and necessary to serve that portion of the Work are sufficiently
completed, a temporary certificate of completion or Certificate of Occupancy, as applicable, is issued for the
portion of the Work for which a Certificate of Partial Substantial Completion is being sought and/or all
conditionsor requirementsof authoritieshaving jurisdiction are complied with, to permit theCity toutilize and
occupy that portion for its intended use in accordance with the Contract Documents without material
interference from any incomplete or improperly completed items of Work;
6.6.3.The City is fully able to use and occupy the portion of the Work for the purposes intended and the
Contractor separates the portion of the Work which is Substantially Complete from non-complete areas of
the Project in order to prevent noise, dust and other construction disturbances which would materially
interfere with the use of such portion for its intended use in accordance with the Contract Documents and to
assure the safety of those entering, exiting and occupying the Substantially Completed portion of the Work;
6.6.4.Partial Substantial Completion shall not constitute Final Completion of the Work or Substantial
Completion of the Project, nor shall it relieve the Contractor of any responsibility for the correction of Work
(whether or not included in portion of Work Substantially Complete) or for the performance of Work not
complete at the time of Partial Substantial Completion.
6.7. Liquidated Damages.
21 I General Conditions for Construction Contracts (June 12, 2019) 21 I General Conditions for Construction Contracts (June 12, 2019)
6.7.1.Upon failure of Contractor to achieve Substantial Completion within the time period specified in the
Invitation to Bid Summary for Substantial Completion, as such date may be extended pursuant to the terms
of the Contract Documents, Contractor shall pay to City the sum specified in the Invitation to Bid Summary
for “Liquidated Damages” for each calendar day after the time specified in the Invitation to Bid Summary for
Substantial Completion, plus any approved time extensions, for Substantial Completion. Partial Substantial
Completion shall not relieve Contractor of any responsibility for Liquidated Damages for failure to timely
achieve Substantial Completion.
6.7.2.After Substantial Completion is achieved, should Contractor fail to complete the remaining Work
withinthetimespecifiedintheInvitationtoBidSummaryforFinalCompletion,plusapprovedtimeextensions
thereof, Contractor shall pay to City the sum set forth in the Invitation to Bid Summary as “Liquidated
Damages” for each calendar day after the time specified in the Invitation to Bid Summary for Final
Completion, plus any approved extensions.
6.7.3.Contractor agrees that the Liquidated Damages set forth herein are not penalties and have been set
based on an evaluation by City of damages to City and the public caused by untimely performance. Such
damages may include loss of revenues to the City, and additional costs of administering this Agreement,
including Project staff, legal, accounting, consultants and overhead and other administrative costs.
Contractor acknowledges that the amounts established for Liquidated Damages are fair and commercially
reasonable. Contractor and City have agreed to the Liquidated Damages in order to fix Contractor’s costs
and to avoid later disputes over which items are properly chargeable to Contractor as a consequence of
Contractor’s delays.
The above-stated liquidated damages shall apply separately to each portion of the Project for which a time
for completion is given. City is authorized to deduct liquidated damages from monies due to Contractor for
theWorkunderthisContractorasmuchthereofasCitymay,initssolediscretion, deemjustandreasonable.
Liquidated Damages shall apply, whether or not the City terminates Contractor for cause and whether or not
Surety completes the Project after a Default by Contractor.
Liquidated Damages shall apply solely to claims arising from delay in meeting any milestone for which the
right to assess Liquidated Damages is specified, including, without limitation, Substantial Completion, and
Final Completion, and shall be the City's sole remedy for delay, and are not intended to, and do not, liquidate
Contractor’s liability under any other provision of the Contractor Documents for other events not specifically
referenced in this Article 6. Liquidated Damages shall not liquidate Contractor’s liability under the
indemnification provisions of this Agreement.
Contractor, in addition to reimbursing City for Liquidated Damages or other damages for untimely
performance as provided herein, shall reimburse City for all costs incurred by City to repair, restore, or
complete the Work, as may be provided by the Contract Documents, including, without limitation, any
additional design fees that may be due to the Consultant related thereto. All such costs shall be deducted
from the monies otherwise due Contractor for performance of Work under this Agreement by means of
unilateral credit or deductive Change Orders issued by City.
In the event a court of competent jurisdiction determines that any Liquidated Damages amount herein is
unenforceable notwithstanding Contractor’s agreement herein that such amounts are fair and reasonable,
Contractor shall not be relieved of its obligations to the City for the actual damages resulting from the failure
to timely achieve Substantial Completion or Final Completion in accordance with the requirements of the
Contract Documents. Without limiting the foregoing, City and Contractor covenant not to bring any action in
22 I General Conditions for Construction Contracts (June 12, 2019) 22 I General Conditions for Construction Contracts (June 12, 2019)
a court of competent jurisdiction that would ask the court to rule that the Liquidated Damages amounts are
not fair and reasonable.
6.8. Beneficial Occupancy.Beneficial Occupancy shall occur when the City determines that a portion
of the Work may be occupied prior to Substantial Completion. City may take Beneficial Occupancy in
accordance with the provisions of the Contract Documents.
6.8.1.Prior to the anticipated date of Beneficial Occupancy, Contractor shall separate the portion of the
Work to be occupied from non-complete areas of the Project in order to prevent noise, dust and other
construction disturbances which would materially interfere with the use of such portion for its intended use in
accordance with the Contract Documents and to assure the safety of those entering, exiting and occupying
the completed portion to be occupied.
6.8.2.Beneficial Occupancy shall not constitute Substantial Completion or Final Completion of the Work,
nor shall it relieve the Contractor of any responsibility for the correction of Work (whether or not included in
the portion of Work to be occupied) or for the performance of Work not complete at the time of Beneficial
Occupancy.
6.8.3.After Beneficial Occupancy and as conditions of Substantial Completion, the Contractor shall deliver
to the City complete as-built drawings, all approved Shop Drawings, maintenance manuals, pamphlets,
charts, parts lists and specified spare parts, operating instructions and other necessary documents required
for all installed materials, equipment, or machinery, all applicable warranties and guarantees, and the
appropriate certificate of occupancy or certificate of completion that are related to the portion of the Work
being occupied.
6.8.4.Contractor's insurance on the unoccupied or unused portion or portions of the Project Site shall not
be canceled or lapsed on account of such Beneficial Occupancy.
6.8.5.Contractorshallbe responsible to maintainallutilityservicestoareasoccupied bythe CityuntilFinal
Completion.
6.9. Final Completion.Final Completion of the Project shall be deemed to have occurred if all the
following have occurred:
6.9.1.Substantial Completion of the entire Project has occurred;
6.9.2.TheWorkcanbeusedandoperatedinaccordancewithApplicableLawsbearingontheperformance
of the Work and applicable permits;
6.9.3.All spare parts, special tools and attic stock purchased by Contractor as part of Vendor supplies
shall have been delivered to City and clear of all Liens;
6.9.4.AllitemsontheSubstantialCompletionPunchListshallhavebeencompletedbyContractortoCity’s
satisfaction and all final inspections have been performed;
6.9.5.Contractor has satisfied the additional conditions prescribed by the City in conjunction with a
Certificate of Substantial Completion issued on the basis of partial completion of the Project, or a partial or
temporary Certificate of Occupancy or Certificate of Completion, as applicable;
23 I General Conditions for Construction Contracts (June 12, 2019) 23 I General Conditions for Construction Contracts (June 12, 2019)
6.9.6.Contractor has delivered evidence to the City that all permits that are Contractor's responsibilities
as specified under the Contract Documents have been satisfied and closed, and that a Certificate of
Completion or Certificate of Occupancy (as applicable) has been issued by the authority having jurisdiction,
and the Project or designated portion thereof is sufficiently complete in accordance with the Contract
Documentsandcanbeusedforitsintendedpurposeforuninterruptedoperation,including,withoutlimitation,
acceptance of completed as-builts, if required by the agency having jurisdiction.
6.9.7.Contractor shallhave provided to Cityfinal releasesand complete and unconditional waiversof liens
for all Work performed by Contractor and each Subcontractor or Suppliers, and a Consent of Surety to Final
Payment;
6.9.8.Contractor shallhave delivered to the Citya certification identifying alloutstanding Claims (exclusive
of any Liens or other such encumbrances which must have been discharged) of Contractor (and of its
Subcontractors, Suppliers and any other party against Contractor) with written documentation reasonably
sufficient to support and/or substantiate such Claims;
6.9.9.Contractor shall have delivered to the City a written assignment of all warranties or guaranties which
Contractor received from Subcontractors or Suppliers to the extent Contractor is obligated to do so;
6.9.10.Contractor shall have delivered to City a complete set of as-built documents and Project Records
prepared in accordance with the Contract Documents;
6.9.11.Contractor has delivered to City all other submittals required by the Contract Documents, including
all installation instructions, operations and maintenance manuals or instructions for equipment furnished by
Contractor, catalogs, product data sheets for all materials furnished by Contractor and similar information;
6.9.12.All rubbish and debris have been removed from the Project Site; and
6.9.13.All Construction aids, equipment and materials have been removed from the Project Site.
6.9.14.Contractorhasdelivered to the Cityall executed warrantiesand guaranteesrequiredbytheContract
Documents, all of which shall be in the name of the City and run to the benefit of the City;
6.9.15.If applicable, certificates of insurance indicating that any insurance required of the Contractor or
SubcontractorsbytheContractDocumentsshallremaininfullforceandeffectfortherequiredperiodoftime;
6.9.16.Any other documentation establishing payment or satisfaction of obligations, including receipts,
releases and final waivers of lien from the Contractor and all Subcontractors, to the extent and in such form
as may be reasonably required by the City;
6.9.17.Final Completion is a condition precedent to City’s final payment to Contractor and issuance of the
Final Certificate for Payment. Final payment shall be made only after the City Manager or his designee has
reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and
approved the final payment.
6.9.18.Waiver of Claims. The release by the City and acceptance of the final payment by Contractor
shall operate as and shall be a release to the City from all present and future Claims or liabilities, of
whatever kind or nature, arising under, relating to or in connection with this Contract for anything done
or furnished or relating to the Work or the Project, or from any act or omission of the City relating to or
24 I General Conditions for Construction Contracts (June 12, 2019) 24 I General Conditions for Construction Contracts (June 12, 2019)
connected with the Contract Documents, the Work or the Project, except those Claims or liabilities, if
any, for which the Contractor has provided the City with written notice pursuant to and in strict
compliance with the “Claims” and notice requirements set forth in the Contract Documents, and
containing a detailed reservation of rights that identifies the precise nature of the dispute, all facts in
supportofContractor’sClaim,theparticularscopeofWorkgivingrisetotheClaim,andthemaximumamount
and/or time sought in connection with the Claim.
ARTICLE 7. INSPECTION OF WORK; CORRECTION OF
NON-CONFORMING OR DEFECTIVE WORK.
7.1.Consultant, City (and its authorized designees), and representatives of any regulatory agencies
having jurisdiction over the Project, shall at all times have access to the Work and the Project Site, and
Contractorshallprovideproperfacilitiesforsuchaccessandforinspecting,measuringandtesting.Whenever
requested, Contractor shall give the City and any inspectors or representatives appointed by the City free
access to its Work during normal working hours either at the Project Site or its shops, factories, or places of
businessof ContractoranditsSubcontractorsandsuppliersforproperlyinspectingmaterials, equipmentand
Work, and shall furnish them with full information as to the progress of the Work in its various parts.
7.2.Should the Contract Documents, Consultant's instructions, any laws, ordinances, or any public
authority require any of the Work to be specially tested or approved, Contractor shall give Consultant timely
notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than
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 requiredbyConsultant, beuncovered for examination andproperlyrestored
at Contractor’s expense.
7.3.Reexamination of any of the Work may be ordered by Consultant with prior written approval by the
Contract Administrator, and if so ordered, the Work must be uncovered by Contractor. If such Work is found
to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement
by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor
shall pay such cost.
7.4.Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the
Contract Documents or to delay the Contract by failure to inspect the materials and work with reasonable
promptness without the written permission or instruction of Consultant.
7.5.The payment of any compensation, whatever may be its character or form, or the giving of any
gratuity or the granting of any favor by Contractor to any inspector, directly or indirectly, is strictly prohibited,
and any such act on the part of Contractor will constitute a breach of this Contract.
7.6.The Contractor shall coordinate all technical inspection and testing provided by professionals
designated by the City, the Consultant, permitting authorities, and others. The Contractor shall also schedule
the services of independent testing laboratories and provide the necessary testing of materials to ensure
conformance to the Contract Documents and provide a copy of all inspection and testing reports to the City
onthedayofinspectionortest.TheContractorshallprovidereasonablepriornoticetoappropriateinspectors
before the Work is covered up, but in no event less than 24 hours before the Work is covered up. All costs
for uncovering Work not inspected and any reconstruction due to lack of reasonable prior notice shall be
borne by Contractor at its sole cost and expense. Any time billed by inspectors for inspection where the
Work is not ready to be inspected shall be at Contractor’s sole cost and expense. If any members of the
25 I General Conditions for Construction Contracts (June 12, 2019) 25 I General Conditions for Construction Contracts (June 12, 2019)
Project team are to observe said inspections, tests or approvals required by the Contract Documents, they
shallbenotifiedinwritingbytheContractorofthedatesandtimesoftheinspections,testsorotherapprovals.
TheContractorshallschedule,directand/orreviewtheservicesoforthereportsand/orfindingsofsurveyors,
environmental consultants and testing and inspection agents engaged by the City. All Materials and
Equipment furnished by Contractor and Work performed by Contractor shall at all times be subject to
inspection and testing by City or inspectors or representatives appointed by City. If any of the Work should
be covered up without approval or consent of City's Project Coordinator, or without necessary test and
inspection, Contractor shall, if required by City's Project Coordinator or by public authorities, uncover such
Work for examination and testing, and shall re-cover same at Contractor's expense.
7.7. Defective or Non-Conforming Work.
7.7.1.Consultant and City shall have the authority to reject or disapprove work which either Consultant or
Cityfindtobedefective. IfrequiredbyConsultantorCity,Contractorshallpromptlyeithercorrectalldefective
work or remove such defective work and replace it with non-defective work. Contractor shall bear all direct,
indirect and consequential costs of such removal or corrections including cost of testing laboratories and
personnel.
7.7.2.Should Contractor fail or refuse to remove or correct any defective work or to make any necessary
repairs in accordance with the requirements of the Contract Documents within the time indicated in writing
by Consultant, City shall have the authority to cause the defective work to be removed or corrected, or make
such repairs as may be necessary at Contractor’s expense. Any expense incurred by City in making such
removals, corrections or repairs, shall be paid for out of any monies due or which may become due to
Contractor , or may be charged against the Performance Bond. In the event of failure of Contractor to make
all necessary repairs promptly and fully, City may declare Contractor in default.
7.7.3.If, within one (1) year after the date of Substantial Completion or such longer period of time as may
beprescribed bythe termsof anyapplicable special warrantyrequired bytheContract Documents, orbyany
specific provision of the Contract Documents, any of the Work is found to be defective or not in accordance
with theContract Documents,Contractor ,afterreceiptofwrittennoticefromCity, shallpromptlycorrectsuch
defective or nonconforming Work within the time specified by City without cost to City, to do so. Nothing
contained herein shall be construed to establish a period of limitation with respect to any other obligation
which Contractor might have under the Contract Documents including but not limited to, Contractor’s
warranty obligations hereof and any claim regarding latent defects.
7.7.4.Failure to reject anydefective workormaterialshall not in any way prevent later rejection when such
defect is discovered, or obligate City to final acceptance.
7.8. Cleaning Up; City's Right to Clean Up.Contractor shall at all times keep the premises free from
accumulation of waste materials or rubbish caused by its operations. At the completion of the Project,
Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools,
construction equipment, machinery and surplus materials. If Contractor fails to clean up during the
prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be
charged to Contractor. If a dispute arises between Contractor and separate contractors as to their
responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible
therefore as Consultant shall determine to be just.
ARTICLE 8. SAFETY AND PROTECTION OF PROPERTY.
26 I General Conditions for Construction Contracts (June 12, 2019) 26 I General Conditions for Construction Contracts (June 12, 2019)
8.1.Contractorshallbesolelyresponsibleforinitiating,maintainingandsupervisingallsafetyprecautions
and programs in connection with the Project. Contractor shall take all necessary precautions for the safety
of, and shall provide the necessary protection to prevent damage, injury or loss to:
8.1.1.All employees on the work site and other persons who may be affected thereby;
8.1.2.All the work and all materials or equipment to be incorporated therein, whether in storage on or off
the Project Site; and
8.1.3.Other property at the Project Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the
course of construction.
8.2.Contractor shall comply with all Applicable Laws for the safety of persons or property or to protect
them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and
protection. City and Contractor shall notify owners of adjacent property and utilities when prosecution of the
work may affect them. Contractor shall be responsible for and shall remedy all damage, injury or loss to any
property,causeddirectlyorindirectly,inwholeorinpart,byContractor,anySubcontractor,oranyonedirectly
or indirectly employed by any of them or anyone for whose acts any of them may be liable. 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 the Contract Documents.
8.3.Contractor shall designate a responsible member of its organization at the Work site whose duty
shall be the prevention of accidents. This person shall be Contractor’s Construction Superintendent, unless
otherwise designated in writing by Contractor to City.
8.4. Contractor's Responsibility for Damages and Accidents.
8.4.1.Contractor shall accept full responsibility for the Work against all loss or damage of whatsoever
nature sustained until final acceptance by City, and shall promptly repair any damage done from any cause
whatsoever.
8.4.2.Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project.
In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final
acceptance by City, Contractor shall replace same without cost to City.
8.5. Occupational Health and Safety.
8.5.1.In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of
the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety
Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following
information:
a. The chemical name and the common name of the toxic substance.
b. The hazards or other risks in the use of the toxic substance, including:
i. The potential for fire, explosion, corrosion, and reaction;
27 I General Conditions for Construction Contracts (June 12, 2019) 27 I General Conditions for Construction Contracts (June 12, 2019)
ii. The known acute and chronic health effects of risks from exposure, including the medical
conditions which are generally recognized as being aggravated by exposure to the toxic
substance; and
iii. The primary routes of entry and symptoms of overexposure.
c. Theproperprecautions,handlingpractices,necessarypersonalprotectiveequipment,andother
safety precautions in the use of or exposure to the toxic substances, including appropriate
emergency treatment in case of overexposure.
d. The emergency procedure for spills, fire, disposal, and first aid.
e. A description in lay terms of the known specific potential health risks posed by the toxic
substance intended to alert any person reading this information.
The year and month, if available, that the information was compiled and the name, address, and emergency
telephone number of the manufacturer responsible for preparing the information.
8.6. Hurricane and Tropical Storm Precautions.
8.6.1.During such periods of time as are designated by the United States Weather Bureau as being a
hurricane warning or tropical storm alert, the Contractor, at no cost to the City, shall take all precautions
necessary to secure the Project Site in response to all threatened storm events, regardless of whether the
City or Consultant has given notice of same.
8.6.2.Contractor’s Hurricane Preparedness Plan shall, at a minimum, include the following: (1) monitoring
of the real time weather radar and insuring reasonable precautions are taken prior to and during inclement
weather conditions, from a severe thunderstorms to a category 5 hurricane, to prevent accidents and to
minimize property damage; (2) preparing an emergency phone list showing home phone numbers of all
project personnel and subcontractor’s supervisors, including all land lines and cell phones, to be used for
emergency purposes only; (3) ensuring the project jobsite’s equipment and buildings are protected,
identifying vulnerable work in progress and determining how to best protect it from damage, and capping all
incomplete piping to prevent sand filtration; (4) cleaning the entire project, inside and out, removing trash
from the job site, clearing all materials that can become airborne, verifying that all erosion and sediment
control devices are in place and meet adequate standards, and removing screening on fences and signs; (5)
arranging for the pickup of all dumpsters and portable toilets and secure all materials and equipment,
anchoring or restraining everything that could blow away, and removing all non-essential barricades; and (6)
the documenting of conditions of the project and the surrounding area before and after the incident
(photographs and video).
8.6.3.Contractor shall be solely responsible for all costs of all precautions and Work covered by
Contractor’s Hurricane Preparedness Plan. Compliance with Contractor’s Hurricane Preparedness Plan
shall not constitute additional Work.
8.6.4.Any additional Work not covered in the Hurricane Preparedness Plan relating to hurricane warning
ortropicalstormalertattheProjectSitewillbeaddressedbyaChangeOrderinaccordancewiththeContract
Documents.
28 I General Conditions for Construction Contracts (June 12, 2019) 28 I General Conditions for Construction Contracts (June 12, 2019)
8.6.5.Suspension of the Work caused by a threatened or actual storm event, regardless of whether the
Cityhasdirectedsuchsuspension,willentitletheContractortoadditionalContractTimeasnoncompensable,
excusable delay, and shall not give rise to a claim for compensable delay.
8.6.6.Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed,
Contractor shall submit to the City a Hurricane Preparedness Plan.
8.7. Location and Damage to Existing Facilities, Equipment or Utilities.
8.7.1.As far as possible, all existing utility lines in the Project area have been shown on the plans.
However,Citydoesnotguaranteethatalllinesareshown,orthat,theonesindicatedareintheirtruelocation.
As part of the Contract Price, it shall be the Contractor’s responsibility to identify and locate all underground
and overhead utility lines or equipment affecting or affected by the Project, whether or not shown on the
plans.
8.7.2.The Contractor shall notify each utility company involved at least ten (10) days prior to the start of
construction to arrange for positive underground location, relocation or support of its utility where that utility
may be in conflict with or endangered by the proposed construction. Relocation of water mains or other
utilitiesfortheconvenienceoftheContractorshallbepaidbytheContractor. Allchargesbyutilitycompanies
for temporary support of its utilities shall be paid for by the Contractor (for utilities indicated in the Contract
Documents). All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility
company involved, if indicated in the Contract Documents. No additional payment will be made to the
Contractor for utility relocations indicated in the Contract Documents, whether or not said relocation is
necessary to avoid conflict with other lines.
8.7.3.If Contractor, as part of its responsibility to identify all utility lines, identifies utility conflicts which
materially differ from those indicated in the Contract Documents, such utility conflicts (for items not indicated
in the Contract Documents) shall be addressed pursuant to the requirements of “Differing Site Conditions”
as set forth in Article 10 shall apply.
8.7.4.The Contractor shall reasonably schedule the Work, and the phasing thereof, in such a manner so
that the overall Project Schedule is not impacted and completion of the Work is not delayed by the utility
providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and all
publicandprivateutilityprovidersoccupyingtheright-of-way. NocompensationwillbepaidtotheContractor
for any loss of time or delay, except as provided in Article 10 of the Contract Documents.
8.7.5.All overhead, surface or underground structures and utilities encountered are to be carefully
protected from injury or displacement. All damage to such structures is to be completely repaired within a
reasonable time; needless delay will not be tolerated. The City reserves the right to remedy such damage
by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by
the Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced
or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling.
8.8. Risk of Loss. The risk of loss to any of the Work and to any goods, materials and equipment
provided or to be provided under the Contract Documents, shall remain with the Contractor until
Substantial Completion. Should any of the Work, or any such goods, materials and equipment, be
destroyed, mutilated, defaced or otherwise damaged prior to the time the risk of loss has shifted to the
City, the Contractor shall repair or replace the same at itssole cost. The Performance Bond and Payment
29 I General Conditions for Construction Contracts (June 12, 2019) 29 I General Conditions for Construction Contracts (June 12, 2019)
Bond or other security or insurance protection required by the Contract Documents or otherwise provided
by the City or the Contractor shall in no way limit the responsibility of the Contractor under this Section.
ARTICLE 9. BONDS, INSURANCE AND INDEMNITY.
9.1. Performance Bond and Payment Bond:The Contractor shall, within ten (10) business days of the
Contract Date, furnish and deliver to the City a payment bond and a performance bond, in a form to be
provided by the City, issued by sureties licensed and authorized to do business in the State of Florida,
covering the faithful performance and completion of the Project pursuant to the Contract Documents,
including the performance and completion of those services provided by Subcontractors of any tier and
covering the payment of all obligations arising hereunder including but not limited to, the payment for all
materialsusedintheperformanceoftheProjectinaccordancewiththeContractDocuments,andforalllabor
and services performed under the Contract Documents (including materials, labor and/or services provided
by Subconsultants and Subcontractors of any tier), whether by Subcontractors or otherwise. Each of the
aforesaid bonds (collectively herein referred to as the "Performance Bond and Payment Bond") shall have a
penal amount equal to the Contract Price, unless otherwise approved by the City and to the extent permitted
by law. Each bond shall be increased in the amount of any change to the Contract Price. Each bond shall
continue in effect for one (1) year after Final Completion of the Work.
The Performance Bond and Payment Bond and the sureties issuing such bonds shall meet all the
requirements set forth in the Contract Documents and the Performance Bond and Payment Bond shall each
be in the form attached hereto or shall otherwise be acceptable to the City in its reasonable discretion. If any
of the sureties on the Performance Bond and Payment Bond at any time fails to meet said requirements, or
isdeemed to be insufficient securityfor the penaltyof said bond, then the Citymay, on giving thirty (30) days’
notice thereof in writing, require the Contractor to furnish a new and/or additional bond(s) in the above
amounts with such sureties thereon being licensed and authorized to do business in the State of Florida and
as shall be satisfactory to the City. The Contractor shall pay all costs of compliance with this Article as part
of the Contract Price.
Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to
time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of
Miami-Dade County and provide City with evidence of such recording.
9.2. Alternate Form of Security:In lieu of a Performance Bond and a Payment Bond, Contractor may
furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's
check or unconditional letter of credit in the form attached hereto, which shall be in accordance with Section
255.05, Florida Statutes. Such alternate forms of security shall be subject to the prior approval of City and
for same purpose and shall be subject to the same conditions as those applicable above and shall be held
by City for one year after completion and acceptance of the Work.
9.3. Qualification of Surety: Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred
Thousand Dollars ($500,000.00):
9.3.1.Eachbondmustbeexecutedbyasuretycompanyofrecognizedstanding,authorizedtodobusiness
in the State of Florida as surety, having a resident agent in the State of Florida and having been in business
with a record of successful continuous operation for at least five (5) years.
9.3.2.Thesuretycompanyshallholdacurrentcertificateofauthorityasacceptablesuretyonfederalbonds
in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of
30 I General Conditions for Construction Contracts (June 12, 2019) 30 I General Conditions for Construction Contracts (June 12, 2019)
the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of
the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be
protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised
September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the surety company shall provide
City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner.
9.3.3.The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2
million, provided, however, that if any surety company appears on the watch list that is published quarterly
by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or
reject the surety company based on the financial information available to the City. A surety company that is
rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the
City,onlyifthebidamountdoesnotincrease. Thefollowingsetsforth,ingeneral,theacceptableparameters
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
9.3.4.For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment
Bond from a surety company which has twice the minimum surplus and capital required by the Florida
Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance
with theprovisionsof the FloridaInsurance Code, and if the suretycompanyholdsa currentlyvalid certificate
of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31
of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying
should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond.
9.3.5.Unless more stringent surety requirements of any grantor agency are set forth within the
Supplemental Conditions, the provisions of this Article shall apply.
9.4. Insurance Requirements.The Bidder shall furnish to the Procurement Department, City of Miami
Beach, 1755Meridian Avenue, 3rd Floor,Miami, Florida33139, Certificate(s)of Insurance which indicatethat
insurance coverage has been obtained which meets the requirements set forth in the Invitation to Bid
Summary (and/or exhibits thereto).
9.4.1. Additional Insured Status.The City of Miami Beach must be covered as an additional insured
with respect to liability arising out of work or operations performed by or on behalf of the Consultant.
9.4.2. Waiver of Subrogation.Contractor hereby grants to City of Miami Beach a waiver of any right to
subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of
the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be
necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the
City of Miami Beach has received a waiver of subrogation endorsement from the insurer.
31 I General Conditions for Construction Contracts (June 12, 2019) 31 I General Conditions for Construction Contracts (June 12, 2019)
9.4.3. Other Insurance Provisions.
a. For any claims related to this project, the Contractor's coverage shall be primary insurance as
respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any
insurance or self-insurance maintained by the City of Miami Beach shall be excess of the
Contractor's insurance and shall not contribute with it.
b. Each policy required by this clause shall provide that coverage shall not be canceled, except
with notice to the City of Miami Beach.
c. IfanyexcavationworkisincludedintheContract,itisunderstoodandagreedthatContractor's
Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground)
coverage.
If any coverage required is written on a claims-made form:
a. The retroactive date must be shown, and must be before the date of the contract or the
beginning of contract work.
b. Insurance must be maintained and evidence of insurance must be provided for at least five (5)
years after completion of the contract of work.
c. If coverage is canceled or non-renewed, and not replaced with another claims-made policy
form with a retroactive date prior to the contract effective date, the Contractor must purchase
extendedperiodcoverageforaminimumoffive(5)yearsaftercompletionofthecontractwork.
d. Acopyoftheclaimsreportingrequirementsmust besubmittedtotheCityofMiamiBeachRisk
Management (or its designee) for review.
e. If the services involved lead-based paint or asbestos identification/ remediation, the
Contractors Pollution Liability shall not contain lead-based paint or asbestos exclusions. If the
services involve mold identification/remediation, the Contractors Pollution Liability shall not
contain a mold exclusion and the definition of "Pollution" shall include microbial matter
including mold.
9.4.4. AcceptabilityofInsurers.Insuranceisto be placed withinsurerswith acurrent A.M. Best'srating
of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office.
9.4.5. Verification of Coverage.Contractor shall provide the required insurance certificates,
endorsements or applicable policy language effecting coverage required by this Article. All certificates of
insurance and endorsements are to be received prior to any work commencing. However, failure to obtain
the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide
them. The City of Miami Beach reserves the right to require complete, certified copies of all required
insurance policies, including endorsements required by these specifications, at any time.
9.4.6. Special Risks or Circumstances.The City of Miami Beach reserves the right to modify these
requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other
special circumstances.
Certificate Holder:
32 I General Conditions for Construction Contracts (June 12, 2019) 32 I General Conditions for Construction Contracts (June 12, 2019)
CITY OF MIAMI BEACH
c/o PROCUREMENT DEPARTMENT
1700 CONVENTION CENTER DRIVE
MIAMI BEACH, FL 33139
Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under
this section or under any other provision of the Contract Documents.
9.5. Indemnification.
9.5.1.In consideration of the sum of Twenty-Five Dollars ($25.00) and other good and valuable
consideration, the sufficiency of which the Contractor hereby acknowledges, to the fullest extent permitted
by law, Contractor shall defend, indemnify and save harmless City, and their respective officers and
employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorney’s
fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor
and persons employed or utilized by Contractor in the performance of this Contract.
9.5.2.Sums otherwise due to Contractor under this Contract may be retained by City until all of City’s
ClaimsforindemnificationunderthisContracthavebeensettledorotherwiseresolved. Anyamountwithheld
pursuant to this Article shall not be subject to payment of interest by City.
9.5.3.The execution of this Contract by Contractor shall operate as an express acknowledgment that the
indemnification obligation is part of the bid documents and/or Contract Documents for the Project and the
monetary limitation on indemnification in this Article bears a reasonable commercial relationship to the
Contract.
9.5.4.Nothing in this Artilce is intended, or should be construed, to negate, abridge or otherwise reduce
the other rights and obligations of indemnity that may otherwise exist as to a party described in this Article.
9.5.5.Nothing in this Article is intended to create in the public or any member thereof, a third party
beneficiary hereunder, or to authorize anyone not a party to this Contract, to maintain a suit for personal
injuries or property damage pursuant to the terms or provisions of this Contract.
9.5.6.The indemnification obligations set forth herein shall survive the termination and/or expiration of this
Contract.
ARTICLE 10. CHANGES IN THE WORK;
EXTENSIONS TO THE CONTRACT TIME.
10.1. Changes in the Work or Terms of Contract Documents.
10.1.1.Without invalidating the Contract and without notice to any surety City reserves and shall have the
right, from time to time to make such increases, decreases or other changes in the character or quantity of
the Work as may be considered necessary or desirable to complete fully and acceptably the proposed
construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be
accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders.
10.1.2.Any changes to the terms of the Contract Documents must be contained in a Change Order,
executed by the Parties hereto, with the same formality and of equal dignity prior to the initiation of any work
33 I General Conditions for Construction Contracts (June 12, 2019) 33 I General Conditions for Construction Contracts (June 12, 2019)
reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City
as hereinafter provided.
10.2. Field Orders.
10.2.1.The Contract Administrator, through Consultant, shall have the right to approve and issue Field
Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor
changesinWorkexecution,providingtheFieldOrderinvolvesnochangeintheContractPriceortheContract
Time.
10.2.2.Consultant shall have the right to approve and issue supplemental instructions setting forth written
orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such
supplemental instructions involve no change in the Contract Price or the Contract Time.
10.3. Change Orders.
10.3.1.Changes in the quantity or character of the Work which are not properly the subject of Field Orders
orsupplementalinstructions, including all changes resulting in changesin the Contract Price, or the Contract
Time, shall only be authorized only by Change Orders approved in advance by the City. Changes in the
Work shall be performed under applicable provisions of the Contract Documents, and the Contractor shall
proceed promptly, unless otherwise provided in the Change Order or Construction Change Directive. No
Change Order shall take effect until Contractor delivers a Consent of Surety increasing the Performance
Bond and Payment Bond by the amount of the Change Order.
10.3.2.All Change Orders which exceed the then-remaining amounts available in the Owner’s Contingency
shall be approved by the City Commission. All other Change Orders, if funded by then-remaining amounts
available in the Owner’s Contingency, shall be approved in advance by the City Manager or the City
Manager’s designee. Notwithstanding the foregoing, the City Manager, at his or her sole discretion, may
elect to present any proposed Change Order to the City Commission for its consideration.
10.3.3.If City requests a change in the Work, City shall submit a change request to Contractor, in writing.
Within seven (7) business days of Contractor’s receipt of such request from the City, Contractor shall
provideCitywitharough“pencilcopy”estimateofthecostand/ortimeimpactsassociatedwiththerequest.
Within twenty-one (21) days of Contractor’s receipt of City’s initial request, the Contractor shall submit a
detailed proposal to the City stating (i) the proposed increase or decrease, if any, in the Cost of the Work
which would result from such a change, (ii) the effect, if any, upon the Contract Time by reason of such
proposed change, and (iii) supporting data and documentation, including any requested by the City in its
change request.
10.3.4.If the Contractor proposes a change in the Work, such proposal must be accompanied by a
detailedcost breakdown andsufficientsubstantiatingdata topermit evaluation bytheCity. If theContractor
does submit a proposal within the preceding seven (7) business day time period, the City shall, within
twenty-one (21) days following its receipt of such proposal, notify the Contractor as to whether the City
agrees with such proposal and wishes to accept the Contractor's proposal. If the City agrees with such
proposal and wishes to accept the same, the City and the Contractor shall execute a Change Order which
at a minimum specifies: i) the detailed scope associated with the change to the Work; ii) the amount of the
adjustment in the Contract Price, if any, and (iii) the extent of the adjustment in the Contract Time, if any.
In the event the City disagrees with the Contractor's proposal, the City may either (i) notify the Contractor
34 I General Conditions for Construction Contracts (June 12, 2019) 34 I General Conditions for Construction Contracts (June 12, 2019)
that the City has decided to not proceed with or approve the requested change, or (ii) issue a Change
Order as provided below.
10.3.5.The increase or decrease in the Contract Price resulting from a change in the Work shall be
determined in one or more of the following ways:
a.by mutual acceptance of a lump sum (inclusive of all overhead and profit) properly itemized
and supported by sufficient substantiating data to permit evaluation by the Consultant and City;
b.byunit prices as maybe specified in the Contract Documentsor subsequentlyagreed upon;
c.by time and materials or “cost of the Work” (as defined herein) and a mutually acceptable
fixed or percentage overhead and profit fee for the Contractor.
10.3.6.Ifnoneof themethodssetforthaboveareagreedupon, the Contractor, provideditreceivesawritten
Change Order signed by the City with respect to all undisputed amounts and Work, shall promptly proceed
with the Work involved, subject to Contractor’s reservation of rights as to disputed amounts (with such
reservation of rights identifying the precise nature of the dispute, the facts in support of the Contractor’s
position, and the maximum amount and/or time sought by the Contractor). The cost of such Work shall then
be determined on the basis of the reasonable expenditures and savings of those performing the Work
attributed to the change, including a reasonable overhead and profit in accordance with this Article. With
respect to any such Change Order Work, the City, with the Consultant, will establish an estimated cost of the
Work and the Contractor shall not perform any Work whose cost exceeds that estimate without prior written
approval by the City. With respect to all Change Orders, Contractor shall keep and present, in such form as
the City may prescribe, an itemized accounting together with appropriate supporting data of the increase in
the Cost of the Work.
10.3.7.If unit prices are included in the Contract Documents or as part of any Change Order, City shall pay
to Contractor the amounts determined for the total number of each of the units of work completed at the unit
price associated with such Work as stated in the Contractor’s schedule of prices bid, as set forth in
Contractor’s response to the ITB. The number of units contained in the bid is an estimate only, and final
payment shall be made for the actual number of units incorporated in or made necessary by the Contract
Documents, as may be amended by Change Order. If additional unit price work is ordered, then the
Contractor shall perform the work as directed and shall be paid for the actual quantity of such item(s) of work
performed at the appropriate original schedule of prices bid associated with such Work.
10.3.8.Decreases in the Cost of the Work due to a change in the Project shall result in a decrease to the
Contract Price, by way of a deductive Change Order.
10.3.9.The Contractor’s overhead and profit fee for all Change Orders shall be the net change in the
Contract Price, multiplied bythe percentage specified for overhead and profit in the Change Order, provided,
that the overhead and profit markup or fee shall be as follows:
(1) if the Change Order Work involves self-performed Work performed by the Contractor’s own
forces, the overhead and profit markup shall be reasonable, and shall not exceed ten percent (10%) of the
net change in the Contract Price; or
(2) if the Change Order involves Work performed by Subcontractors or Suppliers, or both, the
overhead and profit markup shall be reasonable, and the overhead and profit markup from Subcontractors
35 I General Conditions for Construction Contracts (June 12, 2019) 35 I General Conditions for Construction Contracts (June 12, 2019)
and Suppliers at all tiers shall not exceed ten percent 10% of the net change in the Contract Price, and the
Contractor’smarkup for such Subcontractorperformed Change Order Work shall not exceed seven and one
half percent (7.5%) of the net change in the Contract Price.
For deductive Change Orders, including deductive Change Orders arising from both additive and deductive
items,thedeductiveamountsshallincludeaproportionatecorrespondingreductionintheoverheadandprofit
fee, as applicable to the Contractor, Subcontractors or Suppliers.
10.4. Value of Change Order Work/“Costs of the Work”.The term “cost of the Work” means the sum
of:
10.4.1.All direct costs necessarily incurred and paid by Contractor in the proper performance of the Work
described in the Change Order. Except as otherwise may be agreed to in writing by City, such costs shall be
in amounts no higher than those prevailing in the locality of the Project, shall include only the following items
and shall not include any of the costs itemized in the “cost of work” as defined herein.
10.4.2.Payroll costs for employees in the direct employ of Contractor in the performance of the work
described in the Change Order under schedules of job classifications agreed upon by City and Contractor.
Payroll costs for employees not employed full time on the work covered by the Change Order shall be
apportioned on the basis of their time spent on the work. Payroll costs shall include, but not be limited to,
salaries and wages plus the cost of fringe benefits which shall include social security contributions,
unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement
benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include
superintendents and foremen at the site. The expenses of performing the work after regular working hours,
on Sunday or legal holidays, shall be included in the above to the extent authorized by City. Contractor’s fee
shall not exceed ten percent (10%).
10.4.3.Cost of all materials and equipment furnished and incorporated in the work, including costs of
transportation and storage thereof, and manufacturers' field services required in connection therewith. All
cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make
payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds,
and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make
provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts
thereofwhetherrentedfromContractororothersinaccordancewithrentalagreementsapprovedbyCitywith
the advice of Consultant and the costs of transportation, loading, unloading, installation, dismantling and
removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment,
machinery or parts shall cease when the use thereof isno longer necessary for the work. Contractor’s fee for
overheadandprofitmarkupformaterialsandequipmentpursuanttothisSectionshallnotexceedtenpercent
(10%) of the net change in the Contract Price.
10.4.4.Payments made by Contractor to Subcontractors for work performed by Subcontractors. If required
by City, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall
deliver such bids to City who will then determine, with the advice of Consultant, which bids will be accepted.
If the Subcontract provides that the Subcontractor is to be paid on the basis of cost of the work plus a fee,
the Subcontractor's cost of the work shall be determined in the same manner as Contractor's cost of the
work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as
applicable. Contractor's fee shall not exceed seven and one half percent (7.5%); and if a subcontract is on
the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead
and profit shall not exceed ten percent (10%).
36 I General Conditions for Construction Contracts (June 12, 2019) 36 I General Conditions for Construction Contracts (June 12, 2019)
10.4.5.Contractor shall not be entitled to an overhead and profit markup or fee for any Change Order
involving special consultants, including, but not limited to, engineers, architects, testing laboratories, and
surveyors employed for services specifically related to the performance of the work described in the Change
Order.
10.4.6.Contractor shall not be entitled to an overhead and profit markup or fee for the following costs or
expenses:
a. The proportion of necessary transportation, travel and subsistence expenses of Contractor’s
employees incurred in discharge of duties connected with the work except for local travel to and
from the site of the work.
b. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office and temporary facilities at the site and hand tools not owned by
the workmen, which are consumed in the performance of the work, and cost less market value
of such items used but not consumed which remains the property of Contractor.
c. Sales, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by
any governmental authority.
d. Deposits lost for causes other than Contractor’s negligence; royalty payments and fees for
permits and licenses.
e. The cost of utilities, fuel and sanitary facilities at the Project Site.
f. Receipted minor expenses such as long distance telephone calls, telephone service at the site,
express delivery services (FedEx, UPS or couriers, and the like), internet or other
telecommunications services, and similar petty cash items in connection with the Work.
g. Cost of premiums for additional bonds and insurance required because of changes in the Work.
10.4.7.The term "cost of the Work" shall not include any of the following items, as such items are expressly
not to be reimbursed:
a. Payroll costs and other compensation of Contractor's officers, executives, principals (of
partnership and sole proprietorships), general managers, engineers, architects, estimators,
lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers,
clerks and other personnel employed by Contractor whether at the site or in its principal or a
branch office for general administration of the work and not specifically included in the agreed-
upon schedule of job classifications, all of which are to be considered administrative costs
covered by Contractor’s fee.
b. ExpensesofContractor’sprincipalandbranchofficesotherthanContractor’sofficeattheProject
Site.
c. Anypart ofContractor’scapitalexpenses,includinginterest onContractor’scapitalemployedfor
the work and charges against Contractor for delinquent payments.
37 I General Conditions for Construction Contracts (June 12, 2019) 37 I General Conditions for Construction Contracts (June 12, 2019)
d. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the
Contract Documents to purchase and maintain the same, except for additional bonds and
insurance required because of changes in the Work.
e. Losses and expenses sustained by the Contractor or any Subcontractors at any tier, not
compensated by insurance or otherwise, if such lossesand expenses are due to infidelityon the
part of any employee of Contractor, any Subcontractor or Supplier, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of them may be liable, or others to
whom the property may be entrusted, including but not limited to, the correction of defective
work, disposal of materials or equipment wrongly supplied and making good any damage to
property.
f. Other overhead or general expense costs of any kind and the cost of any item not specifically
and expressly approved by the City Manager or City Commission by a Change Order.
g. Losses and expenses not covered by insurance where the Contractor, or any Subcontractor,
failed to obtain and/or maintain in effect the insurance required to be carried by the Contract
Documents, or where Contractor, or any Subcontractor or Supplier, failed to obtain and/or
maintain such insurance in limits and amounts required by the Contract Documents except to
the extent any deductible provided in such required insurance;
h. Costs and expenses incurred by Contractor upon breach of its warranties or guaranties;
i. Costs associated with the relocation of employees, and any travel costs not expressly permitted
bythe Contract Documents (including costsfor long-distance travel, costsfor travel between the
Project Site and the Contractor’s office(s), and hotel, car rental and airfare costs);
j. Any amounts to be paid by the Contractor for federal, state or local income or franchise taxes;
k. Labor, material, and equipment costs or any other costs incurred which should be back-charged
toanySubcontractor,anySub-Subcontractor, anydirect orlowertiersupplier, oranyotherparty
for whom the Contractor is responsible;
l. Costs or losses resulting from lost, damaged by misuse or stolen tools and equipment;
m. Costsof bonding or securing liensordefendingclaims filed byanySubcontractorofanytier, any
Supplier, any direct or lower tier supplier or any other party for whom any of such parties or the
Contractor is responsible arising from nonpayment, unless such nonpayment is the result of the
City’sunexcusedorwrongfulfailure topaytheContractor undisputedamountsasand when due
under the Contract Documents;
n. Costsofself-insuredlosses(e.g.,losseswithinthedeductiblelimitsmaintainedbytheContractor
or any direct or indirect subcontractor), costs covered by any insurance carried by Contractor or
a direct or lower tier subcontractor, costs which would have been covered by the insurance
required to be carried by a Contractor or a direct or lower tier subcontractor under the Contract
Documents, and costs which would have been covered by insurance but for failure of the
Contractor or direct or lower tier subcontractor to properly submit, process or give notice to the
occurrence or claim;
38 I General Conditions for Construction Contracts (June 12, 2019) 38 I General Conditions for Construction Contracts (June 12, 2019)
o. Costs of employee bonuses and executive bonuses whether or not based in whole or in part on
performance related to the Work;
p. Costs incurred or paid for recruiting employees (whether to third party recruiters or to
employees);
q. Severance or similar payments on account of terminated employees;
r. Costs incurred after the Contractor’s application for final payment;
s. Any outside legal fees;
t. Costs of materials and equipment stored off-site, except upon the prior written approval of the
Contract Administrator in accordance with the Contract Documents.
10.5.The amount of credit to be allowed by Contractor to City for any such change which results in a net
decreaseincost,willbetheamountoftheactualnetdecrease. Whenbothadditionsandcreditsareinvolved
in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any,
however, Contractor shall not be entitled to claim lost profits for any Work not performed.
10.6.Whenever the cost of any work is to be determined as defined herein, Contractor will submit in a
form acceptable to Consultant an itemized cost breakdown together with the supporting data.
10.7.Where the quantity of any item of the Work that is covered by a unit price is increased by more than
thirty percent (30%) from the quantity of such work indicated in the Contract Documents, an appropriate
Change Order shall be issued to adjust the unit price, if warranted.
10.8.Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the
amount is an addition, credit or no change-in-cost, Contractor shall submit an initial cost estimate acceptable
to Consultant and Contract Administrator.
10.8.1.Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of
cost.
10.8.2.Whenever a Change Order involves Contractor and one or more Subcontractors, and the Change
Order increases in the Contract Price, the overhead and profit markups for Contractor and each
Subcontractor in accordance with this Article shall be itemized separately.
10.8.3.Each Change Order must state within the body of the Change Order whether it is based upon unit
price, negotiated lump sum, or "cost of the work."
10.9. No Damages for Delay. NO CLAIM FOR DAMAGES OR ANY CLAIM, OTHER THAN FOR AN
EXTENSIONOFTIME,SHALLBEMADEORASSERTEDAGAINSTCITYBYREASONOFANYDELAYS
EXCEPT AS PROVIDED HEREIN. Contractor shall not be entitled to an increase in the Contract Price or
payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs,
expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of
delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption,
interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or
unavoidable; and irrespective of whether such delay constitutes an Excusable Delay and irrespective of
39 I General Conditions for Construction Contracts (June 12, 2019) 39 I General Conditions for Construction Contracts (June 12, 2019)
whether such delayresultsin anextension oftheContract Time; provided, however, Contractor’shindrances
or delays are not due solely to fraud, bad faith or willful or intentional interference by the City in the
performance of the Work, and then onlywhere such acts continue after Contractor’swritten notice to the City
of such alleged interference.
10.9.1.Contractor acknowledges and agrees that Excusable Delay shall not be deemed to constitute willful
or intentional interference with the Contractor’s performance of the Work without clear and convincing proof
that they were the result of a deliberate act, without any reasonable and good-faith basis, and were
specifically intended to disrupt the Contractor’s performance of the Work. The City’s attempts to facilitate or
assist Contractor in performance of the Work shall in no way be construed, interpreted and/or be deemed to
constitute willful or intentional interference with the Contractor’s performance of the Work.
Except as provided herein, Contractor hereby waives all other remedies at law or in equity that it might
otherwise have against the City on account of any Excusable Delay and any and all other events that may,
fromtimetotime,delaytheContractorintheperformanceoftheWork. Contractoracknowledgesandagrees
that, except as specified herein, all delays or events and their potential impacts on the performance by the
Contractor are specifically contemplated and acknowledged by the Parties in entering into this Agreement
andthatContractor’spricingoftheWorkandthedeterminationoftheContractPriceshallbeexpresslybased
ontheContractor’sassumptionof therisksthereof,andContractorherebywaivesanyand allClaimsit might
have for any of the foregoing losses, costs, damages and expenses.
10.10. Excusable Delay.Contractor’s sole remedy for Excusable Delay is an extension of the Contract
Time for each day of critical path delay, but only if the pre-requisites and notice requirements set forth below
in this Article 10 have been timely and properly satisfied. An excusable delay is one that (i) directly impacts
critical path activity delineated in the Project Schedule and extends the time for completion of the Work; (ii)
could not reasonably have been mitigated by Contractor, including by re-sequencing, reallocating or
redeploying and/or increasing the amount of its forces to other portions of the Work; and (iii) is caused by
circumstances beyond the control and due to no fault of Contractor or its Subcontractors, material persons,
Suppliers, or Vendors, including, but not limited to, force majeure events such asfires, floods, labordisputes,
epidemics, hurricanes, or similar events beyond the control and due to no fault of the Contractor (“Excusable
Delay”). If twoormore separate eventsof Excusable Delayare concurrent witheach other, Contractorshall
only be entitled to an extension of time for each day of such concurrent critical path delay, and Contractor
shall not be entitled to double recovery thereon. For illustration purposes only, if two events of Excusable
Delay are concurrent for two days, Contractor shall only receive a time extension of a total of two days, and
not four days.
10.10.1. Weather.Extensionsto the Contract Timefordelayscaused bytheeffectsof inclementweather
shall be submitted as a request for a change in the Contract Time pursuant to the Contract Documents.
These timeextensionsarejustified onlywhen rainsorotherinclementweatherconditions prevent Contractor
from productively performing critical path activity delineated in the Project Schedule:
(1) Contractor beingunabletoworkatleastfiftypercent(50%)ofthenormalworkdayoncritical
path activity delineated in the Project Schedule due to adverse weather conditions; or
(2) Contractor must make major repairs to the Work damaged by weather. Providing the
damage was not attributable to a failure to perform or neglect by Contractor, and providing that Contractor
was unable to work at least fifty percent (50%) of the normal workday on critical path activity delineated in
the Project Schedule.
40 I General Conditions for Construction Contracts (June 12, 2019) 40 I General Conditions for Construction Contracts (June 12, 2019)
10.10.2. Compensable Excusable Delay.Notwithstanding the foregoing, Excusable Delay is
compensable when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the
control of the Contractor or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad
faithoractiveinterferenceonthepartofCityoritsagents,provided,however,thatinnoeventshallContractor
be compensated for (x) interim delays which do not extend the Contract Time, or (y) for Excusable Delay if
caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or
Consultant, in which case then Contractor shall be entitled only to a time extension and no further
compensation for the Excusable Delay.
10.10.3. Unexcusable Delays.“Unexcusable Delay” shall mean any delays not included within the
definition of Excusable Delay as set forth above including any delay which extends the completion of the
Work or portion of the Work beyond the time specified in the Project Schedule, including, without limitation,
the date for Substantial Completion or Final Completion, and which is caused by the act, fault, inaction or
omission of the Contractor or any Subcontractor, Supplier or other party for whom the Contractor is
responsible; any delay that could have been limited or avoided by Contractor’s timely notice to the City of
such delay; or any delay in obtaining licenses, permits or inspections caused by the actions or omissions of
the Contractor or its Subcontractors, Suppliers or any other party for whom the Contractor is responsible An
Unexcusable Delay shall not be cause for granting an extension of time to complete any Work or any
compensation whatsoever, and shall subject the Contractor to damages in accordance with the Contract
Documents. In no event shall the Contractor be excused for interim delays which do not extend the Project
Schedule, including the date for Substantial Completion or Final Completion.
10.11. Prerequisites and Notice Requirements for Extensions of Time.Except as provided in the
Contract Documents with respect to Changes in the Work, an extension of the Contract Time will only be
grantedbytheCityunderthefollowingcircumstances:(a)ifadelayoccursasaresultofanExcusableDelay,
and (b) the Contractor has complied with each of the following requirements below to the reasonable
satisfaction of the City:
a. Contractor shall provide written notice to the City of any event of delay or potential delay within
five (5) days of the commencement of the event giving rise to the request. The Contractor, within ten (10)
days of the date upon which the Contractor has knowledge of the delay, shall notify the City, in writing, of the
cause of the delay stating the approximate number of days the Contractor expects to be delayed, and must
make a request for an extension of time, if applicable, to the City, in writing, within ten (10) days after the
cessation of the event causing the delay specifying the number of days the Contractor believes that its
activities were in fact delayed by the cause(s) described in its initial notice.
b. The Contractor must show to the reasonable satisfaction of the City that the activity claimed to
have been delayed was in fact delayed by the stated cause of delay, that the critical path of the Work was
materially affected by the delay, that the delay in such activity was not concurrent with any Unexcusable
Delay, the delay was not the result of the performance of unit price Work, and that the delay in such activity
will result in a delay of the date for Substantial Completion in the Project Schedule or Final Completion.
c. The initial notice provided by the Contractor under Subsection (a) above shall provide an
estimatednumberofdaystheContractorbelievesitwillbedelayed,anddescribetheeffortsoftheContractor
that have been or are going to be undertaken to overcome or remove the Excusable Delay and to minimize
the potential adverse effect on the cost and time for performance of the Work resulting from such Excusable
Delay. The mere written notice of an event of delay or potential delay, without all of the aforementioned
requiredinformation,isinsufficientandwillnottollthetimeperiodinwhichtheContractormustprovideproper
written notice under this Article.
41 I General Conditions for Construction Contracts (June 12, 2019) 41 I General Conditions for Construction Contracts (June 12, 2019)
CONTRACTOR’S STRICT COMPLIANCE WITH THIS ARTICLE 10 IS A CONDITION PRECEDENT TO
RECEIPT OF AN EXTENSION OF THE CONTRACT TIME. FAILURE OF THE CONTRACTOR TO
COMPLY WITH ALL REQUIREMENTS AS TO ANY PARTICULAR EVENT OF DELAY, INCLUDING THE
REQUIREMENTS OF THIS SECTION, SHALL BE DEEMED CONCLUSIVELY TO CONSTITUTE A
WAIVER, ABANDONMENT OR RELINQUISHMENT OF ANY ENTITLEMENT TO AN EXTENSION OF
TIME AND ALL CLAIMS RESULTING FROM THAT PARTICULAR EVENT OF PROJECT DELAY.Once
the Parties have mutually agreed as to the adjustment in the Contract Time due to an Excusable Delay, they
shall enter into a Change Order documenting the same.
If the City and Contractor cannot resolve a request for time extension made properly and timely under this
Section within sixty (60) days following Contractor’s initial notice of the events giving rise to the request for
a time extension, the Contractor may re-submit the request as a Claim in accordance with the Contract
Documents.
10.12. Contractor's Duty.Notwithstanding the provisions of this Agreement allowing the Contractor to
claim delay due to Excusable Delay, whenever an Excusable Delay shall occur, the Contractor shall use all
reasonable efforts to overcome or remove any such Excusable Delay, and shall provide the City with written
notice of the Contractor's recommendations on how best to minimize any adverse effect on the time and cost
of performing the Work resulting from such Excusable Delay. In furtherance of the foregoing, whenever there
shall be any Excusable Delay, the Contractor shall use all reasonable efforts to adjust the Project scheduling
and the sequencing and timing of the performance of the Work in a manner that will avoid, to the extent
reasonably practicable, any Excusable Delay giving rise to an actual extension in the time for performance
of the Work.
If thereare corresponding costsassociated with anyof the measureswhichtheContractordeemsnecessary
or desirable to minimize any adverse effects resulting from any Excusable Delay, the Contractor shall advise
the City of such anticipated associated costs and shall not proceed with such measures absent the City's
executing a Change Order in connection therewith. Nothing in this Section shall, however, be deemed to
entitle the Contractor to any adjustment in the Contract Price or any other damages, losses or expenses
resulting from an Excusable Delay; nor shall it be deemed to obligate the City to agree to undertake any
recommendations suggested by the Contractor as a means of minimizing the adverse effects of any
Excusable Delay.
10.13. Differing Site Conditions.In the event that during the course of the Work Contractor encounters
subsurface or concealed conditions at the Project Site which could not have reasonably been identified by
Contractor upon prior investigation, and materially differ from those indicated in the Contract Documents, or
if unknown physical conditions of an unusual nature are encountered on the Project Site and differ materially
from those ordinarily encountered and generally recognized as inherent in work of the character called for in
the Contract Documents, then Contractor shall promptly notify the City within two (2) business days of the
specific materially differing site conditions, before the Contractor disturbs the conditions or performs the
affected Work.
10.13.1.ConsultantandCityshall,withintwo(2)businessdaysafterreceiptofContractor’swrittennotice,
investigate the site conditions identified by Contractor. If, in the sole opinion of Consultant, the conditions do
materially so differ and cause an increase or decrease in Contractor’s cost of, or the time required for, the
performance of any part of the Work, Consultant shall recommend an equitable adjustment to the Contract
Price, or the Contract Time, or both. If City and Contractor cannot agree on an adjustment in the Contract
Price or Contract Time, the adjustment shall be referred to Consultant for determination in accordance with
42 I General Conditions for Construction Contracts (June 12, 2019) 42 I General Conditions for Construction Contracts (June 12, 2019)
the provisions of Contract Documents. Should Consultant determine that the conditions of the Project Site
are not so materially different to justify a change in the terms of the Contract, Consultant shall so notify City
and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the
parties hereto.
10.13.2.An adjustment for differing site conditions shall not be allowed, and any Claim relating thereto
shallbe deemedconclusivelywaived, iftheContractorhasnot providedtherequiredwrittennotice withintwo
(2) business days of discovery of the site conditions, or has disturbed the site conditions prior to City’s
examinationthereof. If adifferingsiteconditionqualifiesforanequitable adjustmentpursuanttotheContract
Documents, and the Contractor’s costs cannot reasonably be established at the time of notice to the City
thereof, the Contractor shall submit its proposed pricing and/or request for extension of time within ten (10)
days after the proposed solution is identified to the differing site condition described in the Contractor’s initial
notice to the City.
10.13.3.For purposes of this Section, a “materially differing” site condition is one that (1) is not identified
in the Contract Documents and is not reasonably inferable therefrom; and (2) could not have reasonably
been identified by Contractor upon prior investigation, provided Contractor reasonably undertook such prior
site investigation; and (3)requiresa change to the Workthat increases Contractor’scostsand/or impacts the
critical path for completion of the Work.
10.13.4.WhereSiteConditionsdelaytheProject,andsaiddelaycould havebeenavoidedbyreasonable
investigationsoftheProjectSiteat anytimepriortocommencementoftheWorkinquestion,suchdelayshall
not be considered to be an Excusable Delay beyond the control of the Contractor, and no time extension
shall be granted. No request for an equitable adjustment or change to the Contract Time for differing Site
Conditions shall be allowed if made after the date certified as the Substantial Completion date.
ARTICLE 11. CLAIMS AND RESOLUTION OF DISPUTES.
11.1 Claimsmustbeinitiatedbywrittennoticeand,unlessotherwisespecifiedintheContractDocuments,
submitted to the other Party within ten (10) days of the event giving rise to such Claim or within ten (10) days
after the claimant reasonably should have recognized the event or condition giving rise to the Claim,
whichever is later. Such Claim shall include sufficient information to advise the other party of the
circumstances giving rise to the Claim, the specific contractual adjustment or relief requested including,
without limitation, the amounts and number of days of delay sought, and the basis of such request. The
Claim must include all job records and other documentation supporting entitlement, the amounts and time
sought. In the event additional time is sought, the Contractor shall include a time impact analysis to support
such Claim. The City shall be entitled to request additional job records or documentation to evaluate the
Claim. TheClaimshallalsoincludetheContractor’swrittennotarizedcertificationoftheClaiminaccordance
with the False Claims Ordinance, Sections 70-300 et seq., of the City Code.
11.2 Claims not timely made or otherwise not submitted in strict accordance with the requirements of this
Article or other Contract Documents shall be deemed conclusively waived, the satisfaction of which shall be
conditions precedent to entitlement.
11.3 Contractorassumesallrisksforthefollowingitems,noneofwhichshallbethesubjectofanyChange
Order or Claim and none of which shall be compensated for except as they may have been included in the
Contractor’s Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of
bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other
project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a
43 I General Conditions for Construction Contracts (June 12, 2019) 43 I General Conditions for Construction Contracts (June 12, 2019)
quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid
upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for
loss of anticipated profits from any deleted Work.
11.4 Continuing the Work During Disputes.Contractor shall carry on the Work and adhere to the
progress schedule during all disputes or disagreements with City, including disputes or disagreements
concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time.
The Work shall not be delayed or postponed pending resolution of any disputes or disagreements.
Contractor’s failure to comply with this Section shall constitute an Event of Default.
ARTICLE 12. PERMITS, LICENSES, FEES, TAXES.
12.1 Except as otherwise provided within the Contract Documents, all permits and licenses required by
federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by
Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor’s
responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be
performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the
Project for whom a Certificate of Competency is required.
12.2 Impact fees levied by the City and/or Miami-Dade County shall be paid by Contractor. Contractor
shall be reimbursed only for the actual amount of the impact fee levied by the municipality or Miami-Dade
County as evidenced by an invoice or other acceptable documentation issued by the municipality.
Reimbursement to Contractor in no event shall include profit or overhead of Contractor.
12.3 All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article,
material, arrangement, appliance, or method that may be used upon or in any manner be connected with the
construction of the Work or appurtenances, are hereby included in the prices stipulated in Construction
Documents for said work.
12.4 Taxes. Contractor shall pay all applicable sales, consumer, use and other taxes required by law.
Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with
all requirements.
ARTICLE 13. TERMINATION.
13.1. Termination for Convenience. In addition to other rights the City may have at law and pursuant to
theContractDocumentswithrespect tocancellationand terminationoftheContract,theCitymay, initssole
discretion, terminate for the City's convenience the performance of Work under this Contract, in whole or in
part, at any time upon written notice to the Contractor. The City shall effectuate such Termination for
Convenience by delivering to the Contractor a Notice of Termination for Convenience, specifying the
applicable scope and effective date of termination, which termination shall be deemed operative as of the
effective date specified therein without any further written notices from the City required. Such Termination
forConvenienceshallnotbedeemedabreachoftheContract,andmaybeissuedbytheCitywithorwithout
cause.
a. Upon receipt of such Notice of Termination for Convenience from the City, and except as
otherwise directed by the City, the Contractor shall immediately proceed with the following obligations,
regardless of any delay in determining or adjusting any amounts due under this Article:
i.Stop the Work specified as terminated in the Notice of Termination for Convenience;
44 I General Conditions for Construction Contracts (June 12, 2019) 44 I General Conditions for Construction Contracts (June 12, 2019)
ii.Promptly notify all Subcontractors of such termination, cancel all contracts and purchase
orders to the extent theyrelate 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
shallhavetheright andobligationto settleortopayanyoutstandingclaimsarisingfromsaid
contracts, subcontracts or purchase orders;
v.Place no further subcontracts or purchase orders for materials, services, or facilities, except
as necessary to complete the portion of the Work not terminated (if any) under the Notice of
Termination for Convenience;
vi.As directed by the City, transfer title and deliver to the City (1) the fabricated and non-
fabricated parts, Work in progress, completed Work, supplies and other material produced
or required for the Work terminated; and (2) the completed or partially completed Project
records that, if this Contract had been completed, would be required to be furnished to the
City;
vii.Settle all outstanding liabilities and termination settlement proposals from the termination of
any subcontracts or purchase orders, with the prior approval or ratification to the extent
required by the City (if any);
viii.Take any action that may be necessary, or that the City may direct, for the protection and
preservationof theProjectSite, includinglifesafetyand anypropertyrelatedtothisContract
that is in the Contractor’s possession and in which the City has or may acquire an interest;
and
ix.Complete performance of the Work not terminated (if any).
b. Upon issuance of such Notice of Termination for Convenience, the Contractor shall only be
entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of
Termination for Convenience, but no later than the effective date specified therein. Payment for the Work
satisfactorily performed shall be determined by the City in good faith, in accordance with the percent
completion of the Work, less all amounts previously paid to the Contractor in approved Applications for
Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling contracts and
purchaseorderswithSubcontractorstotheextentsuchcostsarenotreasonablyavoidablebytheContractor.
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
oftermination,unlessextendedinwritingbytheCityuponrequest.Suchterminationamountshallbemutually
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 forWorkperformedunderthisContract, except tothe extent theContractordisputessuch amount
in a written notice delivered to and received by the City prior to the City’s tendering such final payment.
13.2. Event of Default.The following shall each be considered an item of Default. If, after delivery of
writtennoticefromtheCitytoContractorspecifyingsuchDefault,theContractorfailstopromptlycommence
and thereafter complete the curing of such Default within a reasonable period of time, not to exceed twenty-
one (21) days, after the delivery of such Notice of Default, it shall be deemed an Event of Default, which
constitutes sufficient grounds for the City to terminate Contractor for cause:
45 I General Conditions for Construction Contracts (June 12, 2019) 45 I General Conditions for Construction Contracts (June 12, 2019)
a. Failing to perform any portion of the Work in a manner consistent with the requirements of the
Contract Documents or within the time required therein; or failing to use the Subcontractors, entities and
personnel as identified and to the degree specified, in the Contract Documents, subject to substitutions
approved by the City in accordance with this Contract and the other Contract Documents;
b. Failing,forreasonsotherthananExcusableDelay,tobegintheWorkrequiredpromptlyfollowing
the issuance of a Notice to Proceed;
c. Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient
materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule
and/or delaying completion of any of the Project within the specified time;
d. Failing, for reasons other than an Excusable Delay, to timely complete the Project within the
specified time;
e. Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be
rejected as defective or nonconforming with the terms and conditions of the Contract Documents;
f. Discontinuing the prosecution of the Work, except in the event of: 1) the issuance of a stop-work
order by the City; or 2) the inability of the Contractor to prosecute the Work because of an event giving rise
to an Excusable Delay as set forth in this Contract for which Contractor has provided written notice of same
in accordance with the Contract Documents;
g. Failing to provide sufficient evidence upon request that, in the City’s sole opinion, demonstrates
the Contractor’s financial ability to complete the Project;
h. An indictment is issued against the Contractor;
i. Failingtomakepaymentstoformaterialsorlaborinaccordancewiththerespectiveagreements;
j. FailingtoprovidetheCitywithaRecoveryScheduleinaccordancewiththeContractDocuments;
k. Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority
having jurisdiction;
l. Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining this
Contract;
m. Failing to comply in any material respect with any of the terms of this Contract or the Contract
Documents.
In no event shall the time period for curing a Default constitute an extension of the time for achieving
Substantial Completion or a waiver of any of the City's rights or remedies hereunder for a Default which is
not cured as aforesaid.
13.3. Termination of Contract for Cause.
a. The City may terminate the Contractor for cause upon the occurrence of an Event of Default as
defined herein, or for any other breach of the Contract or other Contract Documents by the Contractor that
the City, in its sole opinion, deems substantial and material, following written notice to the Contractor and the
failure to timely and properly cure to the satisfaction of the City in the time period set forth herein, or as
otherwise specified in the Notice of Default.
b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or
remedies of the City, whether provided by this Contract, the other Contract Documents or as otherwise
provided at law or in equity, the City may issue a Notice of Termination for Cause to Contractor, copied to
the Surety, rendering termination effective immediately, and may take any of the following actions, subject to
any prior rights of the Surety:
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;
46 I General Conditions for Construction Contracts (June 12, 2019) 46 I General Conditions for Construction Contracts (June 12, 2019)
iii.Direct Contractor to transfer title and deliver to the City (1) the fabricated and non-fabricated
parts, Work in progress, completed Work, supplies and other material produced or required
for the Work terminated; and (2) the completed or partially completed Project records that,
if this Contract had been completed, would be required to be furnished to the City; and
iv.Finish the Work by whatever reasonable method the City may deem expedient.
c. Upon the issuance of a Notice of Termination for Cause, the Contractor shall:
i.Immediately deliver to the City all Project records, in their original/native electronic format
(i.e.CAD, Word, Excel, etc.), anyandallotherunfinishedorpartiallycompleted documents,
andanyandallwarrantiesandguarantiesforWork,equipmentormaterialsalreadyinstalled
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
shallhavetherightand obligationtosettleortopayanyoutstandingclaimsarisingfromsaid
contracts, subcontracts or purchase orders;
iii.As directed by the City, transfer title and deliver to the City (1) the fabricated and non-
fabricated parts, Work in progress, completed Work, supplies and other material produced
or required for the Work terminated; and
iv.Take any action that may be necessary, or that the City may direct, for the protection and
preservationoftheProject Site,includinglifesafetyandpropertyrelatedtothisContractthat
is in the Contractor’s possession and in which the City has or may acquire an interest.
d. All rights and remedies of the City’s Termination rights herein shall apply to all Defaults that are
non-curable in nature, or that fail to be cured within the applicable cure period or are cured but in an untimely
manner, and the City shall not be obligated to accept such late cure.
13.4. Recourse to Performance and Payment Bond; Other Remedies.
a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated
the Contractor, the City may (i) make demand upon the Surety to perform its obligations under the
Performance Bond and Payment Bond, including completion of the Work, without requiring any further
agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of
Contractor as a condition precedent to assuming the bond obligations; or (ii) in the alternative, the City may
take over and complete the Work of the Project, or any portion thereof, by its own devices, by entering into a
new contract or contracts for the completion of the Work, or using such other methods as in the City’s sole
opinion shall be required for the proper completion of the Work, including succeeding to the rights of the
Contractor under all subcontracts.
b. The City may also charge against the Performance and Payment Bond all fees and expenses
for services incidental to ascertaining and collecting losses under the Performance and Payment Bond
including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred
in connection with renegotiation of the Contract.
13.5. Costs and Expenses.
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
47 I General Conditions for Construction Contracts (June 12, 2019) 47 I General Conditions for Construction Contracts (June 12, 2019)
costs of completing the Work, shall be deducted from any monies due or to become due to the Contractor
under this Contract, irrespective of whether the City ultimately terminates Contractor.
b. Upon issuing a Notice of Termination for Cause, the City shall have no obligation to pay
Contractor, and the Contractor shall not be entitled to receive, any money until such time as the Project has
been completed and the costs to make repairs and/or complete the Project have been ascertained by the
City. In case such cost and expense is greater than the sum which would have been due and payable to the
Contractor under this Contract for any portion of the Work satisfactorily performed, the Contractor and the
Surety shall be jointly and severally liable and shall pay the difference to the City upon demand.
13.6. Termination If No Default or Erroneous Default.If, after a Notice of Termination for Cause is
issued by the City, it is thereafter determined that the Contractor was not in default under the provisions of
this Contract, or that any delay hereunder was an Excusable Delay, the termination shall be converted to a
Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice
of termination had been issued pursuant to the termination for convenience clause contained herein. The
Contractor shall have no further recourse of any nature for wrongful termination.
13.7. Remedies Not Exclusive.Except as otherwise provided in the Contract Documents, no remedy
under the terms of this Contract is intended to be exclusive of any other remedy, but each and every such
remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law,
in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of
Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default
or acquiescence therein, and every such right and power may be exercised from time to time as often as
may be deemed expedient.
13.8. Materiality and Non-Waiver of Breach.Each requirement, duty, and obligation in the Contract
Documents is material. The City’s failure to enforce any provision of this Contract shall not be deemed a
waiver of such provision orAmendment of this Contract. A waiver shall not be effective unlessit is in writing
and approved by the City. A waiver of any breach of a provision of this Contract shall not be deemed a
waiver of any subsequent breach and the failure of the City to exercise its rights and remedies under this
Article at any time shall not constitute a waiver of such rights and remedies.
13.9. ContractorRight to Terminate Contract orStop 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
Documentsandafterreceipt of allsupportingdocumentation requiredbytheContractDocuments,and if the
City fails to make such payment within ninety (90) days after receipt of written notice from the Contractor
identifying the Approved Application for Payment for which payment is outstanding, then, unless the City is
withholding such payment pursuant to any provision of this Contract which entitles the City to so withhold
such payment, the Contractorshallhave the right upon the expiration of the aforesaid ninety(90) day period
to stop its performance of the Work, provided that Contractor has sent a Notice to Cure to the City via
certified mail, allowing for a 7 day cure period. In such event, Contractor may terminate this Contract and
recover from City payment for all Work executed and reasonable expense sustained (but excluding
compensation for any item prohibited by any provisions of the Contract Documents). In the alternative to
termination, Contractor shallnot be obligated to recommence theWorkuntilsuch timeasthe Cityshallhave
made payment to the Contractor in respect of such Approved Application for Payment, plus any actual and
reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory
to the City. No act, event, circumstance or omission shall excuse or relieve the Contractor from the full and
faithful performance of its obligations hereunder and the completion of the Work as herein provided for.
14.1.
14.2.
48 I General Conditions for Construction Contracts (June 12, 2019)
14.1.
14.2.
48 I General Conditions for Construction Contracts (June 12, 2019)
ARTICLE 14. MISCELLANEOUS.
Separate Contracts.
14.1.1.The City reserves the right to perform construction or operationsrelated to the Project with the City's
own forces, to award separate contracts to other contractors or subcontractors, and to permit third parties to
perform construction or operations in connection with other portions of the Project or other construction or
operations on the Project Site or adjacent to the Project Site. City reserves the right to let other contracts in
connection with thisProject. Contractorshallafford other persons reasonable opportunity for the introduction
and storage of their materials and the execution of their work and shall properly connect and coordinate this
Work with theirs.
14.1.2.If any part of Contractor's Work depends for proper execution or results upon the work of any other
persons, Contractor shall inspect and promptly report to Consultant any defects in such work that render it
unsuitable for such proper execution and results. Contractor's failure to inspect and report shall constitute
an acceptance of the other person's work as fit and proper for the reception of Contractor's Work, except as
to defects which may develop in other contractor's work after the execution of Contractor's Work.
14.1.3.Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution
oftheWorksoastocreatenointerferenceorimpactonanyothercontractors,includingtheCity’sownforces,
on the site. Should such interference or impact occur, Contractor shall be liable to the affected contractor for
the cost of such interference or impact. Coordination with other contractors shall not be grounds for an
extension of time or any adjustment in the Contract Price. Contractor agrees that its pricing of the Work and
the determination of the Contract Price were expressly based upon the Contractor’s assumption of the
foregoing cost risks
14.1.4.Contractor shall afford other contractors reasonable access to the Project Site for the execution of
their work. Following the request of the City or Consultant, the Contractor shall prepare a plan in order to
integrate the work to be performed by the City or by the other contractors with the performance of the Work,
andshallsubmitsuchplantotheCityforapproval.TheContractorshallarrangetheperformanceoftheWork
so that the Work and the work of the City and the other contractors are, to the extent applicable, properly
integrated, joined in an acceptable manner and performed in the proper sequence, so that any disruption or
damage to the Work or to any work of the City or of other contractors is avoided. To insure the proper
execution of subsequent work, Contractor shall inspect the work already in place and shall at once report to
Consultant any discrepancy between the executed work and the requirements of the Contract Documents.
Lands for Work.
14.2.1.City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work
is to be performed, rights-of-way and easements for access thereto and such other lands as are designated
by City or the use of Contractor.
14.2.2.Contractorshallprovide,at Contractor’sownexpenseandwithoutliabilitytoCity, anyadditionalland
and access thereto that may be required for temporary construction facilities, or for storage of materials.
Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such
facilities.
14.3.
14.4.
14.5.
14.6.
14.7.
14.8.
14.9.
49 I General Conditions for Construction Contracts (June 12, 2019)
14.3.
14.4.
14.5.
14.6.
14.7.
14.8.
14.9.
49 I General Conditions for Construction Contracts (June 12, 2019)
Assignment.Neither the City nor the Contractor shall assign its interest in this Contract without the
written consent of the other, except as to the assignment of proceeds. Notwithstanding the foregoing, City
may assign its interest in this Contract or any portion thereof to anylocal or state governmental body, special
taxingdistrict,oranypersonauthorizedbylawtoconstructorowntheProject. Suchassigneeshallbebound
to comply with the terms of this Contract.
RightsofVariousInterests.WheneverworkbeingdonebyCity'sforcesorbyseparatecontractors
is contiguous to or within the area where the Contractorwill performanyof the Work pursuant to the Contract
Documents, , the respective rights of the various interests involved shall be established by the Contract
Administrator to secure the completion of the various portions of the work in general harmony.
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.
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. Bymaking 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
substitutionisapproved,thenetdollarsavingsshallbesharedequallybetweenContractorandCityandshall
be processed as a deductive Change Order. City may require Contractor to furnish at Contractor’s expense
a special performance guarantee or other surety with respect to any substitute approved after award of the
Contract.
ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY’S PROCUREMENT DIRECTOR,
WHO SHALL FORWARD SAME TO CONSULTANT.
No Interest.Any monies not paid by City when claimed to be due to Contractor under this Contract,
including, but not limited to, any and all claims for contract damages of any type, shall not be subject to
interest including, but not limited to prejudgment interest. However, the provisions of City's prompt payment
ordinance,assuchrelatestotimelinessofpayment,andtheprovisionsofSection218.74(4),FloridaStatutes
as such relates to the payment of interest, shall apply to valid and proper invoices.
Project Sign.Any requirements for a project sign shall be paid by the Contractor as specified by
City Guidelines.
Availability of Project Site; Removal of Equipment.
14.9.1.Use of the Project Site or any other City-owned property or right-of-way for the purpose of storage
of equipment or materials, lay-down facilities, pre-cast material fabrication, batch plants for the production of
asphalt, concrete or other construction-related materials, or other similar activities, shall require advance
written approval by the Contract Administrator. The City may, at any time, in its sole and absolute discretion,
14.10.
14.11.
14.12.
14.13.
50 I General Conditions for Construction Contracts (June 12, 2019)
14.10.
14.11.
14.12.
14.13.
50 I General Conditions for Construction Contracts (June 12, 2019)
revoke or rescind such approval for any reason. Upon notice of such rescission, Contractor shall, within
twenty-four (24) hours, remove and relocate any such materials and equipment to a suitable, approved
location. Notwithstanding any other provision in the Contract Documents to the contrary, the conditions or
requirements of right-of-way permits established by the authorities having jurisdiction including, without
limitation any regulatory authorities of the City, shall take precedence over any provision in the Contract
Documents that may provide any right whatsoever to use of the Project Site for staging, material and
equipment storage, lay-down or other similar activities.
14.9.2.In case of termination of this Contract before completion for any cause whatever, Contractor, if
notified to do so by City, shall promptly remove any part or all of Contractor’s equipment and supplies from
the property of City, failing which City shall have the right to remove such equipment and supplies at the
expense of Contractor.
Nondiscrimination.In connection with the performance of the Services, the Contractor shall not
excludefromparticipationin,denythebenefitsof,orsubjecttodiscriminationanyoneon thegroundsofrace,
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
Chapter62oftheCityCode,asmaybeamendedfromtimetotime,prohibitingdiscriminationinemployment,
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,domesticpartnerstatus,labororganizationmembership,familialsituation,
or political affiliation.
Project Records.City shall have the right to inspect and copy, at City's expense, the books and
records and accounts of Contractor which relate in any way to the Project, and to any claim for additional
compensation made by Contractor, and to conduct an audit of the financial and accounting records of
Contractor which relate to the Project and to any claim for additional compensation made by Contractor.
Contractor shall retain and make available to City all such books and records and accounts, financial or
otherwise, which relate to the Project and to any claim for a period of three (3) years following Final
Completion of the Project. During the Project and the three (3) year period following Final Completion of the
Project, Contractor shall provide City access to its books and records upon seventy-two (72) hours written
notice.
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.
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,FloridaStatutes, forcategorytwopurchasesforaperiodof36monthsfromthedateofbeingplaced
14.14.
14.15.
14.16.
51 I General Conditions for Construction Contracts (June 12, 2019)
14.14.
14.15.
14.16.
51 I General Conditions for Construction Contracts (June 12, 2019)
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.
Independent Contractor.Contractor is an independent contractor under this Contract. Services
providedbyContractorpursuanttothisContractshallbesubjecttothesupervisionofContractor.Inproviding
such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This
Contract shall not constitute or make the parties a partnership or joint venture. Contractor hereby accepts
complete responsibility as a principal for its agents, Subcontractors, vendors, materialmen, suppliers, their
respective employees, agents and persons acting for or on their behalf, and all others Contractor hires to
perform or to assist in performing the Work.
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.
Severability.In the event a portion of this Contract is found by a court of competent jurisdiction to
be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to
terminatethisContract.AnelectiontoterminatethisContractbaseduponthisprovisionshallbemadewithin
seven (7) days after the finding by the court becomes final.