Loading...
Contract with R&D Electric, Inc.Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C Docusign Envelope ID:8FF46ABE-B356-46F0-BC2C-CFB5681090BF CONTRACT R.2 lov+20 ,2024 Contract No.24-458-01 1/10/2025 I 3:39 EST THIS CONTRACT ("Contract")is made and entered into'as of the by and between the City of Miami Beach,Florida,a municipal corporation (the "City")and R&D ELECTRIC,INC.(the "Contra ctor): WITNESSETH,that the Co ntractor,fo r and in co nsideration of the payments hereinafter specified and agreed to be made by the City,hereby covenants and agre es 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 Contra ct within the time specified,in strict and entire conformity with the Plans,Specifications,and other Contract Documents, which are hereby inco rp ora ted into this Contract by reference,for 1TB-2024-458-ND CITYWIDE LIGHTING UPGRADE PROJECT The Co ntractor 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 office rs and employees,from liabilities,damages,losses and costs including,but not limited to,reasonable attorn ey's fees,to the extent caused by the negligence,re cklessness,or intentional wro ngful misconduct of Contractor and persons employed or utilized by Contra ctor in the perform ance of this Contract. The requirements of the Contract Documents,as such term is defined in the Invitation to Bid are hereby inco rporated by reference to the Genera l Conditions for Construction Contracts dated April 13,2020,and Forma l So licitation Tern s &Conditions --Good s and Services da ted Octobe r 27,2022 are hereby incorpo rated by reference as if fully set forth herein.Without limiting the fore going,the Contract Documents expressly include this Contract,Composite Attachment A (the City's General Conditions for Construction Contracts),Attachment B (Plans and Specifica tions,Invitation to Bid No.1TB-2024-458- ND and all Addenda thereto),Attachment C (Sunbiz Entity Detail and Contra ctor's Response to the ITB),and Attachment D (Insura nce requirements).For the avoidance of doubt,all of the documents constituting the Contract Documents now or hereafter existing (including any Change Orders,W ork Orders,Field Orders,schedules,shop drawings, issued subsequent to the date of this Contra ct etc.)shall govern this Project.The Anti- Human Trafficking Affidavit is here by incor porated into this Agreement as Exhibit A In consideration of these premises,the City hereby agrees to pay to the Contra ctor for the work,when fully completed,the total maximum sum of one million seven hundred seven thousand one hundred ninety -seven dollars and ninety-two cents ($1,7 07,197.92).The Contract Price,consists of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal: Total Base Bid +Indemnifica tion.... Off-Duty Police Officer Allowance . Total Perm it Allowance Account .,.. Total Altern ate Items (if applicable).. Total Owner's Co ntingency . ..$1,350 ,568.11 $30,000.00 $20,000.00 ................$151,430.00 .........$155,199.81 Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C Docusign Envelope ID:8FF46ABE-B356-46F0-BC2C-CFB5681090BF Contract No.24-458-01 Contract Price .........................$1,707,197.92 The Contract Price,exclusive of the Ow ner's C ontingency and Permit Allow ance,includes, w ithout lim itation,all costs fo r all labor,materials,equipment,fixtures,freight,field superv ision,superv isory expenses,project vehicl es,field offi ce and equipm ent,postage and delivery ,safety and first aid,telephone,tra nsportation of em ployees,park ing, insurance,taxes,preparation and maintenance of the co nstruct ion schedule and the preparation of as-built and shop draw ings,as well as Co ntractor's overhead and pro fit required for com pletion of all the W ork in accordance w ith the requirem ents of the Contract Docum ents,including work reasonably inferable therefrom ,even if such item s of W ork are not specifically or expressly identified as part of a line item in the Bid Price For m.The Contra ct Price is subject to such additions and deductions as may be provided fo r in the Contract D ocum ents.Pro gress and Final Paym ents will be made as pro vided for in the Co ntract Docum ents. C ontract Tim e: Contract Time and Schedule Days fo r S ubstantial Com pletion:365 ca lendar days D ays fo r Final C om pletion:40 ca lendar days Liquidated Damages (as applica ble) Failure to achieve Substantial Com pletion:$2,397.26/day Failure to achieve Final Co m pletion:$2,397.26/day [BA LA NCE O F PA G E INT E NTIO NALLY LEFT BLA N K] 2 Docusign Envelope ID:3EAB1C41-162F-4800-B8779-068499BF8A3C Docusign Envelope ID:8FF46ABE-B356-46F0-BC2C-CFB5681090BF Contract No.24-458-01 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: City of Miami Beach Public Works Department -Engineering Division 1700 Convention Center Drive Miami Beach,FL 33139 Attn:Bradford Kaine,Interim Public Works Director Ph:305-673-7616 ext.3541 Email:bradfordkaine@miamibeachfl.gov With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach,Florida 33139 Attn:Ricardo Dopico,City Attorney Ph:305-673-7000 Email:ricardodopico@miamibeachfl.gov For Contractor: R&D ELECTRIC,INC. Attn:Rafael Echarri 7447 NW 48"Street Miami,FL 33166 Ph:305-403-7841 Email:rafael@rdelectricinc.com 3 Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A43C Docusign Envelope ID:8FF46ABE-B356-46F0-BC2C-CFB5681090BF Contract No.24-458-01 IN WITNESS WHEREOF,the above parties have caused this Contract to be executed by their appropriate officials as of the date first above written. FOR CITY: ATTEST: DocuSigned by: CITY OF MIAMI BEACH,FLORIDA By: Rafael E. Kafl €.Gradoe- on»"38>3 (seal} FOR CONTRACTOR: R&D ELECTRIC,INC. By:_.....__~__,,_-_----'--1£_ •.±a£A Ee,ai a'elel [seal] 4 APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION9tu,'/r }City Attorney a Date Docusign Envelope ID:3EAB 1C41-162F-4800-B779-068499F8A3C Docusign Envelope ID:8FF46ABE-B356-46F0-BC2C-CFB5681090BF EXHIBIT A Certification of Compliance with Anti-Human Trafficking Laws In accordance with Section 787.06 (13),Florida Statutes,the undersigned,on behalf of the entity named below ("Entity"),hereby attests under penalty of perjury that the Entity does not use coercion for labor or services as defined in Section 787.06,Florida Statutes, entitled "Human Trafficking". I understand that I am swearing or affirming under oath to the truthfulness of the claims made in this affidavit and that the punishment for knowingly making a false statement includes fines and/or imprisonment. The undersigned is authorized to execute this affidavit on behalf of Entity. (Vendor Signature) Pa£kt Ear (Print/Name) ±d gz2 els e (comony Name) ryy_no 4g's/.r]am,_/32rec (Address) State of County of The foregoing instrument was acknowledg~tore,me by m.:ans of ~ysical presence or 0 one notarzaton,mus clahy.17ala(Carri' known to me to be the person described herein,or who produced as identification,and who did/did not take an oath. My commission expires:_ Docusign Envelope ID:3EAB1C41-162F-4800-B8779-068499BF8A43C ATTACHMENT A CITY OF MIAMI BEACH TERMS &CONDITIONS Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499F843C M IAM I BEA CH GENERAL C ON DITIO NS FOR C ONSTRUCTION CONTRACTS (April 13,2020) 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,lawful orders and decrees of governmental authorities having jurisdiction over the Project,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 1TB.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 lnspector/PWD Field Observer"means a City employee charged with observing and documenting,for internal City purposes only,general observations and conditions of the Project including,without limitation,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 I ]General Conditions for Construction Contracts {April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C Department permits,or other applicable permits within its jurisdiction,the exercise of such regulatory authority and the enforcement of any rules,regulations,laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Contract. "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 between the City and Contractor arising out of or relating to the Contract Documents.Claims must be initiated 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, or shall be forfeited in accordance with the terms of the False Claims Ordinance and conclusively waived and released. "Consultant"means the firm named in the Invitation to Bid Summary as the "Consultant,"that has entered into a separate agreement with the City to perform architectural,engineering,or other design and construction 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 shall be responsible for continuous field supervision,coordination,and completion of the Work,and who shall maintain a full-time on-site,physical presence at the Project Site and satisfy the obligations of Construction Superintendent as provided 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 the City Manager who shall be the City's authorized representative to coordinate,direct,and review on behalf of the City,all matters related to the Project.The 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 1TB,Contractor's Bid in response thereto,the Contract, 2[General Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4 800-B779-068499BF8A3C 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 1TB for the completion of the Project. "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"means the date upon which all conditions and requirements of 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,and stating any further limitations on the extent to which Contractor may commence and 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 Contract Documents.The City retains exclusive use and control of the Owner's Contingency.The Contractor has no right or entitlement whatsoever to the Owner's Contingency,and use of such funds are subject to the Contract Administrator's or City Manager's prior written approval and issuance of a Change Order by the City 3[Ge neral Conditions for Con struction Contracts [April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C at its sole and absolute discretion.Any unused City Contingency remaining at the completion of the Project shall accrue solely to the City. "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 4 [General Conditions for Construction Contracts {April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-B8779-068499BF8A43C 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 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 bond or payment bond with and for Contractor who is primarily liable,and which surety company or individual is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05,Florida Statutes. "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 governmental approvals,testing and inspection services,quality assurance and/or quality control inspections 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 a service or obligation "at its sole cost and expense"or words of substantially similar meaning,the Contractor 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 and completion 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. 5]General Conditions for Construction Contracts {April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-B8779-068499BF8A3C 1.2.5.Detailed plans shall take precedence over general plans for the same part of the Work.Specifications and detailed plans which may be prepared or approved by City after the execution of the Contract and which may be fairly inferred from the original specifications and plans are to be deemed a part of such specifications and plans,and that portion of the Work shown thereby shall be performed without any change in the Contract 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. 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 include all Sections,Subsections,and items within that Article;references to a Section include all Subsections and items within that Section;and references to a Subsection include all items within that Subsection. 1.2.8.Words which have a well-known technical or trade meaning are used herein in accordance with such recognized or well-known meaning,unless the Contract Documents otherwise specifically define such word. 1.2.9.The Recitals,Appendices,Exhibits and Schedules attached hereto are expressly incorporated in and 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 thereon to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project.Any work,materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for.City shall have no duties 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 1TB. In the event of any conflict between the General Terms and Conditions of the 1TB (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. 6 I Generol Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 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. 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 all of the Work described in the Contract Documents,and all Work that is contemplated thereby or reasonably 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 terms of 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 by Contractor to City shall be subject to prior approval of 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 with their 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 in the form of a Purchase Order issued by the City's Procurement Department and a Notice to Proceed issued 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 City of all required documents,including but not limited to,Payment Bond,Performance Bond,and Insurance 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 conditions precedent to the issuance of a Notice to Proceed to authorize Contractor to mobilize on the Project Site and commence with physical construction of the Work (typically,the second NTP for a Project):(1)the 7[General Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C receipt of all necessary permits by Contractor;(2)City's acceptance of the Contractor's full progress schedule 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. 3.5.Warranty.Contractor warrants to City that all materials and equipment furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality,free from faults and defects and in conformance with the Contract Documents.All work not conforming to these requirements, including substitutions not properly approved and authorized,may be considered defective.If required by Consultant 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 instructions are to be strictly and promptly followed in every case.Contractor shall keep on the Project during its progress,a full-time competent English speaking Construction Superintendent and any necessary assistants,all satisfactory to City.The Construction Superintendent shall not be changed except with the written consent of City,unless the Construction Superintendent proves to be unsatisfactory to Contractor and 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.The Construction Superintendent shall be responsible for management of the Project Site and 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 daily basis,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 progress of the Work;time of commencement of work for the day;the work being performed;materials,labor, personnel,equipment and subcontractors at the Project Site;visitors to the Project Site,including representatives of Consultant;regulatory representatives;any special or unusual conditions or occurrences encountered;and the time of termination of work for the day.All information shall be recorded in the daily log in ink.The daily log shall be kept on the Project Site and shall be available at all times for inspection and copying by City and Consultant. 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 to date and to establish the critical path activity or Work for the next two weeks.The Consultant shall publish, 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 Contract Documents,it shall be Contractor's duty to immediately inform Consultant,in writing,and Consultant 8[General Conditions for Construction Contracts {April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 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. 3.6.6.The Construction Superintendent must have at least five (5)years of experience in projects of similar design,scope,size and complexity.The Project Manager must have at least five (5)years of experience in projects of similar design,scope,size and complexity. 3.7.Subcontracts. 3.7 .1.Contractor shall not employ any subcontractor against whom City or Consultant may have a reasonable objection.Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. 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.Contractor agrees to bind specifically every subcontractor to the terms and conditions of the Contract 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-a-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 9 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BFBA3C warranties,if any,implied or expressed,arising out of such agreements and any error,omission or negligence 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,and employees,and instrumentalities to the fullest extent permitted by Section 725.06 of the Florida Statutes; e.that such subcontract shall be terminable for default or convenience upon ten (10)days prior written notice by Contractor,or,if the Subcontract has been assigned to the City,by the City or its designee; 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.that Contractor and Subcontractor acknowledge that (i)they are each entering into a contract 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 claim a lien on the Project,and that any claims for nonpayment shall be made against the bond in accordance with Section 255.05,Florida Statutes. h.that Subcontractor shall comply with all Applicable Laws (including prompt payment)and the 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, I.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 delays and changes in the Work and thus eliminate any other remedies for claim for increase in the subcontract price,damages,losses or additional compensation. l 0 I General Conditions for Construction Contracts !April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C 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 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 becomes necessary to explain the Work to be done more fully,or to illustrate the Work further,or to show any changes which may be required, supplementary drawings,with specifications pertaining thereto,will be prepared by Consultant.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,appropriate adjustments shall be made by Change Order.In case of disagreement between the written 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 condition precedent to the issuance of a Notice to Proceed for construction.Approval of this list by Consultant shall in no way relieve Contractor from submitting complete Shop Drawings and providing materials, equipment,etc.,fully in accordance with the Contract Documents.This procedure is required in order to expedite final approval of Shop Drawings. 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. II]Ge neral Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:3EAB 1C41-162F-4800-8779-068499BF8A43C 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 days from the date received,unless said Drawings are rejected by Consultant for material reasons.Consultant's approval of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy of such Drawings,nor for the proper fitting and construction of the work,nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings.No work called for by Shop Drawings shall be performed until the said Drawings have been approved by Consultant.Approval shall not relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings. 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 responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items,check them and then make one submittal to Consultant along with its comments as to compliance,noncompliance, or features requiring special attention. 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. 12 I General Conditions for Construction Contracts pnil 13,2020) Docusign Envelope ID:3EAB1 C41-162F-4800-B779-068499BFBA3C 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 CONTRA CTOR'S OBLIGATIONS,A WAIVER OF CONTRA CTOR'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONTRACTOR OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS.THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONTRACTOR'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONTRACTOR IN DEFAULT FOR CONTRACTOR'S FAILURE TO PERFORM SUCH OBLIGATION,NOR SHALL IT LIMIT,IN ANY WAY,THE CITY'S RIGHTS 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 BETW EEN 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 1TB,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 contained in this schedule is an estimate only,and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents.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. 13 I Ge nerol Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 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 1TB 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. 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 I4]Ge neral Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C Contingency,and use of such funds are subject to the City's prior written 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 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 until fifty percent (50%)of the Work has been completed.The Work shall be considered 50%complete at the point at which the City has expended 50%of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in the Contract Documents. Thereafter,the Contract Administrator shall reduce to five percent (5%)the amount of retainage withheld from each subsequent progress payment made to the Contractor,until Substantial Completion.Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes,as may be amended,and shall otherwise be at the sole discretion of the Contract Administrator,after considering any recommendation of Consultant with respect thereto.Contractor shall have no entitlement to a release of,or reduction in, retainage,except as may be required herein or by Florida law.Any interest earned on retainage shall accrue to the benefit of City.All requests for retainage reduction shall be in writing in a stand-alone document, separate from monthly applications for payment. 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; 15 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C 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. 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. 16 I Ge neral Conditions for Construction Contracts (April 13,20201 Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 6.1.Time for Completion.Time is of the essence throughout this Contract.Contractor shall perform the Work so as to achieve Substantial Completion within the number of days specified for Substantial Completion 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 from the date certified by Consultant 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.") 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 ("Progress Schedule").CONTRACTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY (including a native version and a pdf).In addition to the Progress Schedule Contractor shall include a narrative report of the months'progress,an explanation of any delays and or additions/deletions to activities. City's acceptance of a Progress Schedule for purposes of City's approval of an Application for Payment shall not constitute or be construed as City's approval of the Progress Schedule itself,or as approval of any change 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. 171 General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-779-068499 F8A43C 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,that by facilitating Contractor's efforts to coordinate with such utilities,City is not assuming the obligation to coordinate any necessary relocations and Contractor shall be solely responsible for such coordination. 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 schedules to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment,and to establish a working understanding among the parties as to the Work. 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 18 I General Conditions for Construction Controcts (April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 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 other rights 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: 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.If applicable,all pre-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,deficiencies and/or discrepancies to the 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 City to assist in its evaluation thereof.Contractor shall,prior to said inspection,develop its preliminary Punch 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 remaining items of Work to be completed or corrected,and which incorporates items and comments identified 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 19 General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499F8A43C 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 temporary certificate of completion or Certificate of Occupancy,as applicable,is issued for the Work for which 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). 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 until all of the criteria for achieving Substantial Completion as identified in the Contract Documents have been 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 not be obligated to)agree that a portion or component of the Work,acceptable to the City in its sole discretion, 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 20 I General Conditions for Construction Contracts (April 13,20201 Docusign Envelope ID:3EAB1C41-162F-4800-B8779-068499BF8A43C 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 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; 6.6.3.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. 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 within the time specified in the Invitation to Bid Summary for Final Completion,plus approved time extensions 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. 21]General Conditions for Construclion Contracts (April 13,2020) Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF8A3C 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 the Work under this Contract or as much thereof as City may,in its sole discretion,deem just and reasonable. 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 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. 22 I Ge nera l Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 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.Contractor shall be responsible to maintain all utility services to areas occupied by the City until Final 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.The Work can be used and operated in accordance with Applicable Laws bearing on the performance 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.All items on the Substantial Completion Punch List shall have been completed by Contractor to City'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; 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 Documents and can be used for its intended purpose for uninterrupted operation,including,without limitation, acceptance of completed as-builts,if required by the agency having jurisdiction. 6.9.7.Contractor shall have provided to City final releases and complete and unconditional waivers of liens for all Work performed by Contractor and each Subcontractor or Suppliers,and a Consent of Surety to Final Payment; 6.9.8.Contractor shall have delivered to the City a certification identifying all outstanding 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; 23 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 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.Contractor has delivered to the City all executed warranties and guarantees required by the Contract 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 Subcontractors by the Contract Documents shall remain in full force and effect for the required period of time; 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 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 support of Contractor's Claim,the particular scope of Work giving rise to the Claim,and the maximum amount 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 Contractor shall provide proper facilities for such access and for inspecting,measuring and testing.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 business of Contractor and its Subcontractors and suppliers for properly inspecting materials,equipment and 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 24]General Conditions for Construction Contracts April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A43C City,timely notice shall be given of the date fixed for such testing.Testing shall be made promptly,and, where practicable,at the source of supply.If any of the Work should be covered up without approval or consent of Consultant,it must,if required by Consultant,be uncovered for examination and properly restored at Contractor's expense. 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 on the day of inspection or test.The Contractor shall provide reasonable prior notice to appropriate inspectors 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 Project team are to observe said inspections,tests or approvals required by the Contract Documents,they shall be notified in writing by the Contractor of the dates and times of the inspections,tests or other approvals. The Contractor shall schedule,direct and/or review the services of or the reports and/or findings of surveyors, 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 City find to be defective.If required by Consultant or City,Contractor shall promptly either correct all defective work or remove such defective work and replace it with non-defective work.Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 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 25 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-779-068499BF8A3C 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 be prescribed by the terms of any applicable special warranty required by the Contract Documents,or by any specific provision of the Contract Documents,any of the Work is found to be defective or not in accordance with the Contract Documents,Contractor,after receipt of written notice from City,shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City,to do so.Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to,Contractor's warranty obligations hereof and any claim regarding latent defects. 7.7.4.Failure to reject any defective work or material shall not in any way prevent later rejection when such defect is discovered,or obligate City to final acceptance. 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. 8.1.Contractor shall be solely responsible for initiating,maintaining and supervising all safety precautions and programs in connection with the Project.Contractor shall take all necessary precautions for the safety of,and shall provide the necessary protection to prevent damage,injury or loss to: 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,caused directly or indirectly,in whole or in part,by Contractor,any Subcontractor,or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable.Contractor's 26 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB 1C41-162F-4800-8779-068499BF8A3C 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; ii.The known acute and chronic health effects of risks from exposure,including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance;and iii.The primary routes of entry and symptoms of overexposure. c.The proper precautions,handling practices,necessary personal protective equipment,and other safety precautions in the use of or exposure to the toxic substances,including appropriate emergency treatment in case of overexposure. d.The emergency procedure for spills,fire,disposal,and first aid. e.A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. 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. 27General Conditions for Construction Contracts {April 13,2020) Docusign Envelope ID:3EAB1C41-162F-4800-B8779-068499F8A43C 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 or tropical storm alert at the Project Site will be addressed by a Change Order in accordance with the Contract Documents. 8.6.5.Suspension of the Work caused by a threatened or actual storm event,regardless of whether the City has directed such suspension,will entitle the Contractor to additional Contract Time as noncompensable, excusable delay,and shall not give rise to a claim for compensable delay. 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,City does not guarantee that all lines are shown,or that,the ones indicated are in their true location. 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 28]General Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C utilities for the convenience of the Contractor shall be paid by the Contractor.All charges by utility companies for temporary support of its utilities shall be paid for by the Contractor (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 public and private utility providers occupying the right-of-way.No compensation will be paid to the Contractor for any loss of time or delay,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 its sole cost.The Performance Bond and Payment 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 materials used in the performance of the Project in accordance with the Contract Documents,and for all labor 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. 2 9 ]Ge ne ra l C o nd itio ns fo r C o nstructio n C o ntra cts [A p ril 13 ,20 2 0 ) Docusign Envelope ID:3EAB1C41-162F -4800-B8779-068499BF8A3C 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 is deemed to be insufficient security for the penalty of said bond,then the City may,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.Each bond must be executed by a surety company of recognized standing,authorized to do business in the State of Florida as surety,having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5)years. 9.3.2.The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570,Current Revisions.If the amount of the Bond exceeds the underwriting limitation set forth in the circular,in order to qualify,the net retention of the surety company shall not exceed the underwriting limitation in the circular,and the excess risks must be protected by coinsurance,reinsurance,or other methods in accordance with Treasury Circular 297,revised September 1,1978 (31 DFR Section 223.10,Section 223.111).Further,the surety company shall provide City with evidence satisfactory to City,that such excess risk has been protected in an acceptable manner. 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,only if the bid amount does not increase.The following sets forth,in general,the acceptable parameters for bonds: Policy-Financial holder's Size Amount of Bond Ratings Category 30 ]General Conditions for Construction Contracts [/April 13,2020) D ocusign Envelope ID :3EA B 1C 41-1 62F-4 800-B77 9-068499B F8A 3C 500,001 to 1,000,000 1,000,001 to 2,000,000 2,000,001 to 5,000,000 5,000,001 to 10,000,000 10,000,001 to 25,000,000 25,000,001 to 50,000,000 50,000,001 or more B+ B+ A Class I Class II Class Ill A Class IV A Class V A Class VI 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 the provisions of the Florida Insurance Code,and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code,as may be amended from time to time.The Certificate and Affidavit so certifying should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 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,1755 Meridian Avenue,3¢Floor,Miami,Florida 33139,Certificate(s)of Insurance which indicate that 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. 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.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: a.The retroactive date must be shown,and must be before the date of the contract or the 31 [Ge neral C onditions for C onstruction C ontra cts {A pril 13 ,20 20) Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A43C 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 extended period coverage for a minimum of five (5)years after completion of the contract work. d.A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk 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.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. 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: CITY OF MIAMI BEACH clo 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 32 I General Conditions for Construction Conlrocls !April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 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 Claims for indemnification under this Contract have been settled or otherwise resolved.Any amount withheld pursuant to this Article shall not be subject to payment of interest by City. 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 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 changes in Work execution,providing the Field Order involves no change in the Contract Price or the Contract 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. 33 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 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 or supplemental instructions,including all changes resulting in changes in 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 provide City with a rough "pencil copy"estimate of the cost and/or time impacts associated with the request. 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 detailed cost breakdown and sufficient substantiating data to permit evaluation by the City.If the Contractor 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 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.by unit prices as may be specified in the Contract Documents or subsequently agreed 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. 34 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB1 C41-162F-4800-B779-068499BF8A3C 10.3.6.If none of the methods set forth above are agreed upon,the Contractor,provided it receives a written 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 1TB.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 by the 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 and Suppliers at all tiers shall not exceed ten percent 10%of the net change in the Contract Price,and the Contractor's mark up for such Subcontractor performed 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,the deductive amounts shall include a proportionate corresponding reduction in the overhead and profit 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: 35 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 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 thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation,loading,unloading,installation,dismantling and removal thereof,all in accordance with the terms of said agreements.The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work.Contractor's fee for overhead and profit markup for materials and equipment pursuant to this Section shall not exceed ten percent (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%). 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: 36 \General Conditions for Construction Contracts p l 13,2020) Docusign Envelope ID:3EAB1 C41-162F-4800-8779-068499BF8A3C 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.Expenses of Contractor's principal and branch offices other than Contractor's office at the Project Site. c.Any part of Contractor's capital expenses,including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 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 losses and expenses are due to infidelity on 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 37 I General Conditions or Construction Contracls {April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A43C 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 by the Contract Documents (including costs for long-distance travel,costs for 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 to any Subcontractor,any Sub-Subcontractor,any direct or lower tier supplier,or any other party for whom the Contractor is responsible; I.Costs or losses resulting from lost,damaged by misuse or stolen tools and equipment; m.Costs of bonding or securing liens or defending claims filed by any Subcontractor of any tier,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's unexcused or wrongful failure to pay the Contractor undisputed amounts as and when due under the Contract Documents; n.Costs of self-insured losses (e.g.,losses within the deductible limits maintained by the Contractor 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; 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; 38 I General Conditions for Construction Contracts (April 13,20201 Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C 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 decrease in cost,will be the amount of the actual net decrease.When both additions and credits are involved in any one change,the combined overhead and profit shall be figured on the basis of the net increase,if any, however,Contractor shall not be entitled to claim lost profits for any Work not performed. 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 EXTENSION OF TIME,SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS EXCEPT AS PROVIDED HEREIN.Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct,indirect,consequential,impact or other costs, expenses or damages,including but not limited to costs of acceleration or inefficiency,arising because of delay,disruption,interference or hindrance from any cause whatsoever,whether such delay,disruption, interference or hindrance be reasonable or unreasonable,foreseeable or unforeseeable,or avoidable or unavoidable;and irrespective of whether such delay constitutes an Excusable Delay and irrespective of whether such delay results in an extension of the Contract Time;provided,however,Contractor's hindrances 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 only where such acts continue after Contractor's written notice to the City of such alleged interference. 39]Ge neral Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB1C41-162F-4800-8779-068499BF8A43C 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, from time to time,delay the Contractor in the performance of the Work.Contractor acknowledges and agrees 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 and that Contractor's pricing of the Work and the determination of the Contract Price shall be expressly based on the Contractor's assumption of the risks thereof,and Contractor hereby waives any and all Claims it 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 as fires,floods,labor disputes, epidemics,hurricanes,or similar events beyond the control and due to no fault of the Contractor ("Excusable Delay').If two or more separate events of Excusable Delay are concurrent with each other,Contractor shall 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.Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to the Contract Documents. These time extensions are justified only when rains or other inclement weather conditions prevent Contractor from productively performing critical path activity delineated in the Project Schedule: (1)Contractor being unable to work at least fifty percent (50%)of the normal workday on critical 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. 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 faith or active interference on the part of City or its agents,provided,however,that in no event shall Contractor 40 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C 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 granted by the City under the following circumstances:(a)if a delay occurs as a result of an Excusable Delay, 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 estimated number of days the Contractor believes it will be delayed,and describe the efforts of the Contractor 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 required information,is insufficient and will not toll the time period in which the Contractor must provide proper written notice under this Article. CONTRACTOR'S STRICT COMPLIANCE WITH THIS ARTICLE 10 15 A CONDITION PRECEDENT TO RECEIPT OF AN EXTENSION OF THE CONTRACT TIME.FAILURE OF THE CONTRACTOR TO 4l]Ge neral Conditions for Construction Contracts [April 13,2020) D ocusign Envelope ID :3EA B1C 41-162F -4 800-8779-068499BF84 3C 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 there are corresponding costs associated with any of the measures which the Contractor deems necessary 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.Consultant and City shall,within two (2)business days after receipt of Contractor's written notice, investigate the site conditions identified by Contractor.If,in the sole opinion of Consultant,the conditions do materially so differ and cause an increase or decrease in Contractor's cost of,or the time required for,the performance of any part of the Work,Consultant shall recommend an equitable adjustment to the Contract Price,or the Contract Time,or both.If City and Contractor cannot agree on an adjustment in the Contract Price or Contract Time,the adjustment shall be referred to Consultant for determination in accordance with the provisions of 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 42 ]Ge nera l C onditions for C onst ruction C ontracts (A pril 13,20 20) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 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 shall be deemed conclusively waived,if the Contractor has not provided the required written notice within two (2)business days of discovery of the site conditions,or has disturbed the site conditions prior to City's examination thereof.If a differing site condition qualifies for an equitable adjustment pursuant to the Contract 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)requires a change to the Work that increases Contractor's costs and/or impacts the critical path for completion of the Work. 10.13.4.Where Site Conditions delay the Project,and said delay could have been avoided by reasonable investigations of the Project Site at any time prior to commencement of the Work in question,such delay shall 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 Claims must be initiated by written notice and,unless otherwise specified in the Contract Documents, 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.The Claim shall also include the Contractor's written notarized certification of the Claim in accordance 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 Contractor assumes all risks for the following items,none of which shall be the subject of any Change 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 quote for a change in the Work,costs to prepare,negotiate or prosecute Claims,and loss of projects not bid 43 I General Conditions for Construction Contracts (April 13,20201 Docusign Envelope ID:3EAB 1C41-162F-4 800-B779-068499 F8A3C 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 the Contract Documents with respect to cancellation and termination of the Contract,the City may,in its sole 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 for Convenience shall not be deemed a breach of the Contract,and may be issued by the City with or without cause. a.Upon receipt of such Notice of Termination for Convenience from the City,and except as otherwise directed by the City,the Contractor shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this Article: i.Stop the Work specified as terminated in the Notice of Termination for Convenience; 44 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A43C ii.Promptly notify all Subcontractors of such termination,cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations; iii.Immediately deliver to the City all Project records,in their original/native electronic format (i.e.CAD,Word,Excel,etc.),any and all other unfinished documents,and any and all warranties and guaranties for Work,equipment or materials already installed or purchased; iv.If specifically directed by the City in writing,assign to the City all right,title and interest of Contractor under any contract,subcontract and/or purchase order,in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts,subcontracts or purchase orders; v.Place no further subcontracts or purchase orders for materials,services,or facilities,except as necessary to complete the portion of the Work not terminated (if any)under the Notice of Termination for Convenience; vi.As directed by the City,transfer title and deliver to the City (1)the fabricated and non- fabricated parts,Work in progress,completed Work,supplies and other material produced or required for the Work terminated;and (2)the completed or partially completed Project records that,if this 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 preservation of the Project Site,including life safety and any property related to this Contract 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 purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Contractor. Contractor shall submit,for the City's review and consideration,a final termination payment proposal with substantiating documentation,including an updated Schedule of Values,within 30 days of the effective date of termination,unless extended in writing by the City upon request.Such termination amount shall be mutually agreed upon by the City and the Contractor and absent such agreement,the City shall,no less than fifteen (15)days prior to making final payment,provide the Contractor with written notice of the amount the City intends to pay to the Contractor.Such final payment so made to the Contractor shall be in full and final settlement for Work performed under this Contract,except to the extent the Contractor disputes such amount in a written notice delivered to and received by the City prior to the City's tendering such final payment. 13.2.Event of Default.The following shall each be considered an item of Default.If,after delivery of written notice from the City to Contractor specifying such Default,the Contractor fails to promptly commence and thereafter complete the curing of such Default within a reasonable period of time,not to exceed twenty- 45 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB1 C41-162F-4800-B779-068499BF8A3C 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: 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,for reasons other than an Excusable Delay,to begin the Work required promptly following the issuance of a Notice to Proceed; c.Failing to perform the Work with sufficient manpower,workmen and equipment or with sufficient materials,with the effect of delaying the prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any of the Project within the specified time; d.Failing,for reasons other than an Excusable Delay,to timely complete the Project within the specified time; e.Failing and/or refusing to remove,repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the Contract Documents; f.Discontinuing the prosecution of the Work,except in the event of:1)the issuance of a stop-work order by the City;or 2)the inability of the Contractor to prosecute the Work because of an event giving rise to an Excusable Delay as set forth in this 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.Failing to make payments to for materials or labor in accordance with the respective agreements; j.Failing to provide the City with a Recovery Schedule in accordance with the Contract Documents; k.Persistently disregarding laws,ordinances,or rules,regulations or orders of a public authority having jurisdiction; I.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: 46 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C i.Take possession of the Project Site and of all materials,equipment,tools,construction equipment and machinery thereon owned by Contractor; ii.Accept assignments of subcontracts; iii.Direct Contractor to transfer title and deliver to the City (1)the fabricated and non-fabricated parts,Work in progress,completed Work,supplies and other material produced or required for the Work terminated;and (2)the completed or partially completed Project records that, if this 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.),any and all other unfinished or partially completed documents, and any and all warranties and guaranties for Work,equipment or materials already installed or purchased; ii.If specifically directed by the City in writing,assign to the City all right,title and interest of Contractor under any contract,subcontract and/or purchase order,in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts,subcontracts or purchase orders; 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 preservation of the Project Site,including life safety and property related to this Contract that 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 ()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. 47 ]Ge neral Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C a.All damages,costs and expenses,including reasonable attorney's fees,incurred by the City as a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented,in writing,to the Contractor's late cure of such Default),together with the costs of completing the Work,shall be deducted from any monies due or to become due to the Contractor under this 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 or Amendment of this Contract.A waiver shall not be effective unless it is in writing and approved by the City.A waiver of any breach of a provision of this 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.Contractor Right to Terminate Contract or Stop Work.If the Project should be stopped under an order of any court or other public authority for a period of more than ninety (90)days due to no act or fault of Contractor or persons or entities within its control,or if the City should fail to pay the Contractor any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required by the Contract Documents,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 Contractor shall have the right upon the expiration of the aforesaid ninety (90)day period to stop its performance of the Work,provided that Contractor has sent a Notice to Cure to the City via certified mail,allowing for a 7 day cure period.In such event,Contractor may terminate this 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 shall not be obligated to recommence the Work until such time as the City shall have 48 I Ge neral Conditions for Construction Contracts April 13,2020) Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C 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. ARTICLE 14.MISCELLANEOUS. 14.1.Separate Contracts. 14.1.1.The City reserves the right to perform construction or operations related 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 this Project.Contractor shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 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 of the Work so as to create no interference or impact on any other contractors,including the City's own forces, 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, and shall submit such plan to the City for approval.The Contractor shall arrange the performance of the Work 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. 14.2.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. 49]Ge neral Conditions for Construction Contracts (April 13,2020) D o cu sign Envelope ID :3EA B 1C 41-162F -4 800-B779-068499BF8A3C 14.2.2.Contractor shall provide,at Contractor's own expense and without liability to City,any additional land and access thereto that may be required for temporary construction facilities,or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 14.3.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 any local or state governmental body,special taxing district,or any person authorized by law to construct or own the Project.Such assignee shall be bound to comply with the terms of this Contract. 14.4.Rights of Various Interests.Whenever work being done by City's forces or by separate contractors is contiguous to or within the area where the Contractor will perform any of 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. 14.5.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. 14.6.Value Engineering.Contractor may request substitution of materials,articles,pieces of equipment or any changes that reduce the Contract Price by making such request to Consultant in writing after award of contract.Consultant will be the sole judge of acceptability,and no substitute will be ordered,installed, used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing.However,any substitution accepted by Consultant shall not result in any increase in the Contract Price or Contract Time.By making a request for substitution,Contractor agrees to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request for substitution,whether or not the request for substitution is accepted by Consultant.Any substitution submitted by Contractor must meet the form,fit,function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including Consultant review fees and charges.If a substitution is approved,the net dollar savings shall be shared equally between Contractor and City and shall be processed as a deductive Change Order.City may require Contractor to furnish at Contractor's expense 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. 14.7.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,as such relates to timeliness of payment,and the provisions of Section 218.74(4),Florida Statutes as such relates to the payment of interest,shall apply to valid and proper invoices. 14.8.Project Sign.Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines. 50]Ge ne ra l C onditions for C onstruction C ontracts [Ap ril 13 ,2020) Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C 14.9.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, 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. 14.1 O.Nondiscrimination.In connection with the performance of the Services,the Contractor shall not exclude from participation in,deny the benefits of,or subject to discrimination anyone on the grounds of race, color,national origin,sex,age,disability,religion,income or family status. Additionally,Contractor shall comply fully with the City of Miami Beach Human Rights Ordinance,codified in Chapter 62 of the City Code,as may be amended from time to time,prohibiting discrimination in employment, housing,public accommodations,and public services on account of actual or perceived race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital and familial status,age, disability,ancestry,height,weight,domestic partner status,labor organization membership,familial situation, or political affiliation. 14.11.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. 14.12.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. 51 I Ge neral Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C 14.13.Public Entity Crimes.In accordance with the Public Crimes Act,Section 287 .133,Florida Statutes, a person or affiliate who is a contractor,consultant or other provider,who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City,may not submit a bid on a contract with the City for the construction or repair of a public building or public work,may not submit bids on leases of real property to the City,may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with the City,and may not transact any business with the City in excess of the threshold amount provided in Section 287.017,Florida Statutes,for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list.Violation of this Section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 14.14.Independent Contractor.Contractor is an independent contractor under this Contract.Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor.In providing such services,neither Contractor nor its agents shall act as officers,employees,or agents of the City.This Contract shall not constitute or make the parties a partnership or joint venture.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. 14.15.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. 14.16.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 terminate this Contract.An election to terminate this Contract based upon this provision shall be made within seven (7)days after the finding by the court becomes final. ARTICLE 15.INSPECTOR GENERAL AUDIT RIGHTS. 15.1 Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has established the Office of the Inspector General which may,on a random basis,perform reviews,audits,inspections and investigations on all City contracts,throughout the duration of said contracts.This random audit is separate and distinct from any other audit performed by or on behalf of the City. 15.2 The Office of the Inspector General is authorized to investigate City affairs and empowered to review past,present and proposed City programs,accounts,records,contracts and transactions.In addition,the Inspector General has the power to subpoena witnesses,administer oaths,require the production of witnesses and monitor City projects and programs.Monitoring of an existing City project or program may include a report concerning whether the project is on time,within budget and in conformance with the contract documents and applicable law.The Inspector General shall have the power to audit,investigate,monitor,oversee,inspect and review operations,activities, performance and procurement process including but not limited to project design,bid specifications, (bid/proposal)submittals,activities of the Contractor,its officers,agents and employees,lobbyists, City staff and elected officials to ensure compliance with the Contract Documents and to detect fraud and corruption.Pursuant to Section 2-378 of the City Code,the City is allocating a percentage of its 52 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 15.3 Upon ten (10)days written notice to the Contractor,the Contractor shall make all requested records and documents available to the Inspector General for inspection and copying.The Inspector General is empowered to retain the services of independent private sector auditors to audit,investigate, monitor,oversee,inspect and review operations activities,performance and procurement process including but not limited to project design,bid specifications,(bid/proposal)submittals,activities of the Contractor,its officers,agents and employees,lobbyists,City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 15.4 The Inspector General shall have the right to inspect and copy all documents and records in the Contractor's possession,custody or control which in the Inspector General's sole judgment,pertain to performance of the contract,including,but not limited to original estimate files,change order estimate files,worksheets,proposals and agreements from and with successful subcontractors and suppliers,all project-related correspondence,memoranda,instructions,financial documents, construction documents,(bid/proposal)and contract documents,back-change documents,all documents and records which involve cash,trade or volume discounts,insurance proceeds,rebates, or dividends received,payroll and personnel records and supporting documentation for the aforesaid documents and records. 15.5 The Contractor shall make available at its office at all reasonable times the records,materials,and other evidence regarding the acquisition (bid preparation)and performance of this contract,for examination,audit,or reproduction,until three (3)years after final payment under this contract or for any longer period required by statute or by other clauses of this contract.In addition: i.If this contract is completely or partially terminated,the Contractor shall make available records relating to the work terminated until three (3)years after any resulting final termination settlement;and ii.The Contractor shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this contract until such appeals,litigation,or claims are finally resolved. 15.6 The provisions in this section shall apply to the Contractor,its officers,agents,employees, subcontractors and suppliers.The Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Contractor in connection with the performance of this contract. 15.7 Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities.The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Contractor or third parties. 53 I Ge neral Conditions for Construction Contracts (April 13,2020) D o cusig n E nvelope ID :3EA B 1C 41-162F -4 800-B779-068499BF8A 3C M IAM I BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) 1.GENERA L DISCLAIM ERS. a.T he solicitation referenced herein is being furn ished to the Bidders by the City of M iam i Beach (the "City")fo r the Bidder's convenience.It is the responsibility of the recipient to assure itself that info rm ation contained herein is accurate and com plete.T he C ity does not provide any assurances as to the accuracy of any info rm ation in this solicitation.Any reliance on these contents,or on any perm itted com m unications w ith C ity offi cials,shall be at the reci pient's ow n risk.Bidders should rely excl usively on their ow n investigations,interpretations,and analyses.Bidders are expected to exam ine the term s, conditions,specifications,delivery schedules,proposed prici ng,and other all instru ctions pertaining to the goods relative to this solicitation.Failure to do so w ill be at the Bidder's risk and m ay result in the Bid being non-respo nsive.All expenses involved w ith the preparation and subm ission of bid,or any w ork perform ed in connection therew ith,shall be the sole responsibility (and shall be at the sole cost and expense)of the Bidders,and shall not be reim burs ed by the City . b.T he solici tation is being pro vided by the C ity w ithout any w arr anty or representation,express or im plied,as to its content, its accuracy,or its com pleteness.No w arranty or representation is m ade by the City or its agents that any Bid conform ing to these requirem ents w ill be selected fo r consideration,negotiation,or appro val.Any individual that subm its a bid in response to this solicitation agrees that any action taken by the City in response to bids m ade pursuant to this solici tation, or in m aking any aw ard,or in failing or refusing to m ake any aw ard purs uant to such bid,or in ca ncelling awards,or in w ithdraw ing or cancelli ng this solicitation,either befo re or after issuance of an aw ard,shall be w ithout any liability or obligation on the part of the C ity . c.It is the responsibility of each Bidders ,before subm itting a Bid,to:exam ine the solicitation thoroughly;visit the site or structure,as applicable,to becom e fa m iliar w ith conditions that m ay affect costs,pro gress,perform ance or furn ishing of the W ork ;take into account federal,state and local (C ity and M iam i-D ade County)law s,regulations,perm its,and ordinances that m ay aff ect costs,progress,perform ance,furn ishing of the W ork,or aw ard;study and care fully correlate Bidder's observ ations w ith the solici tation.The Bidders shall notify the Chief Procurem ent O ffi cer of all confli cts,erro rs,or discrepanci es in the solicitation of w hich Bidders know s or reasonably should have know n.The subm ission of a Bid shall constitute an incontrovertible representation by Bidders that Bidders has com plied w ith the above req uirem ents and that w ithout exception,the Bid is prem ised upon perform ing and furn ishing the W ork required by the solicitation and that the solicitation docum ents are suffi ci ent in scope and detail to indicate and convey understanding of all term s and conditions fo r perform ance and furn ishing of the W ork. d.A ny action taken by the C ity in response to bids received purs uant to this solicitation,or in m aking any award,or in failing or refusing to m ake any aw ard purs uant to such bid,or in cancelling aw ards,or in w ithdraw ing or cancelling this solicitation, either befo re or after issuance of an aw ard,shall be w ithout any liability or obligation on the part of the City .In its sole discretion,the C ity m ay w ithdraw the solicitation either befo re or after receiving bids,m ay accept or reject bids,and m ay accept bids w hich deviate from the solicitation,as it deem s appropriate and in its best interest.The City m ay postpone the deadline fo r subm ittal of bids and m ay,but is not required to,m ake a reasonable effort to give at least three (3)ca lendar days electronic notice of any such postponem ent. e.In its sole discretion,the C ity m ay determ ine the qualifications and acceptability of any party or parties subm itting bid in response to this solici tation. f.Bidders are hereby advised that this solicitation is subject to the fo llow ing ordinances/resolutions (as applicable),w hich m ay be fo und on the C ity Of M iam i Beach Pro curem ent Departm ent w ebsite at https://www .m iam ibeachfl.gov/C ity- hall/procurem ent/procurem ent-related-o rdinance-and-procedures/ Requirem ent C one of Silence Protest Procedures D ebarm ent Proc eedings Lobbyist R egistration and D isclosure of Fees C am paign C ontributions by Vendor s C am paign C ontributions by Lobbyists Equal Benefits fo r D om estic Partners Living W age R equirem ent False C laim s O rdinance A cceptance of G ifts,Favors &Serv ices Purchase of G oods and Serv ices Sourced in M ississippi N on-d iscrim ination (boycotts) Code Section or Resolution 2-4 86 2-371 2-4 81 through 2-4 06 2-397 thro ugh 2-4 85.3 2-4 87 2-4 88 2-373 2-4 07 thro ugh 2-4 10 70-300 2-4 49 Resolution 2016-29375 2016-3990 2.ACCEPTANCE OF GIFTS,FAVORS,SERVICES.Bidders shall not offer any gratuities,favors,or anyt hing of m onetary value to any offi cial,em ployee,or agent of the C ity ,fo r the purpose of influencing consideration of this Bid.Pursuant to Sec.2-4 49 of the C ity C ode,no offi cer or em ployee of the C ity shall accept any gift,fa vor or serv ice that m ight reasonably tend im pro perly to influence him in the discharge of his offi ci al duties. 3.ASSIGNM ENT.N o contract shall be assigned,transferred,conveyed,sublet or otherw ise disposed,incl uding any or all right, Pa g e l of 7 I Form al Solicitations Terms and Conditions -Goods and Services (Oct ober 27,2022) D o cusig n E nve lo pe ID :3E A B 1C 41-16 2F-4 800-B779-068499B F 8A 3C M IA M I BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) title or interest therein,or pow er to execute such contract,to any person,com pany or corp oration,w ithout the prior w ritten consent of the C ity . 4.C A N C E L LA TIO N .In the event any of the pro visions of this Bid are violated by the Bidders,the C ity shall give w ritten notice to the Bidders stating such deficienci es and,unless such deficiencies are corrected w ithin ten (10)ca lendar days fro m the date of the C ity's notice,the C ity ,through its C ity M anager,m ay decl are the contract in defa ult and term inate sam e,w ithout further notice required to the Bidders .N otw ithstanding the preceding,the C ity ,through its C ity M anager,also reserv es the right to term inate the contract at any tim e and fo r any reason,w ithout cause and fo r convenience,and w ithout any m onetary liability to the C ity, upon the giving of thirty (30)days prior w ritt en notice to the Bidders . 5.C O M P L IA N C E W IT H TH E C ITY 'S LO B B Y IS T LA W S.T his solici tation is subject to,and all Bidders are expected to be or becom e fa m ilia r w ith,all C ity lobbyist laws .Bidders shall be solely responsible fo r ensuring that all C ity lobbyist law s are com plied w ith,and shall be subject to any and all sanctions,as prescribed therein,incl uding,w ithout lim itation,disqualification of their responses,in the event of such non-com pliance. 6.D E FA U L T .Failure or refusal of the successful Bidders to execute a contract fo llow ing appro val of such contract by the C ity C o m m ission,or untim ely w ithdraw al of a bid response befo re such aw ard is m ade and appro ved,m ay result in a cl aim fo r da m a ges by the C ity,and m ay be gro unds fo r rem oving the Bidders from the C ity's vendor list. 7.D E M O N S TRA TIO N O F C O M P ETE N C Y .Pursuant to Section 2-369 of the C ity C ode,_w hen determ ining the low est and best B id d ers,in add ition to price,there shall be a consideration of the fo llow ing:(1)the ability,capacity and skill of the Bidders to pe rf or m the contract;(2)w hether the Bidders can perf orm the contract w ithin the tim e specified,w ithout delay or interf erence; (3 )the character,integrity,reputation,judgm ent,experience and effi ciency of the Bidders;(4)the quality of perform ance of previous contracts;and (5)the previous and existing com pliance by the Bidders w ith law s and ordinances relating to the co ntract.In do ing so ,the C ity m ay take any and all actions in deem s necessary ,incl uding consideration of any legal,financial, op e rational (facilities,staffi ng and equipm ent)factor that m ay im pact the Bidder's ability to successfully perf orm the contra ct, an d the C ity m ay contact any prior or current client,em ployee or agent of the Bidders. a .T he C ity reserv es the right to request supplem ental info rm ation from Bidders at any tim e during the solicitation pro cess, unless othe rw ise noted. 8.D IS P U TE S .In the event of a conflict betw een the docum ents,the order of priority of the docum ents shall be as fo llow s: a .A ny contract or agreem ent resulting from the aw ard of this solici tation;then b.A ddendum issued fo r this solicitation,w ith the latest Addendum taking precedence;then c.T he solicitatio n;then d.T he B idde r's bid in response to the solici tation. In case of any do ubt or difference of opinion as to the item s and/or goods (as the case m ay be)to be furn ished hereunder,the de cisio n of the C ity shall be final and binding on all parties. 9 .E LI M IN A T IO N FR O M C O N S ID E RA TIO N .T his bid shall not be aw arded to any person or firm w ho is in arr ears to the C ity upon any debt,taxes,or contracts w hich are defaulted as surety or otherw ise upon any obligation to the C ity . 10 .E M E R G E N C Y R E S P O N S E PR IO R IT Y .It is hereby m ade a part of this solicitation that befo re,during,and after a public em e rgency,disaster,hurricane,torn ado,flood,or other acts of fo rce m ajeure that the C ity of M iam i Beach,Florida shall receive a "F irst Prio rity"fo r any goods and serv ices covered under any aw ard resulting fro m this solici tation,incl uding balance of line ite m s as applicable .It is vital and im perative that the m ajority of citizens are protected from any em ergency situation that th reatens public health and safety ,as determ ined by the C ity .By virtue of subm itting a response to this solicitation,vendor ag rees to pro vide all aw ard-related goods and serv ices to the C ity on a "firs t priority"under the em ergency conditions noted ab o ve. 11 .E S TIM A T E D Q U A N T ITI E S .Estim ated quantit ies or estim ated dollars,if pro vided,are fo r C ity guidance only.No guarantee is exp ressed or im plied as to quantities or dollars that w ill be used during the contract period.T he C ity is not obligated to place any orde r fo r a given am ount subsequent to the aw ard of this Bid.Estim ates are based upon the C ity 's actual needs and/or usage du ring a previo us contract period.T he C ity m ay use said estim ates for purposes of determ ining w hether the low Bidders m eets sp e cificatio ns. 12 .E N V IR O N M E N TA L R E G U LA T IO N S .T he C ity reserv es the right to consider a Bidder's history of citations and/or violations of enviro nm e ntal regulations in investigating a Bidder's responsibility ,and further reserv es the right to decl are a Bidders not responsible if the history of violations w arrants such determ ination in the opinion of the C ity .Bidder shall subm it w ith its pro posal, a co m plete history of all citations and/or violations,notices,and dispositions thereof.T he non-subm ission of any such do cum entation shall be deem ed to be an affi rm ation by the Bidders that there are no citations or violations.Bidders shall notify the C ity im m ediately of notice of any ci tation or violation w hich Bidders m ay receive after the proposal opening date and during the tim e of perf orm a nce of any contract aw arded to it. 13 .E X C E P TIO N S T O S O LI C IT ATIO N .Bidders m ust cl early indicate any exceptions they w ish to take to any of the term s in the so lici tation,and outline w hat,if any,altern ative is being offered.A ll exceptions and altern atives shall be incl uded and cl early Pa g e 2 o f 7 I Form a l So lici ta tio n s Te rm s an d C on ditio n s -G ood s and Serv ices (O ctob er 27,2022) D o cusig n E nvelope ID :3E A B 1C 4 1-16 2F -4 800-B8 779-068499B F 8A 3C M IA M I BEA CH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) de line ated,in w riting ,in the bid subm ittal.T he C ity ,at its sole and absolute discretion,m ay accept or reject any or all exceptions and altern atives.In cases in w hich exceptions and altern atives are rejected,the C ity shall require the Bidders to com ply w ith the pa rticular term and/or condition of the solici tation to w hich Bidders took exception to (as said term and/or condition w as originally se t fo rt h in the so lici tation and any exhibits or A ddenda thereto). 14 .FLORIDA PUBLIC RECORDS LAW.Bidders are hereby notified that all bids incl uding,w ithout lim itation,any and all info rm ation and docum e ntatio n subm itted therew ith,are exem pt from public records requirem ents under Section 119.07(1),Florida Statutes, and s.24(a),A rt .1 of the State C onstitution until such tim e as the C ity pro vides notice of an intended decision or until thirty (30) da ys aft er opening of the bids,w hichever is earlier.Additionally,Bidders agrees to be in full com pliance w ith Florida Statute 119 .0 70 1 including,but not lim ited to,agreem ent to (a)Keep and m aintain public records that ordinarily and necessarily w ould be required by the public agency in order to perform the goods;(b)pro vide the public w ith access to public records on the sam e te rm s and conditio ns that the public agency w ould provide the records and at a cost that does not exceed the cost provided in this chapter or as otherw ise pro vided by law ;(c)Ensure that public records that are exem pt or confidential and exem pt fro m pu blic records disclosure requirem ents are not discl osed except as authorized by law ;(d)M eet all requirem ents fo r retaining pub lic records and transfer,at no cost,to the public agency all public records in possession of the Bidders upon term ination of the co ntract and destro y any duplicate public records that are exem pt or confidential and exem pt from public records discl osure requ irem ents.A ll records stored electro nically m ust be pro vided to the public agency in a fo rm at that is com patible w ith the info rm ation technology system s of the public agency. 15 .JOINT VENTURES/SINGLE PURPOSE ENTITY.Joint Ventures are not allow ed.bid shall be subm itted only by the prim e co ntractor.B idders m ay,how ever,identify sub-contractors or sub-consultants to the prim e Bidders w ho m ay serv e as team m e m bers . 16 .FORCE MAJEURE. a.A "Fo rce M aje ure"event is an event that (i)in fa ct causes a delay in the perform ance of the C ontractor or the C ity 's obligatio ns unde r the A greem ent,and (ii)is beyond the reasonable contro l of such party unable to perform the obligation, and (iii)is not due to an intentional act,err or,om ission,or negligence of such party ,and (iv)could not have reasonably been fo reseen and prepared fo r by such party at any tim e prior to the occurr ence of the event.Subject to the foregoing criteria ,Force M ajeure m ay incl ude events such as w ar,civil insurr ection,riot,fires,epidem ics ,pandem ics ,terr orism , sabotage ,explosions,em bargo restrictions,quarantine restrictions,transportation accidents,strikes,stro ng hurr icanes or torn ado es,eart hquakes,or other acts of G od w hich prevent perform ance.Force M ajeure shall not include technological im possibility ,incl em ent w eather,or fa ilure to secure any of the required perm its purs uant to the Agreem ent. b.If the C ity or C ontractor's perform ance of its contractual obligations is prevented or delayed by an event believed by to be Force M ajeure,such party shall im m ediately,upon learn ing of the occurrence of the event or of the com m encem ent of any such de lay,but in any case w ithin fifteen (15)business days thereof,provide notice:(i)of the occurr ence of event of Force M aje ure,(ii)of the nature of the event and the cause thereof,(iii)of the anticipated im pact on the Agreem ent,(iv)of the anticipated period of the delay,and (v)of w hat course of action such party plans to take in order to m itigate the detrim ental eff ects of the event.The tim ely delivery of the notice of the occurr ence of a Force M ajeure event is a condition precedent to allow ance of any relief purs uant to this section;how ever,receipt of such notice shall not constitute acceptance that the event cl aim e d to be a Force M ajeure event is in fact Force M ajeure,and the burden of proof of the occurrence of a Force M ajeure event shall be on the requesting party. c.The C ity m ay,thro ugh its C ity m anager,in its sole and absolute discretion,m ake am endm ent or equitable adjustm ent in the contract term s and conditions and/or pricing to address very lim ited unfo reseen circum stances outside of the successful B idde r's control relating to certain supply chain issues and extrem e m arket volatility .T he C ity m ay,thro ugh its C ity M anager, but shall have no obligation to consider or otherw ise approve an adjustm ent,w here pricing or availability of supply is affected by extrem e or unfo reseen volatility in the m ark etplace satisfy ing,at a m inim um ,all of the fo llow ing criteria:1)the volatility is due to causes w holly beyond the successful Bidder's control;2)the volatility affects the entire m ark etplace or industry , no t just the particular successful Bidder's source of supply;3)the effect on pricing or availability of supply is substantial; and 4)the volatility so aff ects the successful Bidders that continued perform ance of the C ontract w ould result in an excessive or unr easonab le substantial loss or financial hardship to the Bidders,such as,fo r exam ple,an event im plicating insolvency or bankru ptcy.A ny adjustm ent w ould require irrefutable evidence and w ritten appro val by the C hief Pro curem ent O fficer. For the avoida nce of doubt,this section does not in any w ay alter or aff ect the allocation of risk betw een the C ity and the B idders pursuant to the C ontract,or Bidder's assum ption of all risks relating to its perform ance in accordance w ith the C ontract term s. d.N o party he reto shall be liable fo r its failure to carry out its obligations under the Agreem ent during a period w hen such party is rende red unable,in w hole or in part ,by Force M ajeure to carry out such obligations.The suspension of any of the obligatio ns under this A greem ent due to a Force M ajeure event shall be of no greater scope and no longer duration than is required.The party shall use its reasonable best eff orts to continue to perf orm its obligations hereunder to the extent such obligations are not aff ected or are only partially aff ected by the Force M ajeure event,and to correct or cure the event or co nditio n excusing perf orm ance and otherw ise to rem edy its inability to perform to the extent its inability to perf orm is the direct result of the Force M ajeure event w ith all reasonable dispatch. Pa g e 3 o f 7 I Formal Solicitations Terms and Conditions -Goods and Services (October 27,2022) D ocusign Envelope ID :3EA B 1 C 41-162F-4 800-B779-068499BF8A3C M IAM I BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) e.O bligations purs uant to the Agreem ent that aro se befo re the oc currence of a Force M ajeure event,causing the suspension of perf orm ance,shall not be excused as a result of such occurrence unless such occurrence m akes such performance not reasonably possible.The obligation to pay m oney in a tim ely m anner fo r obligations and liabilities which matured prior to the occurrence of a Force M ajeure event shall not be subject to the Force M ajeure pro visions. f.Notw ithstanding any other provision to the contrary herein,in the event of a Force M ajeure occurrence,the City may,at the sole discretion of the City M anager,suspend the City 's paym ent obligations under the Agreem ent,and m ay take such action w ithout regard to the notice requirem ents herein.Additionally,in the event that an event of Force M ajeure delays a party 's perform ance under the Agreem ent fo r a tim e period greater than thirty (30)days,the City m ay,at the sole discretion of the C ity M anager,term inate the Agreem ent on a given date,by giving w ritten notice to Contractor of such term ination.If the Agreem ent is term inated pursuant to this section,Contractor shall be paid fo r any Serv ices satisfactorily perform ed up to the date of term ination;fo llow ing w hich the City shall be discharged from any and all liabilities,duties,and term s arising out of,or by virtue of,this Agreem ent.In no event w ill any condition of Force M ajeure extend this Agreem ent beyond its stated term . 17 .INDEMNIFICATION.The bidder shall indem nify and hold harm less the City and its officers ,em ployees,agents and instru m entalities fro m any and all liability ,losses or dam ages,incl uding attorn ey's fees and costs of defense,which the City or its offi cers ,em ployees,agents or instru m entalities m ay incur as a result of claim s,dem ands,suits,causes of actions or pro ceedings of any kind or nature arising out of,relating to or resulting from the perform ance of the agreem ent by the bidder or its em ployees,agents,serv ants,partners ,principals or subcontractors .The bidder shall pay all claim s and losses in connection therew ith,and shall investigate and defend all cl aim s,suits or actions of any kind or nature in the nam e of the City ,where applicable,incl uding appellate pro ceedings,and shall pay all costs,judgm ents,and attorn ey's fees which may be incurred thereon.T he bidder expressly understands and agrees that any insurance protection required by any agreem ent with the City or otherw ise provided by the bidder shall in no w ay lim it the responsibility to indem nify ,keep and save harm less and defend the C ity or its offi cers ,em ployees,agents and instru m entalities as herein pro vided.The above indem nification provisions shall surv ive the expiration or term ination of this Agreem ent. 18 .INSPECTION,ACCEPTANCE &TITLE.Inspection and acceptance will be at destination,unless otherw ise pro vided.Title to (or risk of loss or dam age to)all item s shall be the responsibility of th e successful Bidders until acceptance by the City unless loss or dam age results from the gro ss negligence or w illful m isconduct of the City. If any equipm ent or supplies supplied to the City are fo und to be defective,or do not confo rm to the specifications,the City reserv es the right to cancel the order upon w ritten notice to the seller,and return the pro duct,at the Bidder's expense. 19 .INSPECTOR GENERAL AUDIT RIGHTS. a.Pursuant to Section 2-256 of the Code of the City of M iam i Beach,the City has established the Offi ce of the Inspector G eneral w hich m ay,on a random basis,perform reviews,audits,inspections and investigations on all City contracts, throughout the duration of said contracts.This random audit is separate and distinct fro m any other audit performed by or on behalf of the C ity . b.T he Offi ce of the Inspector G eneral is authorized to investigate City affairs and em pow ered to review past,present,and pro posed C ity pro gram s,accounts,records,contracts,and transactions.In addition,the Inspector General has the pow er to subpoena w itnesses,adm inister oaths,require the production of w itnesses and m onitor City projects and pro grams. M onitoring of an existing City project or pro gram m ay incl ude a repo rt concern ing w hether the project is on tim e,within budget and in confo rm ance w ith the contract doc um ents and applica ble law .The Inspector General shall have the pow er to audit,investigate,m onitor,oversee,inspect and review operations,activities,perform ance and procurem ent pro cess incl uding but not lim ited to pro ject design,bid specifica tions,(bid/proposal)subm ittals,activities of the Contractor,its officers,agents and em ployees,lobbyists,City staff and elected offi cials to ensure com pliance w ith the Contract Documents and to detect fraud and corruption.Pursuant to Section 2-378 of the City Code,the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the O ffice of Inspector General. c.U pon ten (10)days w ritten notice to the C ontractor,the Contractor shall m ake all requested records and documents available to the Inspector G eneral for inspection and copying.The Inspector G eneral is em pow ered to retain the serv ices of independent private sector auditors to audit,investigate,m onitor,overs ee,inspect and review operations activities, perf orm ance and pro curem ent pro cess including but not lim ited to project design,bid specifications,(bid/proposal) subm ittals,activities of the Contractor,its offi cers,agents and em ployees,lobbyists,City staff and elected officials to ensure com pliance w ith the contract doc um ents and to detect fraud and corru ption. d.T he Inspector G eneral shall have the right to inspect and copy all docum ents and records in the Contractor's possession, custody or contro l w hich in the Inspector G eneral's sole judgm ent,pertain to perform ance of the contract,including,but not lim ited to original estim ate fil es,change order estim ate files,worksheets,pro posals and agreem ents from and with successful subcontractors and suppliers,all pro ject-related correspondence,m em oranda,instruct ions,financial docum ents, construction docum ents,(bid/pro po sal)and contract docum ents,back-change docum ents,all docum ents and records which involve cash,trade or volum e discounts,insurance proceeds,rebates,or dividends received,payroll and pers onnel records and supporting docum entation fo r the afo resaid doc um ents and records. Page 4 of 7 I Formal Solicitations Terms and Conditions -Goods and Services (October 27,2022) D o cusig n Envelope ID :3E A B1C 41-162F -4 800-B779-068499B F8A43C M IAM I BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) e.T he C ontractor shall m ake available at its offi ce at all reasonable tim es the records,m aterials,and other evidence regarding the acquisition (bid preparation)and perform ance of this contract,fo r exam ination,audit,or repro duction,until three (3) years after final paym ent under this contract or fo r any longer period require d by statute or by other clauses of this contract. In addition: i.If this contract is com pletely or partially term inated,the Contractor shall m ake available records relating to the w ork term inated until three (3)years after any resulting final term ination settlem ent;and ii.T he C ontractor shall m ake available records relating to appeals or to litigation or the settlem ent of claim s arising under or relating to this contract until such appeals,litigation,or cl aim s are finally resolved. f.T he pro visions in this section shall apply to the Contractor,its offi cers ,agents,em ployees,subcontractors,and suppliers. T he C ontractor shall incorp orate the pro visions in this section in all subcontracts and all other agreem ents executed by the C ontractor in connection w ith the perf orm ance of this contract. g.Nothing in this section shall im pair any independent right to the City to conduct audits or investigative activities.The pro visions of this section are neither intended nor shall they be construed to im pose any liability on the City by the Contractor or third parties. 20.LA W S ,PER M ITS A N D R EG U L A TIO N S.The Bidders shall obtain and pay fo r all licenses,perm its,and inspection fees required to com plete the w ork and shall com ply w ith all applicable law s. 21.LI A B IL ITY ,IN S U RA N C E .LI C EN S ES A N D PER M ITS.W here Bidders are required to enter or go on to C ity of M iam i Beach pro perty to deliver m aterials or perform w ork or serv ices as a re sult of the Bid,the Bidders w ill assum e the full duty ,obligation and expense of obtaining all necessary licenses,perm its,and insurance,and assure all w ork com plies w ith all A pplicable Law s. T he Bidders shall be liable fo r any dam ages or loss to the City occasioned by negligence of the Bidders,or his/her offi cers , em ployees,contractors ,and/or agents,fo r failure to com ply w ith A pplicable Laws . 22.M A N N E R O F PE R F O R M A N C E.Bidders agrees to perform its duties and obligations in a professional m anner and in accordance w ith all applicable Local,State,C ounty,and Federal laws ,rules,regulations,and codes.Lack of know ledge or ignorance by the Bidders w ith/of applicable law s w ill in no w ay be a ca use fo r relief fro m responsibility.Bidders agrees that the w ork and goods provided shall be pro vided by em ployees that are educated,trained,experienced,certified,and licensed in all areas encom passed w ithin their designated duties.Bidders agrees to furn ish to the C ity any and all docum entation,certification, authorization,license,perm it,or registration currently required by applicable law s,ru les,and regulations.Bidders further certifies that it and its em ployees w ill keep all licenses,perm its,registrations,authorizations,or certifications required by applicable laws or regulations in full fo rce and effect during the term of this contract.Failure of Bidders to com ply w ith this paragraph shall constitute a m aterial breach of this contract. 23.M O D IFIC AT IO N /W IT H D RA W A LS O F B ID S.A Bidders m ay subm it a m odified bid to replace all or any portion of a previously subm itt ed Bid up until the Bid due date and tim e.M odifications received after the bid due date and tim e w ill not be considered. bid shall be irrevocable until contract aw ard unless w ithdraw n in w riting prior to the bid due date,or after expiration of 180 calendar days from the opening of bid w ithout a contract aw ard.Letters of w ithdraw al received after the Bid due date and befo re said expiration date,and letters of w ithdraw al received after contract aw ard w ill not be considered. 24 .M U L TIP LE A W A R D .T he C ity m ay aw ard tw o or m ore vendors (prim ary ,secondary ,tertiary ,or higher),as available,by line item ,by gro up or in its entirety,beginning w ith low est,responsive,responsible Bidders (prim ary ),fo llow ed by the second low est, responsive,responsible Bidders (secondary ),and continuing w ith other responsive,responsible Bidders in order of next best cost.The C ity w ill endeavor to utilize vendor s in order of aw ard.How ever,the C ity m ay utilize other vendors in the event that: 1)a contract vendor is not or is unable to be in com pliance w ith any contract or delivery requirem ent;2)it is in the best interest of the C ity to do so regardless of reason. 25 .N O N -C O N F O R M A N C E TO C O N T RA C T C O N D ITIO N S.Item s m ay be tested fo r com pliance w ith specifications.Item s delivered,not confo rm ing to specifications,m ay be rejected,and return ed at the Bidder's expense.These item s,as well as item s not delivered as per delivery date in bid and/or purchase order,m ay be purchased by the City ,at its discretion,on the open m arket.A ny increase in cost m ay be charged against the Bidders.A ny violation of these stipulations m ay also result in the Bidder's nam e being rem oved fro m the C ity 's vendor list. 26 .N O N -D IS C R IM IN A TIO N .The Bidders certifies and affirm s that it is in com pliance w ith and w ill be bo und by the Section 202, Executive O rder 11246,as am ended by Executive O rder 11375,relative to equal em ploym ent opportunity fo r all pers ons without regard to race,color,religion,sex or national origin. 27 .N O N -EX C L U SIV IT Y .T o the extent applicable,it is the intent of the C ity to purchase the goods or serv ices specifically listed in the solici tation.H ow ever,the C ity reserv es the right to purchase any goods or serv ices aw arded from any other govern m ental or cooperative contract,or on the open m arket. 28.O C C U PA TIO N A L H EA LT H A N D SA FETY .The Bidders w arrants to the City that any w ork,goods,supplies,m aterials or equipm ent supplied purs uant to this bid shall confo rm in all respects to the standards set fo rth in the O ccupational Safety and Pa g e 5 of 7 I Fo rm al So lici tatio ns Term s and C onditions -G oods and Serv ices {O ct ober 27,2022) D o cusign Envelope ID :3E A B1C 41-162F -4 800-B779-068499B F8A 3C M IA M I BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) H ealth A ct of 1970,as am ended,and the failure to com ply w ith this condition w ill be deem ed breach of contract.Any fines levied because of inadequacies to com ply w ith this condition shall be born e solely by the Bidders. 29.O B S E R VA N C E O F LA W S.Bidders are expected to be fam iliar w ith,and com ply w ith,all Federal,State,County ,and City law s, ordinances,codes,rules and regulations,and all orders and decrees of bodies or tribunals having jurisdiction or authority w hich, in any m anner,m ay aff ect the scope of goods and/or project contem plated by this solicitation (incl uding,without lim itation,the A m ericans w ith D isabilities Act,T itle VII of the C ivil Rights Act,the EEO C U nifo rm G uidelines,and all EEO regulations and guidelines).Ignorance of the law (s)on the part of the Bidders w ill in no w ay relieve it from responsibility fo r com pliance. 30.O P TIO N A L C O N T RA C T US A G E.W hen the successful Bidders agrees,other units of govern m ent or non-profit agencies m ay partici pate in purchases purs uant to the aw ard of this contract at the option of the unit of govern m ent or non-profit agency. 31.O S H A.T he Bidders w arrants to the C ity that any w ork ,serv ices,supplies,m aterials or equipm ent supplied pursuant to this Bid shall confo nm in all respects to the standards set fo rth in the O ccupational Safety and H ealth Act of 1970,as am ended,and the failure to com ply w ith this condition w ill be deem ed breach of contract.A ny fines levied because of inadequacies to com ply w ith this condition shall be born e solely by the Bidders. 32.O TH E R T ER M S A N D C O N D ITIO N S.A ny order pursuant to the contract that includes term s and conditions other than those expressly appro ved in this solici tation or contract shall be null and void and rejected by the City . 33.PA Y M E N T.Paym ent w ill be m ade by the C ity after the goods have been received,inspected,and fo und to com ply with contract speci fications,free of dam age or defect,and are properly invoiced. 34 .PA T E N TS &R O YA LT IES .Bidder shall indem nify and save hanm less the City of M iam i Beach,Florida,and its offi cers , em ployees,contractors,and/or agents,fro m liability of any nature or kind,including cost and expenses fo r,or on account of,any copyrighted,patented,or unpatented invention,pro cess,or art icl e m anufactured or used in the perfonm ance of the contract, including its use by the C ity of M iam i Beach,Florida.If the Bidders uses any design,device or m aterials covered by letters, patent,or copyright,it is m utually unders tood and agreed,w ithout exception,that the Bid prices shall incl ude all royalties or cost arising from the use of such design,device,or m aterials in any w ay involved in the w ork. 35 .PR IC E S Q U O TED .Prices quoted shall rem ain firm and fixed during the duration of the contract.In com pleting the bid fo rm , state both unit price and extended total,w hen requested.Prices m ust be stated in units of quantity speci fied in the bidding specifications.In case of discrepancy in com puting the am ount of the bid,the U N IT PR IC E quoted w ill govern .All prices m ust be F.O .B .destination,freight prepaid (unless otherw ise stated in Speci al Conditions).The Bidders m ay offer ca sh discounts fo r pro m pt paym ents;how ever,such discounts w ill not be considered in detenm ining the low est price during bid evaluation.Bidders are requested to pro vide pro m pt paym ent term s in the space provided on the Bid subm ittal signature page of the solicitation. A w ard,if m ade,w ill be in accordance w ith term s and conditions stated herein.Each item m ust be bid separately,and no attem pt is to be m ade to tie any item or item s in w ith any other item or item s.Cash or quantity discounts offered w ill not be a consideration in determ ination of aw ard of bid(s). 36.PR O T ESTS.Any protest concern ing the specifica tions or aw ard of this solicitation shall be in accordance w ith City Code Section 2-371.Protests not subm itted in a tim ely m anner purs uant to the requirem ents of City C ode Section 2-371 shall be barred. 37.PU B LI C EN TITY C R IM E .A person or affi liate w ho has been placed on the convicted vendor list fo llow ing a conviction fo r public entity crim es m ay not subm it a bid on a contract to pro vide any goods to a public entity,m ay not subm it a bid on a contract w ith a public entity fo r the construction or repair of a public building or public w ork ,m ay not subm it a bid on leases of real pro perty to public entity ,m ay not be aw arded or perf onm w ork as a contractor,supplier,sub-c ontractor,or consultant under a contract w ith a public entity,and m ay not transact business w ith any public entity in excess of the threshold am ount pro vided in Sec.287.017, fo r C ategory Tw o,fo r a period of 36 m onths fro m the date of being placed on the convicted vendor list. 38.R ELA T IO N S H IP TO T H E C IT Y .It is the intent of the C ity,and Bidder's hereby acknow ledge and agree,that the successful Bidders is considered to be an independent contractor,and that neither the Bidders ,nor the Bidder's em ployees,agents,and/or contractors ,shall,under any circum stances,be considered em ployees or agents of the City. 39.S PE C IA L C O N D ITI O N S .A ny and all Speci al C onditions that m ay vary from these G eneral Term s and Conditions shall have precedence. 40 .T AX ES .T he C ity of M iam i Beach is exem pt from all Federal Exci se and State taxes. 41.TE R M IN ATIO N FO R D E F A U L T.If the successful Bidders shall fail to fulfill in a tim ely m anner,or otherw ise violate,any of the covenants,agreem ents,or stipulations m aterial to the Bid and/or the contract entered into w ith the City pursuant thereto,the City shall thereupon have the right to term inate the w ork and/or serv ices then rem aining to be perform ed by giving written notice to the Bidders of such term ination,w hich shall becom e effective upon receipt by the Bidders of the w ritten term ination notice. In that event,the C ity shall com pensate the successful Bidders in accordance w ith the term of the contract fo r all work and/or serv ices satisfactorily perform ed by the Bidders prior to term ination,net of any costs incurred by the City as a consequence of Pa g e 6 of 7 I Fo rm al So lici tations Term s and C onditions -G oods and Serv ices (O ctober 27,2022) D o cusig n E nvelo pe ID :3E A B 1C 4 1-16 2F -4 800-B779-068499B F8A 3C M IA M I BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) the de fault. N o tw ithstanding the above,the successful Bidders shall not be relieved of liability to the C ity fo r dam ages sustained by the C ity by virt ue of any breach of the contract by the Bidders ,and the C ity m ay reasonably w ithhold paym ents to the successful Bidders fo r the purp oses of set off until such tim e as the exact am ount of dam ages due the C ity from the successful Bidders is determ ined. T he C ity m ay,at its discretion,provide reasonable "cure period"fo r any contractual violation prior to term ination of the contract; sho uld the successful Bidders fail to take the corrective action specified in the C ity's notice of default w ithin the allotted cure pe rio d ,then the C ity m ay pro ceed to term inate the contract fo r cause in accordance w ith this subsection 1.57. 42.T E R M IN A T IO N FO R C O N V E N IEN C E O F C ITY .The C ity m ay,fo r its convenience,term inate the w ork and/or serv ices then re m a ining to be perf orm ed,at any tim e,by giving w ritten notice to the successful Bidders of such term ination,w hich shall becom e eff ective thirt y (30)days fo llow ing receipt by Bidders of such notice.In that event,all finished or unfinished docum ents and other m a terials shall be pro perly delivered to the C ity.If the contract is term inated by the C ity as pro vided in this subsection,the C ity sha ll com pensate the successful Bidders in accordance w ith the term s of the contract fo r all and w ithout cause and/or any resu lting liability to the C ity,w ork and/or serv ices actually perform ed by the successful Bidders ,and shall also com pensate the Bidd e rs fo r its reasonable direct costs in assem bling and delivering to C ity all docum ents.No com pensation shall be due to the successful B idde rs fo r any profits that the successful Bidders expected to earn on the balanced of the contract.Such paym ents sha ll be the total extent of the C ity 's liability to the successful Bidders upon a term ination as provided fo r in this subsection. 43 .T IE B ID S .In accordance w ith Florida Statues Section 287.087,regarding identical tie bids,preference will be given to Bidders certify ing that they have im plem ented a drug free w orkplace progra m .A certification fo rm w ill be required.In the event of a co ntinue d tie betw een tw o or m ore Bidders aft er consideration of the dru g free w ork place program ,the C ity 's Local Preference and V eteran Preference ordinances w ill dictate the m anner by w hich a tie is to be resolved.In the event of a continued tie after the Local and V eteran Preference ordinances have been applied or the tie exists betw een Bidders that are not Local or V eteran, the breaking of the tie shall be at the C ity M anager's discretion,w hich w ill m ake a recom m endation fo r aw ard to the C ity C om m ission. 44 .V E N U E .A ny le ga l challenges to this Solici tation shall be brought in M iam i-D ade C ounty ,Florida,and if legal action is necessary , excl usive venue fo r the enfo rcem ent of sam e shall lie in M iam i-D ade C ounty ,Florida.The Bidder and the C ity expressly w aive any rights eithe r party m ay have to a trial by jury of any civil litigation related to or arising out of this Solici tation. 45 .C O N T RA C T EX TE N S IO N .T he C ity ,thro ugh its C ity M anager,reserv es the right to require the C ontra ctor to ext end contract pa st the stated term ination date fo r a period of up to 120 days in the event that a subsequent contra ct has not yet been aw arded. A dd itiona l ext ensions past the 120 days m ay occur as needed by the C ity and as m utually agreed upon by the C ity and the co ntractor. 46 .A M E R IC A N S W IT H D IS A B ILI TI ES A C T (A D A ).C all 305-673-7490 to request m aterial in accessible fo rm at;sign language in terpreters (five (5)days in advance w hen possible),or info rm ation on access fo r pers ons w ith disabilities.For m ore info rm ation on A D A com pliance,please call the Public W ork s D epartm ent,at 305-673-7000,Extension 2984 . 47 .TR U T H IN N E G O TIA T IO N C E R T IFIC ATE .A ny resulting contract,is issued and govern ed by section 287.055,Florida statutes sha ll require a truth in negotiation certificate.Execution of the contract by the consultant shall act as the execution of a Truth-in- N e go tiatio n cert ificate cert ify ing that the w age rates and costs used to determ ine the com pensation pro vided fo r in the contract are accurate,com p lete,and current as of the date of the contract.T he original contract price and any additions thereto shall be adjusted to excl ude any significant sum s by w hich the C ity determ ines the contract price w as increased due to inaccurate, in co m plete,or no ncurr ent w age rates and other factual unit costs.All such contract adjustm ents shall be m ade w ithin one (1) yea r fo llow ing the end of the contract. Pa g e 7 o f 7 I Form a l So lic ita tio ns Te rm s an d C on d ition s -G oods and Serv ices (O ct ob er 27,2022) Docusign Envelope ID:3EAB1C41-162F -4800-B8779-068499BF8A43C ATT ACHMENT B ADDENDA AND 1TB SOLICITATION D ocusign Envelope ID :3EA B 1 C 41-162F-4 800-B779-068499BF8A3C MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3¢Floor Miami Beach,Florida 33139 www .miamibeachfl.gov ADDENDUM NO.5 INVITATION TO BID NO.2024-458-ND FOR CITYWIDE LED LIGHTING UPGRADE PROJECT July 26,2024 This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers,or other clarifications and revisions issued by the City.The 1TB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I.REVISION:1TB DUE DATE AND TIME.The deadline for the electronic receipt of bids through Periscope S2G is extended until 3:00 pm,on Tuesday,August 6,2024. All bids received and time stamped through Periscope S2G prior to the bid submittal deadline shall be accepted as timely submitted.Bids cannot be submitted after the deadline established for receipt of proposals. Hard copy bids or bids received electronically,either through email or facsimile,submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected.Late bids cannot be submitted,bidders are cautioned to plan sufficiently.The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. II.REVISIONS:1TB summary item No.13 is hereby amended as follows: 1.Licensing Requirements.Bidder or subcontractor shall be a State of Florida Certified General Contractor OR Miami Dade County Licensed General Contractor AND a prequalified FOOT "Electrical Work"Class Contractor AND a State of Florida Certified Electrical Contractor OR a Miami Dade County Licensed Master Electrician to be considered for award. Submittal Requirement:Provide a copy of the license. 2.Licensing Requirements.Bidder or subcontractor shall be a prequalified FDOT "Electrical Work"Class Contractor to be considered for award. Submittal Requirement:Provide a copy of the license. k k k Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Natalia Del ado Telephone: 305-673-7000 ext.26263 Email: nataliadel ado miamibeachfl.ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Sincerely, oatala ct4ado For Kristy Sada Interim Chief Procurement Officer 1 ADDENDUM NO.5 INVITATIO N TO BID NO .2024-4 58-ND FO R CITYW IDE LED LIG HTING UPGRA DE PROJECT D o cusig n E nve lo pe ID :3E A B 1C 4 1-16 2F -4 800-B 779-068499B F 8A 3C MIAMI BEACH PROCUREMENT DEPARTMENT 1755 M eridian Avenue,3%Floor M iam i Beach,Florida 33139 www .m iami beach fl.gov ADDENDUM NO.4 INVITATION TO BID 2024-458-ND FOR CITYWIDE LED LIGHTING UPGRADE PROJECT July 19,2024 This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers or other clarifications and revisions issued by the City.The 1TB is amended in the following particulars only (deletions are shown by strikethrough,and additions are underlined). I.REVISION:1TB DUE DATE AND TIME.The deadline for the electronic receipt of bids through Periscope S2G is extended until 3:00 pm,on Friday,August 2,2024. All bids received and time stamped through Periscope S2G prior to the bid submittal deadline shall be accepted as timely submitted.Bids cannot be submitted after the deadline established for receipt of proposals.Hard copy bids or bids received electronically,either through email or facsimile,submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected.Late bids cannot be submitted,bidders are cautioned to plan sufficiently.The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. A FORTHCOMING 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 RafaelGranado@miamibeachfl.gov Contact: Natalia Del ado Telephone: 305-673-7000 ext.26263 miamibeachfl.ov Bidders are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Sincerely, Natalia Delgado Procurement Contracting Officer Ill 1 ADDENDUM NO.4 INV ITATIO N TO BID 2024-4 58-ND FO R CITYW ID E LED LIG HTING UPG RADE PRO JECT Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF8A43C MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,34 Floor Miami Beach,Florida 33139 www .miamibeachfl.gov ADDENDUM NO.3 INVITATION TO BID NO.2024-458-ND FOR CITYWIDE LED LIGHTING UPGRADE PROJECT July 17,2024 This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers,or other clarifications and revisions issued by the City.The 1TB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I.ATT ACHMENTS. Exhibit A:List of Suppliers that have Viewed 1TB 2024-458-ND II.REVISIONS: 1.1TB summary item No.20 is hereby amended as follows: Minimum %of the work Contractor will self-perform with its forces:W30% See Section 0400,Terms and Conditions of the Contract. 2.1TB summary item No.13 is hereby amended as follows: 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 a State of Florida Certified General Contractor OR Miami Dade County Licensed General Contractor AND a prequalified FDOT "Electrical Work"Class Contractor to be considered for award. Submittal Requirement:Provide a copy of the license. 2.Licensing Requirements.Bidder or subcontractor shall be a prequalified FOOT "Electrical Work"Class Contractor to be considered for award. Submittal Requirement:Provide a copy of the license. 3.Previous Experience of Bidder (Firm or its principal)or Subcontractor.Bidder or its principal or subcontractor must have completed a minimum of three (3)projects of similar scope and budget within the last ten (10)years,two (2)of which must be completed,and the third may be ongoing.A project of similar scope shall be defined as a roadway lighting improvement project with a construction cost of at least $1.5 million. Submittal Requirement:For each project,submit 1)the owner name,2)the contact name,telephone, and email,3)the project address,4)a narrative on the scope of services provided,and 5)the construction cost and completion date,if applicable. k k # 1 ADDENDUM NO.1 INVITATION TO BID NO.2024-458-ND FOR CITYW IDE LED LIGHTING UPGRA DE PROJECT Docusign Envelope ID:3EAB 1 C41-162F-4 800-B77 9-068499BF8A3C MIAMI BEACH Ill.RESPONSES TO QUESTIONS RECEIVED: PROCUREMENT DEPARTMENT 1755 Meridian Avenue,36 Floor Miami Beach,Florida 33139 www .miamibeachfl.gov Q1:Is there an opportunity to submit equivalent LED fixtures for review and pre-approval?Or will proposed fixtures be evaluated and approved after bid opening? A 1:The City will not be allowing approved equals for the LED fixtures.All LED fixtures will need to be on the City of Miami Beach Approved Products List (APL)at the time of Project bid, refer 1TB Appendix G for City of Miami Beach APL. Q2:Will the city allow equivalent decorative LED fixtures in same style look,performance,color temp, voltages? A2:See response to item Q1 above. Q3:Will the city allow equivalent compatible wireless control system nodes? A3:The project has been designed with the intent of using the Ubicquia products based on testing performed by the City of Miami Beach.Any equivalent compatible wireless control system nodes must meet the requirements stated in the specifications included with this project.The equivalent compatible wireless control system node will need to be tested for operation as required by the City of Miami Beach and also tested with each LED fixture in the plans for satisfactory operation by the City of Miami Beach.The determination of equivalency shall be at the sole discretion of the City.The City reserves all rights and,at its sole discretion, may utilize either the wireless control system nodes specified,an alternate equivalent product, or any combination.If the City does not approve the equivalent compatible wireless control system node,the Contractor shall provide the wireless control system node as shown on the Plans and Specifications. Q4:Will the city allow equivalent LED cobra heads listed on the FOOT APL that are the same color,color temp, lumen output,7 Pin and shields? A4:See response to item Q1 above. 05:Because the nature of the work on this bid more closely resembles maintenance (ie swapping existing fixtures rather than installing new poles)and that FOOT does not prequalify for maintenance work,will the City consider bids from experienced Florida Statewide Electrical Contractors that are not FOOT prequalified? AS:Bidder or subcontractor shall be a prequalified FDOT "Electrical Work"Class Contractor to be considered for award,refer to Section II.Revisions,item 2. Q6:For Item 0715 11211,can we propose equivalent LED luminaires that is not on CMB APL but listed on FOOT APL?If so,is there an opportunity to submit the equivalent fixtures for review and approval before bid opening? A6:See response to item Q1 above. 2 ADDENDUM NO .1 INVITATION TO BID NO.2024-458-ND FOR CITYW IDE LED LIGHTING UPGRA DE PROJECT D ocusign Envelope ID :3EA B1C 41-162F -4 800-779-068499B F8A3C PROCUREMENT DEPARTMENT 1755 Meridian Avenue,36 Floor Miami Beach,Florida 33139 www .miamibeachfl.gov Q7:Is there a specified product for the LED fixtures?And would this be a turnkey project by the EC? AT:Please refer to the plans for information on the LED fixtures.This is a turnkey project by the General Contractor (GC). QB:We are a State of Florida Certified General and Electrical Contractor.Our electrical subcontractor is a prequalified with FOOT in Electrical Work.Will this meet the minimum requirement? AS:Please refer to Section II.Revisions,item 2. Q9:Summary Item 20 -Minimum %of the work Contractor will self-perform with its forces:60%.We will act as the General Contractor.Our electrical subcontractor contractor will perform the majority of the installation services.Will this meet the requirements for this section. A9:Please refer to Section II.Revisions,item 1. Q10:We are a State of Florida Certified General and Electrical Contractor.Our electrical subcontractor is also a State of Florida Certified Electrical Contractor.Will that suffice in lieu of having the FOOT prequalification? A10:See response to item Q5 above. Q11:How can we submit alternative products for operations approval? A 11:Please refer to Appendix J,Special Conditions,of the 1TB. Q12:Where would I find a list of the prime contractors bidding the job? A12:Please refer to Exhibit A:List of Suppliers that have Viewed ITB 2024-458-ND. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov MIAMI BEACH Contact: Natalia Del ado Telephone: 305-673-7000 ext.26263 miamibeachfl.ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Sincerely, oataa q ade for Kristy Bada Interim Chief Procurement Officer 3 ADDENDUM NO.1 INVITATIO N TO BID NO .2024-4 58-ND FO R CITYW IDE LED LIGHTING UPGRA DE PROJECT Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C MIAMI BEACH EXHIBIT A PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3"Floor Miami Beach,Florida 33139 www.miamibeachfl.gov List of Suppliers that have Viewed 1TB 2024-458-ND 4 ADDENDUM NO.1 INVITATION TO BID NO.2024-458-ND FOR CITYW IDE LED LIGHTING UPGRADE PROJECT Docusign Envelope ID:3EAB1 C41-162F-4800-B779-068499BF8A3C 0 L n a viowvou tort tu Bid 2024-458-ND Suppliers that have Viewed Bid #2024-458-ND -Citywide LED Lighting Upgrade Project City of Miami Beach I Supplier Main Contact Email EI Qualifications Date First Viewed Date Most Recently Viewed I Absclute Telecom absolutetelecomandelectric@gmail.com Hialeah Jun 26,2024FL Jun 26,202410:25:21 AM EDT Yes&Electric LLC 10:25:21 AM EDT AGC Electric,Inc agc@agcelectric.com Hialeah FL Jul 2,2024 10:08:49 Jul 2,2024 10:08:49 AM EDT NoAMEDT alisha pvt ltd alishaross2013@gmail.com AL Jun 15,2024 743:16 15,201 7.43:16 AM ED NoAMEDTun,'24 •.1 T Ameresco,Inc.kcronin@ameresco.com Framingham MA Jun 28,2024 443:29 14 10,2024 11:49:10 AM EDT NoPMEDTu'•• ANCE Engineering efabra@anceengineering.com Miami FL Jul 1,202410:13:56 Jul 1,2024 10:13:56 AM EDT YesIncAMEDT BB Florida arqbryanburgos@gmail.com Miami FL Jun 20,2024 Jun 20,2024 10:25:25 PM EDTConstruction10:25:25 PM EDT No Best Lighting rarnone@bestlightingsupply.com Lake Park FL Jun 15,2024 9•37.03 4 15,2024 9.37.03 AM EDT NoSupply,Inc.AM EDT un '•• Black ridge Jun 24,2024 3:06:59Research&venkatesh@blackridgeresearch.com Peoria IL AM EDT Jul 8,202412:13:51 AM EDT No consulting Brilled Lighting bids@brilledlighting.com Logan UT Jun 18,2024 Jun 18,2024 12:00:01 PM EDT No12:00:01 PM EDT CJIS Group eHiggins@cjisgroup.com Tallahassee FL Jun 17,2024 Jun 17,2024 11 :54:03 AM EDT No11:54:03 AM EDT ConstructConnect ashley.welker@constructconnect.com Cincinnati OH Jun 17,2024 5•31.08 {4 17,2024 5.31.08 AM EDT NoAMEDT' Cunano Builders cunanobuilders@gmail.com Miami FL Jul 2,2024 1 :47:36 Jul 2,2024 1 :47:36 PM EDT No Corp.PM EDT DH and Company Daraharsh@gmail.com Calsbad NM Jun 14,2024 9:58.09 14/9,2024 8.09.39 PM EDT NoPMEDT Dodge Data dodge.docs@construction.com Hot Springs AR Jun 18,2024 Jun 18,202412:26:14 PM EDT No12:26:14 PM EDT Dodge Data &dodge.digital.operations@construction.com TRENTON NJ Jun 18,2024 Jul 4,2024 7.03:13 AM EDT No Analytics 10:29:40 AM EDT Dodge Data &jayalakshmil@construction.com NEW YORK NY Jun 18,2024 Jul 10,2024 10:15:44 AM EDT Yes 7/10/2024 p.1 Docusign Envelope ID:3EAB 1C41-162F-4800-B779-068499BF8A3C City of Miami Beachet+to vnwvoa t Mott tat Bid 2024-458-ND Analytics 10:34:09 AM EDT Edcala Inc edcala.tech@gmail.com Miami FL Jun 17,2024 2:05:23 NoAMEDTJun17,2024 2:05:23 AM EDT Facillitee,Inc.dcondo@facillitee.com North Palm FL Jun 17,2024 Beach 12:32:57 PM EDT Jun 17,2024 12:32:57 PM EDT No Florida Bid kila@floridabid.com Tallahassee ,2,36so oz,oz«srsoAv orReportingFL No Florida Construction &jdao@fcebuild.com Coral Gables FL Jun 18,2024 Jun 18,2024 8:30:38 PM EDT No Engineering Inc 11:45.05 AM EDT Florida Lighting josh@floridalightingmaintenance.com Sarasota FL Jun 15,2024 9.03:24 4+10,2024 1(1.02PM EDT YesMaintenanceAMEDTu,1.04.M D GreMark wayne.fergusson.egc@gmail.com Willimantic Jun 19,2024 2:35•57 +4n 19,2024 2.35.57 AM EDT Consultancy,Inc.CT NoAMEDT• HBC Engineering mgouveia@hbcengineeringco.com Doral FL Jul 10,2024 12.07.54 1+10,2024 12.08:39 PM EDT NoPMEDTu'•• Holophane philip.schmalz@holophane.com Pembroke FL Jun 15,2024 9:12:14 +I9,2024 1:36.45 PM EDT Lighting Pines AM EDT 'No Hotwire b.d @h ...Fort FL Jun 17,2024 2.54.39 17,2024 3:11:28 PM EDTgovernmentbidsotwirecommunication.com ,YesCommunicationsLauerdalePMEDTun• iSqFt katherine.bliss@constructconnect.com Cincinnati OH Jun 18,2024 4:24:29 +44,2024 5.59:10 AM EDT NoAMEDT' ITSol,LLC mcsb2012@yahoo.com Orlando FL Jun 14,2024 9:41:19 jun 15,2024 8.56:22 PM EDT NoPMEDT" JAMESTOWN Jun 24,2024 8:23:11ADVANCEDlbamburoski@jamestownadvanced.com JAMESTOWN NY Jun 24,2024 8:23:11 AM EDT No PRODUCTS AM EDT JAN Lighting janlightingsolutions@gmail.com Tamarac FL Jun 15,2024 7.05:49 44I9,2024 1.31.50 PM EDT Yes Solutio s,LLC AM EDT ' Jim Mcrrison jim@jimmorrisonproductions.com Miami FL Jun 18,2024 9:1543 +4n 18,2024 9:15:43 AM EDT No Productions Inc.AM EDT JVA Engineering mgg@jvaengineering.com Miami FL Jun 21,2024 6:44:52 fun 21,2024 6.44.52 AM EDT No Contractor,Inc.AM EDT ' Lightworks Inc.christian@lightworksflorida.com Miami FL Jun 19,2024 9.32:10 ju12,2024 3.08:53 PM EDT NoAMEDT' Lotus USA Inc sivaprasad@lotususainc.com Troy Ml Jun 17,2024 8•5710 +n 17,2024 8.57:10 AM EDT NoAMEDT' LSN Partners,LLC aheckler@lsnpartners.com Miami FL Jul 3,2024 2:56:04 Jul 3,2024 2:56.04 PM EDT NoPMEDT 7/10/2024 p.2 D ocusign Envelope ID :3EA B 1 C 41-162F-4800-B779-068499BF8A 3C City of Miam i Beach0antsvnvoutoutta Bid 2024-458-ND M etric nelson.perez@ m etriceng.co m M iam i FL Jun 20,2024 3:58:39 Jun 20,2024 3:58:39 PM ED T No Engineering Inc.PM ED T M iam i D ade Sm art Lighting obode@ m iam idadesm art lightingpart ners.co m M iam i FL Jul 2,2024 8:02:51 Jul 3,2024 9:59:56 AM ED T Yes Part ners,LLC AM ED T N ew Era Electric dm art inez@ new eraelectric.net M iam i Jul2,20249:51:41FL Jul 2,2024 11 :03:50 AM ED T YesIncAMEDT N ort h Am erica GrandProcurementsourcemanagement@napc.m e Jun 24,2024 9:03:14 Junction co AM ED T Jul 9,2024 10:25:27 AM ED T No Council,Inc.PBC O G I Solar tw arren@ ogisolar.co m M iam i Beach FL 2,,,32,sos oz.zoo.ssa1 or No Pow er &Lighting jm ichalak@ p-ls.co m M iam i FL Jun 25,2024 Jun 25,2024 10:45:27 AM ED T No System s,IN C 10:45:27 AM ED T PW XPress bids@ pw xpress.co m jacksonville FL Jun 16,2024 3:00:31 Jun 16,2024 3:00:31 AM ED T NoAMEDT R&D Electric,Inc m aribel@ rdelectricinc.co m M iam i FL Jun 17,2024 9.57.06 1/10,2024 7:40.30 AM ED T YesAMEDT' Rexel ro bert.layne@ rexelusa.co m M iam i FL Jun 24,2024 Jun 24,202410:12:18 PM ED T No10:12:18 PM ED T Rexel paula.m artin@ rexelusa.co m SARA SOTA FL Jun 17,2024 Jun 17,2024 11 :57:20 AM ED T No11:57:20 AM ED T Sesco Lighting jkleiss@ sescolighting.co m Ft.FL Jun 17,2024 Jul 3,2024 6:49:26 PM ED T No Lauderdale 11 :03:43 AM ED T Signal Technology btsang@ sti-fl.co m Pom pano FL Jun 21,2024 9•56.07 jun 21,2024 9.57.:21 AM ED T No &Installation Inc.Beach AM ED T ' Signal Technology jm ader@ sti-fl.co m Pom pano FL Jun 17,2024 Jul 9,2024 1 :49:18 PM ED T Yes Inc.Beach 10:36:15 AM ED T Solar Lum e Pow er co nnstone13@ gm ail.co m Fort Myers FL Jun 24,2024 8.05.49 +4n 24,2024 5.53:20 PM ED T Yes Innovations AM ED T ' SolarM ax LED ,jyu@ solarm axtech.co m Riverside CA Jun 17,2024 7.02•50 11 10,2024 11.27.52 AM ED T Yes Inc.PM ED T ' South D ade m attt @ south-dade.com M iam i FL Jun 18,2024 3:10.49 +n 24,2024 10:.37.05 AM ED T No Electrical Supply PM ED T ' South Florida hector@ sfla-elec.co m M iam i FL Jun 15,2024 7:48:51 Jun 18,2024 8:18:10 AM ED T No Electrical Cons.AM ED T Southern Lighting info @ southern lightingg ro up.co m Fort FL Jun 18,2024 9.22.00 +4n 18,2024 9.22.00 AM ED T No G ro up Lauderdale AM ED T T&R W aste sw alker8585@ gm ail.co m austin TX Jun 17,2024 7:22:19 Jun 17,2024 7.22:19 AM ED T No 7/10/2024 p.3 D ocusign Envelope ID :3EAB 1C 41-162--4800-B779-068499BF8A 3C City of Miami Beach0Lnoviowwoututtut Bid 2024-458-ND AM ED T Team Fishel bysm ith@ team fishel.co m Colum bus O H Jun 15,2024 Jun 15,2024 10:17:25 AM ED T No10:17:25 AM ED T Technology Jun 17,2024 9:57:21PartnersGroupsolavides@technologypartners.group Davie FL Jun 17,2024 10.O6.03 AM ED T No LLC AM ED T Torres Electrical oltorres@ torreselectrical.co m Stuart FL Jun 17,2024 3:48:24 11 9,2024 2:13:51 PM ED T Supply Co.PM ED T '••No Tourbillon Enterprises LLC yoonie.bae@ batt eriesplus.co m Rosem ead CA Jun 20,2024 9:05:4 1 Jun 20,2024 9:05:41 AM ED T No dba Batteries Plus AM ED T Tow er Contractirg @ m iam i FL Jun 20,2024 Jun 20,2024 12:11.31 PM ED T Nottowercc.orgCorp.12:11.31 PM ED T U bicquia jlum @ ubicquia.co m Fort FL Jun 20,2024 Jul 2,20248:15:54AM ED T YesLauderdale11:53:22 AM ED T U U N TED stevepersaud@ uesrep.co m M IRA M AR FL Jun 28,2024 9.09.24 fun 28,2024 9.09:24 AM ED T Yes ELECT RICA L SA LES AM ED T " Veolia Jun 17,2024Environmentalchristopher.green@ veolia.co m Greenville WI 10.31:10 AM ED T Jun 24,2024 3:23:21 PM ED T No Serv ices W eswo rth Electric luis@ w esw orth.co m Pom pano FL Jun 17,2024 Jul 9,2024 2:02:04 PM ED T NoBeach12:05:47 PM ED T W olfb erg Alvarez andrea.chavero @ w olfb ergalvarez.co m Coral Gabels FL Jun 26,2024 9.02:18 jun 26,2024 9.02:18 AM ED T No &Part ers AM ED T ' 7/10/2024 p.4 Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3+Floor Miami Beach,Florida 33139 www .m iamibeachfl.gov ADDENDUM NO.2 INVITATION TO BID 2024-458-ND FOR CITYWIDE LED LIGHTING UPGRADE PROJECT July 12,2024 This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers or other clarifications and revisions issued by the City.The 1TB is amended in the following particulars only (deletions are shown by strikethrough,and additions are underlined). I.REVISION:1TB DUE DATE AND TIME.The deadline for the electronic receipt of bids through Periscope S2G is extended until 3:00 pm,on Friday,July 26,2024. All bids received and time stamped through Periscope S2G prior to the bid submittal deadline shall be accepted as timely submitted.Bids cannot be submitted after the deadline established for receipt of proposals.Hard copy bids or bids received electronically,either through email or facsimile,submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected.Late bids cannot be submitted,bidders are cautioned to plan sufficiently.The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. A FORTHCOMING 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 RafaelGranado@miamibeachfl.gov Contact: Natalia Del ado Telephone: 305-673-7000 ext.26263 miamibeachfl.1ov Bidders are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Sincerely, Natalia Delgado Procurement Contracting Officer Ill 1 ADDENDUM NO.2 INVITATION TO BID 2024-458-ND FOR CITYWIDE LED LIGHTING UPGRADE PROJECT Docusign Envelope ID:3EAB 1 C41-162F-4800-B77 9-068499BFBA3C MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3 Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO.1 INVITATION TO BID 2024-458-ND FOR CITYWIDE LED LIGHTING UPGRADE PROJECT July 9,2024 This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers or other clarifications and revisions issued by the City.The 1TB is amended in the following particulars only (deletions are shown by strikethrough,and additions are underlined). I.REVISION:1TB DUE DATE AND TIME.The deadline for the electronic receipt of bids through Periscope S2G is extended until 3:00 pm,on Friday,July 19,2024. All bids received and time stamped through Periscope S2G prior to the bid submittal deadline shall be accepted as timely submitted.Bids cannot be submitted after the deadline established for receipt of proposals.Hard copy bids or bids received electronically,either through email or facsimile,submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected.Late bids cannot be submitted,bidders are cautioned to plan sufficiently.The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. A FORTHCOMING 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 RafaelGranado@miamibeachfl.gov Contact: Natalia Del ado Telephone: 305-673-7000 ext.26263 Email: miamibeachfl.av Bidders are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Sincerely, Natalia Delgado Procurement Contracting Officer Ill 1 ADDENDUM NO.1 INVITATION TO BID 2024-458-ND FOR CITYW IDE LED LIGHTING UPGRADE PROJECT Docusign Envelope ID:3EAB 1C41-162F -4800-B779-068499BF8A3C 1TB SUMMARY The purpose of this 1TB Summary is to summarize the major terms,conditions,and requirements of the 1TB.Bidders shall note that various paragraphs within these bid documents have a box (□), which may be checked ().If the box is checked,the language is made a part of the bid documents,and compliance therewith is required of the Bidder;if the box is not checked,the language is not made a part of the bid documents.It is the Bidder's responsibility to become familiar with all terms,conditions,and requirements of the 1TB,whether or not they are included in the 1TB Summary.Further,it is the Bidder's responsibility to make note of and account for any revisions to any portion of the 1TB Summary that may result from an addendum to the 1TB. SUMMARY ITEM NO. 1 2 3 1TB No.: 1TB Title: Date of Issuance: 1TB INFORMATION &GENERAL REQUIREMENTS 2024-458-ND CITYW IDE LED LIGHTING UPGRADE PROJECT June 14,2024 4 Project Description & Scope of Work: The objective of Phase 1C,the current phase of the Citywide Smart Street Lighting Project,is to upgrade approximately 1000 luminaires throughout Miami Beach.This phase aims to achieve the largest number of lighting improvements without the addition of new light pole infrastructure.A significant feature of this phase is the inclusion of City-approved Lighting Management System control nodes,enabling offsite monitoring and control of the lighting assets to improve City operations and maintenance.This phase builds upon continuous improvements across the City,where multiple fixtures,including those in City parks,parking lots,and neighborhoods,have already been upgraded to LED to address known deficiencies and enhance safety and operations.The current phase focuses on areas not yet updated to LED,with prioritization given to locations identified by the City based on the preliminary Citywide study conducted (Citelum Report),which pinpointed the lighting compliance and deficient areas throughout the City.For better understanding and organization,the City has divided this project into different neighborhoods,each with varying degrees of priority for lighting upgrades (see areas identified for improvement in the attached plans).The identified neighborhoods and sub-neighborhoods for this project include: •Flamingo •Palm View •Bayshore •La Goree •Alison Island •North Shore The scope of this project primarily consists of the replacement of the existing approximate 1000 luminaires with new LED Luminaires and some pertinent electrical components.Part of the scope of work will include repairs at existing light pole locations and replacement or installation of some load centers,as noted in the plans.The scope also Docusign Envelope ID:3EAB1C41-162F -4800-8779-068499BF8A43C includes furnishing,installing,and integration of a lighting management system (LMS)per the plans and specifications. 5 6 7 8 Project Site: Estimated Budaet: Procurement Contact: Cone of Silence: Various sites throughout the City,including: •Flamingo •Palm View •Bayshore •La Goree •Alison Island •North Shore $3,642,460.80 Name:Natalia Delgado Telephone:305-673-7000 ext.26263 Email:nataliadelaado@miamibeachfl.aov 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 rafaelgranado@miamibeachfl_gov. Reference:Section 0400,Solicitation Terms and Conditions IMPORTANT DATES 9 10 Due Date &Time for Bid Submittal: An addendum to the 1TB may modify the due date.The Bidder must download all addenda. Pre-Bid Conference: []Pre-Bid Conference will be held. []Pre-bid conference is Mandatory. D A Pre-Bid Conference will not be held. The deadline for the submittal of bids is 3:00 pm on July 16,2024 Join on your computer or mobile app Join the meeting now Or call in (audio only) +1 786-636-1480 United States,Miami Phone Conference ID:785 265 719# Bidders are cautioned that late bids can not be submitted. Bidders are fully responsible for assuring that bids are received by the deadline. Date:June 25,2024 Time:10:00 AM Location:Microsoft Teams Meeting Join on your computer or mobile app Join the meeting now Or call in (audio only) +1 786-636-1480 United States,Miami Phone Conference ID:672 553 989# Reference:Section 0100,Sub-section 6,Pre-Bid Interpretations. Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A43C 11 12 Site Visit:□Site Visit will be held. D Site Visit is Mandatory. []Site Visit will not be held. Last Day for Receipt of Questions: NOT APPLICABLE July 2,2024,by 5:00 pm E.T. Questions will be allowed up to 10 days before the initial deadline for submittal of Bids.Questions must be directed to nataliadelgado@miamibeachflgoy,with a copy sent to the City Clerk rafaelgranado@miamibeachfl.gov. Reference:Section 0100,Sub-section 6,Pre-Bid Interpretations. PROJECT SPECIFIC INFORMATION &REQUIREMENTS 13 Minimum Requirements: ]shall apply. D Shall not apply. 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 a State of Florida Certified General Contractor OR Miami Dade County Licensed General Contractor AND a prequalified FOOT "Electrical Work"Class Contractor to be considered for award. Submittal Requirement:Provide a copy of the license. 2.Previous Experience of Bidder (Firm or its principal). Bidder or its principal must have completed a minimum of three (3)projects of similar scope and budget within the last ten (10)years,two (2)of which must be completed,and the third may be ongoing.A project of similar scope shall be defined as a roadway lighting improvement project with a construction cost of at least $1.5 million. Submittal Requirement:For each project,submit 1) the owner name,2)the contact name,telephone,and email,3)the project address,4)a narrative on the scope of services provided,and 5)the construction cost and completion date,if applicable. 3.Previous Experience of Bidder (Firm)-Lead Project Manager.Bidder's Lead Project Manager must have completed at least two (2)projects of similar scope and budget within the last ten (10)years.A project of similar scope shall be defined as a roadway lighting improvement project with a construction cost of at least $1.5 million. Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C Submittal Requirement:For each project,submit 1)Name of Lead Project Manager 2)Project Owner Contact Name,Telephone,and email,3)Project Address,4)Narrative on Scope of Services Provided, and 5)Construction amount and completion date. 4.Previous Experience of Bidder (Firm)- Superintendent.Bidder's Superintendent must have completed at least two (2)projects of similar scope and budget within the last ten (10)years.A project of similar scope shall be defined as a roadway lighting improvement project with a hard construction cost of at least $1.5 million. Submittal Requirement:For each project,submit 1) Name of Superintendent 2)Project Owner Contact Name,Telephone,and email,3)Project Address,4) Narrative on Scope of Services Provided,and 5) Construction amount and completion date. Reference:Section 0200. 14 15 16 17 Bid Bond Requirements: []shall apply. D Shall not apply. Insurance: ]shall apply. D Shall not apply. Contract Price: []Lump sum pricing shall apply. []Unit pricing. Alternates: []Included. D Not Included. If the requirement applies,a bid bond that is in compliance with Section 0100 must submitted. Reference:Appendix B Bid Bond Form Section 0100,Sub-section 8,Bid Bond. If the requirement applies,Bidder agrees it shall fully comply with the insurance requirements in Appendix I. Compliance with the insurance requirements shall not relieve the Contractor of its liability and obligation under this section or any other section of the agreement. As indicated,contract pricing shall be based on lump sum or unit pricing in accordance with Section 0400,Terms and Conditions of the Contract.The award shall be made in accordance with Section 0100,Instructions to Bidders subsection 10,Method of Award. In determining the lowest bid,the City may consider the total base bid cost or the cost of the total base bid plus the alternate.The consideration of the bid alternate (if applicable)shall be solely at the City's discretion.If applicable,the bid alternate will be detailed in the Bid Price Form,Appendix A.Determination of the award (including whether the bid alternate will be included in the award)shall be made in accordance with Section 0100,Instructions to Bidders subsection 10,Method of Award. D ocusign Envelope ID :3EA B1C 41-162F -4 800-779-068499B F8A 3C 18 Contract Time &Schedule:Days for Substantial Completion:365 days Days for Final Completion:40 days Total Project Duration:405 days Project Scheduling Software Required:D Bar Chart []Computerized CPM using Primavera "P6"software []Modified CPM []Microsoft Project Reference:Section 0400,Terms and Conditions of the Contract. 19 Liquidated Damages:1.Failure to achieve Substantial Completion:$2,397.26/day ]shall apply.2.Failure to achieve Final Completion:$2,397.26/day D Shall not apply.Reference:Section 0400,Terms and Conditions of the Contract. 20 Minimum %of Self-Work Minimum %of the work Contractor will self-perform with its Requirement:forces:60% ]shall apply.See Section 0400,Terms and Conditions of the Contract. D Shall not apply. 21 Performance &Payment See Section 0400,Terms and Conditions of the Contract. Bond Requirements:1.Formal Solicitations Terms and Conditions for Goods Q Shall apply.and Services AND General Conditions for Construction Contracts D Shall not apply. 22 Davis-Bacon Wage Rates:If the requirement applies,Bidder agrees that it and its sub- 0 Shall apply.contractors shall pay laborers and mechanics employed under the Contract no less than the prevailing wage rate,and ]Shall not apply.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 1TB. 23 Local Workforce Applicable to contracts in excess of $1,500,000.Hf the Participation:requirement applies,the Bidder agrees that it and its subcontractors shall make its good-faith,reasonable efforts to promote employment opportunities for Miami Dade County residents by seeking to achieve a project goal of having thirty percent (30%)of all construction-labor hours performed by Miami-Dade County residents.The Contractor shall also make its best reasonable efforts-to promote employment opportunities for Miami Beach residents. Refer to Section 0100,Sub-secti on 9,Prevailing Wage Rates &Local Workforce Participation and City Code Sec.3140. Local workforce participation goals and reporting requirements for city construction contracts. Docusign Envelope ID:3EAB1C41-162F -4800-B8779-068499BF8A3C 24 Prevailing Wage Rates:Applicable to contrac ts in 0xGess of $1,600,000 .If the requirement applies,Bidder agrees it,and its subcontractors shall pay laborers and mechanics employed under the Contract no less than the prevailing wage rate,and fringe benefit payments to be used in implementatio n of this article shall be thos e last published by the United States Department of Labor in the Federal Register prior to the date of issua nce of the VTB. Refer to Section 0100,Sub section 9,Prevailing Wage Fates &Local Workforc e Participati on and City Code Sec.3127. Eestablishm ent of minimum wages for city construc tion contracts. 25 Certified Payroll Reporting Pursuant to City Code Section 31-32,the Awarded Requirement:Contractor must submit certified payroll records along with ]shall apply.each payment application to allow the City to verify the wage rates paid to construction workers performing work on city []shall not apply.projects. All certified payroll records submitted to the City shall,at a minimum,include the name,address or zip code,labor classification,hours worked,and hourly base rate paid for each laborer,mechanic,and apprentice employed by any contractor or subcontractor on the work covered by the city construction contract. 26 Required Permits:PERMITS:The CONTRA CTOR shall obtain and pay for any ]shall apply.permits that may be required for execution of the work, including but not limited to: D Shall not apply.1.City of Miami Beach Building Electrical Permit. 2.City of Miami Beach Public Works Department Right of Way Permit. 27 Trench Safety Act Reference:Section 0100,Sub-section 12,Florida Trench Requirements Safety Act. ]shall apply. []shal not apply. 28 Art in Public Places:This Project is subject to the Art in Public Places ("AiPP")□Shall apply.provisions as set forth in Sections 82-561 through 82-612 of the City of Miami Beach Code,as managed by the City of [Shall not apply.Miami Beach Tourism and Culture Department.The Project or Developer,as applicable,shall transmit 2%or as amended of the Project costs for all development on City land to Art in Public Places,Tourism,and Culture Department for the implementation of the AiPP program.The Project or 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 the project,pursuant to the requirements of said program. Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C 29 30 31 Consultant:EAC Consulting Inc. 5959 Waterford District Dr.#410 Miami,FL 33126 SU BM ITTAL REQUIREMENTS Submittal Location:Bids will be submitted ELECTRONICALLY ONLY through Periscope S2G (formerly known as BidSync) (www .periscopeholdings.com or www .bidsync.com). Submittal Format &Bids are to be submitted ELECTRONICALLY ONLY,contain Requirements:all information,and organized in accordance with Section 0300,including: BID SUBMITTAL QUESTIONNAIRE-CONSTRUCTION Submit the Bid Submittal Questionnaire - Construction:The questionnaire is an online fillable form that must be completed and submitted electronically via Periscope S2G. TAB 1:MINIMUM QUALIFICATIONS SUBMITTAL REQUIREMENTS Submit evidence,as specifically requested in the 1TB Summary,of compliance with each minimum requirement(s)of this 1TB.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 2:BID PRICE FORM &BID BOND The following documents shall be submitted by the deadline for the submittal of bids: 1.Bid Price Form.(Appendix A). 2.Bid Bond Form (see Section 0100, Sub-section 8).If the requirement applies,the bid bond is a required document that shall be submitted on or before the deadline for bids. FAILURE TO SUBMIT THE MOST RECENTLY COMPLETED 1)BID PRICE FORM AND 2)BID BOND BY THE DEADLINE FOR SUBMITTAL OF BIDS SHALL RESULT IN THE BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. 3.Schedule of Values (Appendix C). MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3)DAYS OF REQUEST BY THE CITY. AND Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C TAB 3:OTHER BID FORMS Submit other forms if required in the 1TB Summary,including but not limited to: 1 .Local Workforce Participation Program Responsible Contractor Affidavit Form (Appendix D).If the 1TB Summary indicates a Local Workforce Participation Program is applicable,then this form must be submitted. 2.Trench Safety Certification Form (Appendix E).If the 1TB Summary indicates a Trench Safety Act is applicable,then this form must be submitted. Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO BIDDERS 0200 MINIMUM QUALIFICATIONS 0300 BID SUBMITTAL FORMAT 0400 TERMS &CONDITIONS (Under separate cover) APPENDICES: APPENDIX A BID PRICE FORM APPENDIX B BID BOND FORM APPENDIX C SCHEDULE OF VALUES APPENDIX D PREVAILING WAGES AND LOCAL WORKFORCE PARTICIPATION APPENDIX E TRENCH SAFETY CERTIFICATION FORM APPENDIX F CONTRACT FORM APPENDIX G LIST OF PLANS &SPECIFICATIONS APPENDIX H POST AWARD FORMS APPENDIX I INSURANCE REQUIREMENTS APPENDIX J SPECIAL CONDITIONS Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C SECTION 0100 -INSTRUCTIONS TO BIDDERS: 1.General.This Invitation to Bid (1TB)is issued by the City of Miami Beach,Florida (the "City"),as the means for prospective Bidders to submit their qualifications and bid (the "Bid") 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 Bidders and, subsequently,the successful Bidder(s)(the "contractor[s]")if this 1TB results in an award. The City utilizes Periscope S2G (formerly known as BidSync)(www .periscopeholdings.com or www .bidsync.com)for automatic notification of competitive solicitation opportunities and document fulfillment,including the issuance of any addendum to this 1TB.Any prospective Proposer who has received this 1TB by any means other than through Periscope S2G must register immediately with Periscope S2G to ensure it receives any addendum issued to this 1TB.Failure to receive an addendum may result in disqualification of the proposal submitted. 2.Background and Scope of Work.The Project is described more fully in the Invitation to Bid Summary (and any exhibits referenced therein). 3.Abbreviations and Symbols.The abbreviations used throughout the Contract Documents are defined 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 the 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 an 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"). 6.Pre-Bid Interpretations.Only those questions answered by the City's Procurement Department via a written addendum to this 1TB shall be binding as to this 1TB.City's answers to questions may supersede terms noted in this 1TB,and in such event,such D o cusig n Envelope ID :3EA B 1C 41-162F-4 800-B779-068499BF8A4 3C answers shall govern and control this 1TB.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 the 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 the City or the City's Procurement Director to respond to questions received less than ten (10)calendar days prior to bid opening. 7.Electronic 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 any possible delay. 8.Bid Bond.If the Invitation to Bid Summary specifies that a bid bond is required,the Bidder shall submit,BY THE DEADLINE FOR SUBMITTAL OF BIDS,a bid bond,in the manner prescribed herein,in the amount of 5%of the total base bid amount,payable to City of Miami Beach,Florida,as guarantee of good faith on the part of the Bidder that,if awarded, it will enter into a contract within 30 days of notification of award.Bid bonds must be issued by a surety company authorized to conduct business in the State of Florida and carry a rating of B+or better,as listed in the A.M.Best or equivalent rating guide. a.Acceptable Forms of Bid Bonds.Electronic,paper (original or certified hard copy),or cash/check bid bonds are acceptable in the following forms only: 1.Electronic Bid Bond.Bidder may submit an electronic bid bond,provided by Surety2000.com (verified by an eleven-digit code generated by the Surety2000 system)and provided by the Bidder with the bid.The instructions for obtaining a bid bond through Surety2000 are below. 1.R egister w ith Surety 2000 by visiting www .surety2000.com .If you have previously registered w ith Surety 2000,you w ill not need to register again. 2.Verify that your Surety Broker is registered w ith Surety 2000.If they are not,direct them to visit www .surety2000.com to register. 3.Pro vide your Surety Broker w ith the bond details fo r the pro posal you want to bid on. 4.O nce your Surety Bro ker has confirm ed the execution of the elec tro nic Bond,log into www .surety 2000.com to digitally sign the Bond and receive the eleven-d igit bond num ber. 5.Enter this num ber w here indicated in the bid pro posal subm ission. The op tion to subm it an electronic bid bond is provided solely for the convenience of the B idder.The B idder is solely responsible fo r ensuring that the City receives an electro n ic bid in the m anner and by the tim e and date prescribed herein.The City is no t resp o nsible fo r any issues,technical or otherwi se,relating to the use of the Surety 2000 system by a bidder.For questions regarding the Surety 2000 system , co nta ct 1-800-660-3263 or help@surety 2QQ .com . Or Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 2.Electronic Copy Bid Bond.Bidders may submit an electronic copy of the bid bond through Periscope S2G,which the City must receive on or before the deadline for the submittal of bids.Failure to submit an electronic copy of the bid bond through Periscope S2G or bid bonds received after the deadline for submittal of bids will not be acceptable and shall render the bid submittal non-responsive.The City may require the original bid bond to be submitted within three (3)days from request. Or 3.Paper Bid Bond.Bidder may submit an original or certified hard-copy (paper)bid bond,which the City must receive on or before the deadline for submittal of bids.Failure to submit an original or certified hard-copy (paper) bid bond or bid bonds received after the deadline for submittal of bids will not be acceptable and shall render the bid submittal non-responsive.The original or certified hard copy (paper)must be mailed to the address below by the deadline for the submittal of bids. Attn:Procurement Department City of Miami Beach City Clerk's Office 1700 Convention Center Dr.,1 st Floor Miami Beach,33139-1st Floor Or 4.Certified or Cashier's Check.Bidder may submit a certified check or cashier's check issued by any national or state bank (United States)payable to the City of Miami Beach,Florida. A SCANNED OR PDF COPY OR A PERSONAL CHECK OR COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID BID BOND AND SHALL NOT BE ACCEPTABLE.FAILURE TO SUBMIT A BID BOND IN ONE OF THE ACCEPTABLE FORMS STATED ABOVE SHALL RENDER BID NON-RESPONSIVE. b.Forfeiture of Bid Bond.The bid bond 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 (recorded by Miami Dade County) and Certificate(s)of Insurance,within ten (10)calendar days after the Bidder's receipt of the Contract for execution,or failure to comply with any other requirements set forth herein.Bid bonds of the unsuccessful Bidders will be returned after the successful Bidder is awarded. 9.Prevailing Wage Rates &Local Workforce Participation.See 1TB Bid Summary to determine if prevailing wages and local workforce participation are a requirement of this 1TB.If required,Chapter 31,Articles II and Ill,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 Docusign Envelope ID:3EAB1C41-162F -4800-8779-068499BF8A3C Register last published by the United States Department of Labor prior to the date of issuance of this solicitation.Additionally,the Contractor will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%)of all construction labor hours performed by Miami-Dade County residents.The Contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents.Refer to Appendix D for additional information,the submittal requirements for these programs,and the applicable prevailing wage table for the project. 10.Method of Award.On the Bid Price Form (Appendix A),the Bidder must state its Total Base Bid,which includes the cost of the base project scope requirements (inclusive of all terms,conditions,specifications,plans,and any other requirement) and the Grand Total Bid,which includes the Total Base Bid plus permit and trench safety indemnification allowances. The Bid Price Form (Appendix A)may also include an Additive Alternate,which adds certain additional scope,and Deductive Alternates,which reduce certain scope elements.The City may consider the additive or deductive bid alternate to achieve the maximum project scope within the available budget. When bids are below the stated budget,the City may consider including the Additive Alternate,in determining the lowest responsive,responsible Bidder.When bids are above the stated budget,the City may consider including one or more Deductive Alternate,in the order of priority stated,in determining the lowest responsive,responsible Bidder. The responsive,responsible Bidder submitting the lowest sum of the Grand Total Bid plus any alternates selected by the City shall be considered the lowest responsive,responsible Bidder.When the Grand Total Bid plus any alternate selected is equal to or less than the amount established in section 2-366 of the City Code for formal bids shall be awarded by the City Manager,or designee,to the lowest responsive and responsible Bidder meeting all terms,conditions,and specifications of the 1TB.When the Grand Total Bid plus any alternate selected is in excess of the amount established in section 2-366 of the City Code for formal bids shall be awarded by the City Commission to the lowest responsive and responsible Bidder meeting all terms,conditions,and specifications of the 1TB. In addition to price,the following factors,pursuant to Section 2-369 of the City Code,shall be considered: •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. D ocusign Envelope ID :3EA B1C 41-162F -4 800-779-068499BF84 3C The City Manager shall also have the authority to reject any bids,pursuant to Section 2-367 of the City Code. The City Commission may 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. The approval of the City Manager's recommendation by the City Commission shall not constitute a binding contract between the City and the selected Bidder(s).A binding contract will exist upon the complete execution and delivery of the City's Contract. 11.Contract Price.The Contract Price consists of the total base bid amount and the owner's contingency (to be used solely by the City at its sole discretion for the purpose described in that Contract Documents).The Contract Price,exclusive of the Owner's Contingency, includes,without limitation,all costs for all labor,materials,equipment,fixtures,freight,field supervision,supervisory expenses,project vehicles,field office and equipment,postage and delivery,safety and first aid,telephone,transportation of employees,parking, insurance,taxes,preparation and maintenance of the construction schedule and the preparation of as-built and shop drawings,as well as Contractor's overhead and profit required for completion of all the Work in accordance with the requirements of the Contract Documents,including work reasonably inferable therefrom,even if such items of Work are not specifically or expressly identified as part of a line item in the Bid Price Form. 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 Ill,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.The Bidder acknowledges that the total bid price includes all costs for complying with the Florida Trench Safety Act.The Trench Safety Certification Form can be found in Appendix E.If the 1TB Summary indicates a Trench Safety Act is applicable,then this form must be submitted. 13.E-Verify.As a contractor,you are obligated to comply with the provisions of Section 448.095,Fla.Stat.,"Employment Eligibility."Therefore,you 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 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. 14.How to Manage or Create a Vendor Profile on Vendor Self-Service (VSS).In addition to registering with Periscope S2G,the City encourages vendors to register with our online Vendor Self-Service web page.This allows City vendors to easily update contacts, attachments (W-9),and commodity information.The Vendor Self-Service (VSS)webpage (https://selfservice.miamibeachfl.gov/vssNendors/default.aspx)will also provide you with purchase orders and payment information. Should you have any questions or comments,do not hesitate to submit them to vendorsupport@miamibeachfl.gov. Oocusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 15.Supplier Diversity.The City has established a registry of LGBT-owned businesses,as certified by the National LGBT Chamber of Commerce (NGLCC),and small and disadvantaged businesses,as certified by Miami-Dade County.See authorizing resolutions here. If your company is certified by NGLCC as an LGBT-owned business or as a small or disadvantaged business by Miami-Dade County,click on the link below to be added to the City's supplier registry (Vendor Self-Service)and bid system (Periscope S2G,Supplier-to- Government).These are two different systems,and you must register for both. Click to see acceptable certification and to register:https://www .miamibeachfl.gov/city- hall/procurement/how-to-become-a-vendor/. Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C SECTION 0200 -MINIMUM QUALIFICATIONS AND REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed in the 1TB Bid Summary. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. Rest of page left blank intentionally. Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C SECTION 0300-ELECTRONIC BID SUBMITTAL FORMAT 1.ELECTRONIC RESPONSES {ONLY).Bids must be submitted electronically through Periscope S2G (formerly BidSync)on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the deadline for bid submittals.The City will only consider the latest version of the bid. Electronic bid submissions may require the uploading of attachments.All documents should be attached as separate files in accordance with the instructions included in Section 4 below.Attachments containing embedded documents or proprietary file extensions are prohibited.It is the Bidder's responsibility to ensure that its bid,including all attachments,is uploaded successfully. Only bid submittals received and time stamped by Periscope S2G (formerly BidSync) prior to the bid submittal deadline shall be accepted as submitted in a timely manner. Late bids cannot be submitted and will not be accepted.Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments.Any technical issues must be submitted to Periscope S2G (formerly BidSync)by contacting (800)990- 9339 (toll-free)or S2G@periscopeholdings.com.The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for bid submittals. 2.REQUIRED DOCUMENTS.Failure to submit the following requirements shall result in a determination of non-responsiveness.Non-responsive bids will not be considered. a.Bid Submittal Questionnaire (The questionnaire is not a part of the 1TB.It is an online fillable form that must be completed and submitted electronically via Periscope S2G.) b.Bid Price Form (Appendix A) c.Bid Bond (Appendix B)If the 1TB Summary indicates a bid bond is required,then a fully executed bid bond must be submitted by the deadline for submittal of bids) d.Schedule of Values (Appendix C)Shall be submitted with the bid or within three (3)days of request from the City. 3.OMITTED INFORMATION.The City reserves the right to request any documentation omitted,with the exception of the required documents set forth in section 2 above,which must be submitted at the time of bid.Bid Submittals received without the Bid Price Form or Bid Bond (if applicable)or with an incomplete Bid Price Form or Bid Bond (if applicable)shall be deemed non-responsive.Bidder must submit any other omitted documentation within three (3)business days upon request from the City,or the bid may be deemed non-responsive.Non-responsive bid packages will receive no further consideration. Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BFBA3C 4.ELECTRONIC PROPOSAL FORMAT.In order to maintain comparability, facilitate the review process,and assist in the review of bid submittals,it is strongly recommended that bids be organized and tabbed in accordance with the tabs and sections specified below.The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references.The electronic proposal shall be submitted through the "Line Items"attachment tab in Periscope S2G. TAB 1:MINIMUM QUALIFICATIONS AND SUBMITT AL REQUIREMENTS Submit evidence,as specifically requested in the 1TB Summary,of compliance with each minimum requirement(s)of this 1TB.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 2:BID PRICE FORM &BID BOND The following documents shall be submitted with the bid by the deadline for submittal of bids: 1.Bid Price Form (Appendix A) 2.Bid Bond Form (see Section 0100,Sub-section 8).If the requirement applies,the bid bond is a required document that shall be submitted on or before the deadline for bids. FAILURE TO SUBMIT THE MOST RECENTLY COMPLETED 1)BID PRICE FORM AND 2)BID BOND BY THE DEADLINE FOR SU BM ITT AL OF BIDS SHALL RESULT IN THE BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. 3.Schedule of Values (Appendix C) MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. TAB 3:OTHER BID FORMS Submit any other form requested on the 1TB Summary,including but not limited to: 1.Local Workforce Participation Program Responsible Contractor Affidavit Form (Appendix C)If 1TB Summary indicates a Local Workforce Participation Program is applicable,then this form must be submitted). 2.Trench Safety Certification Form (Appendix E)If the 1TB Summary indicates a Trench Safety Act is applicable,then this form must be submitted. Rest of page left blank intentionally. Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C 0400 -TERMS AND CONDITIONS The following documents identify terms and conditions that,together with the 1TB,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.FORMAL SOLICITATIONS TERMS &CONDITIONS -GOODS AND SERVICES.By virtue of submitting a bid in response to this 1TB,Bidder agrees to be bound by and in compliance with the Solicitation Terms and Conditions (dated 10.27.2022),incorporated herein,located at: https://www.miamibeachfl.gov/city-hall/procuremenUstandard-terms-and-conditions/ 2.GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS.By virtue of submitting a bid in response to this 1TB,Bidder agrees that all work shall be bound by and in compliance with the General Conditions for Construction Contracts (dated 4/13/20), incorporated herein,located at: https://www.miamibeachfl.gov/city-hall/procuremenUstandard-terms-and-conditions/ Rest of page left blank intentionally. D ocusign Envelope ID :3EA B1C 41-162F -4 800-779-068499BF8A 3C A P PE N D IX A MIAM I BEACH Bid Price Form MUST BE SUBMITTED WITH THE BID.FAILURE TO DO SO WILL RENDER THE BID NON-RESPONSIVE. Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BFBA3C Bid Price Form FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE,AND THE BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION. The TOT AL 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.The City will not accept any revision to the total base bid sum,divisions,line item totals,or add alternates after the deadline for receipt of bids. In the event of a discrepancy between the sum of the items in the schedule of values and the total base bid,the Bidder agrees that the total base bid shall govern.In the absence of a numerical value for any item or division,the City shall interpret it as no bid for the division,which may disqualify the Bidder. The allowance items that have been delineated below shall be used only at the City's discretion,as needed.In the event that an allowance is not used in its entirety,any remaining balance shall be reflected in a deductive change order. TOTAL BASE BID TOTAL BASE BID AMOUNT $ 1 Indemnification of City $25.00 Off-Duty Police Officer Allowance $30,000,00 Permit Allowance $20,000.00 GRAND TOTAL (TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+OFF DUTY POLICE OFFICER ALLOWANCE +PERMIT ALLOWANCE) 'See Section 0100,Sub-section 12. $ ADDITIVE ALTERNATE (Electrical Plans)2 Selection of the additive alternatewill be made pursuant to Section 0100,No.10 Method of Award. Pay Item Total No.Descri tion Quantit U/M Unit Cost (Quantity_X_Unit_Cost) 0101 1 (B)Mobilization (Electrical Plans)1 LS $$ 0102 1 (B)Maintenance Of Traffic (Mot) (Electrical Plans)1 LS $$ 0522 2 Concrete Sidewalk And Driveways,71 SY6"Thick $$ 0630 2 11 Conduit,Furnish &Install,Open 273 LFTrench $$ 0630 2 12 Conduit,Furnish &Install,478 LFDirectionalBore $$ 0630 2 14 Conduit,Furnish &Install,33 LFAboveground $$ CONTINUED ON THE FOLLOWING PAGE. Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF8A3C 0630 2 64 Conduit,Remove,Aboveground 400 LF $ 0635 2 11 Pull &Splice Box,F&4,13"X 24"25 EACoverSize $ Electrical Power Service,F&l, 0639 1122 Underground,Meter Purchased by 1 AS Contractor $ 0639 2 6 Electrical Service Wire,Remove 1320 LF $ 0639 3 60 Electrical Service Disconnect,8 EARemove-Pole or Cabinet to Remain $ 0715 112 Lighting Conductors,F&I,Insulated,1527 LFNo.8-6 $ 0715113 Lighting Conductors,F&I,Insulated,30 LFNo4ToNo2 $ 0715115 Lighting Conductors,F&I,No.1/0 -1850 LF3/0 (0 To 000)$ 071550011 Pole Cable Distribution System 11 EA $ ADDITIVE ALTERNATE (ELECTRICAL PLANS)TOTAL ?Refer to Appendix C for Pay Item Notes $ $ $ $ $ $ $ $ $ $ DEDUCTIVE ALTERNATES (In order of priority) Selection of deductive alternates,if any,will be made pursuant to Section 0100,No.10 Method of Award. NOT APPLICABLE END OF BID PRICE FORM. Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C AP P ENDIX B MIAMI BEACH B ID BO N D FO R M Only applicable if checked in the Invitation to Bid Summary Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BFBA3C BID BOND Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS,that we,as Principal,hereinafter referred to as Contractor,and dS 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 Total Base Bid amount of $------------1 a wfu I 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,for the following solicitation. Bid No.:-------------- Title:-------------- 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 Total 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 Miami Beach 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. Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C BID BO ND Page 2 of 2 IN WITNESS WHEREOF,the said Principal and the said Surety have duly executed this Bond,the day of 2 O PRINCIPAL: (Contractor Name) Signature Print Name (Principal) Title SURETY : (Surety Name) Attorney-in-Fact (Print Name) Signature (Power of Attorney must be attached.) Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BFBA3C APPENDIX C MIA MI BEACH SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF8A3C SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities,units of measure,unit pricing, and totals.The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable.Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications.Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. ~----------- BASE BID -LI GHTING PLANS 0101 1(A)MOBILIZATION FOR BASE-BID LS 1(LIGHTING PLANS) 0102 1(A)MAINTENANCE OF TRAFFIC FOR LS 1BASE-BID (LIGHTING PLANS) LUMINAIRE,F&I-REPLACE EXISTING 071511211 LUMINAIRE ON EXISTING POLE/ARM,EA 661 ROADWAY,COBRA HEAD LUMINAIRE,F&I-REPLACE EXISTING 071511213(1)LUMINAIRE ON EXISTING POLE/ARM,EA 123ROADWAY,POLE TOP (TYPE Granville "Acorn") LUMINAIRE,F&I-REPLACE EXISTING 071511213(2)LUMINAIRE ON EXISTING POLE/ARM,EA 17ROADWAY,POLE TOP (TYPE PTE3 Taft "China Hat") LUMINAIRE,F&I-REPLACE EXISTING 0715 11213 (3)LUMINAIRE ON EXISTING POLE/ARM,EAROADWAY,POLE TOP (TYPE Louis 66 Poulsen Alberstlund Maxi Post) LUMINAIRE,F&I-REPLACE EXISTING 0715 11213 (4)LUMINAIRE ON EXISTING POLE/ARM,EA 153ROADWAY,POLE TOP (TYPE Taft "Spider") 992-1 LMS Control Node,F&I EA 1022 BASE-BID-LIGHTING PLANS SUB-TOTAL MISCELLA NEOUS PAY ITEMS Must be Pre-Approved by the City of Miami-Beach Prior to Use on the Project Quantities of any line item of the miscellaneous pay items are estimated and may be increased or decreased. 0639 2 1 ELECTRICAL SERVICE WIRE,LF 50FURNISH&INSTALL 0715 111 LIGHTING CONDUCTORS,F&I,LF 50INSULATED,NO.10 OR< LIGHT POLE COMPLETE,F&I,POLE TYPE (MATCH EXISTING SITE), FOUNDATION (REUSE EXISTING 0715 61111(1)FOUNDATION),MOUNTING HEIGHT EA 2 (MATCH EXISTING SITE,20 FT and 25 FT),ARM LENGTH (MATCH EXISTING SITE)--COBRA HEAD POLES CONTINUED ON THE FOLLOWING PAGE. Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C ---------------------------------------------- LIGHT POLE COMPLETE,F&I,POLE TYPE (MATCH EXISTING SITE), FOUNDATION (REUSE EXISTING 0715 61111 (2)FOUNDATION),MOUNTING HEIGHT EA 2 (MATCH EXISTING SITE,30 FT and 35 FT),ARM LENGTH (MATCH EXISTING SITE)--COBRA HEAD POLES LIGHT POLE COMPLETE,F&I,POLE TYPE (MATCH EXISTING SITE), FOUNDATION (REUSE EXISTING 0715 61111 (3)FOUNDATION),MOUNTING HEIGHT EA 2 (MATCH EXISTING SITE,40 FT and 45 FT),ARM LENGTH (MATCH EXISTING SITE)--COBRA HEAD POLES LIGHT POLE COMPLETE-SPECIAL DESIGN,F&I,POLE TOP MOUNT, 0715 516115 MATERIAL (MATCH EXISTING SITE), (1)POLE HEIGHT (MATCH EXISTING EA 2 SITE,12FT TO 14 FT)-POLE TOP TYPE (GRANVILLE ACORN,TAFT SPIDER AND TAFT CHINA HAT) LIGHT POLE COMPLETE-SPECIAL DESIGN,F&I,POLE TOP MOUNT, 0715 516115 MATERIAL (MATCH EXISTING SITE),EA 2(2)POLE HEIGHT (MATCH EXISTING SITE)-POLE TOP TYPE (LOUIS POULSEN ALBERSTLUND MAX I POST) E715 22 1 GROUND ROD,F&I EA 50 E715 24 1 FUSE (F&I)(POLE BASE)EA 50 E715 25 1 FUSE HOLDER (F&I)(POLE BASE)EA 50 MISCELLANEOUS PAY ITEMS SUB-TOTAL TOTAL BASE BID AMOUNT (BASE-BID LIGHTING PLANS SUB-TOTAL+MISCELLA NEOUS PAY ITEMS SUB-TOTAL) Base-Bid Pay Items Notes PAY IT EM 01011 (A}:This is a lump sum cost for Mobilization required by the Project work in the Base Bid, which includes the Lighting Plans.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM 0102 1 (A}:This is a lump sum cost for Maintenance of Traffic required by the Project work in the Base Bid,which includes the Lighting Plans.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM 0715 11211:Pay item applies for Cobra Head type luminaire locations.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). Unit price of the pay item includes House Side Shields (HSS). PAY ITEM 071511213 (1):Pay item applies for Granville "Acorn"type luminaire locations.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). Unit price of the pay item includes House Side Shields (HSS). Docusign Envelope ID:3EAB1C41-162F-4800-B8779-068499BF8A3C PAY ITEM 0715 11213 (2):Pay item applies for PTE3 Taft "China Hat"type luminaire locations.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others).Unit price of the pay item includes House Side Shields (HSS). PAY ITEM 0715 11213 (3):Pay item applies for Louis Poulsen Alberstlund Maxi Post type luminaire locations.All work shall be performed in accordance with the Project design documentation {Plans, Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others).Unit price of the pay item includes House Side Shields (HSS). PAY ITEM 0715 11213 (4):Pay item applies for Taft "Spider"type luminaire locations.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). Unit price of the pay item includes House Side Shields (HSS). PAY ITEM 992-1:Pay item applies to all types of luminaire locations.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others).Unit price of the pay item will be full compensation for furnishing,installation,and testing of all materials and equipment,and for all tools,labor,equipment,hardware,cellular network connectivity,softw are and firmware packages, network and security,system back-up and recovery,supplies,support,personnel training,shop drawings, documentation,contractor warranty,manufacturer warranty,and incidentals necessary for a complete and accepted installation. Miscellaneous Pay Item Notes PAY ITEM 639 2 1:Pay items apply to locations where electrical infrastructure is required by the Project work.All work shall be performed in accordance with the Project design documentation {Plans, Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others)and pre-approved by the City of Miami-Beach as part of a separate work order to the Contractor. PAY ITEM 715 1 11,715 11 400:Pay items apply to locations where lighting infrastructure is required by the Project work.All work shall be performed in accordance with the Project design documentation {Plans, Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others)and pre-approved by the City of Miami-Beach as part of a separate work order to the Contractor. PAY ITEM 715 61111 (1),715 61111 (2),715 61111 (3):Pay item apply to locations,where the City of Miami-Beach requires the Contractor to furnish and install a new light pole complete to match with the existing Cobra Head Type Luminaire Light Poles (Mounting Height of 25 FT,30 FT,35FT,40FT and 45 FT). All work shall be performed in accordance with the Project design documentation {Plans,Specifications, FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others)and pre-approved by the City of Miami-Beach as part of a separate work order to the Contractor.The Contractor shall match the new pole with the existing pole type material,foundation type, mounting height and arm length. PAY ITEM 0715 516115 (1 ):Pay item apply to locations,where the City of Miami-Beach requires the Contractor to furnish and install a new light pole complete to match with the existing GRANVILLE ACORN, TAFT SPIDER,TAFT CHINA HAT Type Luminaire Light Poles.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others)and pre-approved by the City of Miami-Beach as part of a separate work order to the Contractor.The Contractor shall match the new pole with the existing pole type material,foundation type,mounting height and arm length. PAY ITEM 0715 516115 (2):Pay item apply to locations,where the City of Miami-Beach requires the Contractor to furnish and install a new light pole complete to match with the existing LOUIS POULSEN ALBERSTLUND MAX I POST Type Luminairc Light Poles.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others)and pre-approved by the City of Miami- Docusign Envelope ID:3EAB1C41-162F-4800-779-068499 F8A3C Beach as part of a separate work order to the Contractor.The Contractor shall match the new pole with the existing pole type material,foundation type,mounting height and arm length. PAY ITEM'S E715 22 1,E715 24 1,E715 25 1:These maintenance related pay items shall be used to compensate the Contractor on this Construction Project to perform miscellaneous diagnostic,repair and/or parts replacement work on the Project.All work shall be performed as required in the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others)and pre-approved by the City of Miami-Beach as part of a separate work order to the Contractor.Payment includes all labor,equipment,component parts, connections,wiring and tools,as necessary to perform diagnostic,repair and/or replacement work when not included in another pay item. Additive Alternate -1 Pay Item Notes PAY ITEM 0101 1 (B):This is a lump sum cost for Mobilization required by the Project work in the Additive Alternative #1,which includes the Electrical Plans.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM 0102 1 (B):This is a lump sum cost for Maintenance of Traffic required by the Project work in the Additive Alternative #1,which includes the Electrical Plans.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM 0522 2:Pay item applies to locations where existing concrete sidewalk and/or driveway is impacted by the Project work.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM'S 0630 2 11,0630 2 12,0630 2 14,0630 2 64:Pay items apply to locations where new conduits are required by the Project work.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM 0635 2 11:Pay item applies to locations where new pull boxes are required by the Project work. All work shall be performed in accordance with the Project design documentation (Plans,Specifications, FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual and others). PAY ITEM 0639 11 22,0639 2 6,0639 3 60:Pay items apply to locations where electrical infrastructure is required by the Project work.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM 0715 1 12,0715 1 13,0715 1 15,0715 500 11:Pay items apply to locations where lighting infrastructure is required by the Project work.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). End of Bid Price Form. Docusign Envelope ID:3EAB1C41-162F-4 800-779-068499BF8A3C APPENDIX D MIA M I BEACH Prevailing Wage and Local Workforce Participation Programs Only applicable if checked in the Invitation to Bid Summary D o cu sign Envelope ID :3EA B 1C 41-162F -4 800-B779-068499 F8A 3C The Requirements of the Prevailing Wage and Local Workforce Participation Programs shall apply to the award of this project. The purpose of this appendix is to summarize,for clarity,the requirements of the City's Prevailing Wage and Local Workforce Program Requirements.In the event of any omissions or conflicts,the requirements of the City Code,with respect to these programs,shall prevail. I.MINIMUM WAGES AND BENEFITS 1.Employee Compensation.The rate of wages and fringe benefits,or cash equivalent,for all laborers,mechanics,and apprentices employed by the Contractor or subcontractor on the work covered by the Contract shall be not less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. (reference:Sec 31-27). 2.Notice Requirement.On the date on which any laborer or mechanic commences work on a construction contract to which this article applies,the Contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article.(reference:Sec 31-29). 3.Certified Payrolls.With each payment application,the Contractor shall submit a copy of all payrolls,including (at a minimum)the name and zip code for the covered employee,to the City accompanied by a signed "Statement of Compliance"indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the work performed.Beginning January 30,2018,all payroll submittals shall be completed electronically via the City's electronic compliance portal,LCP Tracker.No payment application shall be deemed accepted until the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in the LCP Tracker. a.LCP Tracker Training.The Procurement Department offers ongoing training in LCP Tracker to all contractors.To schedule a training session,contact Monica Garcia at MonicaGarcia@MiamiBeachFL.gov or 305-673-7490. 11.LOCAL WORKFORCE PARTICIPATION GOALS 1.Responsible Contractor Affidavit (RCA).As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award,the Contractor shall submit a Responsible Contractor Affidavit affirming that it will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%)of all construction labor hours performed by Miami-Dade County residents.The Contractor shall also affirm that it will make its best reasonable efforts to promote employment Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C opportunities for Miami Beach residents.Failure to submit the RCA shall result in the bid or proposal being disqualified and deemed non-responsive. 2.Workforce Performance Report.Before its final application for payment,the Contractor shall submit its final Certified Payroll in LCP Tracker,which shall be deemed its final Workforce Performance Report.If the project goal of thirty percent (30%)of all construction labor hours to be performed by Miami-Dade County residents is not met,the Contractor shall submit supporting documentation verifying reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. Balance of Page Intentionally Left Blank Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A43C LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form In accordance with Article Ill,Section 31-40 of the Miami Beach Code,all contractors and subcontractors of any tier performing on a city contract valued in excess of $1,500,0C0 for (i)the construction,demolition,alteration and/or repair of city buildings or city public works projects,or (ii)a contract valued in excess of $1,500,000 which provides for privately-funded construction,demolition,alteration and/or repair of buildings or improvements located on city-owned land,and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that should it be awarded the Contract pursuant to this solicitation,it shall comply with the following: i.The Contractor will make its best reasonable efforts to promote employment opportunities for local Miami-Dade County residents and seek to achieve a project goal of having thirty percent (30%)of all construction labor hours performed by Miami-Dade County residents. ii.The Contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents.To verify workers' residency,the Contractor (s)shall provide the residence address of each worker. Print Name of Affiant Name of Firm Address of Firm Print Title of Affiant State Date Signature of Affiant Zip Code Docusign Envelope ID:3EAB1C41-162F-4800-779-068499BF8A43C APPENDIX E MIAMI BEACH Trench Safety Act Certification Only applicable if checked in the Invitation to Bid Summary Docusign Envelope ID:3EAB1C41-162F-4800-8779-068499BF8A3C TRENCH SAFETY ACT CERTIFICATION PAGE 1 OF 1 IF APPLICABLE,THIS FORM MUST BE SUBMITTED FOR BID TO BE DEEMED RESPONSIVE. On October 1,1990,House Bill 3181,known as the Trench Safety Act,became law.This incorporates the Occupational Safety &Health Administration (OSHA)revised excavation safety standards,citation 29 CFR.S.1926.650,as Florida's standards.The Bidder,by virtue of the signature below,affirms that the Bidder is aware of this Act and will comply with all applicable trench safety standards.Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors.The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. THE BIDDER ACKNOWLEDGES THAT THE TOTAL BASE BID INCLUDES THE COSTS OF COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT.THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY.THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF VALUES NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Description Unit of Measure Quantity Unit Price Extended Method Total $_ Name of Bidder Authorized Signature of Bidder CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00□Cost for compliance with all Federal and State requirements of the Trench Safety Act* [NOTE:If the box above is checked,the Bidder must fill out the preceding Trench Safety Act Form in order to be considered responsive.] Docusign Envelope ID:3EAB 1 C41-162F-4800-B77 9-068499BF8A3C APPENDIX F MIAM I BEACH Contract Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BFBA3C CONTRACT THIS CONTRACT ("Contract")is made and entered into as of the _day of ______,2020 by and between the City of Miami Beach,Florida,a municipal corporation (the "City")and _ ______(the "Contractor"): WITNESSETH,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: 1TB 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 the 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 by reference to the General Conditions for Construction Contracts dated ' are hereby incorporated by reference as if fully set forth herein.Without limiting the foregoing,the Contract Documents expressly include this Contract,Attachment A (the City's General Conditions for Construction Contracts),Attachment B (Plans and Specifications,Invitation to Bid No.and all Addenda thereto),Attachment C (Sunbiz Entity Detail and Contractor's Response to the 1TB),and Attachment D (Insurance requirements).For the avoidance of doubt,all of the documents constituting the Contract Documents now or hereafter existing (including any Change Orders,Work Orders,Field Orders,schedules,shop drawings issued subsequent to the date of this Contract,etc.)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 off Total Base Bid below +allowance account items+/-alternates+contingency]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 $_ Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF8A3C Total Allowance Account Items $_ Total Alternate Items (if applicable)$_ Total Owner's Contingency $_ Contract Price $_ The Contract Price,exclusive of the Owner's Contingency,includes,without limitation,all costs for all labor,materials,equipment,fixtures,freight,field supervision,supervisory expenses,project vehicles,field office and equipment,postage and delivery,safety and first aid,telephone,transportation of employees,parking,insurance,taxes,preparation and maintenance of the construction schedule and the preparation of as-built and shop drawings,as well as Contractor's overhead and profit required for completion of all the Work in accordance with the requirements of the Contract Documents,including work reasonably inferable therefrom,even if such items of Work are not specifically or expressly identified as part of a line item in the Bid Price Form.The Contract Price is subject to such additions and deductions as may be provided for in the Contract Documents.Progress and Final Payments will be made as provided for in the Contract Documents. Contract Time. Days for Substantial Completion:days from Notice to Proceed No.2 Days for Final Completion:__days from Substantial Completion Liquidated Damages. Failure to achieve Substantial Completion:./day Failure to achieve Final Completion:/day Project T earn. Contractor: Consultant: Contract Administrator for the City: [CONSIDER IF THERE ARE ANY OTHER POSITIONS TO INCLUDE] Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C Notices. A notice or communication,under this Contract by the City or Contractor shall be sufficiently given or delivered if in writing and dispatched by hand delivery,or by nationally recognized overnight courier providing receipts,or by registered or certified mail,postage prepaid,return receipt requested,to such party's address as set forth in the Contract.Notices personally delivered or sent by overnight courier shall be deemed given on the date of delivery,and notices mailed in accordance with the foregoing shall be deemed given five (5)days after deposit in the U.S.mail. Docusign Envelope ID:3EAB1C41-162F-4800-B8779-068499BF8A3C 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: Office of Capital Improvement Projects 1700 Convention Center Drive, Miami Beach,FL 33139 Attn:Office of Capital Improvement Projects Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach,Florida 33139 For Contractor: Attn: Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BFBA3C 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: Rafael E.Granado,City Clerk [seal] ATTEST: Name:_ [seal] CITY OF MIAMI BEACH,FLORIDA P , Alina T.Hudak,City Manager [INSERT CONTRACTOR NAME] [, Name:----------- Docusign Envelope ID:3EAB1C41-162F-4 800-8779-068499BF8A3C APPENDIX G MIAM I BEACH Plans &Specifications Uploaded Separately to PeriscopeS2G Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C APPENDIX H M IAMI BEACH Post Award Forms Docusign Envelope ID:3EAB1C41-162F -4800-B8779-068499BF8A3C MIAMI BEACH 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,2O>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 the Contractor: 1.Performs the Contract between Contractor and City for construction of ,the Contract being made a----------------------pa rt 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 Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C 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 the City to the Contractor under the Contract and any amendments thereto,less the amount paid adequately by the City to the Contractor. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the 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 do not affect the Surety's obligation under this Bond. Signed and sealed this day of,2O WITNESSES: (Name of Corporation) Secretary (CORPORA TE SEAL) IN THE PRESENCE OF: By: (Signature) (Print Name and Title) INSURA NCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF8A3C 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 the 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 the Contractor in the performance of the Contract; THEN,THE CONTRA CTOR'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 the Contractor and who has not received payment for its labor,materials,or supplies shall,within ninety (90)days after the performance of the labor or after complete delivery of the materials or supplies,deliver to Contractor and the Surety,written notice of the performance of the labor or delivery of the materials or supplies and the nonpayment. 2.3.No action for the labor,materials,or supplies may be instituted against the Contractor or the Surety unless the notices stated under the preceding conditions (2.1)and (2.2)have been given. 2.4.Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2),Florida Statutes. Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF8A3C 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 do not affect the Surety's obligation under this Bond. Signed and sealed this day of,ZO Contractor ATTEST: (Name of Corporation) (Secretary) (Corporate Seal) IN THE PRESENCE OF: By: (Signature) (Print Name and Title) day of 2 O INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address:_ (Street) (City/State/Zip Code) Telephone No.: Docusign Envelope ID:3EAB1C41-162F -4800-8779-068499BF8A43C CERTIFICATE AS TO CORPORATE PRINCIPAL I,,certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond);that ,who signed the Bond(s)on behalf of the Principal,was then Of the 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 the said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA COUNTY OF MIAMI-DADE ss 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 _ Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C PERFORMANCE AND PAYMENT BOND FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue --------- Issuing Bank's No._ Beneficiary: City of Miami Beach 1700 Convention Center Drive Miami Beach,Florida 33139 Applicant: 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 the performance of the Contractor's obligations will be deemed a default. Docusign Envelope ID:3EAB1 C41-162F-4800-B779-068499BF8A3C 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.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 Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: (name,address) TO (City): Consultant: BID/CONTRACT NUMBER: Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete.All documents required to be submitted by the 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 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 the City is the date certified by the 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.Hence,the Project is available for beneficial occupancy by the 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 is not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected,prepared by the Consultant and approved by the City,is attached hereto.The failure to include any items on such list does not alter the responsibility of the 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. In accordance with Section 6 of the General Conditions,the Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. D ocusign Envelope ID :3EA B1C 41-162F-4 800-8779-068499 F8A 3C 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 the City and Contractor for security,maintenance,heat,utilities,damage to the work,and insurance shall be as follows: Oocusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF843C FINAL CERTIFICATE OF PAYMENT: PROJECT: (name,address) TO (City): DATE OF ISSUANCE: Consultant: BID/CONTRACT NUMBER: Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE: All conditions or requirements of any permits or regulatory agencies have been satisfied.The documents required by Section 6 of the General Conditions 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 Docusign Envelope ID:3EAB1C41-162F-4800-779-068499BF8A3C 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. The Contractor hereby indemnifies and releases the City from all liens and claims whatsoever arising out of the Contract and Project. The 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,the Contractor may submit a consent of surety to final payment in a form satisfactory to the City. The 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: By: (Signature) (Print Name and Title) __day of ,20_[If not Contractor (Name of Firm) (Signature) (Print Name and Title) day of,20 Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF843C APPENDIX I M IAMI BE AC H INSURANCE REQUIREMENTS Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C The Contractor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract.The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract,which could result in withholding of payments or termination of the contract. A.Workers'Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease.Should the Contractor be exempt from this Statute,the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract.The exempt contractor shall also submit (i)a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii)a copy of a Certificate of Exemption. B.Commercial General Liability Insurance on an occurrence basis,including products and completed operations,property damage,bodily injury and personal &advertising injury with limits no less than $2,000,000 per occurrence.If a general aggregate limit applies,either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C.Automobile Liability Insurance covering any automobile,if Contractor has no owned automobiles,then coverage for hired and non-owned automobiles,with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D.Installation Floater Insurance against damage or destruction of the materials or equipment in transit to,or stored on or off the Project Site,which is to be used (installed into a building or structure)in the Project.(City of Miami Beach shall Named as a Loss Payee on this policy,as its interest may appear.This policy shall remain in force until acceptance of the project by the City.) E.Umbrella Liability Insurance in an amount no less than $10,000,000 per occurrence.The umbrella coverage must be as broad as the primary General Liability coverage. F.Contractors'Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim,and $2,000,000 policy aggregate. Additional Insured -City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation)arising out of work or operations performed on behalf of the contractor including materials,parts,or equipment furnished in connection with such work or operations and automobiles owned,leased,hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation -Each insurance policy required above shall provide that coverage shall not be cancelled,except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C Waiver of Subrogation -Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required.However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers -Insurance must be placed with insurers with a current A.M.Best rating of A:VII or higher.If not rated,exceptions may be made for members of the Florida Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage -Contractor shall furnish the City with original certificates and amendatory endorsements,or copies of the applicable insurance language,effecting coverage required by this contract.All certificates and endorsements are to be received and approved by the City before work commences.However,failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them.The City reserves the right to require complete,certified copies of all required insurance policies, including endorsements,required by these specifications,at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O.Box 4668 -ECM #35050 New York,NY 10163-4668 Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent,EXIGIS,at: Certificates-miamibeach@riskworks.com 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. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. Docusign Envelope ID:3EAB1C41-162F-4800-8779-068499BF8A3C APPENDIX J MIA MI BEACH SPECIAL CONDITIONS Docusign Envelope ID:3EAB 1C041-162F -4800-B8779-068499BF8A3C J1.Special Conditions: SUBMISSION/CONSIDERATION OF APPROVED EQUAL PRODUCTS.If an "equal" product may be considered by the City in accordance with Appendices A and C,the unit(s)shall be equal in quality and standards of performance to the item specified in this 1TB.Where an "or equal"item is offered by a Bidder,such "or equal"item must be accompanied by two (2)complete sets of product information sheets (such as factory specifications,standard manufacturer information sheets,catalogs,and brochures),and if required by the City,two (2)copies of performance test results of the unit offered as an "equal." Also,for product information submittals,all supporting documentation submitted by the bidder must meet the required specifications set forth in this 1TB.Where the standard product literature submitted with the offer provides information that does not comply with the specifications,the offerer shall state,in an official letter on corporate letterhead as part of their initial offer,the differences between the item they are specifically offering and the equipment described by the standard product literature,to substantiate compliance to all of the specifications set forth in this solicitation.In such cases,any offer submitted with standard product literature but without the letter explaining compliance will result in the rejection of the offer for not meeting the solicitation specifications. If samples of all "or equal"items bid are required for evaluation,such items are to be provided at no cost to the City and should be submitted with the initial offer or at the time of specific request by the City.Failure to meet this requirement may result in your offer being rejected.The City reserves the right to set a requirement for the sample delivery date or establish the delivery date by mutual agreement of the parties involved. For "equal"products to be evaluated based on the submission of product labels,the initial offer should be accompanied by labels indicating the specification for each "or equal"item offered.Failure to meet this requirement may result in your offer being rejected. The City shall be the sole judge of quality,based on the best interests of the City,and its decision in this regard shall be final.Items labeled "No Substitute"on the City's Bid Price Form or Schedule of Values are the only products that will be accepted under this solicitation. Docusign Envelope ID:3EAB 1 C41-162F--4800-B779-068499BFBA3C ATTACHMENT C SUNBIZ &PROPOSAL RESPONSE TO 1TB Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C olden,7?bur.org 2.. DNVIJIO of C0PATIO an oifivciu!'tty of Florida wbite DIVISION OF CORPORATIONS Department of State /Diyision of Corporations l Search_Records l Search by Entity_Name I Detail by Entity Name Florida Pro fit Corporation R &D ELEC TR IC ,IN C. Filing _Information Docum ent Num ber FEI/EIN Num ber Date Filed State Status Principal Address 7 44 7 NW 48th Street MIAMI,FL 33166 Changed:05/01/2014 Mailing Address P02000103457 61-1428335 09/25/2002 FL ACTIVE Docusign Envelope ID:3EAB1 C41-162F-4800-B779-068499BF8A3C 7 44 7 NW 48th Street MIAMI,FL 33166 Changed:05/01/2014 Registered Agent Name &Address EC HARRI,RAFAEL 7 44 7 NW 48th Street M IA M I,FL 33166 Address Changed:05/01/2014 O ff icer/D irecto r D etail N a m e &A d d res s Title P ECHARRI,RAFAEL 7447 NW 48 St MIAMI,FL 33166 Title VP ECHARRI,DANIEL 7447 NW 48 St MIAMI,FL 33166 A n n u a l R ep o rt s R e p ort Year 2022 File d D ate 03/03/2022 Docusign Envelope ID:3EA31C41-162F-4800-B779-068499BF8A3C 2023 2024 02/24/2023 02/15/2024 D o cu m e nt Images 02/15/2024 --ANNUAL REPORT View image in PDF format 02/24/2023 --ANNUAL REPORT View image in PDF format 03/03/2022 --ANNUAL REPORT View image in PDF format 02/19/2021 --ANNUAL REPORT View image in PDF format 01/29/2020 --ANNUAL REPORT View image in PDF format 02/08/2019 --ANNUAL REPORT View image in PDF format 01/15/2018--ANNUAL REPORT View image in PDF format 05/09/2017 --ANNUAL REPORT View image in PDF format 05/31/2016 --ANNUAL REPORT View image in PDF format 01/12/2015 --ANNUAL REPORT View image in PDF format 05/01/2014 --ANNUAL REPORT View image in PDF format· 04/15/2013 --ANNUAL REPORT View image in PDF format 04/26/2012 --ANNUAL REPORT View image in PDF format 04/19/2O11 --ANNUAL REPORT View image in PDF format 04/29/2010 --ANNUAL REPORT View image in PDF format 03/25/2009 --ANNUAL REPORT View image in PDF format 05/01/2008 --ANNUAL REPORT View image in PDF format 04/24/2007 --ANNUAL REPORT View image in PDF format 04/29/2006 --ANNUAL REPORT View image in PDF format 03/29/2005 --ANNUAL REPORT View image in PDF format 03/23/2004 --ANNUAL REPORT View image in PDF format 01/24/2003 --ANNUAL REPORT View image in PDF format Docusign Envelope ID:3EAB 1C41-162F-4800-B779-068499BF8A3C 09/25/2002 --Domestic Profit View image in PDF format Florida Department of State,visor of Co rpo r ations Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C BID SUBMITTAL QUESTIONNAIRE -CONSTRUCTION SECTION 1-BID CERTIFICATION This certification/questionnaire is REQUIRED and must be fully completed and submitted electronically Solicitation No: BID NUMBER Solicitalion TiUe: PROJECT TITLE B ID D E R 'S N AM E :RD Electri c,Inc NO.OF YEARS IN BUSINESS:22 ]NO.OF YEARS IN BUSINESS LOCALLY:22 I NO .OF EM PLOYEES:26 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS NIA BIDDER PRIMARY ADDRESS (HEADQUARTERS)7447 NW 48th Street C IT-M IAM I STATE :FL I ZIP CODE 33166 TELEP H O N E N O .3054037841 TO LL FR EE N O .:N IA FAX N O ..3054 03784 2 BIDDER LOCAL ADDRESS.7447 NW 48th Street C ITY.M IA M I STATE FL ]Z P CODE 33166 PR IM A R Y A C C O U N T R E PR ES E N TATIVE FO R TH IS EN G A G EM E NT:Ra fa el Echarr A C C O U N T R E P TELE P H O N E N O .:3054037841 ACCOUNT REP TOLL FREE NO.:N/A A C C O U N T R E P EM A IL:ra fae l@ rdelect ricinc.com /m ari be l@ rd ele ctri cinc.co m FE D E RA L TAX ID EN T IFIC ATIO N N O .:611428335 By virtue of submitting a bid,bidder agrees:a)to complete and unconditional acceptance of the terms and conditions of this document,inclusive of this solicitation,all specifications,attachments,exhibits and appendices and the contents of any Addenda released hereto;b)to be bound,at a minimum,to any and all specifications,terms and conditions contained herein or Addenda;c)that the bidder has not divulged,discussed,or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid;d)that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;e)the bidder agrees if this bid is accepted,to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida,for the performance of all requirements to which the bid pertains;and f)that all responses,data and information contained in the bid submittal are true and accurate. The individual named below affirms that slhe:is a principal of the applicant duly authorized to execute this questionnaire,and that the contents of said document(s)are complete,true,and correct lo the best of his/her knowledge and belief. Name of Bidder's Authorized Representative: RAFAEL ECHARRI Title of Bidder 's Authorized Representative: President Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C SECTION 2 -ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation,the City may release one or more addendum to the solicitation,which may provide additional information to bidders or alter solicitation requirements.The City will strive to reach every bidder having received solicitation through the City's e-procurement system.However,bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Enter Initial to Enter Initial to Confirm Confirm Confirm Receipt Receipt Receipt RE Addendum 1 Addendum 6 Addendum 11 RE Addendum 2 Addendum 7 Addendum 12 RE Addendum 3 Addendum 8 Addendum 13 RE Addendum 4 Addendum 9 Addendum 14 RE Addendum 5 Addendum 10 Addendum 15 lf additional confirmation of addendum is required,submit under separate cover. SECTION 3-QUESTIONNAIRE 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 Rafael Echarri 50 President Daniel Echarri 50 Vice President 2.Provide at least three (3)references of work similar in size and nature as the work referenced in solicitation. Project No. Project Title BID NUMBER PROJECT TITLE Reference No.1 Firm Name: Contact Individual Name and Title: Address: Telephone: Contact's Email: Narrative on Scope of Services Provided: Docusign Envelope ID:3EAB 1 C41-162F-4 800-B779-068499BFBA3C Firm Nam e: Contact Individual Nam e and Title: Address: Telephone: Contact's Em ail: Narrative on Scope of Serv ices Pro vided: Firm Nam e: Contact Individual Nam e and Title: Address: Telephone: Contact's Em ail: Narrative on Scope of Serv ices Provided: Firm Nam e: Contact Individual Nam e and Title: Address: Telephone: Contact's Em ail: Narrative on Scope of Serv ices Provided: Reference No.2 Refere nce No.3 Additional Reference Docusign Envelope ID:3EA 1C41-162F-4 800-B779-068499BF8A43C 3.Has the applicant company's construction license(s)been revoked during the last five (5)years?Je [EIo If yes,why? 4.Have any owners,directors,officers,or agents of thel applica7 company had a Ii cense revoked during the last five (5)years?[CC]vs g o If yes,why? 5.Is the applicant company currj"tly barred by a governmental agency,from bidding work as a prime or subcontractor?vs [g]vo If yes,stale debarm ent 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?t)vs (J o 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 arbitratej during te last five (5)years?[]vs g No If yes,why? Docusign Envelope ID:3EAB1C41-162F-4800-B8779-068499BF8A3C 8.Is an affiliate of the applicant lcompan!prequalified iy the Cir of Miami Beach to bid on construction work? O YES ?NO If yes,state the name of the affiliate? 9.Is the applicant company a parent,subsidiary,or holding company for another construction company? [C]res If the answer is "yes,"identify the company and type of relationship(s),below: Company Type of affiliation (parent or subsidiary)Period of affiliation 10.Is an owner,director,officer,or agent of the applicant company affiliated with another company? IIve If the answer is "yes,"provide the following information for each individual and the affiliated company. Period of Type of affiliation (e.g. Individual's name Affiliated company's name affiliation officer.director,owner or employee) 11.ts the applicant company cuyntly thi debtor in a barkruptcyl case or file for bankruptcy during the last five (5)years? O YES G 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. 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)years? tJve (Jo 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? r e (]vo 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 publicly or privately owned? LLs (Jo 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? If yes,explain. t]v s (Jo Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BFBA3C 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?l e [I o 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? t]e [Jo 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 agent,an employee of the City of Miami Beach? t]e If yes,state name,title and share of ownership [Jo Name Title Share (%)of Ownership 19.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? I]rs (Jo Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C 20.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). (ls [Io Certifying Agency Certification Type 21.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 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. B. Does the applicant provide or offer access to any benefits to elployees rh spouses or to spouses of employees?[]rs @ o 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? tu e (]we C.Please check all benefits that apply to your answers above and list in the "other"section any additional benefits not already specified.Note:s benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are prov directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Employees Firm Provides for Employees Firm does not Provide with Spouses with Domestic Partners Benefit Health NIA N/A N/A Sick Leave N/A N/A NIA Family Medical Leave NIA N/A N/A Bereavement Leave N/A N/A N/A 22.Moratorium on Travel to and the Purchase of Goods or Services from Mississippi.Pursuant to Resolution 2016-29375,the City of Miami Beach,Florida prohibits the purchase of goods or services sourced in Mississippi.Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? If yes,explain. LI vs (J o Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C 23.Financial Capacity.At time of request by the City,_bidder shall request that Dun_&Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within three (3)_days of request._Bidder shall arrange for Dun &Bradstreet to submit a Supplier Qualification Report (SQR)directly to the City.No proposal will be considered without receipt (when requested),by the City,of the SQR directly from Dun &Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the bidder.The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/serylet/SupplierPortal?storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR.It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process.For assistance with any portion of the SQR submittal process,contact Dun &Bradstreet at 800-424-2495. 24.Byrd Anti-Lobbying Amendment Certification Form;APPENDIX A,44 C.FR.PART 18 CERTIFICATION REGARDING LOBBYING:Certification for Contracts,Grants,Loans,and Cooperative Agreements The undersigned Contractor certifies,to the best of his or her knowledge,that: 1.No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. 3.The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31,U.S.C.§1352 (as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any.In addition,the Contractor understands and agrees that the provisions of 31U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. By virtue of submitting bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name of Bidder's Authorized Representative: Rafael Echarri Title of Bidder 's Authorized Representative: President 25.Suspension And Debarment Certification The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt.3000.As such the contractor is required to verify that none of the Contractor,its principals (defined at 2 C.F.R.§180.995),or its affiliates (defined at 2 C.F.R.§180.905)are excluded (defined at 2 C.F.R.§180.940)or disqualified (defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt. 180,subpart C and 2 C.F.R.pt.3000,subpart C,in addition to remedies available to the City,the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder's Authorized Representative: Rafael Echarri Title of Bidder 's Authorized Representative: President 26.Suspension,Debarment,Or Contract Cancellation.Has bidder ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by j"y public rctor agency?vs [EJo If answer to above is "YES,"bidder shall submit a statement detailing the reasons that led to action(s): 27.Small And Disadvantaged Business Certification Pursuant to Resolution 2020-31519,the City is tracking the Small and Disadvantaged Businesses,as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? ()vs LIJo 28.LGBT Business Enterprise Certification Pursuant to Resolution 2020-31342,the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce (NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC?[]s [Jo 29.Cone Of Silence Pursuant to Section 2-486 of the City Code,all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence.'The Cone of Silence ordinance is available at https:_/library.municode com/fl/miami beach/codes/code of ordinances ?nodeld=SPAGEOR CH2AD ART[IIST,Q DLy4PR S2.-486CQSI Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director,or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation.Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gQY. By virtue of submitting bid,bidder certifies that it is in compliance with the Cone of Silence Ordinance,pursuant to Section 2-486 of the City Code. 30.Code Of Business Ethics Pursuant to City Resolution No.2000-23789,the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City.The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three (3)days of request by the City.The Code shall,at a minimum,require the Bidder,to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City Code.In lieu of submitting Code of Business Ethics,bidder may indicate that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http://yyyy.miamibeachf,gov/city-hall/procurement/procurement-related-ordinance-and-procedures] Bidder will submit firm's Code of Business Ethics within three (3)days of requj51 by the T ty ?[gJs I o Bidder adopts the City of Miami Beach Code of Business Ethics?[Je trJo 31.Lobbyist Registration &Campaign Contribution ReQUIREMENTS This solicitation is subject to,and all bidders are expected to be or become familiar with,all City lobbyist laws,including lobbyist registration requirements and prohibition on campaign contributions,including: •Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (https://library.municode com/fl/miami beach/codes/code of ordinances?nodel@=SPAGEQR CH2AD ART[IISTCQ DIV3LQ) •Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (https_//library.municode_com_fl/miami beach/codes/code of ordinances 7nodeld=SPAGEOR CH2AD ART[IISTCQ DIV5CAFIRE) By virtue of submitting bid,bidder certifies or affirms that they have read and understand the above Lobbyist ReQistration &Campaign Contribution Requirements. 32.NON-DISCRIMINATION The Non-Discrimination ordinance is available at: https_//library.municode_com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ART/IPR_DIV3COPR _S2-375NSCCOREWA By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 33.FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No.2016-4012 is available at: Docusign Envelope ID:3EAB1C41-162F-4800-8779-068499BF8A43C https :/library.m unicode_com/fl/m iami beach/codes/code of ordinances?7nodeld=SPAGEOR_CH62HURE ARTV FACHOR By virtue of submitting bid,bidder certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance.Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request.Bidder 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 ca use of the agreement,in addition to any damages that may be available at law and in equity. 34 .PUBLI C ENTITY CRIM ES Please refer to Section 287.133(2)a ),Florida Statutes,available at: htt ps://wyyyy .flsenate.gov/L ays/Statutes/2912/287_133 By virtue of submitting bid,bidder agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 35.Vetera n Business Enterp rises Preference Purs uant to City of Miam i Beach Ordinance No.2011-3748,htt ps_//library.m unicode_com/fl/m iam i beach/codes/code of ordinances? nodeld=SPAG EO R CH2AD ARTV IPR DIV3COPR S2-374PR PRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder w hich is a small business conce rn owned and controlled by a veteran(s)or which is a service-disabled veteran business enterprise,and which is within five percent (5%)of the low est and best bidder,by providing such bidder an opportunity of providing said goods or contractual servi ces for the lowest responsive bid amount.W henever,as a result of the fo regoing preference ,the adjusted prices of tw o (2)or more bidders which are a small business concern ow ned and controlled by a veteran(s)or a service-disabled veteran business enterp rise constitute the lowest bid pursuant to an 1TB ,RFP,RFQ, ITN or oral or w ritten request fo r quotation,and such bids are responsive,responsible and otherw ise equal with respect to quality and service,then the award shall be made to the service-disabled veteran business enterp rise. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? LIJe (J o Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? I,1 e (J o CONTINUED ON THE FOLLOWING PAGE. Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF8A3C 36.Sub-Contractors Providing Services to this Project: Subcontractor Work to be completed %of Work to be performed Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: D o cusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C Iy of Miami Beach APPENDIX A MIAMI BEACH Bid Price Form MUST BE SUBMITTED WITH THE BID.FAILURE TO DO SO WILL RENDER THE BID NON-RESPONSIVE. 6/14 /2 0 24 2:33 PM Bid 2024-458-ND p.40 Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C y of Miami Beach Bid Price Form FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE.AND THE 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.The City will not accept any revision to the total base bid sum,divisions,line item totals,or add alternates after the deadline for receipt of bids. In the event of a discrepancy between the sum of the items in the schedule of values and the total base bid,the Bidder agrees that the total base bid shall govern.In the absence of a numerical value for any item or division,the City shall interpret it as no bid for the division,which may disqualify the Bidder. The allowance items that have been delineated below shall be used only at the City's discretion,as needed.In the event that an allowance is not used in its entirety,any remaining balance shall be reflected in a deductive change order. TOTAL BASE BID Bid 2024-458-ND TOTAL BASE BID AMOUNT $1,350,543.11 1 Indemnification of City $25.00 Off-Duty Police Officer Allowance $30,000,00 Permit Allowance $20,000.00 GRAND TOTAL (TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+OFF DUTY POLICE OFFICER ALLOWANCE +PERMIT ALLOWANCE 'See Section 0100,Sub-section 12. $1,400,568.11 ADDITIVE ALTERNATE (Electrical Plans)2 Selection of the additive alternatewill be made pursuant to Section 0100,No.10 Method of Award. Pay Item Total No.Description Quantity U/M Unit Cost (Quantity_X_Unit_Cost) 01011 (B)Mobilization (Electrical Plans)1 LS $2,500.00 $2,500.00 0102 1 (B)Maintenance Of Traffic (Mot) {Electrical Plans)1 LS $5,000.00 $5,000.00 0522 2 Concrete Sidewalk And Driveways,71 SY6"Thick s 100 $7,100.00 0630 2 11 Conduit,Furnish &Install,Open 273 FTrench $50.00 $13,650.00 0630 2 12 Conduit,Furnish &Install,478 FDirectionalBore $50.00 $23,900.00 0630 2 14 Conduit,Furnish &Install,33 LFAboveground $38.00 $1,254.00 CONTINUED ON THE FOLLOWING PAGE. 6/14/2024 2:33 PM p.41 Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BFBA3C I y of Miami Beach Bid 2024-458-ND 0630 2 64 Conduit,Remove,Aboveground 40 0635 2 11 Pull &Splice Box,F&I,13"X 24"25CoverSize Electrical Power Service,F&I, 0639 11 22 Underground,Meter Purchased by 1 Contractor 0639 2 6 Electrical Serv Wire,Remove 132 0639 3 Electrical Service Disco nnect,8Remove-Pole or Cabinet to Remain 071 5 112 Lighting Conductors,F&I,Insulated,1527No.8-6 071 5 113 Lighting Conductors,F&I,Insulated,30No4ToNo2 071 5 115 Lighting Conductors,F&I,No.1/0-18503/0 (O To 000) 0715 500 11 Pole Cable Distribution System F EA AS LF EA LF LF LF EA s1.00 $1.00 $4.00 $8.00 $12.00 $250.00 $132.00 $8.00 $6,108.00 $240.00 $22,200.00 $250.00 $1.00 $40.00 $2,000.00 $50,000.00 $15,000.00 $15,000.00 ADDITIVE ALTERNATE {ELECTRICAL PLANS)TOTAL ?Refer to Appendix C for Pay Item Notes $147,382.00 DEDUCTIVE AL TERNA TES (In order of priority) Selection of deductive alternates,if any,will be made pursuant to Section 0100,No.10 Method of Award. NOT APPLICABLE END OF BID PRICE FORM. 6/14/2024 2:33 PM p.42 Docusign Envelope ID:3EAB 1C41-162F-4800-B779-068499BF8A3C City of Miami Beach Bid 2024-458-ND BID BOND Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS,that we,R &D Electric,Inc.as Principal,hereinafter referred to as Contractor,and The Gray Casualty &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 Total Base Bid amount of $Five Percent of Amount Bid 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,for the following solicitation. Bid No.:RFQ 2024-458-ND Title:Citywide LED Lighting Upgrade Project 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 Total 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 Perfonnance 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 Miami Beach 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. 6/14/2024 2.33 PM p.44 Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BFBA3C City of Miami Beach Bid 2024-458-ND BID BOND Page 2 of 2 IN WITNESS WHEREOF,the said Principal and the said Surety have duly executed this Bond,the 9th day of July ,2024_ PRINCIPAL: R &D Electric,Inc. (Contractor Name) Signal~M Title hr SURETY: The Gray Casualty &Surety Company (Surety Name) (Power of Attorney must be attached.) 6/14/2024 2.33 PM p.45 Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C RSC Insurance Brokerage,Ince.(Miami) 07/09/2024 13.27 406 765806773 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY &SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number:N/A Principal:R &D Electric,Inc. Project:Citywide LED Lighting Upgrade Project;RFQ 2024-458-ND KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty &Surety Company,corporations duly organized and existing under the laws of Louisiana,and having their principal offices in Metairie,Louisiana,do hereby make,constitute,and appoint:Michael A.Bonet of Miami,Florida jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty &Surety Company at meetings duly called and held on the 26 day of June,2003. ·'RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and to attach the seal of the Company;and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond.undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF.The Gray Insurance Company and The Gray Casualty &Surety Company have caused their official seals to be hereinto affixed.and these presents to be signed by their authorized officers this 4"day of November.2022. By:Michael T.Gray President The Gray Insurance Company 3 Cullen S.Piske President The Gray Casualty &Surety Company State of Louisiana ss: Parish of Jefferson On this 4 day of November,2022,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company,and Cullen S.Piske,President of The Gray Casualty &Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. Leigh Anne Henican Notary Public,Parish of Orleans State of Louisiana My Commission is for Life I,Mark S.Manguno,Secretary of The Gray Insurance Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect.IN WITNESS WHEREOF.I have set my hand and affixed the seals of the Company this 9h day of July ,2024 p Lei;lne Frizz Notary Public Notary ID No.92653 Orleans Parish,Louisiana I,Leigh Anne Henican,Secretary of The Gray Casualty &Surety Company,do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorncy given by the oanies,which is still in full force and effect.IN WII NESS WHEREOF,I have set my hand and affixed the seals of the Company this 9h day of July .2024 Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C R&D ELECTRIC,INC REFERENCE 1 PROJECT: OWNER: ROLE: CONTACT: Miami Dade County.RPQ No.:TP14313 Lighting Refurbishment Miami Dade County Prime Contractor Ivan Wong Facilities Maintenance Superintendent (Electrical) Department of Transportation &Public Works (DTPW) Cell:(305)815-0669 iwong@miamidade.gov REFER ENC E 2 PROJECT: OWNER: ROLE: CONTACT: Miami Dade County. RPQ No.:RFP-00499 LED SMART LIGHTING &SMART COUNTY SYSTEM Miami Dade County Subcontractor Raul Fernandez MASTEC UTILITY SERVICES /MASTEC NORTH AMERICA Department of Transportation &Public Works (DTPW) Cell:(305)202-4686 raul.fernandez@ mastec.com MDC CONTACT: REFER EN CE 3 Julio Navarro Construction Manager Ill Miami-Dade County Department of Transportation and Public Works /Traffic Signals &Signs (305)679-0062 -office (786)527-5708-mobile www .Julio.Navarro@miamidade.gov PROJECT: OWNER: ROLE: CONTACT: City of Miami Beach Electrical Services 1TB 2014-080-SW 1TB 2018-039JC 1TB 2024-081 LB City of Miami Beach Prime Contractor Olga Sanchez,E.I.,C.G.C.,LEED AP Senior Facilities Capital Projects Coordinator FACILITIES MANAGEMENT DIVISION FACILITIES AND FLEET MANAGEMENT DEPARTMENT Mobile:786-367-7253 OlgaSanchez@ miamibeachfl.gov Additional references available upon request Docusign Envelope ID:3EAB1C41-162F-4 800-8779-068499BF8A3C Terra@o Experience REFERENCE 4 PROJECT: OWNER: ROLE: CONTACT: City of Chicago LED Upgrade Several States City of Chicago Consultant Brock Herron Terrago Cell:561-391-9666 brock.herron@terragotech.com Additional references available upon request Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C TerraGo References City of Chicago Contact:Craig Turner,Deputy Commissioner,Division of Electrical Operations,City of Chicago Email:craig.turner1@cityofchicago.org Phone:312-746-4400 TerraGo and the City of Chicago have worked together since 2017.The City of Chicago has deployed the TerraGo smart city operations platform for the deployment and maintenance of over 1.1 million smart city assets,including smart street light controllers,LED fixtures,traffic signals,electric grid circuits and other components.Chicago successfully completed the smart lighting program ahead of schedule in 2021,deploying in 4 years instead of the planned 5. Chicago and TerraGo successfully implemented 13 configuration releases over the first 2 years to allow Chicago's internal crews and contractors to respond to 311 work orders,track crews and vehicles,record changes to infrastructure during preventative and reactive maintenance, track pole replacement programs,and track construction of new assets (streetlights,poles, traffic signals,controllers,utility service connections,etc.).Chicago requires all contractors and internal crews working on their system to utilize TerraGo. The T erraGo software has provided valuable operational benefits to the City of Chicago, including: Automated consolidation and de-duplication of work orders Proactive outage restoration work orders Geographic distribution of tickets based on proximity More efficient and priority ticket routing Automated the creation of Salesforce ticket numbers Provides geospatial view of outages and restoration work •Advanced routing reduces drive time and increases repairs Automatic field updates to circuitry,location,and condition Self-healing data for all back-office systems with field updates •Receive mobile failure alerts with work orders Eliminates paper-based operations and reduces delays Baltimore Gas &Electric Contact:Eric Barger,Baltimore Gas and Electric,Principal Project Manger Email:Eric.Barger@bge.com Phone:443-417-6005 TerraGo's platform and mobile field application is being used by BGE to deploy 350,000 smart streetlights in the Baltimore Maryland area,starting in October 2021.TerraGo's system was used to plan,install,and maintain the streetlights in addition to tracking work orders,inventory, and outages related to the lighting system.TerraGo also provides integration Platform-as-a- Service to BGE's Central Management System (Itron SLV),GIS (ArcGIS),and Asset Management System (AS8).TerraGo also provides analytics dashboards to track all aspects of the deployment with executive and deployment-level dashboards and reports. •Streamlining outdoor lighting field operations to successfully deploy and maintain over 300,000 smart streetlights by 2026 •TerraGo inventory management identifies bottlenecks and locate smart nodes "stuck"in various stages,such as quality control,not checked in by a field crews,elc. Implemented data quality control processes in field operations Synchronizing and maintaining data across asset management records,GIS and other back-office systems Docusign Envelope ID:3EAB1C41-162F -4800-8779-068499BF8A3C Identifying and resolving outages faster without relying on customers to report issues Improving operations with data-driven features to reduce the total number of truck rolls •Achieved 100%Paperless operations for outdoor lighting operations Pedernales Electric Cooperative (Austin,TX) Contact:Gino Garcia,Manager of Construction and Lighting Operations,NextEra Energy Email:Gino.Garcia@fpl.com Phone:786-209-4079 TerraGo's platform and mobile application are being utilized for the installation,maintenance, and work order generation for Pedernales Electric Cooperative Inc.LED retrofit &smart control implementation.Through TerraGo's integration Platform-as-a-Service (iPaaS)and integration into the Central Management System (Ubivu),the software allows field crews and other stakeholders to monitor the health of each smart device and its respective luminaire and extend device control to end users.TerraGo Analytics provides a condensed perspective on overall project completion,installation tracking,material inventory &other customized metrics that takes managing LED projects to the next level. Because of the initial poor data quality and omissions from the existing streetlight inventory, TerraGo provided its Al-based automated streetlight detection module,which achieved the successful detection of over 10,000 previously missed streetlights.TerraGo also provided tailored field workflows that enabled crews to capture audit data quickly and efficiently,while performing LED conversions and network controller installations on these streetlight poles.The combination of TerraGo's Al-based automated detection,data algorithms,configurable streetlight operations software and operational expertise "truly saved the day"according to this partner and customer. TerraGo's StreetlightOps platform is used for every stage of the conversion program including: Installation of new LEDs Fixtures and NLCs synchronizing data with UbiVu CMS. •Monitor UbiVu node status to ensure successful commissioning of lights. •Captures essential node installation data for nodes that were installed but failed to connect or commission to UbiVu,enabling resolution of installation issues (e.g.,power,network, device failure). Mobile app integration with UbiVu to optimize field work for installation and maintenance work. •Automatically generates work orders based on UbiVu system alarms,utilizing configurable rules and thresholds. •Real-time reporting of the installation progress and built-in Quality Assurance testing. Machine-learning automated detection of thousands of "missing streetlights"from aerial imagery not discovered during the audit phase by audit GIS partner. Streetlight installation reporting to update billing records in real-time. •Lighting conversion reports generate energy performance rebates. Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A43C QUALIFICATIONS &EXPERIENCE BIDDER R&D Electric,Inc Electrical Contractor EC-13001534 Electrical Contractor EC-13002941 CO NSULTANT TERRAGO Smart Cities &Utilities Software Solutions H CO NSULTANT UBICQUIA Smart Nodes Lr l SUB-CONTRACTOR FLORIDA SOL SYSTEMS INC GENERAL CONTRACTOR CGC007467 ELECTRICAL CONTRACTOR EC13009154 SUB-CONTRACTOR RTECH ENGINEERING ELECTRICAL CONTRACTOR EC-13007505 PROFESSIONAL ENGINEER PE-75492 FOOT PREQUALIFIED Docusign Envelo 9BF8A3C @ • 1,•3.•'KR a• v ~EiL ] i ''t ..~ii July 2024 • [Docusign Envelope ID:3EAB1C41-162F-4800-779-068499BF8A3C ] TerraGo Company Overview ee $ Founded in 2005.Market fo cus:Defense & Intelligence,Smart City &Utilities %s Over 2,000 customers in over 70 countries and all 50 US states ,.WORLD SMART.CITYARDWINN t.••SMART 50r ea@i»)s Sm art City O perations Platform No -co d e platfo rm fo cused on im provin g sm art ci ty and utility field op eratio ns,increasing crew pro d uctivity and low ering operations an d m aintena nce expenses r EI7 ET(EAT7IIL m IE7 LEIEEE,ELIELI I EE 7ELEIBE E.#tu#RuralEEIEEEEEIEIeLEIEILGe)]II,IEE,LIL,IEE Proven Results with leading utility and city custom ers including 8 of the 10 largest US utilities.Customers include American Electric Power,CPS Energy, Dominion Energy,Duke Energy, Edison International,Exelon,First Energy,NextEra Energy,Southern Company,Chicago,Glasgow, London,Miami,Nashville, Philadelphia,Toronto,Vancouver & many more ■ Docusign Envelope ID:3EA B1C41-162F-4 800-779-068499BF8A3C TerraGo Named Global Market Leader by IDC 9rerereAa Leaders Microsoft I I I TerraGo • I I I I I ,+,luawel I £:.0"'o"'O AWS•@e avevA @ .. Esri Hitachi Digital Services Siemens AG Major Players '----.. '..------ .. .... Conten ders ---- Participants "TerraGo stands out on customer service,flexibility,and agility and has a laser focus on customers.TerraGo's no-code configuration editor allows rapid deployment of changes to web and mobile user interfaces,maps,workflows,device interfaces,systems integrations,and analytics.TerraGo is also strong in its attention to large-scale field operations,with access to its platform available via browser,desktop,and mobile device/tablet (available for iOS,Android,and Windows)." IDC MarketScape loT Applications Platforms December 2023 Stra teg ies Source:IDC,2023 a [Docusign Envelope ID:3EB1C41-162F-4800-B779-068499FA3C ] TerraGo StreetlightOps • An Exelon Company k CHICAGO @$2f±. 1% CITY LONMDON llt:i/E_ ,2· .f NES r-PL C pepco N EXELON COMPANY Jso A Georgia Power £DUKEiRGY cps?g 2smmo -Energy cyot NEXTera :Philadelphia ENEH?Ya NAS VILLE .- sees»a.._reg. SIEMENS AMERESCOQ Aesss Poer Signify Itron Telensc FASHNET verizon'DnoNoFF sensus fem«tis. j rrrrr TerraGo StreetlightOps A specific implementation of the loTOps platform Industry's only streetlight operations platform Features tailored to maximize streetlighting benefits Configured to customer workflows &operations Integrated with all leading CMS providers ■ StreetlightOps er7 CMS» l ET7 Smart Streetlight Network I Network Lighting Controller Streetlight Operations Platform EH Q TEFRAGO <· T Streetlight e- Docusign Envelope ID:3EAB1C41-16.2F-4800-B779-068499BF8A3C I m Bill ng STREETL IGHT OPERATIONS SERVE R: GIS Asset Manageme nt Work Order Management CRM Other Mobile Apps (KE L_HR',,_e.A'a&ls Field Operations Web Apps t,-:isi ,g a Streetlight Operations Analytics Dashboards 8,248 29 27 6 Performance Management ■ •♦•♦+ C .I -- 'Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C StreetlightOps Applications &Services Operations Applications i. Streetlight Operat ons Cen ter l T •Maintenance lg Work Orders Saas Product Modules [] Streetlight Conversion Map Web Ap p g$ Public Sa fety Mob ile Ap p r.a.I Streetlight Opera:ions Consulting Services Integration Platform-As-A-Service (IPaaS) ,.I ,.,@ ,., I Central Management System(s)Back Office Systems •'a s l =•]p a a.a±"o- ai m Streetlight Outage Repo rting Web App ■ I Docusign Envelope ID:3EA B1C41-162F-4800-B779-068499BF8A3C I S tree tlig h tO p s Ap p lication s &Services \.eo a tD [] Streetlight Operaions Center Streetlight Conversion Map Web Ap p Sa1S Product Modules s,,cat 5..a£pl aEL)nl T Installation •Maintenance pg Work Orders @$ Public Safety Mob ile Ap p L:.a4!a Streetlight Operaions Consulting Services J GEL @L Liiw a a Streetlight Outage Reporting Web App Central Management System(s)Back Office Systems7.. 49 s •[as Asset Work Order CustomerGISManagementManagementBilling Other • I D ocusign Envelope ID :3EA B 1C 4 1-16 2F-4 800-B 779-068499B F8A 3C I Solutions for Ill llen ,.,1A')J -N,·.~1°LG FROM LEGACY STREETLIGHT MAINTENANCE TO LED CONVERSION,SMART CONTROLS &BEYOND Eliminate paper or any manual steps "in-the-loop"to enable 7 1self-healing data quality.7 g Keep as-built lighting diagrams and survey data "up to date"with integrated field crew apps. Av oid unnecessary truck rolls with intelligent,optimized w o rk orders. --4e ,4E." Eg @ >- ... e Lil #g ~ --. '=- ~ Give crews access to latest GIS data and asset conditions -AND the ability to update them w ith "ground truth". }· £/ Understand your system dependencies and elim inate all data silos,synchronize GIS,asset m anagem ent records,bill ing and m ore. '_ Eliminating paper and integrating back-office systems today improves existing maintenance performance,lowers costs and positions utilities to better manage large scale deployments and maximize benefits Leverage capital investm ents to im prove operations, reducing O&M expenses. ■ [Docusign Envelope ID:3EB1C4-162F4800-B779-068499BF3C ] Deployment Phase Key Features &Benefits "orerr coA Planning Inventory Installation Features Verify and update streetlight data Update GIS &back-office systems Track assets through full lifecycle Scan pallets,boxes,nodes &fixtures Scan codes to automate &eliminate errors Eliminate errors with built-in QC Generate service tickets during audit Monitor inventory levels,locations &movements Automatically update back-office systems Benefits Increases efficiency with accurate data Corrects billing errors 2 Identifies supply chain issues before impact Accelerates deployment &prevents delays Compresses deployment schedule g Eliminates errors with data validation Lowers operations &maintenance expenses Protects and secures cyber assets a Reduces failed installs &re-rolling trucks TERRAGO CONFIDENTIAL • [Docusign Envelope ID:3EAB1C41-1€2F-4800-779-068499BF8A3C Maintenance Phase Key Features &Benefits Features Benefits Maintenance 7..}EX!a =-o II)Utilize step-by-step diagnostic workflows 1tJ View outages,failure reports &meter readings 1tJ Control one or more lights from a phone or tablet Decreases repeat visits &truck rolls II:)Accelerates restorations &improves productivity I::)Lowers O&M costs and contractor expenses Work Orders --.... 11:l Automate crew notifications and dispatch l;J Consolidate related alerts,outages and customer calls Assigns tickets based on proximity &route efficiency 1:J Minimizes and prioritizes workload by business rules g Eliminates back-office work and dispatch Reduces drive time and increases repair efficiency TERRAGO CONFIDENTIAL a [Docusign Envelope ID:3EAB1C41-162F-4800-779-068499BF83C ] Diagnostics &Business Rules w gy,:..···-.@7rrAao Customer Reported Outages CMS 1 CMS2 CMS3 STAGE 1 ••• 0 g•@ Monitor Streetlight Operations Software receives and monitors network alarms, warnings,and errors STAGE 2 -@•@ @ Creation of Network Alerts Streetlight Operations Software creates automated network alerts STAGE 3 •,-@ Automated Diagnostics Streetlight Operations Software performs automated diagnostics to verify problem(s) STAGE4 0oo- Creation of Issues Streetlight Operations Software automatically creates tickets for review and/or field resolution based on configurable business rules. STAGE 5 ,° Work Order Streetlight Operations Software creates work orders and optimizes dispatch with priority, consolidation, deduplication and routes based on customer-defined rules. '-~-,~'.',- "-t a . Field Resolution ■ •0 IE0 / -Q)o-~ Q) 0I0I0caInE-s g 0-#·--a.Ir0·-vlca•O»a...c no3a. Cl)o ■-e Cl)nI3I 03IE•9vns-a. c.0 e I .i -1 i ~±,53 1....e "B 3oIIII2.... 0 I Ee3 / altilth Hl t AlZ%°Hy4 Ii • !HI]I I4 II1.!."I Q)o ■-e Q)nI 3I0'I0o nnsns<< .-3c<< .-.CL)o ■->CL)nI3InnsIno·- ~-0r<C._. [Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C 10 Measurable Ways ii il@ #,II m @ -rs0%¢ ¢¢1!J CE77•d A.#t tt ail 1.Reduction of truck rolls >Work order optimization,deduplication and consolidation to eliminate unneeded truck rolls 2.Reduction of in person troubleshooting hours >Step-by-step data-driven workf/ows with built-in QC to resolve outages quickly the first time 3.Reduction of operation and maintenance costs >Data-driven diagnostics,work order routing and productivity tools lower task times and costs 4.Energy usage savings for customers >Accelerating LED and/or controls deployment dramatically increases energy savings for customers 5.Reduction of CO2 emissions >Rapid deployment and reduced truck rolls delivers significant carbon savings 6.Improved data integrity for GIS recordkeeping >Integration from field crew updates to GIS enables self-healing GIS data quality over time 7.Improved accuracy of customer billing >Cross-platform data interfaces establish and maintain customer billing data accuracy 8.Improved workload efficiency through integration >Integrating field crew work with cross-platform data decreases install and maintenance times 9.Improved supply chain metrics,e.g.,turnover>Full lifecycle tracking of fixtures,nodes and components improves supply chain transparency 10.Improved metrics,e.g.,days to respond/resolve outage>Automated detection and data-driven field work decreases response &resolution times■ Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C Customer R etu rn on In vestm ent H ighlights \eo ComEd. An Exelon Company In large-scale installations involving thousands of smart devices,the TerraGo mobile application is especially useful in helping crews efficiently navigate to and from locations, automating the commissioning of lights,and accelerating energy savings and other benefits to our com m unities. Shay Bahramirad,Vice President,Engineering and Smart Grid.ComEd. AMEREScO? On a relatively small project in Richmond Hill, Canada,the city project achieved annual energy savings of $840,000 with conversion of 12,000 streetlights.Ameresco Project Manager stated at Smart 50 Award event at Smart Cities Connect "TerraGo easily saved us 6 months in project completion compared to our legacy tools,"generating real savings of over $400,000. a7 + 0II Chicago estimated $12 million in energy savings per year after full conversion of 270,000 streetlights, over 4 years.Using TerraGo,field crews deployed 81,000 streetlights in the first 12 months,20%more than yearly average,which translated into schedule com pression of 10 m onths, and savings of $10 m illion.--- For one of the largest utilities in the United States, the operations and maintenance savings of a single feature (real-time control of lights by field crews assigned to restoration work orders)justified the entire TerraGo software expenditure AND the internal IT budget. Annual savings estimated at over $1 million • Docusign Envelope ID:3EA B1C41-162f'-4800-B779-068499BF8A3C I Analytics Smart Streetlights &TerraGo Savings Q7ErrA r Calculates benefits &ROI of Smart Streetlights &StreetlightOps 9 $3,824,250 tats»rr tr tfenra tat»,,re«"we t trd ea r«% not±aero] ,«iategregr a Iota!RO1 Savings D $4,403,250 nae{peat ts@ tr.+a f home ot $treetgtt kumter ot tf0totaliatn Trott Ra te($) LED wattage twarts] ,wattage{watts} ida Parameter4 onstaot or 1ts Mante wt S90g r r r Adjusts for customer-supplied data,energy rates,labor costs,metrics and assumptions Measures energy savings,lower operations and maintenance expenses,reduced carbon footprint &more Easy-to-share PDF and PPT reports with management,stakeholders,customers, communities and citizens • HZ.1771170)II 5I 1.°er] [Docusign Envelope ID:3EAB1C41-1€2F-4800-B779-068499BF8A3C ] TERFAGO A nalyt ic s Calculato r Home Total Savings $4,849,374 Duration:5 Years Installation Maintenance Energy Savings Installation Phase Savings Installation time to completion (TTC)reduced from 36 months to 29 months Maintenance Phase Savings Project Management Savings $100,000 Installation Crew Savings $240,000 I Toto!Energy Sctvmg'> ss81,s74 4€023 I Tot~1t Proicct fapi:>nsc Sc1v1ng~ s34o.oo 4IE3 Accelerated Energy Savings $581,874 Accelerated CO2 Savings 2.2 Million Tons Truck Roll Savings $937,500 Night Patrol Savings $1.25 Million I Total Overtime Saving:. ss4o,ooo 4723 Tota!Management Savings $1,200,000 " I Tot;)!Truck Ro!I Savmg:. s37.s00 &2E3 I Total Night Patrol Savmgs s1,2so,000 E3 Dispatch &Back-OHice Savings $1.2 Million Overtime Expense Savings $540,000 • Docusign Envelope ID:3EAB1C41-162F-4800-779-068499BF8A3C ] Keep the Conversation Going Dave Basil,President &CEO Mobile:703.899.0454 Brock Herron,Business Development Mobile:561-254-1044 Ben Chadbourne,Services Mobile:226.821.1931 TERRAGO CONFIDENTIAL Docusign Envelope ID:3EAB1 C41-162F-4 800-B77 9-068499BF8A3C =FDOT R TECH ENGINEERING FDOT PREQUALIFICA TION RON DESANTIS GOVERNOR Florida Department of Transportation 605 Suwannee Street Tallahassee,FL 32399-0450 May 04,2024 JARED W.PERDUE,P.E. SECRETARY RTECH ENGINEERING,LLC 301 NW 127 AVE MIAMI,FLORIDA 33182 RE:CERTIFICA TE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVE D WORK CLASSES: CATHODIC PROTECTION,COMPUTERIZED TRAFFIC CONTROL,ELECTRICAL WORK,INTELLIGENT TRANSPORTATION SYSTEMS,ROADWAY SIGNING,TRAFFIC SIGNAL Unless notified otherwise,this Certificate of Qualification will expire 6/30/2025. In accordance with Section 337 .14(4),Florida Statutes,changes to Ability Factor or Maximum Capacity Rating will not take effect until after the expiration of the current certificate of prequalification (if applicable). In accordance with Section 337.14(1),Florida Statutes,an application for qualification must be filed within (4)months of the ending date of the applicant's audited annual financial statements. If the company's maximum capacity has been revised,it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.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. The company 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 the 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 the company has performed such work. 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, James E.Taylor II,Prequalification Supervisor Contracts Administration Office JTII Improve Safety,Enhance Mobility,Inspire Innovation www.fdot.gov Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C R?re+ ENGINEERING RTECH ENGINEERING Raciel Leiva,PE,PMP,President I ray.leiva@rtecheng.com Rtech Engineering was established as a specialty Intelligent Transportation Systems (ITS)contracting firm.Mr. Raciel Leiva,PE,PMP,President of Rtech Engineering,is registered as a Professional Electrical Engineer,and as Certified Electrical Contractor in the State of Florida with 18+years of experience managing Intelligent Transportation Systems.His current experience includes:project management,electrical engineering design,integration of network communication infrastructure,and design/implementation of open road tolling electronic systems.In addition,he is registered as a Cisco Network Associate in three categories:Wireless,Routing &Switching,and Security Systems;he is also registered as CNSS 4011, a recognition from the National Security Agency (NSA)that is intended for the security oversight and management of critical networks. Rtech Engineering Personnel Experience: Intelligent Transportation Systems Contracts. •Design/Build:E6M99 Design and construction of Wrong-Way Driving (WWD)Advanced Countermeasures at various Interchange Exit Ramps in Miami-Dade County.(2022-2024) Project Cost$2.5 M.Role:Prime Contractor.Responsible for the installation,testing and integration of 11 Wrong Way Detection Systems.FOOT Project Manager Ivette Funtanellas. •T4582 Henry E.Kinney Tunnel Rehabilitation and Tunnel Top Plaza (2021-2023) Project Cost$7.2 M.Role:ITS subcontractor.Responsible for the installation of new electrical infrastructure to include:LED Tunnel Lighting,upgrade electrical equipment and generator,Scada system,OMS,CCTV,Overheight vehicle sensor,warning gates,fiber optic.FOOT Project Manager.Heidy Cuevas PE •EST40 POWER SYSTEM HARDENING FOR ITS INFRASTRUCTURE (2022-2023) Project Cost$3.3 M.Role:Prime Contractor.Responsible for the installation of {23)ITS Power Distribution Subsystems (PDSs) District-wide including along Homestead Extension of Floridas Turnpike (HEFT)(SR 821)from MP 1.274 to MP 1.411 in Miami Dade County,Floridas Turnpike (SR 91)from MP 73.708 to MP 308.544 in Palm Beach,Martin,Saint Lucie,Okeechobee,Osceola, Orange,Sumter Counties and Seminole Expressway (SR 417)from MP 44.563 to MP 48.476 in Seminole County to feed Dynamic Message Signs (DMSs)and Closed-Circuit Television (CCTV)cameras that are key assets to the FTEs emergency evacuation route. FOOT Project Manager Todd Kelly. •E4U76 Safety D/B Push Button for WWD Devices at Interstate Ramps (2021-2022) Project Cost$350k.Role:ITS subcontractor.Responsible for the installation of 3 Wrong Way Detection Systems at 3 off ramps on 1-75 &1-95.FOOT Project Manager Thomas Miller. •EST28 RAMP SPEED FEEDBACK SIGN INSTALLATION (2021-2022) Project Cost $355k.Role:Prime Contractor.Responsible for the installation of 23 highlighted Driver Speed Feedback Signs (DSFS),with 18'display,along with other ramp speed warning signs,at various locations on the Homestead Extension of Florida's Turnpike (SR 821),Milepost (MP)8.0 to 32.0,Florida's Turnpike (SR 91),MP 2.0x to 153.0,and Sawgrass Expressway (SR 869), MP 10.5 to 22.0..FDOT Project Manager Derek Quallo. •E8T29 ASPHALT REPAIR -SAWGRASS EXPRESSWAY -MP 16.5 TO 16.7 (2021-2021) Project Cost$265k.Role:Prime Contractor.Responsible for the schedule and crew coordination to perform maintenance and repair of asphalt pavement deficiencies and defects,including replacing existing asphalt pavement,providing painted pavement markings,and raised pavement markers,at various locations on the Sawgrass Expressway (SR 869),from MP 16.5 to 16.7.FOOT Project Manager Jason Trujillo PE. •T4539 SR 93/SR 84 (2020-2021) Project Cost$400k.Role:Project Manager.ITS subcontractor.Responsible for the installation of all ITS components.Including: Underground infrastructure,fiber optics and electrical pull boxes,electrical infrastructure,lightning protection,and fiber and network communication installation and integration.The project also included the installation of backup generator site.FOOT Project Manager Donald B.. Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C Radel Leiva,PE,PMP,President I ray.leiva@rtecheng.com •E8S19 NEW DMS SIGNS AND CCTV CAMERA INSTALLATIONS (2020-2021) Project Cost $1.4 M.Role:Project Manager.ITS subcontractor.Responsible for the installation of all electrical/electronic components for 10 DMS sites:Including:Underground infrastructure,drill shaft,structure installation,sign installation, electrical infrastructure,lightning protection,and fiber and network communication installation and integration.The project also included the installation,testing and integration of 9 CCTV.FDOT Project Manager Jaime Gomez. •T6424 FROM SW 312RD ST TO SW 296TH ST AND FROM SW 296TH ST TO S OF SW 232ND ST (2019-2020) Project Cost $450 K.Role:ITS subcontractor.Responsible for the installation,testing and integration 5 Miles of fiber optic network.FDOT Project Manager Lazaro Meza. •E8R80 WIDEN HEFT FROM SR836 TO NW 106TH ST (2019-ongoing) Project Cost$13 M.Role:ITS subcontractor,Traffic signal contractor,Lighting contractor.Responsible for the installation of all electrical/electronic components for 15 open road tolling buildings:Including Lightning protection,backup Generator and fuel tank,Scada,door security system.The project also included the installation,testing and integration of 12 CCTV,7 DMS,38 MVDS,28 CCTV poles,over 19 miles offiber optic network;the installation of 75 gantry/structures drill shafts and the installation of 15 toll gantry structures.FDOT Project Manager Castillo Pacifico. •E8R75 AET SC Sawgrass Expressway to Lantana Toll Plaza (2019-2021) Project Cost$2.6 M.Role:ITS subcontractor,Traffic signal contractor,Lighting contractor.Responsible for the installation of all electrical/electronic components for 5 open road tolling buildings:Including Lightning protection,backup Generator and fuel tank,Scada,door security system.The project also included the installation of street lighting poles and electrical infrastructure; the installation of signal communication cables,traffic controller cabinet,loop assemblies,vehicle detection system video;the installation of 25 gantry drill shafts and the installation of 5 toll gantry structures.FDOT Project Manager Jaime Gomez. •E8Q93 AET 5AI-595 TO LANTANA (2018-2020) Project Cost$1.4 M.Role:ITS subcontractor.Responsible for the installation of all electrical components for 5 open road tolling buildings:Including Lightning protection,backup Generator and fuel tank,Scada,door security system.The project also included the installation of 15000'of fiber optic cable and network infrastructure;the installation of 11 gantry drill shafts and the installation of 5 toll gantry structures.FDOT Project Manager Jaime Gomez. •Design/Build:E6L51 ITS Replacement Miami Dade and Monroe Counties Upgrade Project (2017-2020) Project Cost$5.6 M.Role:Prime Contractor (JV with Halley Engineering Contractor).Responsible for the installation,testing and integration of 171 CCTV ,4 DMS,6 MVDS,30 CCTV poles,fiber optic network,Video Wall HD upgrade,22 Traffic Ramp Signals.FD OT Project Manager Sergio Bravo. •Maintenance Contract:E8Q09 ITS Maintenance Contract Florida Turnpike (2017-2019) Project Cost$250k.Role:ITS subcontractor,Maintenance support for ITS devices.Prime ELAND Engineering. •Maintenance Contract:BDY36 ITS Maintenance Contract Florida D4 (2017-2020) Project Cost$250k.Role:ITS subcontractor,Maintenance support for ITS devices.Prime ELAND Engineering. •Design/Build:DMS Replacement Collier and Lee County E1Q21 Project (2017-2019) Project Cost $200k.Role:ITS subcontractor,responsible for the installation,testing and integration of the single mode Fiber optic to power 24 DMS signs.Prime contractor,Horse Power •Design/Build:Campbell Drive Interchange Florida Turnpike E8P89 Project (2017-2019) Project Cost $247k.Role:Electrical/ITS subcontractor,responsible for the installation of the infrastructure required to accommodate 1CCTV,1 TIMS,1 TTS,traffic loops,2000'single mode fiber optics,and ITS network communication.Electrical system included:Conduits,raceways,underground fiber optic,electrical service point,CCTV Pole and Cabinet.Florida Turnpike Project Manager Jaime Gomez. •Design/Build:Card Sound Toll Authority Tolling System Upgrade Project (2017-2019) Project Cost $193k.Role:Electrical subcontractor,responsible for the installation of the infrastructure required to accommodate Transcore's Infnity Open Road Tolling equipment.Electrical system included:Conduits,raceways,underground fiber optic,electrical service point for proposed Toll building,and installation of 10 street lights.Monroe County:Clark Briggs. •E4R68 1-75 NB Lane Balancing (2016-2017) Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF8A3C Raciel Leiva,PE,PMP,President I ray.leiva@rtecheng.com Project Cost$350k.Role:Electrical subcontractor,responsible for the installation,integration,and testing full color main line DMS sign.Project also included the installation,termination and testing of 2000 feet of underground fiber optic cables, installation of 1 electrical power service point,installation of 10000 feet of electrical service wires,and the relocation of 9 street lights.FDOT EOR Consultant (Eland):Omid Fallahinejad. •E8P84 Install CCTV Cameras Turnpike Wide (2016-2017) Project Cost$660k.Role:Project Manager/Electrical Contractor,responsible for the installation,integration,and testing of 30 CCTV HD IP cameras from SR821 MM 31 to SR 91 MM 245.The project also includes the installation of 17 CCTV ITS poles with lowering devices,installation,termination and testing of 17000 feet of underground fiber optic cables,installation of 9 electrical power service point,installation of 40000 feet of electrical service wires,and network managed field internet switch with Gig link capabilities.FDOT Project Manager:Jaime Gomez,CEI (JBC):Marilyn Schmuki. •S.R.836 Extension-WB Access Ramp,Infrastructure Modifications for Open Road Tolling,and Overhead Sign Structure Coating (2014-Present) Project Cost $220 K.Role:Engineer of Record for electrical design plans for the Infrastructure/modification requirements to accommodate the latest Infinity Open Road Tolling equipment provided by Transcore.Role:Electrical Contractor Firm required to install the electrical infrastructure in four main line open road tolling facilities:Electrical system included:Conduits,raceways, 2 generators/ATS/UPS systems,fiber communication network,electrical feeder and branch distribution circuits.MDX Consultant CEI (EAC):Ramon Borges. •Dade Expressway Authority (MDX)MDX OPEN ROAD TOLLS SR 836 -SR 112,Miami,FI 2013-2015. Project Cost $22 M.Role:Engineer of Record for ITS &Tolling design plans &electrical design plans.Role:Project Manager for the ITS &Tolling construction,equipment installation,system testing and system operation.ITS &Toll system included:75 open road toll lanes,375 CCTVs,150 RFID antennas •MDX OPEN ROAD TOL LS SR 836-SR 112,Miami,FI 2013-2015. Project Cost $22 M.Role:Engineer of Record for ITS &Tolling design plans &electrical design plans.Role:Project Manager for the ITS &Tolling construction,equipment installation,system testing and system operation.ITS &Toll system included:75 open road toll lanes,375 CCTVs,150 RFID antennas •FDOT District Six SR 826/SR 836 Interchange Reconstruction,Miami,FI 2010-2011. Project Cost $10.8 M.Role:Project Manager for the ITS subsystem construction,equipment installation,system testing and system operation.ITS Subsystem included:6 main line DMS,18 arterial DMS,36 MVDS,30 CCTVs,14 Wireless link 2.4 and 5.8 GHz,28 Microwave Antennas,6 miles of 144 count SMFOC backbone,FDOT D6 Network Core layer 3 switch,2 distribution layer3 network switches,60 layer2/3 network access switches. •FDOT District Six DMS Replacement in Miami,FI 2009-2010 Project Cost $6.3 M.Roles:Project Manager,replacement of existing monochrome signs with LED amber signs.Project included:12 DMS,12 CCTVs,4 Wireless links 2.4 GHz,8 Microwave antennas,20 layer2/3 network access switches •Miami Dade Expressway Authority SR-836 West Extension,Miami,FI 2007-2009. Project Cost$3.2 M.Role:Deputy Project Manager for the ITS subsystem construction,equipment installation,system testing and system operation.ITS Subsystem included:6 MVDS,3 CCTV s,6 layer2/3 network access switches,3 miles of 96 count SMFO C backbone. Traffic Signal Applications Contracts. •Design/Build:E6L51 ITS Replacement Miami Dade and Monroe Counties Upgrade Project (2017-ongoing) Project Cost$5.6 M.Role:Prime Contractor (JV with Halley Engineering Contractor).Responsible for the installation,testing and integration of 171 CCTV ,4 DMS,6 MVDS,30 CCTV poles,fiber optic network,Video Wall HD upgrade,22 Traffic Ramp Signals.FDOT Project Manager Sergio Bravo. •Miami Dade County and Miami Dade Expressway.Project Design Build Project for the Dolphin Station Park and Ride Transit Terminal Facility,Miami FI 2016-Present Project Cost$2.4 M.Role:Construction Project Manager of Intelligent Transportation System and Traffic Signal.MDX ITS Project Manager:Ivan del Campo (Chief Information Officer /Manager of ITS,305 562 0232).Design,Installation,Integration, Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C Raciel Leiva,PE,PMP,President I ray.leiva@ rtecheng.com Configuration and M aintenance of 60 CCTV ,2 DM S,2 Central traffi c contro ller at each entrance to maintain traffic count,2 Signal traffic contro llers,one server controller ro om,10000'of fiber network infrastructure,and 110 network switches. •Miami Dade County.Project Brickell City Center.Miami Dade County 2016 Project Cost $550 K.Role:Traffic System Netw ork Engineer.Work as a sub-contractor for Florida Sol.(Pro ject Manager:VP. Law rence Valido.305 216 1428).Main Contractor Mastec.(Project Manager:Jose Novo.Mastec Utility Services 305 388 7391). Installation of five traffic signal intersection.Integrate traffic signal contro ller with all phases of traffi c.Interconnect and synchronized traffi c signal using fiber optic co mmunication and layer 2 network switches.Im plementation of watchdog alarm and auto shutdow ns. •Miami Dade Expressway Authority.Project S.R 874 Killian Parkway Interchange Improvement.Miami Dade FI 2010 Project Cost$90 K.Role:System Network Engineer.MDX/FD OT Network Project Manager:Ivan del Campo (Chief Info rmation Offi cer /M anager of ITS,305 562 0232).Pro vide Tem porally wireless network comm unication between two traffic signal contro llers,until final netw ork fiber infrastructure was co mpleted.Provide network communication transition between temporally wireless and permanent fiber.Installation,configuration,and maintenance of three proxim network multipoint to multipoint base station links •Miami Dade Expressway Authority.Project S.R 83605 Extension.Miami Dade Fl 2010 Project Cost $150 K.Role:Traffi c System Netw ork Engineer.MDX/FD OT Network Project Manager:Ivan del Campo (Chief Info rm ation Officer/M anager of ITS,305 562 0232).Pro vide interco nnect fiber network comm unication between three traffic contro ller intersections.Installation and configuration of three layer 2 switch,and one layer 1 switch.Provide system backup netw ork configuration and redundant network path to provide co ntinuous operation of the system. Education and Certifications: B.S.,Electrical Engineering,Georgia Institute of Technology,2005 Associate of Arts,Miami-Dade Community College,2003 State of Florida,Professional Engineer,PE 75492,2013 State of Florida,Certified Unlimited Electrical Contractor,2016 EC 13007505 Project Manager Professional,2015 PMP 1864186 Cisco Certified Network Associate Security,2013 CNSS 4011 Recognition Cisco Certified Network Associate Wireless,2010 Cisco Certified Network Associate,2007 CCNAGEE. CERTIFIED ~ CISCO~Gas4e9 Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BFBA3C TerraGo Experience REFERENCE 4 TERRAGO EXPERIENCE PROJECT: OWNER: ROLE: CONTACT: City of Chicago LED Upgrade Several States City of Chicago Consultant Brock Herron Terrago Cell:561-391-9666 brock.herron@terragotech.com Additional references available upon request Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A43C City of Chicago Contact:Craig Turner,Deputy Commissioner,Division of Electrical Operations,City of Chicago Email:craig.turner1@cityofchicago.org Phone:312-746-4400 TerraGo and the City of Chicago have worked together since 2017.The City of Chicago has deployed the TerraGo smart city operations platform for the deployment and maintenance of over 1.1 million smart city assets,including smart street light controllers,LED fixtures,traffic signals,electric grid circuits and other components.Chicago successfully completed the smart lighting program ahead of schedule in 2021,deploying in 4 years instead of the planned 5. Chicago and TerraGo successfully implemented 13 configuration releases over the first 2 years to allow Chicago's internal crews and contractors to respond to 311work orders,track crews and vehicles,record changes to infrastructure during preventative and reactive maintenance, track pole replacement programs,and track construction of new assets (streetlights,poles, traffic signals,controllers,utility service connections,etc.).Chicago requires all contractors and internal crews working on their system to utilize TerraGo. The T erraGo software has provided valuable operational benefits to the City of Chicago, including: Automated consolidation and de-duplication of work orders •Proactive outage restoration work orders •Geographic distribution of tickets based on proximity •More efficient and priority ticket routing •Automated the creation of Salesforce ticket numbers Provides geospatial view of outages and restoration work •Advanced routing reduces drive time and increases repairs Automatic field updates to circuitry,location,and condition Self-healing data for all back-office systems with field updates •Receive mobile failure alerts with work orders Eliminates paper-based operations and reduces delays Baltimore Gas &Electric Contact:Eric Barger,Baltimore Gas and Electric,Principal Project Manger Email:Eric.Barger@bge.com Phone:443-417-6005 TerraGo's platform and mobile field application is being used by BGE to deploy 350,000 smart streetlights in the Baltimore Maryland area,starting in October 2021.TerraGo's system was used to plan,install,and maintain the streetlights in addition to tracking work orders,inventory, and outages related to the lighting system.TerraGo also provides integration Platform-as-a- Service to BGE's Central Management System (Itron SLV),GIS (ArcGIS),and Asset Management System (AS8).TerraGo also provides analytics dashboards to track all aspects of the deployment with executive and deployment-level dashboards and reports. Streamlining outdoor lighting field operations to successfully deploy and maintain over 300,000 smart streetlights by 2026 TerraGo inventory management identifies bottlenecks and locate smart nodes "stuck"in various stages,such as quality control,not checked in by a field crews,etc. Implemented data quality control processes in field operations •Synchronizing and maintaining data across asset management records,GIS and other back-office systems Docusign Envelope ID:3EAB 1C41-162F-4800-B779-068499BF8A3C •Identifying and resolving outages faster without relying on customers to report issues Improving operations with data-driven features to reduce the total number of truck rolls •Achieved 100%Paperless operations for outdoor lighting operations Pedernales Electric Cooperative (Austin,TX} Contact:Gino Garcia,Manager of Construction and Lighting Operations,NextEra Energy Email:Gino.Garcia@fpl.com Phone:786-209-4079 TerraGo's platform and mobile application are being utilized for the installation,maintenance, and work order generation for Pedernales Electric Cooperative Inc.LED retrofit &smart control implementation.Through TerraGo's integration Platform-as-a-Service (iPaaS)and integration into the Central Management System (Ubivu),the software allows field crews and other stakeholders to monitor the health of each smart device and its respective luminaire and extend device control to end users.TerraGo Analytics provides a condensed perspective on overall project completion,installation tracking,material inventory &other customized metrics that takes managing LED projects to the next level. Because of the initial poor data quality and omissions from the existing streetlight inventory, TerraGo provided its Al-based automated streetlight detection module,which achieved the successful detection of over 10,000 previously missed streetlights.TerraGo also provided tailored field workflows that enabled crews to capture audit data quickly and efficiently,while performing LED conversions and network controller installations on these streetlight poles.The combination of TerraGo's Al-based automated detection,data algorithms,configurable streetlight operations software and operational expertise "truly saved the day"according to this partner and customer. TerraGo's StreetlightOps platform is used for every stage of the conversion program including: Installation of new LEDs Fixtures and NLCs synchronizing data with UbiVu CMS. Monitor UbiVu node status to ensure successful commissioning of lights. Captures essential node installation data for nodes that were installed but failed to connect or commission to UbiVu,enabling resolution of installation issues (e.g.,power,network, device failure). Mobile app integration with UbiVu to optimize field work for installation and maintenance work. •Automatically generates work orders based on UbiVu system alarms,utilizing configurable rules and thresholds. Real-time reporting of the installation progress and built-in Quality Assurance testing. Machine-learning automated detection of thousands of "missing streetlights"from aerial imagery not discovered during the audit phase by audit GIS partner. •Streetlight installation reporting to update billing records in real-time. •Lighting conversion reports generate energy performance rebates. Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C R&D ELECTRIC TALLAHASSEE FL 32399-0783 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 2601 BLAIR STONE ROAD Congratulations!With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers,from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better.For information about our services,please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you,subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is:License Efficiently, Regulate Fairly.We constantly strive to serve you better so that you can serve your customers.Thank you for doing business in Florida,and congratulations on your new license! EC13001S34 CERTIFIED ELECTRICAL CONTRACTOR ECHARRI,RAFAEL R &D ELECTRIC INC ISSUED:07/26/2022 d ~a STATE OF FLORIDA DEPARTMENT[)pg [OF BUSINESS AND PROFESSIONALN'REGULATION Signature LICENSED UNDER CHAPTER 489,FLORIDA STATUTES EXPIRA TION DATE:AUGUST 31,2024 Ron DeSantis,Governor Melanie S.Griffin,Secretary STATE O F FLO RIDA DEPARTM EN T O F BUSINESS AN D PRO FESSIO NA L REGU LA TION ELECT RICAL CO NTRA CTO RS'LI CENSIN G BOA RD LI C EN SE N U M B ER :EC13001534 THE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489,FLORIDA STATUTES EXPIRATION DATE:AUGUST 31,2024 MIAMI ISSUED :07/26/2022 FL 33166 Always verify licenses online at MyFloridalicense.com 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. ECHARRI,RAFAEL R &D ELECTRIC INC 7447 NW 48 ST Docusign Envelope ID:3EAB1 C41-162F-4800-B779-068499BF8A3C STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION •G "ffin,Secretary d ~rarMelanieS."u ~Ron DeSantis,Governor CONSTRUCTION INDUSTRYLICENSING BOARD,uk.as THE GENERAL coNrBAcToRHEREINSCRT7ED UNDER TE PROVISIONS OFCHAPTER489,FLORIDA STATUTES I~ EXPIRATION DATE:AUGUST 31,2024 Always verify licenses online at MyFloridalicense.com ISSUED:07/30/2024 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. Docusign Envelope ID:3EAB 1 C41-162F-4800-B77 9-068499BF8A3C Ron DeSantis,Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULA TION ELECTRICAL CONTRACTORS'LICENSING BOARD if.,ii ,Md 48 THE ELECTRICAL CON TRACTOR HEREINISCERTIFIED UNDER THERovsioN$9FCw"rR 4es».omipA statures EINC=p:ET •Griffin.Secretary d ~~r l)k) EXPIRATION DATE:AUGUST 31,2026 Always verify licenses online at MyFloridalicense.com ISSUED:06/2 7/2024 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. Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C Ron DeSantis,Governor Melanie s.G,lffln,Seueta,y d E:5a~r STATE OF FLORIDA ~ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION EECTRICA-CONTRACTORS'UCENSING BOARD re EcrcAt coirAcioniiiisdi@nnEe u oER T E PROVISIONS OFCHAPTER489,FLORIDA ST ATUTES •±-EEERINGT"T 'i''>.27 AVE EXPIRATION DATE:AUGUST 31,2026 Always verify licenses online at MyFloridalicense.com ISSUED:06/17/2024 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. Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C R S Electric,inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS R &D ELECTRIC,INC 7447 NW 48 STREET M IAM I,FLORIDA 33166 305 403 7841 PHONE 305 403 7842 FAX FEIN 61-1428335 RAFAEL ECHARRI RAFAEL@RDELECTRICINC.COM 744 7 NW 4 8 S treet Miam i,Florida 33 166 30 5.4 03.784 1 0 ic e 30 5.4 03 .7842 Fax www .RD Electriclnc.com EC 13 0 0 1534 Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C R S Electric,Inc TABLE OF CONTENT ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 744 7 NW 48 Street Miam i,Florida 33 16 6 30 5.4 03.784 1 O ffice 305.4 03.7842 Fax www .R D Elec tricln c.c o m EC 13 00 1534 EXECUTIVE SUMMARY EXPERIENCE/QUALIFICATIONS STAFFING PLAN LOCAL PREFERENCE 3 5 6 7 Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C R S Electric,lnc ELECTRICAL ENGINEERS ELECTRICAL CONTRA CTORS 7447 NW 48 Street Miam i,Florida 33 16 6 305.403.784 1 O ffice 305.4 03.7842 Fax www.RD Elec triclnc .c om EC 1300 1534 EX EC U T IV E SU M M A R Y A N D CO M PA N Y IN FO RM A TIO N To Whom It May Concern: R &D Electric,Inc.is an electrical engineering and contracting firm licensed to do work in the state of Florida.R &D Electric,Inc.is a local business. R&D Electric,Inc.provides a full range of electrical services including,but limited to:street lighting,traffic signals,highway signs,residential and commercial construction,engineering design,fire alarm,security systems,and power generators installation and maintenance. Legal Name: Business Address: Contacts: Business Hours: Business Status: R &D Electric,Inc. 7447 NW 48tth Street Miami,Florida 33166 (305)403-7841 (305)403-7842 Fax www.RDElectriclnc.com Rafael Echarri,Electrical Engineer,Electrical Contractor (305)303-6450 Mobile Rafael@RDElectriclnc.com Daniel Echarri,Electrical Engineer,Electrical Contractor (305)300-5354 Mobile Daniel@RDElectriclnc.com Guillermo Echarri,Professional Engineer (305)403-7841 Guillermo@RDElectriclnc.com Roberto Echarri,Professional Engineer (305)403-7841 Robert@RDElectriclnc.com Monday through Saturday from 7:00 AM to 5:00PM Evenings and Sundays as needed. Night shift for lighting patrolling and emergency situations S Corporation Incorporated on September 25,2002,in the state of Florida. Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C Electric,Inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 7447 NW 48 Street Miami,Florida 33166 305.403.7841 Office 305.403.7842 Fax www.RDElectriclnc.com EC13001534 Our People R &D Electric maintains a staff of highly trained professionals,electricians and technicians with comprehensive knowledge of the lighting system in Miami.Al of our employees are residents of the Miami Dade County. Our Goal Safety is our primary focus in providing quality safety to our customers.We at R &D Electric work hard to maintain our reputation for no-hassle reliability.We continually strive to be your performance. driven partner for safe,reliable delivery of service. What makes us different to our competitor? •We are the only contracting company in south Florida that is owned and operated by electrical engineers.We do understand electricity. •We cut no corners,and the work is done only once simply because it is done the right way. •Even though we meet the requirement of this contract for experience R &D Electric is a fairly new company.We have been in business for 15 plus years and have never been in the public spotlight. •Our business is to light up our community. If you have any further questions on regards of all this information,please feel free to contact us at 305- 403-7841. Respectfully, Mr.Rafael Echarri President R &D Electric,Inc. Docusign Envelope ID:3EAB 1 C41-162F-4800-8779-068499BFBA3C R S Electric,Inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 744 7 N W 48 S tree t Miam i,Florida 33 166 30 5.403.784 1 O ffice 30 5.4 03.7842 Fax www .RD Elec tricln c.c om EC 13 00 1534 EXPERIENCE/QUALIFICATIONS R &D Electric,Inc.is an electrical contracting firm owned and operated by electrical engineers.The founders and owners Rafael and Daniel Echarri are both certified electrical contractors licensed to do work in the state of Florida. R &D Electric,Inc.provides professional service and delivers high-quality work with an efficient,well- trained,and skilled workforce. Primary Qualifying Agent:Rafael Echarri State certified electrical contractor License Number EC 13001534 Electrical Engineer Engineer Intern#1100008405 Secondary Qualifying Agent:Daniel Echarri State certified electrical contractor License Number EC 13002941 Electrical Engineer Engineer Intern#1100008074 Designers:Guillermo Echarri Electrical Engineer/Professional Engineer License Number PE 56773 Roberto Echarri Electrical Engineer/Professional Engineer License Number PE 57431 R &D Electric currently employs 32 full-time employees. R &D Electric is a prequalified contractor with the Florida department of transportation.We are also certified as a small business enterprise with Miami Dade County and as a local business firm with the Miami Dade Express Way authority (MDX). We have the resources,equipment,and trained personnel to deliver performance-based electrical installation and maintenance and to respond to all emergency situations as specified by this contract. We are equipped and staffed to accommodate the following activities: •Commercial electrical installations,maintenance,and service calls. •Lighting services and new installations. •Proactive roadway and parking lighting maintenance. •Fire alarms installations,monitoring and service. •Underground cable locating and repair. •Generator installations and services. Docusign Envelope ID:3EAB1C41-162F -4800-B8779-068499BF8A3C Electric,Inc ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 744 7 NW 48 Street Miami,Florida 33166 305.403.7841 Office 305.403.7842 Fax www .RDElectriclnc.com EC13001534 Our fleet includes a variety of specialized equipment: •Cranes -14 tons and 30 tons. •Bucket trucks-47 ft,55 ft,and 60 ft •Augers -9 inches to 66 inches •Pressure diggers-up to a depth of 50 ft •Load Bank testing equipment •Service Vans &utility trucks •Mini-Excavators •Back hoe •Directional Boring Equipment •Dump trucks,trailers •Core drills,cable pullers,rigging equipment STAFFING PLAN Administration and Management Rafael Echarri -Electrical Engineer and State Certified Electrical Contractor. President and primary qualifying agent for R &D Electric. 23-year experience in electrical construction. Responsible for administration,field operations,safety and training,customer communications,quality assurance. Daniel Echarri -Electrical Engineer and State Certified Electrical Contractor. Vice-President 23-year experience in electrical construction. Responsible for daily communication and coordinating work schedule and all activities with the City representative of this project.Plans,schedules,and assign work to crews, monitors and coordinate between day crews and night crews,conduct field audit inspection. The following are the key personnel who will be assigned to this project: •Rafael Echarri 305 303 6450 as Project administrator •Daniel Echarri 305-300-5354 as Project superintendent •Eddy Menendez 305-345-1994 as Project manager •Pablo Lorente 305-403-7841 Certified Mechanic Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C R S Electric,Int LOCAL PREFERENCE ELECTRICAL ENGINEERS ELECTRICAL CONTRACTORS 744 7 NW 48 Street Miami,Florida 33166 305.403.7841 Of#ice 305.403.7842 Fax www.RDElectriclnc.com EC13001534 R &D Electric holds a local business certification for the Miami Dade Expressway Authority. The certificate number is 11-01-1127-9 and expiration is March 2024. R &D Electric is a Miami Dade County Community Small Business Enterprise firm. The certificate number is 11757 and its expiration date is April 2025. R &D Electric is certified as a Disadvantage Business Enterprise with the State of Florida. The certificate expiration date is April 2025. R &D Electric is a Miami Dade County Small Business Enterprise firm. The certificate number is 11756 and its expiration date is April 2025. R &D Electric is a FDOT prequalified company. ************************************************************************* Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C ty of Miami Beach Bid 2024-458-ND LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form In accordance with Article Ill,Section 31-of the Miami Beach Code,all contractors and subcontractors of any tier performing on a city contract valued in excess of $1,500,000 for (i)the construction,demolition,alteration and/or repair of city buildings or city public works projects,or (ii)a contract valued in excess of $1,500,000 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 Proaram. The undersigned Contractor affirms that should it be awarded the Contract pursuant to this solicitation,it shall comply with the following: i.The Contractor will make its best reasonable efforts to promote employment opportunities for local Miami-Dade County residents and seek to achieve a project goal of having thirty percent (30%)of all construction labor hours performed by Miami-Dade County residents. ii.The Contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents.To verify workers' residency,the Contractor (s)shall provide the residence address of each worker. Rafael Echarri Print Name of Affiant President Print Title of Affiant RafaelEcharr Signature of Affiant R&D Electric,Inc. Name of Firm 8/5/2024 Date 7 44 7 NW 48th St. Address of Firm 6/14/2024 2.33 PM FL State 33166 Zip Code p.54 Docusign Envelope ID:3EAB 1 C41-162F-4 800-B779-068499BF8A3C I y of Miami Beach APPENDIX C MIAMI BE A CH SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. 6/14/2024 2.33 PM Bid 2024-458-ND p.46 Docusign Envelope ID:3EAB 1 C41-162F-4 800-B77 9-068499BF8A3C I y of Miami Beach Bid 2024-4 58-ND S C H E D U LE O F V A LU E S Bidders should fully complete the Schedule of Values to include quantities,units of measure,unit pricing, and totals.The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable.Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications.Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. 0101 1 (A) 0102 1 (A) 0715 11211 071511213 (1) 0715 11213 (2) 0715 11213 (3) 071511213 (4) BASE BID -LIG HTING PLANS MOBILIZATION FOR BASE-BID LS 1 $120,000.00 $120,000.00LIGHTINGPLANS MAINTENANCE OF TRA FFIC FOR LS 1 $15,000.00 $15,000.00BASE-BID LIGHTING PLANS LUMINAIRE,F&I-REPLACE EXISTING LUMINAIRE ON EXISTING POLEIAR M,EA 661 $416.13 $275,062.56 ROADWAY,COBRA HEAD LUMINAIRE,F&I-REPLACE EXISTING LUMINAIRE ON EXISTING POLEIAR M,EA 123 $1,244.03 $153,015.20ROADWAY,POLE TOP (TYPE Granville "Acorn" LUMINAIRE,F&I-REPLACE EXISTING LUMINAIRE ON EXISTING POLEIAR M,EA 17 $1,773.68 $30,152.49ROADWAY,POLE TOP (TYPE PTE3 Taft "China Hat" LUMINAIRE,F &I-REPLACE EXISTING LUMINAIRE ON EXISTING POL EIARM,EA $4,075.89 $269,008.61ROADWAY,POLE TOP (TYPE Louis 66 Poulsen Alberstlund Maxi Post LUMINAIRE,F&I-REPLACE EXISTING LUMINAIRE ON EXISTING POLEIAR M,EA 153 $1,340.54 $205,102.62ROADWAY,POLE TOP (TYPE Taft "S ider" 992-1 LMS Control Node,F&I EA 1022 $201.00 $205,422.00 BASE-BID-LI GHTING PLANS SUB-TOTAL $1,272,763.48 MISCELLANEOUS PAY ITEMS Must be Pre-Approved by the City of Miam i-Beach Prior to Use on the Project Quantities of any line item of the miscellaneous pay items are estimated and may be increased or decreased. 0639 2 1 0715 111 0715 61111(1 ELECTRICAL SERVICE WIRE, FURNISH &INST ALL LIGHTING CONDUCTORS,F&I, INSULATED,NO.10 OR< LIGHT POLE COMPLETE,F&I,POLE TYPE (MATCH EXISTING SITE), FOUNDATION (REUSE EXISTING FOUNDATION),MOUNTING HEIGHT (MATCH EXISTING SITE,20 FT and 25 FT),ARM LENGTH (MATCH EXISTING SITE -COBRA HEAD POLES LF LF EA 50 50 2 $8.00 $2.00 $6,034.08 $400.00 $100.00 $12,068.16 6/14/2024 2.33 PM CONTINUED ON THE FOLLOWING PAGE. p.47 Docusign Envelope ID:3EAB1C41-162F-4 800-8779-068499 F8A43C I y of Miami Beach Bid 2024-4 58-ND LIGHT POLE COMPLETE,F&I,POLE TYPE (MATCH EXISTING SITE), FOUNDATION (REUSE EXISTING 0715 61111 FOUNDATION),MOUNTING HEIGHT EA 2 $8,025.12 $16,050.23 (MATCH EXISTING SITE,30 FT and 35 FT),ARM LENGTH (MATCH EXISTING SITE -COBRA HEAD POLES LIGHT POLE COMPLETE,F&I,POLE TYPE (MATCH EXISTING SITE), FOUNDATION (REUSE EXISTING 0715 61111 (3)FOUNDATION),MOUNTING HEIGHT EA 2 $8,164.00 $16,328.00 (MATCH EXISTING SITE,40 FT and 45 FT),ARM LENGTH (MATCH EXISTING SITE -COBRA HEAD POLES LIGHT POLE COMPLETE-SPECIAL DESIGN,F&I,POLE TOP MOUNT, 0715 516115 MATERIAL (MATCH EXISTING SITE), $11,734.34(1)POLE HEIGHT (MATCH EXISTING EA 2 $5,867.17 SITE,12FT TO 14 FT)--POLE TOP TYPE (GRA NVILLE ACORN,TAFT SPIDER AND TAFT CHINA HAT LIGHT POLE COMPLETE-SPECIAL DESIGN,F&I,POLE TOP MOUNT, 0715 516115 MATERIAL (MATCH EXISTING SITE),EA 2 $8,974.45 $17,948.90(2)POLE HEIGHT (MATCH EXISTING SITE)--POLE TOP TYPE (LOUIS POULSEN ALBERSTLUND MAXI POST E715 22 1 GROUND ROD,F&I EA 50 $100.00 $500.00 E715 24 1 FUSE F&I POLE BASE EA 50 $3.00 $150.00 E715251 FUSE HOLDER F&I POLE BASE EA 50 $50.00 $2 500.00 MISCELLANEOUS PAY ITEMS SUB-TOTAL $77,779.63 TOTAL BASE BID AMOUNT $1,350,543.11(BASE-BID LIGHTING PLANS SUB-TOTAL+MISCELLANEOUS PAY ITEMS SUB-TOTAL) Base-Bid Pay Items Notes PAY ITEM 0101 1 (A):This is a lump sum cost for Mobilization required by the Project work in the Base Bid, which includes the Lighting Plans.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM 0102 1 (A):This is a lump sum cost for Maintenance of Traffic required by the Project work in the Base Bid,which includes the Lighting Plans.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM 0715 11211:Pay item applies for Cobra Head type luminaire locations.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). Unit price of the pay item includes House Side Shields (HSS). PAY ITEM 0715 11213 (1):Pay item applies for Granville "Acorn"type luminaire locations.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). Unit price of the pay item includes House Side Shields (HSS). 6/14/2024 2:33 PM p.48 Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF8A3C iy of Miami Beach Bid 2024-458-ND PAY ITEM 0715 11213 (2):Pay item applies for PTE3 Taft "China Hat"type luminaire locations.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others).Unit price of the pay item includes House Side Shields (HSS). PAY ITEM 0715 11213 (3):Pay item applies for Louis Poulsen Alberstlund Maxi Post type luminaire locations.All work shall be performed in accordance with the Project design documentation (Plans, Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others).Unit price of the pay item includes House Side Shields (HSS). PAY ITEM 0715 11213 (4):Pay item applies for Taft "Spider"type luminaire locations.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). Unit price of the pay item includes House Side Shields (HSS). PAY ITEM 992-1:Pay item applies to all types of luminaire locations.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others).Unit price of the pay item will be full compensation for furnishing,installation,and testing of all materials and equipment,and for all tools,labor,equipment,hardware,cellular network connectivity,software and firmware packages, network and security,system back-up and recovery,supplies,support,personnel training,shop drawings, documentation,contractor warranty,manufacturer warranty,and incidentals necessary for a complete and accepted installation. Miscellaneous Pay Item Notes PAY ITEM 639 2 1:Pay items apply to locations where electrical infrastructure is required by the Project work.All work shall be performed in accordance with the Project design documentation (Plans, Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others)and pre-approved by the City of Miami-Beach as part of a separate work order to the Contractor. PAY ITEM 715 1 11,715 11 400:Pay items apply to locations where lighting infrastructure is required by the Project work.All work shall be performed in accordance with the Project design documentation (Plans, Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others)and pre-approved by the City of Miami-Beach as part of a separate work order to the Contractor. PAY ITEM 715 61111 (1 ),715 61111 (2),715 61111 (3):Pay item apply to locations,where the City of Miami-Beach requires the Contractor to furnish and install a new light pole complete to match with the existing Cobra Head Type Luminaire Light Poles (Mounting Height of 25 FT,30 FT,35FT,40FT and 45 FT). All work shall be performed in accordance with the Project design documentation (Plans,Specifications, FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others)and pre-approved by the City of Miami-Beach as part of a separate work order to the Contractor.The Contractor shall match the new pole with the existing pole type material,foundation type, mounting height and arm length. PAY ITEM 0715 516115 (1):Pay item apply to locations,where the City of Miami-Beach requires the Contractor to furnish and install a new light pole complete to match with the existing GRA NVILLE ACORN, TAFT SPIDER,TAFT CHINA HAT Type Luminaire Light Poles.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others)and pre-approved by the City of Miami-Beach as part of a separate work order to the Contractor.The Contractor shall match the new pole with the existing pole type material,foundation type,mounting height and arm length. PAY ITEM 0715 516115 (2):Pay item apply to locations,where the City of Miami-Beach requires the Contractor to furnish and install a new light pole complete to match with the existing LOUIS POULSEN ALBERSTLUND MAXI POST Type Luminaire Light Poles.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others)and pre-approved by the City of Miami- 6/14/2024 2:33 PM p.49 Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499BF843C o Iy of Miami Beach Bid 2024-458-ND Beach as part of a separate work order to the Contractor.The Contractor shall match the new pole with the existing pole type material,foundation type,mounting height and arm length. PAY ITEM'S E715 22 1,E715 24 1,E715 25 1:These maintenance related pay items shall be used to compensate the Contractor on this Construction Project to perform miscellaneous diagnostic,repair and/or parts replacement work on the Project.All work shall be performed as required in the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others)and pre-approved by the City of Miami-Beach as part of a separate work order to the Contractor.Payment includes all labor,equipment,component parts, connections,wiring and tools,as necessary to perform diagnostic,repair and/or replacement work when not included in another pay item. Additive Alternate -1 Pay Item Notes PAY ITEM 0101 1 (B):This is a lump sum cost for Mobilization required by the Project work in the Additive Alternative #1,which includes the Electrical Plans.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM 0102 1 (B):This is a lump sum cost for Maintenance of Traffic required by the Project work in the Additive Alternative #1,which includes the Electrical Plans.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM 0522 2:Pay item applies to locations where existing concrete sidewalk and/or driveway is impacted by the Project work.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM'S 0630 2 11,0630 2 12,0630 2 14,0630 2 64:Pay items apply to locations where new conduits are required by the Project work.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM 0635 2 11:Pay item applies to locations where new pull boxes are required by the Project work. All work shall be performed in accordance with the Project design documentation (Plans,Specifications, FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual and others). PAY ITEM 0639 11 22,0639 2 6,0639 3 60:Pay items apply to locations where electrical infrastructure is required by the Project work.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). PAY ITEM 0715 1 12,0715 1 13,0715 1 15,0715 500 11:Pay items apply to locations where lighting infrastructure is required by the Project work.All work shall be performed in accordance with the Project design documentation (Plans,Specifications,FOOT Standard Specifications for Road and Bridge Construction,City of Miami-Beach Public Works Manual,and others). End of Bid Price Form. 6/14/2024 2:33 PM p.50 Docusign Envelope ID:3EAB1C41-162F -4800-8779-068499BF8A3C I y of Miami Beach APPENDIX E MIAM BEACH Trench Safety Act Certification Only applicable if checked in the Invitation to Bid Summary 6/14/2024 2:33 PM Bid 2024-458-ND p.55 Docusign Envelope ID:3EAB1C41-162F-4800-B8779-068499BF8A43C I y of Miami Beach Bid 2024-458-ND TRENCH SAFETY ACT CERTIFICATION PAGE 1 OF 1 IF APPLICABLE,THIS FORM MUST BE SUBMITTED FOR BID TO BE DEEMED RESPONSIVE. On October 1,1990,House Bill 3181,known as the Trench Safety Act,became law.This incorporates the Occupational Safety &Health Administration (OSHA)revised excavation safety standards,citation 29 CFR.S.1926.650,as Florida's standards.The Bidder,by virtue of the signature below,affirms that the Bidder is aware of this Act and will comply with all applicable trench safety standards.Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors.The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. THE BIDDER ACKNOWLEDGES THAT THE TOTAL BASE BID INCLUDES THE COSTS OF COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT.THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY.THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF VALUES NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Description N/A Unit of Measure N/A Quantity N/A Unit Price N/A Extended N/A Method N/A Total $_ Rafael Echarri,President Name of Bidder Authorized Signature of Bidder CONSIDERA TION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.0□Cost for compliance with all Federal and State requirements of the Trench Safety Act* [NOTE:If the box above is checked,the Bidder must fill out the preceding Trench Safety Act Form in order to be considered responsive.] 6/14/2024 2:33 PM p.56 Docusign Envelope ID:3EAB 1C41-162F-4800-B8779-068499BF8A3C ATTACHMENT D INSURANCE REQUIREMENTS Oocusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C INSURANCE REQUIREMENTS The Contractor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract.The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract,which could result in withholding of payments or termination of the contract. A.Workers'Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease.Should the Contractor be exempt from this Statute,the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i)a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii)a copy of a Certificate of Exemption. B.Commercial General Liability Insurance on an occurrence basis,including products and completed operations,property damage,bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence.If a general aggregate limit applies,either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C.Automobile Liability Insurance covering any automobile,if Contractor has no owned automobiles,then coverage for hired and non-owned automobiles,with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D.Umbrella Liability Insurance in an amount no less than $10,000,000 per occurrence.The umbrella coverage must be as broad as the primary General Liability coverage. Additional Insured -City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation)arising out of work or operations performed on behalf of the contractor including materials,parts,or equipment furnished in connection with such work or operations and automobiles owned,leased,hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation -Each insurance policy required above shall provide that coverage shall not be cancelled,except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation -Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required.However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers -Insurance must be placed with insurers with a current A.M.Best rating of A:VII or higher.If not rated,exceptions may be made for members of the Florida Docusign Envelope ID:3EAB1C41-162F-4 800-B779-068499 F8A43C INSURANCE REQUIREMENTS Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage -Contractor shall furnish the City with original certificates and amendatory endorsements,or copies of the applicable insurance language,effecting coverage required by this contract.All certificates and endorsements are to be received and approved by the City before work commences.However,failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them.The City reserves the right to require complete,certified copies of all required insurance policies,including endorsements,required by these specifications,at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O.Box 947 Murrieta,CA 92564 Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent, EXIGIS,at: Certificates-miamibeach@riskworks.com 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. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C R2 A REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (1TB)2024-458-ND CITYWIDE LED LIGHTING PROJECT. (PUBLIC WORKS) Applicable Area: Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C Procurement Requests -R2 A MIAMI BEACH COMMISSION MEMORANDUM TO: FROM: DATE: TITLE: Honorable Mayor and Members of the City Commission Eric Carpenter,City Manager November 20,2024 REQUEST FOR APPROVAL TO AWARD A CONTRA CT PURSUANT TO INVITATION TO BID (1TB)2024-458-ND CITYW IDE LED LIGHTING PROJECT. (PUBLIC WORKS) RECOMMENDATION It is recommended that the Mayor and City Commission approve the award of a contract to R & D,Electric Inc.,the lowest,responsive,responsible Bidder to Invitation to Bid (1TB)No.2024-458- ND for Cityw ide LED Lighting Upgrade Project,and authorize the City Manager and City Clerk to execute a contract. This solicitation is currently under the cone of silence. BACKGROUND/HISTORY In 2016 the City's Public Works Department completed the first step in the preparation of a Cityw ide Street Lighting Master Plan by conducting a city-wide photometric analysis,an effort to assess the state of the City's lighting system.With this analysis the Department confirmed that large areas of the City were either over lit or under lit,with only approximately 18.2%of the City's roadways falling within the assumed acceptable range for illuminance and uniformity. Following the recommendations of said study,between 2018 to 2019 the City developed the Phase 1A Master Plan Concept Design for the Smart City Street Lighting System that defined the City's lighting goals to improve uniformity,and upgrade existing lighting to LED and to improve operations and maintenance with the implementation of a Computerized Maintenance Management System (CMMS).As part of this work,the Smart City Lighting Standards and Urban Lighting Report was approved and adopted by Commission in 2020. Phase 1B,subsequently completed between 2020 and 2023,further explored various smart city components and alternatives.A city-wide lighting retrofit was estimated at approximately $25 million,as part of the Phase 1B efforts.Phase 1B work also established the Lighting Management System criteria and included the installation of mockups throughout the City. The objective of Phase 1C,the current phase of the Cityw ide Smart Street Lighting Project,is to upgrade approximately 1000 luminaires throughout Miami Beach.This phase aims to achieve the largest number of lighting improvements without the addition of new light pole infrastructure.A significant feature of this phase is the inclusion of City-approved Lighting Management System control nodes,enabling offsite monitoring and control of the lighting assets to improve City operations and maintenance.This phase builds upon continuous improvements across the City, where multiple fixtures,including those in City parks,parking lots,and neighborhoods,have already been upgraded to LED to address known deficiencies and enhance safety and operations. The current phase focuses on areas not yet updated to LED,with prioritization given to locations identified by the City based on the preliminary Citywide study conducted (Citelum Report),which pinpointed the lighting compliance and deficient areas throughout the City.For better Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C understanding and organization,the City has divided this project into different neighborhoods, each with varying degrees of priority for lighting upgrades.The identified neighborhoods and sub- neighborhoods for this project include: •Flamingo •Palm View •Bayshore •La Goree •Alison Island •North Shore The scope of this project primarily consists of replacing the existing approximately 1,000 luminaires with new LED Luminaires and some pertinent electrical components.The luminaire replacement is proposed in kind,and following the use of lighting fixtures per the Smart City Lighting Standards and Urban Lighting Report compiled as part of the Phase 1A Master Plan Concept Design for the Smart City Street Lighting System and adopted by Commission in May 2020.Part of the scope of work will also include repairs at existing light pole locations and replacement or installation of some load centers,as noted in the plans.The scope also includes furnishing,installing,and integrating a lighting management system (LMS)per the plans and specifications. On October 30,2024,the City Commission brough up for discussion the 1TB for Cityw ide LED Lighting Project being presented for approval.An inquiry was raised by Commissioner Alex Fernandez on the type of lighting that would be placed on the historic districts,particularly the Flamingo Park and Palm View,and whether the award took into consideration,the design,that go in line according to the historic character of these neighborhoods.It was shared by City staff that the lighting proposed were upgrades to LED lighting and that fixtures were being replaced with the same exact type (like for like).Commissioner Fernandez continued the discussion, raising concerns that the City Commission was being presented an item for approval to award without having seen the visuals.Commissioner Fernandez made a request to be presented the same presentation and or visuals provided at Community outreaches.He also inquired whether the historic neighborhoods would have an opportunity to select nicer fixtures since they would have likely waited decades for the fixtures to be enhanced.Commissioner Fernandez made a motion to come back to the next Commission and to attach the visuals to the memorandum. The Public Outreach that was conducted as part of the Phase 1C design process included the following: •A project presentation video and website is available in this link: (https://www .miamibeachfl.gov/smartcitylighting/),with an overview of the project history and the proposed improvements.The presentation included visuals of the proposed luminaires,and how these were intended as smart,LED,in-kind replacements. •Conducted a public survey that determined the proposed Correlated Color Temperature (CCT)by neighborhood,with results incorporated into the final design. •Presented at various neighborhood association meetings and GOB Committee meetings. •Also responded to multiple inquiries from the community and from commissioners on the proposed plan. Attachment B presents the requested visuals provided at Community outreach events for review. To engage a contractor to complete the lighting improvement project,1TB 2024-458-ND was released. ANALYSIS Docusign Envelope ID:3EAB1C41-162F -4800-8779-068499BF8A3C On June 14,2024,the 1TB was issued.The Procurement Department issued bid notices to approximately 8,523 companies utilizing the City's e-procurement system,with 89 prospective bidders accessing the solicitation.A voluntary pre-bid conference to provide information to proposers submitting a response was held on June 25,2024.1TB responses were due and received on August 6,2024.The City received six (6)bids from the following firms:AUM Construction,Inc.,Horsepower Electric,Inc.,New Era Electric,Inc.,R &D,Electric Inc.,Sice, Inc.,and Signal Technology and Installation,Corporation.See Attachment A for a tabulation of bids received. The 1TB stated that the lowest responsive and responsible Bidder meeting all 1TB terms, conditions,and specifications would be recommended for award.The Procurement Department and Public Works Department found that the bid submitted by R &D,Electric Inc.meets the requirements of the 1TB,including: 1.Licensing Requirements:Bidder or subcontractor shall be a State of Florida Certified General Contractor OR Miami Dade County Licensed General Contractor AND a prequalified FDOT "Electrical Work"Class Contractor AND a State of Florida Certified Electrical Contractor OR a Miami Dade County Licensed Master Electrician. Florida Sol Systems,Inc.is State certified as a General Contractor.The state license number is CGC 007467,expiring on August 31,2026.Florida Sol Systems,Inc.is State certified as an Electrical Contractor.The state license number is EC13009154,expiring on August 31,2026. Rtech Engineering LLC is a prequalified FDOT "Electrical Work"Class Contractor,expiring on June 30,2025 2.Previous Experience of Bidder (Firm or its principal)or Subcontractor.Bidder or its principal or subcontractor must have completed a minimum of three (3)projects of similar scope and budget within the last ten (10)years,two (2)of which must be completed,and the third may be ongoing.A project of similar scope shall be defined as a roadway lighting improvement project with a construction cost of at least $1.5 million. R &D,Electric Inc.provided three (3)positive and satisfactory references for Rtech Engineering LLC documenting compliance with the minimum experience requirement. 3.Previous Experience of Bidder (Firm)Project Manager.Bidder's Lead Project Manager must have completed at least two (2)projects of similar scope and budget within the last ten (10)years. A project of similar scope shall be defined as a roadway lighting improvement project with a construction cost of at least $1.5 million. R &D,Electric Inc.submitted proof of the required experience for its personnel. 4.Previous Experience of Bidder (Firm)Superintendent.Bidder's Superintendent must have completed at least two (2)projects of similar scope and budget within the last ten (10)years.A project of similar scope shall be defined as a roadway lighting improvement project with a hard construction cost of at least $1.5 million. R &D,Electric Inc.submitted proof of the required experience for its personnel. Accordingly,R &D,Electric Inc.has been deemed the lowest responsive and responsible Bidder, meeting all 1TB terms,conditions,and specifications. Below is a summary of the firm as articulated in its bid response: R &D Electric Inc.is a Miami-Dade County certified Small Business Enterprise (SSE)that has been in business for over sixteen years and has provided electrical services to various South Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C Florida cities,municipalities,highway authorities,and agencies in street lighting,traffic signalization,and utility work.Previous work includes services for the Florida Department of Transportation,MDX Authority,Broward County,and the City of Coral Gables.Since 2014,R & D Electric Inc.has provided routine electrical services to the City,including emergency repairs and planned repairs or small projects.To date,the City is satisfied with the service being provided. FISCAL IMPACT STATEMENT The bid submitted by R &D,Electric Inc.,the lowest responsive and responsible Bidder,was for the grand total amount of $1,400,568.11.The contract total with the bid alternate and the City's contingency is $1,707,197.92,which is $1,935,262.88 lower than the estimated budget of $3,642,460.80,as stated in the 1TB. R &D,Electric Inc.Grand Total: Bid Alternate Selected: Subtotal: Plus 10%Owner's Contingency: Total: $1,400,568.11 $151,430.00 $1,551,998.11 $155,199.81 $1,707,197.92 Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) If applicable,the Business Impact Estimate (BIE)was published on: See BIE at:https://www.miamibeachfl.gov/city-hall/city-clerk/meetinq-notices/ FINANCIAL INFORMATION 64918-CONST,SVCS-LIGHTING -307 /307-0810-000342-29-400-592-00-00-401,000.0000-64918 64918-CONST,SVCS-LIGHTING -306 /306-1720-000342-00-400-592-00-00-1,000.0000-64918 64918-CONST,SVCS-LIGHTING --305/305-0810-000342-29-400-592-00-00-1,000.0000-64918 67319--CONT,SVCS-LIGHT!NG -392 /392-0840-000342-29-401-521-00-00-00-$2,815,846.8267319 27800 -CONSTRUCT -LIGHTING -306 /306-0840-069357-00-410-000-00-00-00-423,613.9827800 CONCLUSION Based on the foregoing,it is recommended that the Mayor and City Commission of the City of Miami Beach,Florida,approve the award of a contract to R &D,Electric Inc.,the lowest responsive and responsible Bidder to 1TB No.2024-458-ND for Citywide LED Lighting Upgrade Project and authorize the City Manager and City Clerk to execute a contract. Applicable Area Citywide Docusign Envelope ID:3EAB1C41-162F -4800-B779-068499BF8A3C Is this a "Residents Right to Know"item, pursuant to City Code Section 2-172 Yes Is this item related to a G.O.Bond Project? Yes Was this Agenda Item initially requested by a lobbyist which,as defined in Code Se._2-481, includes a principal engaged in lobbying?No If so,specify the name of lobbyist(s)and principal(s): Department Procurement Sponsor(s) Co-sponsor(s) Condensed Title Award 1TB 2024-458-ND,Citywide LED Lighting Project.PW/PR Ono<cou..000tcoOodN.M.0aoO7u..yo ';-5O 0tI ("")lolDa0ai>CuI CO»G~ O00 "rjeifeline •RFQ (Procurement)Smart City Street Lighting System •Phase 1 A-Initial Assessment •9000 existing light poles •Detailed survey and inventory of existing street lighting across Miami Beach l .D evelopment of City lighti ng Standar ds •Phase 1 B (planning and development/exploring smart city components and maintenance needs) •Estimate fo r 10 0%city w ide Lighting Retrofit=$25M Construction Cost •Developm ent of Cityw ide lighting Approved Product List I Select ion of Lighting Management System •Phase 1 C -Construct ion -Advertisement schedule May /June 2024 [IIEl]l]'h ose 2 -Design (G O B Tra nche 2 -$6.5M fo r additional lighting improvements pl anne d)l Installation of M ockups _) ,) •City w ide photometric analysis •18.2%of the City 's roadw ays fell w ithin the acceptable range fo r illum inance and unifo rm ity ratios •Study recom m ended develop a Lighting M aster Plan and im plementation of a Com puterized M aintenance Management System CM M S" •Phase lC -Design We are here,progressing 1 99%/ •Developm ent of Lighting Analysis and lighting Construct ion Plans •Maxim ize lighting im provements:$3.5M construct ion (G O B Tranche 1,Lighting Upgrade of up to 1,4 00 luminaires) MIAMI BEACH &refiis raisiderations BENEFITS TO THE COMMUNITY •Pro mote safety . •Enhance the resident and visitor experience in the streets at night. •Provide unifo rm street lighting conditions throughout the City . •M inimize unw anted lighting on residences or property window s by strategically adding "house shields"to the luminaires. DESIGN CONSIDERATIONS • • • • • • • • • • Use of City Approved Product List (APL)fixtures M aximize im provements with limited budget ($3.5M available -G OB Tl ) Prioritization of Defici ent Areas Existing Conditions and Recent Upgrades Pow er Service Upgrade Needs -improve and combine Load Centers Use of House Side Shield to limit glare and spillage onto private property Use cut-off fixtures to limit uplighting fo llow ing statew ide Dar k Skies Initiative Use of Control N odes and Lighting M aintenance System (monitoring,dimming,automated notifications] Re-use of Existing Lighting Infrastruct ure without light pole additions Eff ective Projected Area (EPA)of existing vs pro posed fixtures •Veiling limitations •Existing use of decorative pedestrian fixtures with lar ge existing spacing and low mounting height to pro vide roadw ay lighting illumination. "l •f I .,,,,,,-.- / MIAMI BEACH Docusign Envelope ID:3EAB 1C41-162F-4800-B779-068499BF8A3C Phase·1 C:Proposed Upgrades and Recently Completed Legend Magenta Zones:Phase 1C Proposed Green Zones:Recently completed upgrades Pellow Zone:,Proposed separate upcoming capital project aoooi •aooK selection Considerations 4000K Correlated Color Temperature [CCT)is recommended for this project phase based on the following: •Provide a balanced color lighting through the city •Match recent successful lighting improvements using 4000 CCT: •Lakeview,la Goree Island,Sunset Islands and Islands on Venetian Causeway. •Roadways/parks/parking lots improved •Operations improvements in deficient areas including Flamingo Neighborhood •FPL replacement of all alleyways with 4000k •Improve visibility and safety -MBPD Cameras/Drivers/Pedestrians •Prioritize deficient areas (underlit /over-lit locations) •Maximize useful life of upgraded areas and minimize rework •Maximize improvements with limited budget •GO Bond and City Available Funding:Tl $3.5M (Future T2 $6.5M) •$25M estimated in 2022 for retrofitting of all 9000 city owned poles I / - j)~,tf 'tg 4 '+g .t ,'1~'· ti 4 #, I ' ,,-~ I dy/,...,,,I'\7 j / '/I r I )I l! 1 4 lE /1 ''400ox ccr MIAMI BEACH D ocusign Envelope ID :3EA B1C 41-162F-4800-B779-068499BF8A 3C RECENT LED UPGRADES IN THE FLAMINGO PARK NEIGHBORHOOD Flamingo-Lummus-Palm View Neighborhood _South West to Ea st Limits:Alton Road to Washington Avenue.South to North Limits:5"Street to 11"Street. •"~•3 Walgreens 5·.'? •"3"""e ¢%4•·A4,$4°%$%•••·,·.·°.z+o¢""0$4m ••f =A ·,c ?•·,":«·,%4"e%$.""]» •••~iMB8-Stanley c.e %-t.s %¢so g Meyers3 4 ,g.4 4.?{€%°.%.%% ¢p ¢¢Kde2¢umpton%¢Sgym0 sos'¢4oart oo 3 dmmuny¢letropole ?y y ea_4 Soun sen'·'·8 ""a»¢•••CVS/]Heh Pressure Sod ium (Hrs 4 •235z!o•g 4• M» ~3 (')~• se4••The Shops a! Fihh and A@ Sloes/\ A lI s"try Wolfson/an ¢••or$ 5th St 4 Legend: @Metal Halide (Mu) 404 Wal ught -£mitti ng Dolode (ED) Av 200 $t %1• s! •••+9»st p 4 ¢¢ %"•»",'·••••·s •',·,MIAMI E••Ie¢%," •%$ ••&i# ' I J P q Q;~R~u,,¢vol ""lnow"al44i.4 ·46' $HER'WIN-.WILLAMS • % ¢ Valk!95i >+'.a¢¢t47 1,-p iS 1 $ aso 3a¢••?·%t 5 $'«<2ATszortn ,o ,.~,--------•WA"Sn°&"0 %<·a •n •i High ,,..,.,.Sodun (lf>S I~. {•wow«w tp%,,ouwwvor ow to » 9 »°ee Espanol Way Legend: AN 4th PI 1410 St Light fixtures updated in residential areas as needed over time. Approximately 200 fixtures already upgraded to LED ~50 fixtures using 3000k CCT on 11 St. ~150 fixtures vsiig 4000 CCT spread out Estimated funds spent :$400k MIAMI BEACH Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C Proposed Fixtures (in kind replacement from Approved Product list -APL) A PTE3 P80 40K GL3 PUCL2 P50 R3 40K PUCL3 P 100 40K Alberstlund Maxi Post 4K ATBO P454 R3 4K 11407 12288 15605 4939 25200 4000K 4000K 4000K 4000K 4000K ---.--ea Luminair ~Proposed LED 4000KeLumens AT BO P203 R3 1o «ow AT BO P303 R3 15950 4000k --~---~-~-~---~-~,-------7I GVD P50 40K GL3 I I 4000k13202 II ,, Five (5}luminaire Models proposed Eight (8]Lumens Packages proposed MIA M I BE A CH Docusign Envelope ID:3EAB 1 C41-162F-4800-B779-068499BF8A3C 1 Phase-1 B Mockups:Reference Tested city blocks -installed 2022-2023: 1.GVD3 (Acorn Decorative)Style·4000K CCT:Collins Ave,between South Pointe Dr and 1 St 5 -°! !«4 tu_at dual 2.GVD3 (Acorn Decorative)Style·3000K CCT:Prairie Ave,between 45 -46 streets 3.PTE3 (Stanley Paulsen (China Hat)Decorative)Style·3000K CCT:Meridian Ave,north of Dade Blvd 4.Cobra head -3000K CCT:Michigan Ave between7-8 streets 5.Cobra head -4000K CCT:Byron Ave,between 78 -79 streets 6.Cobra head -4000K CCT:72 St,between Dickens Ave and Abbott Ave MIAMI BEACH Docusign Envelope ID:3EAB1C41-162F-4800-B779-068499BF8A3C Reference Upgraded lights on 11 Street near Alton Road. e; t h FL33139 United States \I - '» {' re'--"s,WE Su}'Ls,[· {r ., .s.551:46 PM ohS L 33139 ,{United statesa44»ti4r43r'yd 4'..,_,,......»a@ r at .4[Egg; f '4 ". i j,,$,23! ;;{4,I d»' ' 1 ,,1•.._,1,1':t ';'o 'i,lls+•:•,.,~n."', tr.••,~·'1,..1,·· h [4s C y 't•I F ±; l ,i •~;I I ,-•1 .~.,...:1-•Tl•4 , 7 e s ''Ejz.g 4gr"".c::,ii .,"L,..t,,~_.._~,...-:.~> "'..i .•\~.,...1t·•-'•,-,;~r~·~,.-?'['')l.,'j., «u N [g {]hid .a.,.,,_•:,~1•,1 't '•.,~'- .·.•t-1:~_..·-~-~--l •~•l•,'',,I ler;siill [i,47$%%f,.'S -N 1'4"fj#j Flamingo-Lummus-Palm View Neighborhood _South West to East Limits:A/ton Road to Washington Avenue.South to North Limits:5 Street to 11"Street. 8-Stanly €.{ eyers p •, 6 A >63 2 *~•3 Walgreens•• •I"• ·,%• 0s4 U •eTheShopsat Fifth and Al@n re3ta% a 8 A 4° 8 e p»s •f? 2%$$••r £ii36•3 ){± n¢s • e •• ••Sh Shore ¢Cnrunty0 a a.d i d4 e $0" ¢2e•»,0 4¢ •,$¢@...Ae2¢Ats,oz ¢ 5i3££;»?,% •••Legend:•"er •CVS#HighPressure Sodium (HPS) 51h St Metal Halide (MM) 404 Wa iht-EmittingDiode [E D) Aw MIAMI BEACH Docusign Envelope ID:3EAB1 C41-162F-4800-B779-068499BF8A3C Please complete our project community poll on the project website here:miamibeachfl.gov/smartcitylighting For more information or questions,please contact Kevin Pulido at kevinpulido@miamibeachtl.gov I •,·++ta o ,=~sir f •·\•;;..J~d•·,,.._i"w t ,$,,"#'i','l .,•t ».z.,4.qy •}•,o l}[p r !lie.·Ml.d:!l._,:,:,,.1~·..__,~l-a;c;-~~:~,,..;•~.'.':J"=,:/~lllll\'!::'wll •·!ti·::J.-:·:~./..••,..~,J -~-~"-•·:~~iJ~·,.-t ·•·•,.;t,-.;:'......~\..~;•~'rr~•:.,r."J-,·1-1·;,.,_~r ,,-•---:-.••••°'••-~f'.>:-'.jr•...-•~",.:;..-;.;."\··,;'\,i",w~•,•••.:.••.•I',,_,,?·1••,>L ~t.«t •·..),,2 -,~-m.. •__,.•••:••·T,•,....,.\,,~••.,•••rL.,......_,.--~--.r~•·•i:-:..:.-~---.,l~1·•··,..4 ••••7;...~·+-·'s.°•{--ti [,yi s er,.like l;.j jj ·,t,,,l!h ,'-u:.'.±}d l .i n 'r.-:f.o+o_a _t l•,••••.•-·•,•••I'~l-~;.~i~l--1"'..-~-.....~.,-,-w,rJt,"i.'i-.,Ii...·,.•--1rr~-f :;.~··.-~,..,...,.....-~-~."3-·'II!,....-···::--,...~--,,~z~~·►\\~::•4•l.••.I ,,~:,;i-,,,,,..:;:•::=,I'~.-.·.....•~,,.t ·; I ~")t .....•~··:-••,,~.-~•.._.,,,...•~.•''·::I ,•_-,.,.•·rr-.··•.,_,-~..l>...-~-·:',.r'_g,,l -2_gr •as a-'in 'ot ;all 'e "pl•_l-:.'-··""~~.;r-.....iltil '-•1 ·••111·'4',ijj ,,,••-,::.•••t .,·-I·.--IIt'•:•I•,·•:..+s4 ".",,?'ill""'i "g se-.:zl "'g,ht .s ••~,Ji ""I"•...f ~..:.-.l =.:::==:·~.-:-it'•I ...:.-,;;..::.,.,.-:•-,,,•'•·,••·.•,.....•--~-·•'••••.._,·~.,i:~•"''11..s"fie'gji,#.2t"#f@,en##i +•