Loading...
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.