Loading...
HomeMy Public PortalAbout2022-31 Approving professional service agreements with Southeastern Engineering Contractors, Inc., David Mancini & Sons, Inc., and GPE Engineering & General Contractor Corp.RESOLUTION NO. 2022-31 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, APPROVING PROFESSIONAL SERVICE AGREEMENTS WITH SOUTHEASTERN ENGINEERING CONTRACTORS, INC., DAVID MANCINI & SONS, INC., AND GPE ENGINEERING & GENERAL CONTRACTOR CORP. FOR MISCELLANEOUS STORMWATER CONSTRUCTION AND REPAIR SERVICES ON AN AS -NEEDED BASIS, USING THE TERMS AND CONDITIONS OF THE CITY OF FORT LAUDERDALE CONTRACT COMPETITIVELY AWARDED PURSUANT TO INVITATION TO BID NO. 12504-613; PROVIDING FOR AUTHORIZATION; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Village of Key Biscayne (the "Village") is in need of miscellaneous stormwater construction and repair work to maintain its stormwater system; and WHEREAS, the City of Fort Lauderdale, Florida, issued Invitation to Bid No. 12504-613 on April 27, 2021 (the "ITB") for Annual Construction of General Stormwater Infrastructure (the "Services") and competitively awarded a contract to the Contractor pursuant to the ITB (the "Master Contract"); and WHEREAS, the Village desires to engage Southeastern Engineering Contractors, Inc., David Mancini & Sons, Inc., and GPE Engineering & General Contractor Corp. (the "Contractors"), to perform the Services on an as -needed basis; and WHEREAS, in accordance with Section 2-86 of the Village Code of Ordinances, the Village Council seeks to authorize the Village Manager to enter into an agreement for the Services with the Contractors utilizing the terms and conditions of the Master Contract, in substantially the form attached hereto as Exhibit "A" (the "Agreements"); and WHEREAS, the Village Council finds that this Resolution is in the best interest and welfare of the residents of the Village. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS: Section 1. Recitals. That each of the above -stated recitals are hereby adopted, confirmed, and incorporated herein. Section 2. Approval. That the Village Council hereby approves the Agreements with the Contractors, attached hereto as Exhibit "A." Section 3. Authorization. That the Village Council hereby authorizes the Village Manager to execute the Agreements, in substantially the form attached hereto as Exhibit "A," utilizing the terms and conditions of the Master Contract. Section 4. Effective Date. That this Resolution shall be effective immediately upon adoption. PASSED and ADOPTED this 26th day of July 2022. MICHAEL W. DAVEY, MAYOR ATTEST: VILLAGE CLERK APPROVED AS TO FORM AND LEGAL SUFFICI L WEISS SEROTA HELFMAN COLE & BIERMAN, P.L. VILLAGE ATTORNEY CITY OF FORT LAUDERDALE CONTRACT ANNUAL CONSTRUCTION OF GENERAL STORMWATER INFRASTRUCTURE (12504-613) DESCRIPTION Southeastern Engineering Contractors, Inc. CONTRACTOR Unit Price Contract AMOUNT June 1, 2021 COMMISSION APPROVAL DATE Exhibit "A" CITY OF FORT LAUDERDALE CONSTRUCTION AGREEMENT THIS Agreement made and entered into this 1st day of June , 2021 , by and between the City of Fort Lauderdale, a Florida municipal corporation (City) and Southeastern Engineering Contractors, Inc., a Florida Corporation (Contractor), ("Party" or collectively "Parties"): WHEREAS, the City desires to retain a contractor for the Project as expressed in its Invitation to Bid No. 12504-613 , Project No. 12220 , which was opened on April 27, 2021 ; and, WHEREAS, the Contractor has expressed its willingness and capability to perform the necessary work to accomplish the Project. NOW, THEREFORE, the City and the Contractor, in consideration of the mutual covenants and conditions contained herein and for other good and valuable consideration, the receipt and sufficiency is hereby acknowledged, agree as follows: ARTICLE 1 — DEFINITIONS Whenever used in this Agreement or in other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural forms 1.1 Agreement — This written Agreement between the City and the Contractor covering the work to be performed including other Contract Documents that are attached to or incorporated in the Agreement. 1.2 Application for Payment — The form accepted by the City which is to be used by the Contractor in requesting progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. 1.3 Approve — The word approve is defined to mean review of the material, equipment or methods for general compliance with design concepts and with the information given in the Contract Documents. It does not imply a responsibility on the part of the City to verify in every detail conformance with plans and specifications. 1.4 Bid — The offer or Bid of the Contractor submitted on the prescribed form setting forth the total prices for the Work to be performed. 1.5 Bid Documents — Advertisement for Invitation to Bids, the Instructions to Bidders, the Bid Form (with supplemental affidavits and sample agreements), the Contract Forms, General Conditions, the Supplementary Conditions, the Specifications, and the Plans, which documents all become an integral part of the Contract Documents. 1.6 Certificate of Substantial Completion - Certificate provided by the City certifying that all Work, excluding the punch list items, has been completed, inspected, and accepted by the City. C-1 1.7 Change Order - A change order is defined as a written order to the Contractor approved by the City, authorizing a revision of an underlying agreement between the City and the Contractor that is directly related to the original scope of work or an adjustment in the original contract price or the contract time directly related to the original scope of work, issued on or after the effective date of the contract. 1.8 City — The City of Fort Lauderdale, Florida including but not limited to its employees, agents, officials, representatives, contractors, subcontractors, volunteers, successors and assigns, with whom the Contractor has entered into the Agreement and for whom the Work is to be provided. 1.9 Contract Documents — The Contract Documents shall consist of this Agreement, Exhibits to this Agreement, Public Construction Bond, Performance Bond, Payment Bond and Certificates of Insurance, Notice of Award and Notice to Proceed, Task Orders, General Conditions, Special Conditions, Technical Specifications, Plans/Drawings, Addenda, Bid Form and supplement Affidavits and Agreements, all applicable provisions of State and Federal Law and any modification, including Change Orders or written amendments duly delivered after execution of Agreement, Invitation to Bid, Instructions to Bidders and Bid Bond, Contractor's response to the City's Invitation to Bid, Schedule of Completion, Schedule of Values, all amendments, modifications and supplements, work directive changes issued on or after the Effective Date of the Agreement, as well as any additional documents that are required to be submitted under the Agreement. Permits on file with the City and/or those permits to be obtained shall be considered directive in nature and will be considered a part of this Agreement. A copy of all permits shall be given to the City for inclusion in the Contract Documents. Terms of permits shall be met prior to acceptance of the Work and release of the final payment. 1.10 Contract Price — The monies payable to the Contractor by the City under the Contract Documents and in accordance with the line item unit prices listed in the Bid. 1.11 Contract Time — The number of calendar days stated in the Agreement for the completion of the Work. The dates on which the work shall be started and shall be completed as stated in the Notice to Proceed and each subsequent Task Order. 1.12 Contractor — The person, firm, company, or corporation with whom the City has entered into the Agreement, including but not limited to its employees, agents, representatives, contractors, subcontractors, their subcontractors and their other successors and assigns. 1.13 Day — A calendar day of twenty-four (24) hours ending at midnight. 1.14 Defective — When modifying the word "Work" refers to work that is unsatisfactory, faulty, or deficient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents, or has been damaged prior to the Project Manager's recommendation of final payment. Exhibit "A" C-2 1.15 Effective Date of the Agreement — The effective date of the Agreement shall be the date the Contract is executed by the Parties. The Contractor shall provide all required payment and performance bonds and insurances to the City within ten (10) calendar days following the City Commission approval. Upon verification of all bonds and insurances, the City will issue a written notice to proceed (NTP) to the Contractor. 1.16 Final Completion Date — The date the Task Order Work is completed, including completion of the final punch list, and delivered along with those items specified in the Contract Documents and is accepted by the City. 1.17 Hazardous Materials (HAZMAT) - Any solid, liquid, or gaseous material that is toxic, flammable, radioactive, corrosive, chemically reactive, or unstable upon prolonged storage in quantities that could pose a threat to life, property, or the environment defined in Section 101(14) of Comprehensive Environmental Response, Compensation and Liability Act of 1980 and in 40 CFR 300.6. Also defined by 49 CFR 171.8 as a substance or material' designated by the Secretary of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. 1.18 Hazardous Substance - As defined by Section 101(14) of the Comprehensive Environmental Response, Compensation and Liability Act; any substance designated pursuant to Section 311(b) (2) (A) of the Clean Water Act; any element, compound, mixture, solution or substance designated pursuant to Section 102 identified under or listed pursuant to Section 3001 of the Solid Waste Disposal Act {but not including any waste listed under Section 307[a] of the Clean Water Act}; any hazardous air pollutant listed under Section 112 of the Clean Air Act; and any imminently hazardous chemical substance or mixture pursuant to Section 7 of the Toxic Substances Control Act. The term does not include petroleum, including crude oil or any fraction thereof, which is not otherwise specifically listed or designated as a hazardous substance in the first sentence of this paragraph, and the term does not include natural gas, natural gas liquids, liquefied natural gas. or synthetic gas usable for fuel (or mixtures of natural gas and such synthetic gas). 1.19 Hazardous Waste - Those solid wastes designated by OSHA in accordance with 40 CFR 261 due to the properties of ignitability, corrosivity, reactivity, or toxicity. Any material that is subject to the Hazardous Waste Manifest requirements of the EPA specified in 40 CFR Part 262. 1.20 Holidays - Those designated non -work days as established by the City Commission of the City of Fort Lauderdale. 1.21 Inspection — The term "inspection" and the act of inspecting as used in this Agreement is defined to mean the examination of construction to ensure that it conforms to the design concept expressed in the plans and specifications. This term shall not be construed to mean supervision, superintending and/or overseeing. 1.22 Notice of Award - The written notice by City to the Contractor stating that upon compliance by the Contractor with the conditions precedent enumerated therein, within the time specified that the City will sign and deliver this Agreement. Exhibit "A" C-3 1.23 Notice to Proceed — A written notice given by the City to the Contractor fixing the date on which the Contract Time will commence to run. Contractor will immediately commence work upon receipt of the Notice to Proceed. Task Orders executed under this Contract will contain set timeframes in which the Task Order work shall be started and completed. 1.24 Plans - The drawings which show the character and scope of the work to be performed and which have been prepared or approved by the City and/or are referred to in the Contract Documents and/or Task Orders. 1.25 Premises (otherwise known as Site or Work Site) — means the land, buildings, facilities, etc. upon which the Work is to be performed. 1.25 Project — The total construction of the Work to be provided as defined in the Contract Documents and each executed Task Order. 1.27 Project Manager - The employee of the City, or other designated individual who is herein referred to as the Project Manager, will assume all duties and responsibilities and will have the rights and authorities assigned to the Project Manager in the contract Documents in connection with completion of the Work in accordance with this Agreement. The Project Manager, or designee, shall be the authorized agent for the City unless otherwise specified. 1.28 Punch List - The City's list of Work yet to be done or be corrected by the Contractor, before the Final Completion date can be determined by the City. 1.29 Record Documents - A complete set of all specifications, drawings, addenda, modifications, shop drawings, submittals and samples annotated to show all changes made during the construction process. 1.30 Record Drawings or "As-Builts" - A set of drawings which show significant changes in the work made during construction and which are usually based on drawings marked up in the field and other data furnished by the Contractor. These documents will be signed and sealed by a Professional Engineer or a Professional Land Surveyor licensed in the State of Florida and employed by the Contractor at no cost to the City. 1.31 Substantially Completed Date — A date when the Contractor has requested in writing, stating that the Work is substantially completed and is ready for an inspection and issuance of a final punch list for the Project. If, at the time of inspection, it is determined the project is substantially completed, the City will issue a letter of Substantial Completion along with a punch list of incomplete or deficient items to be completed prior to requesting a Final Completion inspection. 1.32 Task Order — A written agreement between the City and Contractor defining the particular scope of work to be performed under this Contract. When necessary, plans, permits and specifications may be provided by the City to clarify the requirements of the Task Order work. Each Task Order will contain a timeframe in which the work shall be completed in order for the Contractor to avoid being subjected to liquidated damages. C-4 1.33 Work — The entire completed delivered product or the various separately identifiable parts thereof required to be furnished under the Contract Documents and/or Task Order. Work is the result of performing services, furnishing labor and furnishing and incorporating material and equipment into the product, all as required by the Contract Documents. ARTICLE 2 — SCOPE OF WORK 2.1 The Contractor shall complete all work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only part is generally described as follows: ANNUAL CONSTRUCTION OF GENERAL STORMWATER INFRASTRUCTURE ITS 12504-61i PROJECT 12220 2.2 All Work for the Project shall be constructed in accordance with the approved plans and Specifications. The Work generally involves: PROJECT DESCRIPTION This project is located throughout the City of Fort Lauderdale. The work to be accomplished under this contract includes, but is not limited to, the construction and installation of various storm water infrastructure consisting of: catch basins, storm water manholes, piping, exfiltration trenches, tidal valves, swales regrades, retention area, pipe lining, pervious pavements and repair of the aforementioned. In addition to the storm water infrastructure, the contract covers restoration activated and miscellaneous utility relocations needed to execute these projects. This includes, but not limited to, landscape/hardscape removal and reinstall, pavers/pavement/asphalt removal and reinstall, relocation of various utility pipes and boxes, use of equipment for specialized work, maintenance of traffic, dewatering activities and pollution prevention items. 2.3 Within ten (10) days of a Notice to Proceed of the start date noted on each Task Order, the Contractor shall submit a Construction Schedule, Schedule of Values and a listing of all personnel employed. The general sequence of the Work shall be submitted by the Contractor and approved by the City before any work commences. The City reserves the right to issue construction directives necessary to facilitate the Work or to minimize any conflict with operations. ARTICLE 3 — PROJECT MANAGER 3.1 The Project Manager is hereby designated by the City as Rares V. Petrica, whose address is 101 NE 3rd Avenue, Suite 1410, Fort Lauderdale, FL 33301-1016, telephone number: (9541828-6720, and email address is rpetrica(c fortlauderdale.gov. The Project Manager will assume all duties and responsibilities and will have the rights and authorities assigned to the Project Manager in the Contract Documents in connection with completion of the Work in accordance with this Agreement. 0-5 ARTICLE 4 — CONTRACT DOCUMENTS The Contract Documents which comprise the entire Agreement between the City and Contractor are incorporated herein and attached to this Agreement, and consist of the following: 4.1 This Agreement. 4.2 Exhibits to this Agreement [Plans (sheets [ N/A ] to [ N/A ] inclusive)]. 4.3 Public Construction Bond, Performance Bond, Payment Bond and Certificates of Insurance. 4.4 Notice of Award and Notice to Proceed. 4.5 General Conditions as amended by the Special Conditions. 4.6 Technical Specifications. 4.7 Plans/Drawings. 4.8 Addenda number 1 through 4 , inclusive. 4.9 Bid Form and supplement Affidavits and Agreements. 4.10 All applicable provisions of State and Federal Law. 4.11 Invitation to Bid No., 12504-613 , Instructions to Bidders and Bid Bond. 4.12 Contractor's response to the City's Invitation to Bid No., 12504-613 , dated April 8, 2021 . 4.13 Schedule of Completion. 4.14 All amendments, modifications, supplements, Task Orders, change orders, and work directive changes, issued on or after the Effective Date of the Agreement. 4.15 Any Additional documents that are required to be submitted under the Agreement. 4.16 Permits on file with the City and or those permits to be obtained shall be considered directive in nature and will be considered a part of this Agreement. In the event of any conflict between the documents or any ambiguity or missing specification or instruction, the following priority is established: a. Agreement. b. Approved change orders, addenda or amendments. c. Specifications (quality) and Drawings (location and quantity). C-6 d. Supplemental conditions or special terms. e. General Terms and Conditions. f. This Agreement dated June 1, 2021 , and any attachments. g. Invitation to Bid No., 12504-613 , and the specifications prepared by the City. h. Contractor's response to the City's Invitation to Bid No., 12504-613 , dated April 8, 2021 . . Schedule of Values. j. Schedule of Completion. If during the performance of the Work, Contractor finds a conflict, error or discrepancy in the Contract Documents, Contractor shall so report to the Project Manager, in writing, within five (5) calendar days, and before proceeding with the Work affected shall obtain a written interpretation or clarification from the City. Any Work that may reasonably be inferred from the specifications or plans as being required to produce the intended result shall be supplied whether or not it is specifically called for. When words which have a well-known technical or trade meaning are used to describe Work, materials, or equipment, such works shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or associations, or to the code of any governmental authority whether such reference be specific or implied, shall mean the latest standard specification, manual or code in effect as of the Effective Date of this Agreement, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of the City, the Contractor, or any of their agents or employees from those set forth in the Contract Documents. ARTICLE 5 — CONTRACT TIME 5.1 The initial contract term shall commence upon the date of award by the City and shall expire two (2) years from that date. The City reserves the right to extend the contract for two (2) additional one (1) year terms, providing all terms, conditions and specifications remain the same, both parties agree to the extension, and such extension is approved by the City. 5.2 The Contractor recognizes that TIME IS OF THE ESSENCE. The Work on each Task Order shall commence immediately upon the Contractor's receipt of an executed Task Order. 5.3 The Contractor shall mobilize to the project site and begin construction activities within N/A calendar days of receipt of the executed Task Order or by the specific date noted within the Task Order (whichever applies). C-7 5.4 The Work on each Task Order shall be substantially completed within the timeframe agreed upon and noted in each executed Task Order. 5.5 The Work on each Task Order shall be finally completed on or before the Final Completion Date and ready for final payment in accordance with Final Completion Date agreed upon and noted in each executed Task Order. 5.6 In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the City as authorized by the awarding authority. The extension period shall not extend for more than one hundred and eighty (180) days beyond the expiration date of the existing contract. The Contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the City. No new Task Orders will be assigned after the contract's expiration nor will any new work be performed after that date. ARTICLE 6 CONTRACT PRICE 6.1 City shall pay Contractor for performance of the Work in accordance with Article 7 based on the value of the executed Task Orders issued for this Contract. 6.2 The Parties expressly agree that the Contract Price is a unit price contract, in accordance with those line item unit prices contained in the Contractor's ITB response and incorporated by reference herein. The quantities of work in the Proposal are a rough approximation only. The total quantities of work to be included in this Contract and actually performed may vary widely depending upon the work that will be authorized by the City through Task Orders, during the period of this Contract. 6.3 The Contract Price constitutes the total compensation payable to Contractor for the cumulative value of each executed Task Order. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at Contractor's expense without change in the Contract price. ARTICLE 7 — PAYMENT PROCEDURES 7.1 Contractor shall submit Applications for Payment, for each executed Task Order, in accordance with the Contract Documents. Applications for Payment will be processed by the City as provided for in the General Conditions. 7.2 Progress Payments. City shall make progress payments on account of the Contract Price on the basis of Contractor's executed Task Order and corresponding Application for Payment, which shall be submitted by the Contractor between the first (15t) and the tenth (10'x') day after the end of each calendar month for which payment is requested, or upon completion of the work of the executed Task Order. All progress payments will be made on the basis of the progress of the Work completed on the executed Task Order. 7.3 Prior to Final Completion of each Task Order, progress payments will be made in an amount equal to ninety-five percent (95%) of the value of Work completed less in each case the aggregate of payments previously made. C-8 7.4 Final Payment: Upon final completion of the Work under each Task Order, the City shall pay Contractor an amount sufficient to increase total payments to one hundred percent (100%) of the Contract Price. 7.5 The City shall make payment to the Contractor in accordance with the Florida Prompt Payment. Act, Section 218.70, Florida Statutes (2020), as amended or revised, provided however. complete and error free pay application is submitted. 7.6 The City shall make payment to the Contractor through utilization of the City's P -Card Program. The City has implemented a Purchasing Card (P -Card) Program utilizing the MASTERCARD and VISA networks. Purchases from this contract will be made utilizing the City's Purchasing Card. Contractor will receive payment from the purchasing card in the same manner as other credit card purchases. Accordingly, Contractor must presently have the ability to accept these credit cards or take whatever steps necessary to implement the ability before the start of the contract term, or contract award by the City. All costs associated with the Contractor's participation in this purchasing program shall be borne by the Contractor. The City reserves the right to revise this program as necessary. 7.7 Payment Card Industry (PCI) Compliance Contractor agrees to comply with all applicable state. federal and international taws, as well as industry best practices, governing the collection, access, use, disclosure, safeguarding and destruction of Protected Information. Contractor and/or any subcontractor that handles credit card data must be, and remain, PCI compliant under the current standards and will provide documentation confirming compliance upon request by the City of Fort Lauderdale, failure to produce documentation could result in termination of the contract. ARTICLE 8 — CONTRACTOR'S REPRESENTATIONS In order to induce the City to enter into this Agreement, and prior to agreeing to and execution of each Task Order under this Contract, Contractor makes the following representations upon which the City has relied: 8.1 Contractor is qualified in the field of public construction and in particular to perform the Work and services set forth in this Agreement. 8.2 Contractor has visited the Work Site, conducted all necessary extensive tests, examinations and investigations and represents and warrants a thorough familiarization with the nature and extent of each Task Order and associated Contract Documents, the Work, locality, soil conditions, water table condition, moisture conditions and all year-round local weather and climate conditions (past and present), and examination and investigations conducted by Contractor and the Contractor's experts, has determined that no conditions exist that would in any manner affect the Proposed Price and that the project can be completed for the Proposed Price submitted within the Contract Time as defined in each Task Order. Furthermore, Contractor warrants and confirms that it is totally familiar with, understands and obligates Contractor to comply with all federal, state and local laws, ordinances, rules, C-9 regulations and all market conditions that affect or may affect the cost and price of materials and labor needed to fulfill all provisions of this Agreement or that in any manner may affect cost, progress or performance of the Work. 8.3 The Contractor has satisfied itself as to the nature and location of the Work under each Task Order, the general and local conditions of the Project, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, and roads, the conformation and conditions at the ground based on City provided reports, the type of equipment and facilities needed preliminary to and during the prosecution of the Task Order and all other matters which can in any way affect the Work, schedule, or the cost thereof under the Task Order and associated Contract Documents. 8.4 The Contractor has also studied on its own. subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Works, and finds and has further determined that no conditions exist that would in any manner affect the Proposed Price and that the Task Order Work can be completed for the Proposed Price submitted and within the timeframe agreed upon within each Task Order. 8.5 Contractor has made or cause to be made examinations, investigations, tests and studies of such reports and related data in addition to those referred to in Paragraphs 8.2, 8.3 and 8.4 above as it deems necessary for the performance of the Work under each Task Order at the Contract Prices, within the Contract Time of the specified Task Order and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports or similar data are, or will be, required by Contractor for such purposes. 8.6 Contractor has correlated the results of all such observations, examinations, investigations, tests, reports and data related to each Task Order with the terms and conditions of the Contract Documents. 8.7 Contractor has given City written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents related to each Task Order and the written resolution by City is acceptable to the Contractor. 8.8 Labor 8.8.1 The Contractor shall provide competent, suitable qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents for each Task Order. The Contractor shall at all times maintain good discipline and order at the site. 8.8.2 The Contractor shall, at all times, have a competent superintendent, capable of reading and thoroughly understanding the drawings and specifications, as the Contractor's agent on the Work. who shall, as the Contractor's agent, supervise, direct and otherwise conduct the Work under each Task Order. 8.8.3 The Contractor shall designate the superintendent on the job to the City, in writing, immediately after receipt of each Task Order. The Contractor understands and agrees that the superintendent's physical presence on the job C-10 site is indispensable to the successful completion of the Work. If the superintendent is frequently absent from the job site, the Project Manager may deliver written notice to the Contractor to stop work or terminate the Agreement in accordance with Article 17. 8.8.4 Where required and necessary, the contractor shall, at all times, have a certified "competent person" assigned to the job site for each Task Order. The Contractor shall assign personnel to the job site that have successfully completed training programs related to trench safety, confined space work, and maintenance of traffic (MOT). Personnel certified by the International Municipal Signal Associations with Florida Department of Transportation qualifications are required relative to MOT. Any other certifications that may be required by applicable permitting agencies for the Work assigned under each Task Order shall also be complied with by the Contractor. Failure to pursue the Work with the properly certified supervisory staff may result in a notice to stop work on a Task Order or termination of the Agreement in accordance with Article 17. 8.9 Materials: 8.9.1 The Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of Work under each Task Order. 8.9.2 All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. Suppliers shall be selected and paid by the Contractor; the City reserves the right to approve all suppliers and materials. 8.10 Work Hours: Except in connection with the safety or protection of persons, or the Work, or property at the site or adjacent thereto, and except as otherwise indicated in the Supplementary Conditions, all work at the site shall be performed during regular working hours between 8 a.m. and 5:00 p.m., Monday through Friday. Unless approved by the City in advance, the Contractor will not perform work on Saturday, Sunday or any legal holiday (designated by the City of Fort Lauderdale) without the Project Manager's written consent at least seventy-two (72) hours in advance of starting such work. For any overtime inspection required by City personnel, the Contractor shall pay for the additional charges to the City with respect to such overtime work. Such additional charges shall be a subsidiary obligation of the Contractor and no extra payment shall be made to the Contractor for overtime work. It shall be noted that the City's Inspector work hours are from 8:00 a.m. to 4:30 p.m., Monday through Friday, and any work requiring inspection oversight being performed outside of this timeframe shall be paid for by the Contractor as Inspector overtime at a rate of $100.00 per hour. The cost to the Contractor to reimburse the City for overtime inspection is established at direct -labor and overtime costs for each person or inspector required. Incidental overtime costs for engineering, testing and other related services will also be charged to the Contractor at the actual rate accrued. C-1 1 8.11 Patent Fee and Royalties: The Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work, or any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. The Contractor hereby expressly binds himself or itself to indemnify and hold harmless the City from all such claims and fees and from any and all suits and action of every name and description that may be brought against City on account of any such claims, fees, royalties, or costs for any such invention or patent, and from any and all suits or actions that may be brought against said City for the infringement of any and all patents or patent rights claimed by any person, firm corporation or other entity. 8.12 Permits: The Contractor shall obtain and pay for all permits and licenses. There shall be no allowance for Contractor markup, overhead or profit for permits and licenses. The Contractor shall pay all government charges which are applicable at the time of opening of proposals. It shall be the responsibility of the Contractor to secure and pay for all necessary licenses and permits of a temporary nature necessary for the prosecution of Work. 8.13 Law and Regulations: The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to the Work. If the Contractor observes that the specifications or plans are in conflict, the Contractor shall give the Project Manager prompt written notice thereof within five (5) calendar days and any necessary changes shall be adjusted by any appropriate modifications. If the Contractor performs any work knowing or having reason to know that it is contrary to such laws, ordinances, rules, standards, specifications and regulations, and without such notice to the Project Manager, the Contractor shall bear all costs arising therefrom. 8.14 Taxes: The Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by him in accordance with the laws of the City of Fort Lauderdale, County of Broward, and the State of Florida. 8.15 Contractor Use of Premises: The Contractor shall confine construction equipment, the storage of materials and equipment and the operations of workmen to areas permitted by law, ordinances, permits and/or the requirements of the Contract Documents, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. The Contractor shall not enter upon private property for any purpose without first securing the permission of the property owner in writing and furnishing the Project Manager with a copy of said permission. This requirement will be strictly enforced, particularly with regard to such vacant properties as may be utilized for storage or staging by the Contractor. The Contractor shall conduct its work in such a manner as to avoid damage to adjacent private or public property. Any damage to existing structures of work of any kind, including permanent reference markers or property corner markers, or the interruption of a utility service, shall be repaired or restored promptly at no expense to the City or property owner. C-12 The Contractor will preserve and protect all existing vegetation such as trees, shrubs and grass on or adjacent to the site which does not reasonably interfere with the construction, as determined by the Project Manager. The Contractor will be responsible for repairing or replacing any trees, shrubs, lawns and landscaping that may be damaged due to careless operation of equipment, stockpiling of materials, tracking of grass by equipment or other construction activity. The Contractor will be liable for, or will be required to replace or restore at no expense to the City all properties and areas not protected or preserved as may be required that is destroyed or damaged. During the progress of the Work, the Contractor shall keep the premises free from accumulation of waste materials, rubbish and debris resulting from the Work. At the completion of the Work, the Contractor shall remove all waste materials. rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials and shall leave the site clean and ready for occupancy by the City. The Contractor shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents at no cost to the City. 8.16 Project Coordination: The Contractor shall provide for the complete coordination of the construction effort. This shall include, but not necessarily be limited to, coordination of the following: 8.16.1 Flow of material and equipment from suppliers. 8.16.2 The interrelated work with affected utility companies. 8.16.3 The interrelated work with the City where tie-ins to existing facilities are required. 8.16.4 The effort of independent testing agencies. 8.16.5 Notice to affected property owners as may be directed by the Project Manager. 8.16.6 Coordination with and scheduling of all required inspections from all permitting agencies. 8.17 Project Record Documents and As-Builts Record Drawings): Contractor shall be responsible for maintaining up to date redline as -built drawings, on site, at all times during construction. All as -built information shall be surveyed and verified by a professional land surveyor registered in the State of Florida. Contractor shall provide the City with a minimum of three (3) sets of signed and sealed record drawings (Final As-builts) and a CD of the electronic drawing files created in AutoCAD 2014 or later. All costs associated with survey work required for construction layout and as -built preparation shall be the responsibility of the Contractor. 8.18 Safety and Protection: 8.18.1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 8.18.1.1 All employees working on the project and other persons who may be affected thereby. C-13 8.18.1.2 All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site. 8.18.1.3 Other property at the 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. 8.18.2 The Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The Contractor shall notify owners of adjacent property and utilities when execution of the Work may affect them at least seventy-two (72) hours in advance (unless otherwise required). All damage, injury or loss to any property caused, directly or indirectly, in whole or in part by the Contractor, any subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by the Contractor. The Contractor's duties and responsibilities for safety and protection of the Work shall continue until such time as all the Work is completed and accepted by the City. 8.19 Emergencies: In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the City, is obligated to act to prevent threatened damage, injury or loss. The Contractor shall give the Project Manager prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby. 8.20 Risk of Loss: The risk of loss, injury or destruction shall be on the Contractor until acceptance of the Work by the City. Title to the Work shall pass to the City upon acceptance of the Work by the City. 8.21 Environmental: The Contractor has fully inspected the Premises and agrees, except as to the presence of any asbestos, to accept the Premises in an "as is" physical condition, without representation or warranty by the City of any kind, including, without limitation. any and all existing environmental claims or obligations that may arise from the presence of any "contamination" on, in or about the Premises. Further, Contractor and all entitles claiming by, through or under the Contractor, releases and discharges the City, from any claim, demand, or cause of action arising out of or relating to the Contractor's use, handling, storage, release. discharge, treatment, removal, transport, decontamination, cleanup, disposal and/or presence of any hazardous substances including asbestos on, under, from or about the Premises. The Contractor shall have no liability for any pre-existing claims or "contamination" on the Premises. The Contractor shall not use, handle, store, discharge, treat, remove, transport, or dispose of Hazardous Substances including asbestos at, in, upon, under, to or from the Premises until receipt of instructions from the City. At such time, a City approved Change Order, which shall not include any profit, shall authorize the Contractor to perform such services. Exhibit "A" C-14 The Contractor shall immediately deliver to the Project Manager complete copies of all notices, demands, or other communications received by the Contractor from any governmental or quasi -governmental authority or any insurance company or board of fire underwriters or like or similar entities regarding in any way alleged violations or potential violations of any Environmental Law or otherwise asserting the existence or potential existence of any condition or activity on the Premises which is or could be dangerous to life, limb, property, or the environment. For other and additional consideration, the Contractor hereby agrees, at its sole cost and expense, to indemnify and protect, defend, and hold harmless the City and its respective employees, agents, officials, officers, representatives, contractors and subcontractors, successors, and assigns (hereafter the "City") from and against any and all claims, demands, losses, damages, costs, expenses, including but not limited to mitigation, restoration, and natural restoration expenses, liabilities, assessments, fines, penalties charges, administrative and judicial proceedings and orders, judgments, causes of action, in law or in equity, remedial action requirements and/or enforcement actions of any kind (including, without limitation, attorneys' fees and costs) directly or indirectly arising out of or attributable to, in whole or in part, the Contractor's use, handling, storage, release, threatened release, discharge, treatment, removal, transport, decontamination, cleanup, disposal and/or presence of a Hazardous Substance (excluding asbestos) on, under, from, to or about the Premises or any other activity carried on or undertaken on or off the Premises by the Contractor or its employees, agents or subcontractors, in connection with the use, handling. storage, release, threatened release, discharge, treatment, mitigation, natural resource restoration, removal, transport, decontamination, cleanup, disposal and/or presence or any Hazardous Substance including asbestos located, transported, or present on. undue, from, to, or about the Premises. This indemnity is intended to be operable under 42 U.S.C. Section 9607, as amended or revised, and any successor section. The scope of the indemnity obligations includes, but is not limited to: (a) all consequential damages; (b) the cost of any required or necessary repair, cleanup, or detoxification of the applicable real estate and the preparation and implementation of any closure, remedial or other required plan, including without limitation; (i) the costs of removal or remedial action incurred by the United States government or the State of Florida or response costs incurred by any other person, or damages from injury to destruction of, or loss of. natural resources, including the cost of assessing such injury, destruction, or loss, incurred pursuant to the Comprehensive Environmental Response, Compensation and Liability Act, as amended; (ii) the clean-up costs, fines, damages, or penalties incurred pursuant to any applicable provisions of Florida law: and (iii) the cost and expenses of abatement. correction or cleanup, fines, damages, response costs, or penalties which arise from the provisions of any other statute, law, regulation, code ordinance, or legal requirement state or federal; and (c) liability for personal injury or property damage arising under any statutory or common law tort theory, including damages assessed for the maintenance of a public private nuisance, response costs, or for the carrying on of an abnormally dangerous activity. 8.22 No Extended Damages - For other and additional good and valuable consideration the receipt and sufficiency of which is hereby acknowledged, the Contractor covenants and agrees that in the event of any delay of construction or for any other reason or allegation or claim, and notwithstanding the reason of the delay, reason, claim or allegation or who caused them or the construction delay or whether they were caused C-15 by the City, that there will be no entitlement to Contractor to or for any direct or indirect financial damages or losses for extended corporate overhead impact, extended project overhead impacts, project support services, mobilization or demobilization or by whatever other label or legal concept or theory and types of names or labels or basis such claims may have, or any business damages or dosses of whatever type or nature, and Contractor hereby waives any right to make any such claim or claims. This provision will have application and effect when construction delays are anticipated and agreed upon by both the City and the Contractor. 8.23 No Liens: If any subcontractor, supplier, laborer, or materialmen of Contractor or any other person directly or indirectly acting for or through Contractor files or attempts to file a mechanic's or construction lien against the real property on which the Work is performed or any part or against any personal property or improvements or claim against any monies due or to become due from the City to Contractor or from Contractor to a subcontractor, for or on account of any work, labor, services, material, equipment, or other items furnished in connection with the Work or any Change Order, Contractor agrees to satisfy, remove, or discharge such lien or claim at its own expense by bond, payment, or otherwise within twenty (20) days of the filing or from receipt of written notice from the City. Additionally, until such time as such lien or claim is satisfied, removed or discharged by Contractor, all monies due to Contractor, or that become due to Contractor before the lien or claim is satisfied, removed or otherwise discharged, shall be held by City as security for the satisfaction, removal and discharge of such lien and any expense that may be incurred while obtaining such. If Contractor shall fail to do so, City shall have the right, in addition to all other rights and remedies provided by this Agreement or by law, to satisfy, remove, or discharge such lien or claim by whatever means City chooses at the entire and sole cost and expense of Contractor which costs and expenses shall, without limitation, include attorney's fees, litigation costs, fees and expenses and all court costs and assessments. 8.24 Weather Emergencies: Upon issuance of a hurricane watch by the National Weather Service, the Contractor shall submit to the City a plan to secure the work area in the event a hurricane warning is issued. The plan shall detail how the Contractor will secure the Premises, equipment and materials in a manner as to prevent damage to the Work and prevent materials and equipment from becoming a hazard to persons and property on and around the Premises. The plan shall include a time schedule required to accomplish the hurricane preparations and a list of emergency contacts that will be available and in the City before, during and immediately after the storm. Upon issuance of a hurricane warning by the National Weather Service, if the Contractor has not already done so, the Contractor shall implement its hurricane preparedness plan. Cost of development and implementation of the hurricane preparedness plan shall be considered as incidental to construction. Cost of any clean up and rework required after the storm will be considered normal construction risk within Florida and shall not entitle the Contractor to any additional compensation. Contractor shall be entitled to request an extension in time for completion of the Work, in accordance with the provisions of Article 15 of this Agreement, equal to the time it is shut down for implementation of the preparedness plan, the duration of the storm and a reasonable period to restore the Premises. Exhibit "A" C-16 8.25 Force Majeure: No Party shall hold the other responsible for damages or for delays in performance caused by force majeure, acts of God, or other acts or circumstances beyond the control of the other party or that could not have been reasonably foreseen and prevented. For this purpose, such acts or circumstances shall include, but not be limited to weather conditions affecting performance, floods, epidemics, pandemics, war, act of Governmental Authority, state of emergency, riots, strikes, lockouts, or other industrial disturbances, or protest demonstrations. Should such acts or circumstances occur, the parties shall use their best efforts to overcome the difficulties arising therefrom and to resume the Work as soon as reasonably possible with the normal pursuit of the Work. Inclement weather, continuous rain for less than three (3) days or the acts or omissions of subcontractors, third -party contractors, materialmen, suppliers, or their subcontractors, shall not be considered acts of force majeure. No Party shall be liable for its failure to carry out its obligations under the Agreement during a period when such Party is rendered unable by force majeure to carry out its obligation, but the obligation of the Party or Parties relying on such force majeure shall be suspended only during the continuance of the inability and for no longer period than the unexpected or uncontrollable event. The Contractor further agrees and stipulates, that its right to excuse its failure to perform by reason of force majeure shall be conditioned upon giving written notice of its assertion that a Force Majeure delay has commenced within 96 hours after such an occurrence. The Contractor shall use its reasonable efforts to minimize such delays. The Contractor shall promptly provide an estimate of the anticipated additional time required to complete the Project. 8.26 varticipation by uisadvantageci Business Enterprises in Department 01 Transportation Financial Assisted Contracts: The recipient shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any DOT -assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of DOT -assisted contracts. The recipient's DBE program, as required by 49 CFR Part 26 and as approved by DOT, is incorporated by reference in this Agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this Agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). Additionally, the Contractor assures that it, the sub recipient or its subcontractors shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the recipient deems appropriate. This additional language must be included in each subcontract the prime Contractor signs with a subcontractor. Exhibit "A" C-17 ARTICLE 9 — CITY'S RESPONSIBILITIES 9.1 The City shall furnish the data required of the City under the Contract Documents promptly and shall make payments to the Contractor promptly after they are due as provided in Article 7. 9.2 The City shall provide public rights -of -way and easement, where available, for the installation of conduits, transformers pads and related appurtenances only. 9.3 Technical Clarifications and Interpretations: 9.3.1 The City shall issue, with reasonable promptness, such written clarifications or interpretations of the Contract Documents as it may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. Should the Contractor fail to request interpretation of questionable items in the Contract Documents, the City shall not entertain any excuse for failure to execute the Work in a satisfactory manner. 9.3.2 The City shall interpret and decide matters concerning performance under the requirements of the Contract Documents, and shall make decisions on all claims. disputes or other matters in question. Written notice of each claim, dispute or other matter will be delivered by claimant to the other Party but in no event later than five (5) days after the occurrence of event, and written supporting date will be submitted to the other Party within five (5) days after such occurrence. All written decisions of the City on any claim or dispute will be final and binding. 9.4 The Contractor shall perform all Work to the reasonable satisfaction of the City in accordance with the Contract Documents. In cases of disagreement or ambiguity, the City shall decide all questions, difficulties, and disputes of whatever nature, which may arise under or by reason of this Agreement or the quality, amount and value of the Work, and the City's decisions on all claims, questions and determination are final. 9.5 Cancellation For Unappropriated Funds: The obligation of the City for payment to a Contractor is limited to the availability of funds appropriated in a current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law. ARTICLE 10 — BONDS AND INSURANCE 10.1 Public Construction and Other Bonds: The Contractor shall furnish Public Construction or Performance and Payment Bonds ("Bond"), in an amount equal to 100% of the value of each Task Order issued as security for the faithful performance and payment of all the Contractor's obligations under the Contract Documents. These Bonds shall remain in effect until at least one (1) year after the date of final payment, except as otherwise provided by law. All Bonds shall be furnished and provided by the surety and shall be in substantially the same form as prescribed by the Contract Documents and be executed by such sureties as (i) are licensed to conduct business in the State of Florida, and (ii) are named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable C-18 Reinsuring Companies as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department and (iii) otherwise meet the requirements set forth herein that apply to sureties. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 10.1.1 Performance Bond: The Contractor shall execute and record in the public records of Broward County, Florida, a payment and performance bond in an amount at least equal to the Contract Price with a surety insurer authorized to do business in the State of Florida as surety, ("Bond"), in accordance with Section 255.05, Florida Statutes (2020), as may be amended or revised, as security for the faithful performance and payment of all of the Contractor's obligations under the Contract Documents. A Corporate Surety Bond legally issued, meeting the approval of, and running to the City in an amount not less than the Contract Price of such improvements, conditioned that the Contractor shall maintain and make all repairs to the improvements constructed by the Contractor at their own expense and free of charge to the City, for the period of one (1) year after the date of acceptance of the Work within such period by reason of any imperfection of the material used or by reason of any defective workmanship, or any improper, imperfect or defective preparation of the base upon which any such improvement shall be laid. 10.2 Disqualification of Surety: If the Surety on any Bond furnished by the Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Florida or it ceases to meet the requirements of clauses (i) and (ii) of Paragraph 10.1, the Contractor shall within five (5) days thereafter substitute another Bond and Surety, both of which shall be acceptable to the City. 10.3 Insurance As a condition precedent to the effectiveness of this Agreement, during the term of this Agreement and during any renewal or extension term of this Agreement, the Contractor, at its sole expense, shall provide insurance of such types and with such terms and limits as noted below. Providing proof of and maintaining adequate insurance coverage are material obligations of the Contractor. The Contractor shall provide the City a certificate of insurance evidencing such coverage. The Contractor's insurance coverage shall be primary insurance for all applicable policies. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor's liability and obligations under this Agreement. All insurance policies shall be through insurers authorized or eligible to write policies in the State of Florida and possess an A.M. Best rating of A-. VII or better, subject to approval by the City's Risk Manager. The coverages, limits, and/or endorsements required herein protect the interests of the City, and these coverages, limits, and/or endorsements shall in no way be relied upon by the Contractor for assessing the extent or determining appropriate types and limits of coverage to protect the Contractor against any loss exposures. whether as a result C-19 of this Agreement or otherwise. The requirements contained herein, as well as the City's review or acknowledgement, are not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the Contractor under this Agreement. The following insurance policies and coverages are required: Commercial General Liability Coverage must be afforded under a Commercial General Liability policy with limits not less than: • $1,000,000 each occurrence and $2,000,000 aggregate for Bodily Injury, Property Damage, and Personal and Advertising Injury • $1,000,000 each occurrence and $2,000,000 aggregate for Products and Completed Operations Policy must include coverage for contractual liability and independent contractors. The City, a Florida municipal corporation, its officials, employees, and volunteers are to be covered as an additional insured with a CG 20 26 04 13 Additional Insured — Designated Person or Organization Endorsement or similar endorsement providing equal or broader Additional Insured Coverage with respect to liability arising out of activities performed by or on behalf of the Contractor. The coverage shall contain no special limitation on the scope of protection afforded to the City, its officials, employees, and volunteers. Business Automobile Liability Coverage must be afforded for all Owned, Hired, Scheduled, and Non -Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident. if the Contractor does not own vehicles, the Contractor shall maintain coverage for Hired and Non -Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. Contractor's Pollution Liability Coverage For sudden and gradual occurrences and in an amount not less than $1,000,000 per claim arising out of this Agreement, including but not limited to, all hazardous materials identified under the Agreement. Umbrella/Excess Liability: The Contractor shall provide umbrella/excess coverage with limits of no less than S2,000,000 excess of Commercial General Liability, Automobile Liability and Employer's Liability. Workers' Compensation and Employer's Liability Coverage must be afforded per Chapter 440, Florida Statutes. Any person or entity performing work for or on behalf of the City must provide Workers' Compensation insurance. Exceptions and exemptions will be allowed by the City's Risk Manager, if they are in accordance with Florida Statute. C-20 The Contractor waives, and the Contractor shall ensure that the Contractor's insurance carrier waives, all subrogation rights against the City, its officials, employees, and volunteers for all losses or damages. The City requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to Recover from Others or equivalent. The Contractor must be in compliance with all applicable State and federal workers' compensation laws, including the U.S. Longshore Harbor Workers' Act and the Jones Act, if applicable. Property Coverage (Builder's R_ isk} Coverage must be afforded in an amount not less than 100% of the total project cost, including soft costs, with a deductible of no more than 525,000 each claim. Coverage form shall include, but not be limited to: • All Risk Coverage including Flood and Windstorm with no coinsurance clause • Guaranteed policy extension provision • Waiver of Occupancy Clause Endorsement, which will enable the City to occupy the facility under construction/renovation during the activity • Storage and transport of materials, equipment, supplies of any kind whatsoever to be used on or incidental to the project • Equipment Breakdown for cold testing of all mechanized, pressurized, or electrical equipment This policy shall insure the interests of the owner, contractor, and subcontractors in the property against all risk of physical loss and damage, and name the City as a loss payee. This insurance shall remain in effect until the work is completed and the property has been accepted by the City. Insurance Certificate Requirements a. The Contractor shall provide the City with valid Certificates of Insurance (binders are unacceptable) no later than ten (10) days prior to the start of work contemplated in this Agreement. b. The Contractor shall provide to the City a Certificate of Insurance having a thirty (30) day notice of cancellation; ten (10) days' notice if cancellation is for nonpayment of premium. c. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the Contractor to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the certificate holder. d. In the event the Agreement term goes beyond the expiration date of the insurance policy, the Contractor shall provide the City with an updated Certificate of Insurance no later than ten (10) days prior to the expiration of the insurance currently in effect. The City reserves the right to suspend the Agreement until this requirement is met. e. The Certificate of insurance shall indicate whether coverage is provided under a claims -made or occurrence form. If any coverage is provided on a claims -made form, the Certificate of Insurance must show a retroactive date, which shall be the effective date of the initial contract or prior. f. The City shall be named as an Additional insured on all liability policies, with the exception of Workers' Compensation. Exhibit "A" C-21 g. The City shall be granted a Waiver of Subrogation on the Contractor's Workers' Compensation insurance policy. h. The title of the Agreement, Bid/Contract number, event dates, or other identifying reference must be listed on the Certificate of Insurance. The Certificate Holder should read as follows: City of Fort Lauderdale 100 N. Andrews Avenue Fort Lauderdale, FL 33301 The Contractor has the sole responsibility for all insurance premiums and shall be fully and solely responsible for any costs or expenses as a result of a coverage deductible, co-insurance penalty, or self -insured retention; including any loss not covered because of the operation of such deductible, co-insurance penalty, self -insured retention, or coverage exclusion or limitation. Any costs for adding the City as an Additional Insured shall be at the Contractor's expense. If the Contractor's primary insurance policy/policies do not meet the minimum requirements, as set forth in this Agreement, the Contractor may provide evidence of an Umbrella/Excess insurance policy to comply with this requirement. The Contractor's insurance coverage shall be primary insurance as respects to the City, a Florida municipal corporation, its officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, a Florida municipal corporation, its officials, employees, or volunteers shall be non-contributory. Any exclusion or provision in any insurance policy maintained by the Contractor that excludes coverage required in this Agreement shall be deemed unacceptable and shall be considered breach of contract. All required insurance policies must be maintained until the contract work has been accepted by the City, or until this Agreement is terminated, whichever is later. Any lapse in coverage shall be considered breach of contract. In addition, Contractor must provide to the City confirmation of coverage renewal via an updated certificate should any policies expire prior to the expiration of this Agreement. The City reserves the right to review, at any time, coverage forms and limits of Contractor's insurance policies. The Contractor shall provide notice of any and all claims, accidents, and any other occurrences associated with this Agreement to the Contractor's insurance company or companies and the City's Risk Management office, as soon as practical. It is the Contractor's responsibility to ensure that any and all of the Contractor's independent contractors and subcontractors comply with these insurance requirements. All coverages for independent contractors and subcontractors shall be subject to all of the applicable requirements stated herein. Any and all deficiencies are the responsibility of the Contractor. Exhibit "A" C-22 NOTE CITY PROJECT NUMBER, PROJECT NAME AND BID NUMBER MUST APPEAR ON EACH CERTIFICATE, AND THE CITY OF FORT LAUDERDALE MUST BE NAMED ON THE CERTIFICATE AS AN "ADDITIONAL INSURED" ON GENERAL LIABILITY POLICIES. ARTICLE 11- WARRANTY AND GUARANTEE, TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.1 Warranty: The Contractor warrants and guarantees to the City that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to the Contractor. All defective work, whether or not in place, may be rejected, corrected or accepted as provided in this Article. 11.1.1 Warranty of Title: The Contractor warrants to the City that it possesses good, clear and marketable title to all equipment and materials provided and that there are no pending liens, claims or encumbrances against the equipment and materials. 11.1.2 Warranty of Specifications: The Contractor warrants that all equipment, materials and workmanship furnished, whether furnished by the Contractor, its subcontractors or suppliers. will comply with the specifications, drawings and other descriptions supplied or adopted and that all services will be performed in a workmanlike manner. 11.1.3 Warranty of Merchantability: The Contractor warrants that any and all equipment to be supplied pursuant to this Agreement is merchantable, free from defects, whether patent or latent in material or workmanship, and fit for the ordinary purposes for which it is intended, 11.2 Tests and Inspections: Contractor shall retain the services of an independent, certified, testing lab to perform all testing as required by the specifications, contract drawings, and any applicable permitting agency. Contractor shall provide evidence of certification to the City before the work and testing is done. Testing results shall be submitted to the Project Manager for review and approval at the time the results are provided to the Contractor. The Contractor shall give the Project Manager and City Inspector a minimum of twenty-four (24) hours' advanced notice of readiness of the Work for all required inspections, tests, or approvals and shall notify all applicable permitting agencies in a timely manner based on requirements set forth in the permit documents. 11.2.1 Neither observations by the Project Manager nor inspections, tests or approvals by others shall relieve the Contractor from its obligations to perform the Work in accordance with the Contract Documents. Exhibit "A" C-23 11.3 Uncovering Work: If any work that is to be inspected, tested or approved is covered without approval or consent of the Project Manager, it must, if requested by the Project Manager. be uncovered for observation and/or testing. Such uncovering and replacement shall be at the Contractor's sole expense unless the Contractor has given the Project Manager timely notice of the Contractor's intention to cover such Work and the Project Manager has not acted with reasonable promptness in response to such notice. 11.3.1 If the Project Manager considers it necessary or advisable that Work covered in accordance with Paragraphs 11.2.1, 11.2.2 and 11.2.3 be observed by the City or inspected or tested by others, the Contractor at the City's request, shall uncover, expose or otherwise make available for observation, inspection or testing as the Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, the Contractor shall bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation for additional professional services, and an appropriate deductive Change Order shall be issued. If, however, such work is not found to be defective, the Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection testing and reconstruction if it makes a claim therefore as provided in Articles 14 and 15. 11.4 City May Stop the Work: If the Work is defective, or the Contractor fails to supply sufficient skilled supervisory personnel or workmen or suitable materials or equipment or the work area is deemed unsafe, the City may order the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the City to stop the Work shall not give rise to any duty on the part of the City to exercise this right for the benefit of the Contractor or any other Party. The City will not award any increase in Contract Price or Contract Time if the Work is stopped due to the circumstances described herein. 11.5 Correction or Removal of Defective Work Before Final Payment: If required by the Project Manager, the Contractor shall promptly, without cost to the City and as specified by the Project Manager, either correct any defective Work, whether or not fabricated, installed or completed, or if the Work has been rejected by the City, remove it from the site and replace it with non -defective Work. 11.6 One Year Correction Period After Final Payment: If, within one (1) year after the date of final acceptance of work on each Task Order, or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any work is found to be defective, the Contractor shall promptly, without cost to the City and in accordance with the City's written instructions, either correct such defective Work, or, if it has been rejected by the City, remove it from the site and replace it with non -defective Work. If the Contractor does not promptly comply with the terms of such instructions or in an emergency where delay would cause serious risk of loss or damage, the City may have the defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs for such removal and replacement, including compensation for additional professional services, shall be paid by the Contractor. Exhibit "A" C-24 11.7 Acceptance of Defective Work, Deductions: If, instead of requiring correction or removal and replacement of defective Work, the City, at the City's sole option, prefers to accept it, the City may do so. In such a case, if acceptance occurs prior to the Project Manager's recommendation of final payments, a Change Order shall be issued incorporating the necessary revisions in the Contracts Documents, including appropriate reduction in the Contract Price; or if the acceptance occurs after such recommendation, an appropriate amount shall be paid by the Contractor to the City. 11.8 City May Correct Defective Work: If the Contractor fails within a reasonable time after written notice of the Project Manager to proceed to correct defective Work or to remove and replace rejected Work as required by the Project Manager in accordance with Paragraph 11.5, or if the Contractor fails to perform the Work in accordance with the Contract Documents, the City may, after seven (7) days' written notice to the Contractor, correct and remedy any such deficiency. In exercising its rights under this paragraph, the City shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, the City may exclude the Contractor from all or part of the site, take possession of all or part of the Work, suspend the Contractor's services related thereto and take possession of the Contractor's tools, construction equipment and materials stored at the site or elsewhere. The Contractor shall allow the City's representative agents and employees such access to the site as may be necessary to enable the City to exercise its rights under this paragraph. All direct and indirect costs of the City in exercising such rights shall be charged against the Contractor in an amount verified by the Project Manager, and a Change Order shall be issued incorporating the necessary revisions in the Contract Documents and a reduction in the Contract Price. Such direct and indirect costs shall include, in particular but without limitation, compensation for additional professional services required and costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of the Contractor's defective Work. The Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by the City of the City's right hereunder. ARTICLE 12 — INDEMNIFICATION 12.1 Disclaimer of Liability: The City shall not at any time, be liable for injury or damage occurring to any person or property from any cause, whatsoever, arising out of Contractor's construction and fulfillment of this Agreement. 12.2 Indemnification: For other, additional good valuable consideration, the receipt and sufficiency of which is hereby acknowledged: 12.2.1 Contractor shall, at its sole cost and expense, indemnify and hold harmless the City, its representatives, employees and elected and appointed officials from or on account of all claims, damages, losses, liabilities and expenses, direct, indirect or consequential including but not limited to fees and charges of engineers, architects. attorneys, consultants and other professionals and court costs arising out of or in consequence of the performance of this Agreement at all trial and appellate levels. Indemnification shall specifically include but not be limited to claims, damages, losses, liabilities and expenses arising out of or from (a) the negligent or defective design of the project and Work of this Agreement; (b) any act, omission or default of the Contractor, its subcontractors, agents, servants or employees; (c) any and all bodily C-25 injuries, sickness, disease or death; (d) injury to or destruction of tangible property, including any resulting loss of use; (e) other such damages, liabilities, or losses received or sustained by any person or persons during or on account of any operations connected with the construction of this Project including the warranty period; (f) the use of any improper materials; (g) any construction defect including both patent and latent defects; (h) failure to timely complete the work; (i) the violation of any federal, state, county or City laws, ordinances or regulations by Contractor, its subcontractors, agents, servants, independent contractors or employees; (j) the breach or alleged breach by Contractor of any term of the Agreement, including the breach or alleged breach of any warranty or guarantee. 12.2.2 Contractor agrees to indemnify, defend, and hold harmless the City, its officers, agents and employees, from all damages, liabilities, losses, claims, fines and fees, and from any and all suits and actions of every name and description that may be brought against City, its officers, agents and employees, on account of any claims, fees, royalties, or costs for any invention or patent and/or for the infringement of any and all copyrights or patent rights claimed by any person, firm, or corporation. 12.2.3 Contractor shall pay all claims, losses, liens, settlements or judgments of any nature in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees and costs for trials and appeals. 12.2.4If any subcontractor, supplier, laborer, or materialmen of Contractor or any other person directly or indirectly acting for or through Contractor files or attempts to file a mechanic's or construction lien against the real property on which the work is performed or any part or against any personal property or improvements thereon or make a claim against any monies due or to become due from the City to Contractor or from Contractor to a subcontractor, for or on account of any work, labor, services, material, equipment, or other items furnished in connection with the Work or any change order, Contractor agrees to satisfy, remove, or discharge such lien or claim at its own expense by bond. payment, or otherwise within five (5) days of the filing or from receipt of written notice from the City. Additionally, until such time as such lien or claim is satisfied, removed or discharged by Contractor, all monies due to Contractor, or that become due to Contractor before the lien or claim is satisfied, removed or otherwise discharged, shall be held by City as security for the satisfaction, removal and discharge of such lien and any expense that may be incurred while obtaining the discharge. If Contractor shall fail to do so, City shall have the right, in addition to all other rights and remedies provided by this Agreement or by law, to satisfy, remove, or discharge such lien or claim by whatever means City chooses at the entire and sole cost and expense of Contractor which costs and expenses shall, without limitation, include attorney's fees, litigation costs, fees and expenses and all court costs and assessments, and which shall be deducted from any amount owing to Contractor. In the event the amount due Contractor is less than the amount required to satisfy Contractor's obligation under this, or any other article, paragraph or section of this Agreement, the Contractor shall be liable for the deficiency due the City. C-26 12.2.5The Contractor and the City agree that Section 725.06(2), Florida Statutes (2020), as may be amended or revised, controls the extent and limits of the indemnification and hold harmless provisions of this Agreement, if any, and that the Parties waive any defects in the wording of this Article that runs afoul of said statutory section. ARTICLE 13 — CHANGES IN THE WORK 13.1 Without invalidating this Agreement, the City may, from time to time order additions, deletions or revisions in the Work through the issuance of Task Order Amendments. Upon receipt of a Task Order Amendment, the Contractor shall proceed with the Work involved. All Work shall be executed under the applicable conditions of the Contract Documents. The City reserves the right to add, delete or modify any or all pay items and/or quantities. All adjustments shall be made on the per unit price basis where unit prices are quoted. Other adjustments, if any, shall be based on a fair and equitable manner per the Contract Documents or mutually negotiated price between the Contractor and City. In the event the Contractor and City cannot come to an agreement on a price or price adjustment, the City shall have the right to complete that item or work by other means without invalidating the Contract. No claim of loss of profit shall be made against the City. 13.2 The Project Manager may authorize minor changes in the Work not involving an adjustment in the Contract Price or the Contract Time, which are consistent with the overall intent of the Contract Documents. Such changes must be in writing and signed by the City and the Contractor. 13.3 If notice of any change affecting the general scope of the Work or change in the Contract Price is required by the provisions of any Bond to be given to the Surety, it will be the Contractor's responsibility to so notify the Surety, and the amount of each applicable Bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City. ARTICLE 14 — CHANGE OF CONTRACT PRICE Contract Price shall not exceed that which is agreed to in this Agreement. Any increase to the Contract Price shall be executed through an Amendment to this Agreement and approved by the City Commission. 14.1 Time for the City to Approve Contract Amendment: Should the cumulative amount of the executed Task Orders exceed the Contract Price, a Contract Amendment must be approved by the City Commission authorizing additional funding for this Contract if it exceeds the threshold established in the City Code. ARTICLE 15 — CHANGE OF THE CONTRACT TIME 15.1 The Contract Time shall be for two (2) years from the date of Commission award subject to two (2) one (1) year renewal terms. 15.2 All time limits stated in the Contract Documents and within each executed Task Order are of the essence. The provisions of this Article 15 shall not exclude recovery for damages for delay by the Contractor. C-27 15.3 Delays caused by or resulting from entities, contractors or subcontractors who are not affiliated with the Contractor (non-affiliated Contractors) shall not give rise to a claim by the Contractor for damages for increases in material and/or labor costs. Such entities, contractors and subcontractors include, but are not limited to, the City's contractors and subcontractors, Florida Power and Light Company, AT&T and Florida East Coast Railway, LLC. 15.4 Rights of Various Interests: Whenever work being done by City's forces or by other contractors is contiguous to or within the limits of work covered by this Agreement, the respective rights of the various interests involved shall be established by the Project Manager to secure the completion of the various portions of the Work in general harmony. ARTICLE 16 — LIQUIDATED DAMAGES 161 Upon failure of the Contractor to complete the Work of an executed Task Order within the agreed upon and approved time for said Task Order, the Contractor shall pay to the City the sum of Five Hundred Dollars ($500.00) for each and every calendar day that the completion of the Task Order is delayed beyond the time agreed upon for said Task Order, as fixed and agreed liquidated damages and not as a penalty, so long as the delay is caused by the Contractor. Should an act of God or the acts or omissions of the City, its agents or representatives, in derogation to the terms of this Agreement cause the delay, the Contractor shall not be responsible for the delay nor liquidated damages. Liquidated damages are fixed and agreed upon between the Parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by the City as a consequence of such delay and both Parties desiring to obviate any question of dispute concerning the amount of damages and the cost and effect of the failure of the Contractor to complete the Work on time. Liquidated damages shall apply separately to each Task Order for which a time of completion is given. The City shall have the right to deduct from or retain any compensation which may be due or which may become due and payable to the Contractor the amount of liquidated damages, and if the amount retained by the City is insufficient to pay in full such liquidated damages, the Contractor shall pay all liquidated damages in full. The Contractor shall be responsible for reimbursing the City, in addition to liquidated damages or other damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the Project beyond the completion date specified or beyond an approved extension of time granted to the Contractor whichever is later. Delays caused by or resulting from entities, contractors or subcontractors who are not affiliated with the Contractor shall not give rise to a claim by Contractor for damages for increase in material and/or labor costs. Such entities, contractors and subcontractors include, but are not limited to, the City's contractors and subcontractors, Florida Power and Light Company,, AT&T, and Florida East Coast Railway. LLC. 16.2 No Extended Damages: For other and additional good and valuable consideration the receipt and sufficiency of which is hereby acknowledged, the Contractor covenants and agrees that in the event of any delay of construction or for any reason, allegation or claim, and notwithstanding the reason of the delay, reason, claim or allegation or who caused them or the construction delay or whether they were caused by the City, that there will be no entitlement to Contractor to or for any direct or indirect financial damages or losses for extended corporate overhead impact, extended project Exhibit "A" C-28 overhead impacts, project support services, mobilization or demobilization or by whatever other label or legal concept or theory and types of names or labels or basis such claims may have, or any business damages or losses of whatever type or nature, and Contractor hereby waives any right to make any such claim or claims. This provision will have application and effect when construction delays are anticipated and agreed upon by both the City and the Contractor. ARTICLE 17 — SUSPENSION OF WORK AND TERMINATION 17.1 City May Suspend Work: The City may, at any time and without cause, suspend the Work or any portion of the Work for a period of not more than ninety (90) days by notice in writing to the Contractor which shall fix the date on which Work shall be resumed. The Contractor shall resume the Work on the date fixed. The Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension, if the Contractor makes a claim as provided in Articles 14 and 15. 17.2 City May Terminate Work: The City retains the right to terminate this Agreement as well as any task order, with thirty (30) days prior written notice. Additionally, the City may also terminate this Agreement as well as any task order upon fifteen (15) calendar days' notice upon the occurrence of any one or more of the following events: 17.2.1 If the Contractor makes a general assignment for the benefit of creditors. 17.2.2 If a trustee, receiver, custodian or agent of the Contractor is appointed under applicable law or under Contract, whose appointment or authority to take charge of property of the Contractor is for the purpose of enforcing a lien against such property or for the purpose of general administration of such property for the benefit of the Contractor's creditors. 17.2.31f Contractor fails to begin the Work within fifteen (15) calendar days after the Project Initiation Date, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to ensure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if Contractor shall fail to perform any material term set forth in the Contract Documents, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Project Manager may give notice in writing to Contractor and its Surety of such delay, neglect or default, specifying the same. 17.2.4 If the Contractor repeatedly fails to make prompt payments to subcontractors or for labor, material or equipment. 17.2.5 If the Contractor repeatedly disregards proper safety procedures. 17.2.6 If the Contractor disregards any local, state or federal laws or regulations. 17.2.7 If the Contractor otherwise violates any provisions of this Agreement. Exhibit "A" C-29 17.3 If Contractor, within a period of ten (10) calendar days after such notice, shall not proceed in accordance therewith, the City may exclude the Contractor from the Work site and take the prosecution of the Work out of the hands of the Contractor, and take possession of the Work and all of the Contractor's tools, appliances, construction equipment and machinery at the site and use them without liability to the City for trespass or conversion, incorporate in the Work all materials and equipment stored at the site or for which the City has paid the Contractor but which are stored elsewhere, and finish the Work as the City may deem expedient. In this instance, the Contractor shall not be entitled to receive any further compensation until the Work is finished. 17.3.1 If after notice of termination of Contractor's right to proceed, it is determined for any reason that Contractor was not in default, the rights and obligations of City and Contractor shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause as set forth in Section 17.5 below. 17.3.2 Upon receipt of Notice of Termination pursuant to Sections 17.2 or 17.5, Contractor shall promptly discontinue all affected work unless the Notice of Termination directs otherwise and deliver or otherwise make available to City all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 17.4 If the Contractor commits a default due to its insolvency or bankruptcy, the following shall apply: 17.4.1 Should this Agreement be entered into and fully executed by the Parties, funds released and the Contractor (Debtor) files for bankruptcy, the following shall occur: 17.4.1.1 In the event the Contractor files a voluntary petition under 11 U.S.C. 301 or 302, or an order for relief is entered under 11 U.S.C. 303, the Contractor shall acknowledge the extent, validity, and priority of the lien recorded in favor of the City. The Contractor further agrees that in the event of this default, the City shall, at its option, be entitled to seek relief from the automatic stay pursuant to 11 U.S.C. 362. The City shall be entitled to relief from the automatic stay pursuant to 11 U.S.C. 362(d) (1) or (d) (2), and the Contractor agrees to waive the notice provisions in effect pursuant to 11 U.S.C. 362 and any applicable Local Rules of the United States Bankruptcy Court. The Contractor acknowledges that such waiver is done knowingly and voluntarily. 17.4.1.2 Alternatively, in the event the City does not seek stay relief, or if stay relief is denied, the City shall be entitled to monthly adequate protection payments within the meaning of 11 U.S.C. 361. The monthly adequate protection payments shall each be in an amount determined in accordance with the Note and Mortgage executed by the Contractor in favor of the City. Exhibit "A" C-30 17.4.1.3 In the event the Contractor files for bankruptcy under Chapter 13 of Title 11, United States Code in addition to the foregoing provisions, the Contractor agrees to cure any amounts in arrears over a period not to exceed twenty-four (24) months from the date of the confirmation order, and such payments shall be made in addition to the regular monthly payments required by the Note and mortgage. Additionally, the Contractor shall agree that the City is over secured and, therefore, entitled to interest and attorney's fees pursuant to 11 U.S.C. 506(b). Such fees shall be allowed and payable as an administrative expense. Further, in the event the Contractor has less than five (5) years of payments remaining on the Note, the Contractor agrees that the treatment afforded to the claim of the City under any confirmed plan of reorganization shall provide that the remaining payments shall be satisfied in accordance with the Note, and that the remaining payments or claim shall not be extended or amortized over a longer period than the time remaining under the Note. 17.4.2 Should this Agreement be entered into and fully executed by the parties, and the funds have not been forwarded to Contractor, the following shall occur: 17.4.2.1 In the event the Contractor files a voluntary petition pursuant to 11 U.S.C. 301 or 302, or an order for relief is entered under 11 U.S.C. 303., the Contractor acknowledges that the commencement of a bankruptcy proceeding constitutes an event of default under the terms of this Agreement. Further, the Contractor acknowledges that this Agreement constitutes an executory contract within the meaning of 11 U.S.C. 365. The Contractor acknowledges that this Agreement is not capable of being assumed pursuant to 11 U.S.C. 365(c)(2), unless the City expressly consents in writing to the assumption. In the event the City consents to the assumption, the Contractor agrees to file a motion to assume this Agreement within ten (10) days after receipt of written consent from the City, regardless of whether the bankruptcy proceeding is pending under Chapter 7, 1 1 , or 13 of Title 11 of the United States Code. The Contractor further acknowledges that this Agreement is not capable of being assigned pursuant to 11 U.S.C. 365(b)(1). 17.5 Termination for Convenience: This Agreement may be terminated for convenience in writing by City upon thirty (30) days' written notice to Contractor (delivered by certified snail, return receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case, Contractor shall be paid for all work executed and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by Contractor relating to commitments which had become firm prior to the termination. Payment shall include reasonable profit for work/services satisfactorily performed. No payment shall be made for profit for work/services which have not been performed. 17.6 Where the Contractor's service has been so terminated by the City, the termination shall not affect any rights of the City against the Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due the Contractor by the City will not release the Contractor from liability. Exhibit "A" C-31 17.7 The Contractor has no right, authority or ability to terminate the Work except for the wrongful withholding of any payments due the Contractor from the City. ARTICLE 18 — DISPUTE RESOLUTION 18.1 Resolution of Disputes: Questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Agreement as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents which cannot be resolved by mutual agreement of Contract Administrator and Contractor shall be submitted to the Consultant for resolution. When either Party has determined that a disputed question, claim, difficulty or dispute, is at an impasse, that party shall notify the other party in writing and submit the question, claim, difficulty or dispute to the Consultant for resolution. The Parties may agree to a proposed resolution at any time without the involvement and determination of the consultant. 18.1.1 Consultant shall notify Contract Administrator and Contractor in writing of Consultant's decision within twenty-one (21) calendar days from the date of the submission of the question, claim, difficulty or dispute, unless Consultant requires time to gather information or allow the parties to provide additional information. 18.1.2 In the event the determination of a dispute by the Consultant under this Article is unacceptable to any of the Parties hereto, the Party objecting to the determination must notify the other Party and the City Manager, in writing within ten (10) days after receipt of the determination. The notice must state the basis of the objection and the proposed resolution. Final resolution of such dispute shall be made by the City Manager. The City Manager's decision shall be final and binding on the Parties. 18.1.3 All non -technical administrative disputes (such as billing and payment) shall be determined by Contract Administrator. 18.1.4 During the pendency of any dispute and after a determination thereof, Contractor and Contract Administrator shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. During the pendency of any dispute arising under this Agreement, other than termination herein, Contractor shall carry on the Work and adhere to the progress schedule. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 18.1.5 For any disputes which remain unsolved, within sixty (60) calendar days after Final Completion of the Work, the Parties shall participate in mediation to address all unresolved disputes. A mediator shall be mutually agreed upon by the Parties. Should any objection not be resolved in mediation, the Parties retain all their legal rights and remedies under applicable law. If a Party objecting to a determination, fails to comply in strict accordance with the requirements of this Article, said Party specifically waives all of its rights provided hereunder, including its rights and remedies under applicable law. C-32 ARTICLE 19 — NOTICES 19.1 All notices required by any of the Contract Documents shall be in writing and shall be deemed delivered upon mailing by certified mail, return receipt requested to the following: To the City: City Manager City of Fort Lauderdale 100 North Andrews Avenue Fort Lauderdale, Florida 33301-1016 with copies to: Project Manager and City Attorney City of Fort Lauderdale 100 North Andrews Avenue Fort Lauderdale, Florida 33301-1016 To the Contractor: Eduardo Dominguez, Jr. Southeastern Engineering Contractors, Inc. 911 NW 209th Ave, Suite 101 Pembroke Pines, Florida 33029 Telephone: (305) 557-4226 E-mail: eddiega.,SoutheasternEnq.com ARTICLE 20 — LIMITATION OF LIABILITY 20.1 The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action arising out of this Agreement, so that the City's liability for any breach never exceeds the sum of $1,000. For other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Contractor expresses its willingness to enter into this Agreement with the knowledge that the Contractor's recovery from the City to any action or claim arising from the Agreement is limited to a maximum amount of $1,000, which amount shall be reduced by the amount actually paid by the City to the Contractor pursuant to this Agreement, for any action or claim arising out of this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended either to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes (2020), as may be amended or revised , or to extend the City's liability beyond the limits established in said Section 768.28, Florid Statutes (2020), as may be amended or revised; and no claim or award against the City shall include attorney's fees, investigative costs, expert fees, suit costs or pre -judgment interest. C-33 20.2 No Extended Damages: For other and additional good and valuable consideration the receipt and sufficiency of which is hereby acknowledged, the Contractor covenants and agrees that in the event of any delay of construction or for any reason, allegation or claim, and notwithstanding the reason of the delay, reason, claim or allegation or who caused them or the construction delay or whether they were caused by the City, that there will be no entitlement to Contractor to or for any direct or indirect financial damages or losses for extended corporate overhead impact, extended project overhead impacts, project support services, mobilization or demobilization or by whatever other label or legal concept or theory and types of names or labels or basis such claims may have, or any business damages or losses of whatever type or nature, and Contractor hereby waives any right to make any such claim or claims. This provision will have application and effect when construction delays are anticipated and agreed upon by both the City and the Contractor. ARTICLE 21 — GOVERNING LAW; WAIVER OF JURY TRIAL 21.1 This Agreement shall be governed by the laws of the State of Florida. Both Parties agree that the courts of the State of Florida shall have jurisdiction of any claim arising in connection with this Agreement. Venue for any claim, objection or dispute arising out of this Agreement shall be in Broward County, Florida. By entering into this Agreement, Contractor and City hereby expressly waive any rights either Party may have to a trial by jury in any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Agreement. ARTICLE 22 — MISCELLANEOUS 22.1 The duties and obligations imposed by this Agreement and the rights and remedies available to the Parties and, in particular but without limitation, the warranties, guaranties and obligations imposed upon the Contractor and all of the rights and remedies available to the City, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by laws or regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents, and the provisions of this Paragraph will survive final payment and termination or completion of this Agreement. 22.2 The Contractor shall not assign or transfer this Agreement or its rights, title or interests. The obligations undertaken by the Contractor pursuant to this Agreement shall not be delegated or assigned to any other person or firm. Violation of the terms of this Paragraph shall constitute a material breach of Agreement by the Contractor and the City any, at its discretion, cancel this Agreement and all rights, title and interest of the Contractor which shall immediately cease and terminate. 22.3 The Contractor and its employees, volunteers and agents shall be and remain an independent contractor and not agents or employees of the City with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be constructed to create a partnership, association or any other kind of joint undertaking or venture between the Parties. C-34 22.4 The City reserves the right to audit the records of the Contractor relating in any way to the Work to be performed pursuant to this Agreement at any time during the performance and term of this Agreement and for a period of three (3) years after completion and acceptance by the City. If required by the City, the Contractor agrees to submit to an audit by an independent certified public accountant selected by the City. The Contractor shall allow the City to inspect, examine and review the records of the Contractor at any and all times during normal business hours during the term of this Agreement. 22.5 The remedies expressly provided in this Agreement to the City shall not be deemed to be exclusive but shall be cumulative and in addition to all other remedies in favor of the City now or later existing at law or in equity. 22.6 Should any part, term or provisions of this Agreement be decided by the courts to be invalid, illegal or in conflict with any state or federal law, the validity of the remaining portion or provision shall not be affected. 22.7 Prohibition Against Contracting With Scrutinized Companies: As to any contract for goods or services of $1 million or more and as to the renewal of any contract for goods or services of $1 million or more, subject to Odebrecht Construction, Inc., v. Prasad, 876 F.Supp.2d 1305 (S.D. Fla. 2012), affirmed, Odebrecht Construction, Inc., v. Secretary, Florida Department of Transportation, 715 F.3d 1268 (11th Cir. 2013), with regard to the "Cuba Amendment," the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and that it does not have business operations in Cuba or Syria, as provided in Section 287.135, Florida Statutes (2020), as may be amended or revised. As to any contract for goods or services of any amount and as to the renewal of any contract for goods or services of any amount, the Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2020), as may be amended or revised, and that it is not engaged in a boycott of Israel. The City may terminate this Agreement at the City's option if the Contractor is found to have submitted a false certification as provided under subsection (5) of Section 287.135, Florida Statutes (2020), as may be amended or revised, or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2020), as may be amended or revised, or is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes (2020), as may be amended or revised. 22.8 Public Entity Crimes: In accordance with the Public Crimes Act, Section 287.133, Florida Statutes (2020), as may be amended or revised, 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 (2020), as may be amended or revised, for category two purchases for a period of thirty-six (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. Exhibit "A" C-35 22.9 Attorney Fees: If City or Contractor incurs any expense in enforcing the terms of this Agreement through litigation, the prevailing Party in that litigation shall be reimbursed for all such costs and expenses, including but not limited to court costs, and reasonable attorney fees incurred during litigation. 22.10 Public Records IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT PRRCONTRACTAFORTLAUDERDALE.GOV, 954-828-5002, CITY CLERK'S OFFICE, 100 N. ANDREWS AVENUE, FORT LAUDERDALE, FLORIDA 33301. Contractor shall: 1. Keep and maintain public records required by the City in order to perform the service. 2. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes (2020), as may be amended or revised, or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of this Agreement if the Contractor does not transfer the records to the City. 4. Upon completion of the Agreement, transfer, at no cost, to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of this Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of this Agreement, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. C-36 City of Fort Lauderdale 12504-613 Southeastern Engineering Contractors, Inc Bid Contact Eduardo Dominguez ed.sec@comcast.net Ph 3057862369681 Address 12054 NW 98th Ave Hialeah Gardens, FL 33018 Bid Bond (Status: A bond with the supplied bid security percentage was not found) Item # Line Item Notes Unit Price Qty/Unit Attch. Docs 12504-613-01-01 Base Bid: MOBILIZATION - NIGHT Supplier First Offer - 51,280.00 20 / each Product Code: WORK 525,600.00 Y Y 12504-613-01-02 Base Bid: EMERGENCY Supplier First Offer - 51,536.00 20 / each 530,720.00 Y MOBILIZATION - MOBILIZE WITHIN 24 Product HR FOR EACH PROJECT Code: 12504-613-01-03 Base Bid: TRAFFIC CONTROL Supplier First Offer - 564.00 100 / hourly rate 56,400.00 Y OFFICER Product Code: 12504-613-01-04 Base Bid: WORK ZONE SIGN, Supplier First Offer- 52.00 2500 / day 55,000.00 Y FURNISH AND INSTALL Product Code: 12504-613-01-05 Base Bid: BARRIER WALL, Supplier First Offer - 519.20 1500 / linear foot 528,800.00 Y TEMPORARY,FURNISH AND INSTALL, Product CONCRETE, UP TO 30 DAYS Code: 12504-613-01-06 Base Bid: BARRIER WALL, Supplier First Offer - 512.80 1500 / linear foot 519,200.00 Y TEMPORARY, FURNISH AND INSTALL, Product WATERFILLED, UP TO 30 DAYS Code: 12504-613-01-07 Base Bid: CHANNELIZING DEVICE, Supplier First Offer - 52.00 5000 / day TYPES I, II, DI, VP, DRUM, OR LCD, Product FURNISH AND INSTALL Code: 510,000.00 Y 12504-613-01-08 Base Bid: CHANNEUZING DEVICE, Supplier First Offer - 52.60 1000 / day TYPE III, 6 FEET, FURNISH AND Product INSTALL Code: 52,600.00 Y 12504-613-01-09 Base Bid: TRAFFIC CONES, FURNISH Supplier AND INSTALL Product Code: First Offer- 51.30 5000 / day 56,500.00 Y 12504-613-01-10 Base Brd: ARROW BOARD/ADVANCE Supplier WARNING ARROW PANEL, FURNISH Product AND INSTALL Code: First Offer - $32,00 50 / day 51,600.00 Y 12504-613-01-11 Base Bid: PORTABLE CHANGEABLE Supplier First Offer- 540.00 50 / day 52,000.00 Y MESSAGE SIGN, TEMPORARY, Product FURNISH AND INSTALL Code: 4127/2021 C -36(a) BidSync p. 529 City of Fort Lauderdale 12504-613 12504-613--01-12 Base Bid: PORTABLE REGULATORY, Supplier First Offer - 564.00 25 / clay SIGN, FURNISH AND INSTALL Product Code: 51,600.00 Y 12504-613-0 3 Base Bid: LIGHT TOWER, Supplier First Offer- 5256.00 40 / day AMIDAWFEREX AL4000 OR Product EQUIVALENT, INCLUDES POWER Code: SOURCE (FDOT PAY I 510,240.00 Y 12504-613-01-14 Base Bid: FDOT CERTIFIED FLAG Supplier First Offer - 523.10 1000 / hourly rate $23,100:00 Y PERSON (FDOT PAY ITEM NO NA) Product Code: 12504-613-01-15 Base Bid: ORANGE PLASTIC MESH Supplier First Offer - 56.40 500 / linear foot $3,200.00 Y AND POST(FDOT PAY ITEM NO NA) Product Code: 12504-613-01-16 Base Bid: FURNISH AND INSTALL Supplier First Offer - $115.20 501 each STEEL TRAFFIC PLATES FOR 12 -FOOT Product LANES .y.Y2 DAILY RATE (FDOT P Code: $5,760.00 Y 12504-613-01-17 Base Bid: FURNISH AND INSTALL Supplier First Offer - 5192.00 50 / each STEEL TRAFFIC PLATES FOR 12 -FOOT Product LANES 1zYz WEEKLY RATE (FDOT Code: 59,600.00 Y 12504-613-01-18 Base Bid: SEDIMENT BARRIER (SILT Supplier First Offer - 52.60 1500 / linear foot 53,900.00 Y FENCE) Product Code: ID 12504-613-01-19 Base Bid: SEDIMENT Supplier First Offer- 5640.00 100 / day 564,000.00 Y BASIN/CONTANMENT SYSTEM FOR Product DEWATERING Code: LLI 12504-613-01-20 Base Bid: FLOATING TURBIDITY Supplier First Offer - 512.80 2500 / linear foot 532,000.00 Y BARRIER Product Code: 12504-613-01-21 Base Bid: INLET PROTECTION Supplier First Offer - 576.80 500 / each 538,400.00 Y Product Code: 12504-613-01-22 Base Bid: SURVEY FIELD WORK AS Supplier First Offer- 5166.40 500/ hourly rate 583,200.00 Y PERFORMED BY CREW (FDOT PAY Product ITEM NUMBER NOT APPLICABLE) Code: 12504-613-01-23 Base Bid: UTILITY LOCATING AND Supplier First Offer- 583100 50 / each EXCAVATION TEST HOLE IN GREEN Product AREAS (FDOT PAY ITEM NUMBER Code: 541,600.00 Y 12504-613-01-24 Base Bid: UTILITY LOCATING AND Supplier First Offer - 51,216.00 50 / each EXCAVATION TEST HOLE IN Product PAVEMENT AREAS (FDOT PAY ITEM Code: NU 560,800.00 Y 12504-613-01-25 Base Bid: REGULAR EXCAVATION Supplier First Offer - $12.80 1700 / cubic yard 521,760.00 Y Product C -36(b) BidSync 4/27/2021 p 530 City of Fort Lauderdale 12504-613 Code: 12504-613-0 I -26 Base Bid: EMBANKMENT Supplier First Offer - 519.20 500 / cubic yard $9,600,00 Y Product Code: 12504-613-01-27 Base Bid: PLOWABLE FILL Supplier First Offer - 5230-40 150 / cubic yard 534,560.00 Y Product Code: 12504-613-01-28 Base Bid: SELECT BEDDING MATERIAL Supplier First Offer - 5115.20 50 / cubic yard 55,760.00 Y Product Code: 12504-613-01-29 Base Bid: FILL SAND, FURNISH AND Supplier First Offer - 5140.80 50 / cubic yard 57,040.00 Y INSTALL Product Code: 12504-613-01-30 Base Bid: FOOT PAY ITEM NO 145-1: Supplier First Offer - 546.10 5000 / square foot 5230,500.00 Y GEOSYNTHETIC REINFORCED SOIL Product. SLOPE Code: 12504-613-01-31 Base Bid: SWALE Supplier First Offer 519.20 10000 / square yard 5192.000.00 Y EXCAVATION/GRADING/RESTORATION Product (UP TO 36 INCHES DEEP WITH 1:3 Code: SLOPES OR FL 12504-613-01-32 Base Bid: RETRO-REFLECTIVE Supplier First Offer - 56.40 100 / each 5640.00 Y PAVEMENT MARKERS Product Code: 12504-613-01-33 Base Bid: PAINTED PAVEMENT Supplier First Offer - 53.90 1000 / linear foot 53,900.00 Y MARKINGS, STANDARD, WHITE, Product YELLOW, OR BLUE, SOLID, 6 INCHES Code: 12504-513-01-34 Base Bid: PAINTED PAVEMENT Supplier First Offer - 510.30 100 / linear foot 51,030.00 Y MARKINGS, STANDARD, WHITE OR Product YELLOW, SOLID FOR CROSSWALK AND Code: RC 12504-613-01-35 Base Bid: PAINTED PAVEMENT Supplier First Offer- 511.60 100 / linear foot 51,160.00 Y MARKINGS, STANDARD, WHITE OR Product YELLOW, SOLID FOR STOP LINE OR Code: CRO 12504-613-01-36 Base Bid: PAINTED PAVEMENT Supplier First Offer - 53.90 100 / linear foot $390,00 Y MARKINGS, STANDARD, WHITE OR Product YELLOW, SKIP, 10-30 OR 3-9 SKIP, 6 Code: 12504-613-01-37 Base Bid: PAINTED PAVEMENT Supplier MARKINGS, STANDARD, WHITE OR Product YELLOW, ISLAND NOSE Code: First Offer - 56.40 100 / square foot 5640.00 Y 12504-613-01-38 Base Bid: THERMOPLASTIC Supplier First Offer - 56.40 1000 / linear foot 56,400.00 Y PAVEMENT MARKINGS, STANDARD, Product WHITE, OR YELLOW, SOLID, 6IINCHES Code: 4/27/2021 C -36(c) BidSync p. 531 City of Fort Lauderdale 12504-613 12504-613-01-39 Base Bid: THERMOPLASTIC Supplier First Offer - 512.80 100 / linear foot $1,280.00 Y PAVEMENT MARKINGS, STANDARD, Product WHITE, SOLID, 12 INCHES Code: 12504-613-01-40 Base BLd: THERMOPLASTIC Supplier First Offer - 515.40 100 / linear foot 51,540.00 Y PAVEMENT MARKINGS, STANDARD, Product WHITE, SOLID, 24 INCHES Code: 12504-613-01-41 Base Bid: THERMOPLASTIC, REMOVE Supplier First Offer - 510.30 1000 / square foot $10,300.00 Y Product Code: 12504-613-01-42 Base Bid: CURB OR CURB AND Supplier First Offer - 56.40 1500 / linear foot 59,600.00 Y GUTTER REMOVAL (FDOT PAY ITEM Product NUMBER NOT APPLICABLE) Code: 12504-613-01-43 Base Bid: REMOVAL OF EXISTING Supplier First Offer - 519.20 3000 / square yard 557,600.00 Y CONCRETE PAVEMENT Product Code: 12504613-01-44 Base Bid: PAVER BLOCK REMOVAL Supplier First Offer - $6.40 1500 / square yard 59,600.00 Y (FDOT PAY ITEM NUMBER NOT Product APPLICABLE) Code: 12504-613-01-45 Base Bid: REMOVAL AND DISPOSAL Supplier First Offer - $57.60 150 / cubic yard 58,640.00 Y OF UNSUITABLE, NON- Product CONTAMINATED MATERIALS (FDOT Code: PAY ITEM 12504-613-01-46 Base Bid: UTILITY PIPE, REMOVE & Supplier First Offer - 53.90 2000 / linear foot 57,800.00 Y DISPOSE, 5-7.9 INCHES Product Code: 12504613-01-47 Base Bid: UTILITY PIPE, REMOVE & Supplier First Offer - 515.40 5000/ linear foot 577,000.00 Y DISPOSE, 8-19.9 INCHES Product Code: 12504-613-01-48 Base Bid: UTILITY PIPE, REMOVE g, Supplier First Offer - 532.00 500 / linear toot 516,000.00 Y DISPOSE, 20-49.9 INCHES Product Code: 12504-613-01-49 Base Bid: UTILITY PIPE, REMOVE & Supplier First Offer - 570.40 100 / linear foot DISPOSE, 50 INCHES OR LARGER Product Code: $7,040.00 Y 12504-613-01-50 Base Bid: UTILITY PIPE, PLUG AND Supplier PLACE OUT OF SERVICE, 5-7.9 INCHES Product Code: First Offer - 525.60 100 /linear foot $2,560.00 Y 12504-613-01-51 Base Bid: UTILITY PIPE, PLUG AND Supplier First Offer - 525.60 300 / linear foot 57,680.00 Y PLACE OUT OF SERVICE, 8-19.9 Product INCHES Code: 12504-613-01-52 Base Bid: UTILITY PIPE, PLUG AND Supplier First Offer - 557.60 200 / linear foot 511,520.00 Y PLACE OUT OF SERVICE, 20-49.9 Product 4/27/2021 C -36(d) BidSync p. 532 Exhibit "A" City of Fort Lauderdale 12504-613 INCHES Code: 12504-613-01-53 Base Bid: UTILITY PIPE, PLUG AND Supplier PLACE OUT OF SERVICE, 50 INCHES OR Product LARGER Code: First Offer - 557.60 100 / linear foot $5,760.00 Y 12504-613-01-54 Base Bid: STORM/SANITARY Supplier First Offer - 5640.00 200 / each STRUCTURE REMOVAL (FDOT PAY Product ITEM NUMBER NOT APPLICABLE) Code: $128,000.00 Y 12504-613-01-55 Base Bid: LIMEROCK REMOVAL TO A Supplier First Offer - 515.40 500 / square yarcl 57,700.00 Y DEPTH OF 8 INCHES (FDOT PAY ITEM Product NUMBER NOT APPLICABLE) Code: 12504613-01-56 Base Bid: SINGLE POST SIGN, REMOVE Supplier First Offer - 5102.40 50 / each Product Code: 55,120.00 Y 12504-613-01-57 Base Bid: MILLING EXIST ASPH PAVT, Supplier First Offer - $9.00 2500 / square yard $22,500.00 Y 1 INCH AVG DEPTH, AREA Product Code: 12504-613-01-58 Base Bid: CONCRETE SIDEWALK AND Supplier First Offer - $69.20 1000 / square yard $69,200.00 Y DRIVEWAYS, 6 INCHES THICK Product Code: 12504-613-01-59 Base Bid: PAVERS, ARCHITECTURAL, Supplier First Offer - $92.20 1500 / square yard $138,300.00 Y ROADWAY Product Code: 12504-613-01-60 Base Bid: PAVERS, ARCHITECTURAL, Supplier First Offer - 580.70 1500 / square yard 5121,050.00 Y SIDEWALK Product Code: 12504-613-01-61 Base Bid: REWORKING/ ADDING Supplier First Offer - 515.40 10001 square yard $15,400.00 Y LIMEROCK BASE TO EXISTING, 3 Product INCHES Code: 12504-613-01-62 Base Bid: REWORKING/ ADDING Supplier First Offer - 516.70 1000 / square yard $16,700.00 Y LIMEROCK BASE TO EXISTING, 4 Product INCHES Code: 12504-613-01-63 Base Bid: REWORKING/ ADDING Supplier First Offer - 517.30 3000 / square yard S51,900.00 Y LIMEROCK BASE TO EXISTING, 6 Product INCHES Code: 12504-613-01-64 Base B[d: OPTIONAL BASE, BASE Supplier First Offer - $20.50 2500 / square yard $51,250.00 Y GROUP 04 (6 INCHES LIMEROCK) Product Code: 12504-613-01-65 Base Bid: TEMPORARY PATCH USING Supplier First Offer - $231.00 100 / cubic foot 523,100.00 Y COLD ASPHALTIC MIX, FURNISH AND Product INSTALL Code: 12504-613-01-66 Base Bid: SUPERPAVE ASPHALTIC Supplier First Offer - $235.00 500 / ton $117,500.00 Y CONCRETE, TRAFFIC A, 8, C, D, OR E Product C -36(e) 4/27/2021 BidSync p 533 Exhibit "A" City of Fort Lauderdale 12504-613 Code: 12504-613-01-67 Base Bid: MISCELLANEOUS ASPHALT Supplier First Offer - $345.60 100/ton PAVEMENT Product Code: 534,560.00 Y 12504-613-01-68 Base Bid: CONCRETE CURB & Supplier First Offer- 525.00 50 / linear foot $1,250.00 Y GUTTER, TYPE E Product Code: 12504-613-01-69 Base Bid: CONCRETE CURB & Supplier First Offer - 527.00 1000 / linear foot $27,000.00 Y GUTTER, TYPE F Product Code: 12504-613-01-70 Base Bid: CONCRETE CURB, TYPE D Supplier First Offer - 524.00 2500 / linear foot 560,000.00 Y Product Code: 12504-613-01-71 Base Bid: VALLEY GUTTER - CONCRETE Supplier First Offer - 526.00 1000 / linear foot $26,000.00 Y Product Code: 12504-613-01-72 Base Bid: DETECTABLE WARNING ON Supplier First Offer - 541.00 500 / square foot $20,500.00 Y EXISTING WALKING SURFACE, Product RETROFIT, FURNISH AND INSTALL Code: 12504-613-01-73 Base Bid: ADA COMPLIANT CURB Supplier First Offer 51,024.00 20 / each RAMP (EDOT PAY ITEM NO NA) Product Code: $20,480.00 Y 12504-613-01-74 Base Bid: DITCH BOTTOM TYPE C Supplier First Offer- 54,285.00 100 / each (INDEX 232) LESS THAN 10 FEET Product Code: $428,500.00 Y 12504-613-01-75 Base Bid: DITCH BOTTOM TYPE D Supplier First Offer 54,310.00 20 / each $86,200.00 Y (INDEX 232) LESS THAN 10 FEET Product Code: 12504-613-01-76 Base Bid: DITCH BOTTOM TYPE Supplier First Offer - 54,527.00 20 / each 590,540.00 Y i0Y2Eie.Y2 (INDEX 232) LESS THAN 10 Product FEET Code: 12504-613-01-77 Base Bid: DITCH BOTTOM TYPE Supplier First Offer- 55,030.00 10 / each i/Y2FIL 2 (INDEX 233) LESS THAN 10 Product FEET Code: 550,300.00 Y 12504-613-01-78 Base Bid: DITCH BOTTOM TYPE Supplier First Offer - 57,348.00 10 / each ieG.Q'k (INDEX 233) LESS THAN 10 Product FEET Code: 573,480.00 Y 12504-613-01-79 Base Bid: TYPE i'&2Ci2YzCATCH BASIN Supplier First Offer 54,177.00 30 / each 5125,310.00 Y 24X36 INCHES LESS THAN 10 FEET Product (FDOT PAY ITEM NUMBER NOT Code: 12504-613-01-80 Base Bid: LARGE RECTANGULAR TYPE Supplier First Offer - 55,521.00 100 / each $552,100.00 Y ILY2CiLY2 CATCH BASINS WITH TOP Product Exhibit "A" 4/27/2021 C -36(f) BidSync p 534 City of Fort Lauderdale 12504-613 SLABS 4X4 FEET OR TYPE INCHESC Code: 12504-613-01-81 Base Bid: LARGE RECTANGULAR TYPE Supplier First Offer - 55,764.00 100 / each $576,400.00 Y i/Y GeY4 CATCH BASINS WITH TOP Product SLABS 5X5 FEET OR TYPE INCHESC Code: 12504-613-01-82 Base Bid: LARGE RECTANGULAR TYPE Supplier First Offer - 57,327.00 1 / each $7,327.00 Y it'/2Cit55 CATCH BASINS WITH TOP Product SLABS 6X6 FEET OR TYPE INCHESC Code: 12504-613-01-83 Base Bid: LARGE RECTANGULAR TYPE Supplier First Offer - 59,498.00 5 / each $47,490.00 Y i&2041 CATCH BASINS WITH TOP Product SLABS 8X8 FEET LESS THAN 10 FE Code: 12504-613-01-84 Base Bid: LARGE RECTANGULAR TYPE Supplier First Offer - 56,229.00 5 / each i/'/ Cy3s CATCH BASINS WITH TOP Product SLABS 4X6 FEET LESS THAN 10 FE Code: 531,145.00 Y 12504-613-01-85 Base Bid: LARGE RECTANGULAR TYPE Supplier First Offer - 57,148.00 5 / each $35,740.00 Y QSC(LNi CATCH BASINS WITH TOP Product SLABS 4X8 FEET LESS THAN 10 FE Code: 12504-613-01-86 Base Bid: STORM MANHOLE TYPE M- Supplier First Offer - 54,829.00 100 / each $482,900.00 Y 4 (48 INCHES ROUND) LESS THAN 10 Product FEET (FDOT PAY ITEM NUM Code: 12504-613-01-87 Base Bid: STORM MANHOLE TYPE M- Supplier First Offer- 55,387.00 5 / each 526,935.00 Y 5 (60 INCHES ROUND) LESS THAN 10 Product FEET (FDOT PAY ITEM NUM Code: 12504-613-01-88 Base Bid: STORM MANHOLE TYPE M- Supplier First Offer - 57,116.00 5 / each 6 (72 INCHES ROUND) LESS THAN 10 Product FEET (FDDT PAY ITEM NUM Code: 535,580.00 Y 12504-613-01-89 Base Bid: STORM MANHOLE TYPE M- Supplier First Offer - 59,519-00 3 / each 528,557.00 Y 7 (84 INCHES ROUND) LESS THAN 10 Product FEET (FDOT PAY ITEM NUM Code: 12504-613-01-90 Base Bid: 18 INCHES ADS DRAIN Supplier First Offer - 53,654.00 20 / each 573,080.00 BASIN OR APPROVED EQUAL (FDOT Product PAY ITEM NUMBER NOT APPLICAB Code: 12504-613-01-91 Base Bid: 24 INCHES ADS DRAIN Supplier First Offer - 54,086.00 5 / each $20,430.00 Y BASIN OR APPROVED EQUAL (FDOT Product PAY ITEM NUMBER NOT APPLICAB Code: 12504-613-01-92 Base Bid: 8 INCHESTRENCH DRAIN Supplier First Offer - 5336.00 10 / linear foot 53,360.00 Y WITH GRATE 6452 OR APPROVED Product EQUAL (FDOT PAY ITEM NUMBER N Code: 12504-613-01-93 Base Bid: 10 INCHES TRENCH DRAIN Supplier First Offer- 5354.00 50 / linear foot $17,700.00 Y WITH GRATE 6453 OR APPROVED Product EQUAL (FDOT PAY ITEM NUMBE Code: 12504-613-01-94 Base Bid: 12 INCHES TRENCH DRAIN Supplier First Offer - 5404.00 125 / linear foot 550,500.00 Y WITH GRATE 6454 OR APPROVED Product ' i < l 4/27/2021 C -36(g) BidSync p. 535 City of Fort Lauderdale 12504-613 EQUAL (FDOT PAY ITEM NUMBER Code: 12504-613-01-95 Base Bid: 15 INCHES TRENCH DRAIN Supplier First Offer $421.00 100 / linear foot $42,100.00 Y WITH GRATE 6455 OR APPROVED Product EQUAL (FDOT PAY ITEM NUMBER Code: 12504-613-01-96 Base Bid: 18 INCHES TRENCH DRAIN Supplier First Offer- 5446.00 100 / linear foot 544,600.00 Y WITH GRATE 6456 OR APPROVED Product EQUAL (FDOT PAY ITEM NUMBER Code: 12504-613-01-97 Base Bid: INLETS, ADJUST Supplier First Offer - $896.00 50 / each Product Code: $44,800.00 Y 12504-613-01-98 Base Bid: MANHOLE, ADJUST Supplier First Offer - 5512.00 50 / each Product Code: $25,600.00 Y 12504-613-01-99 Base Bid: VALVE BOXES, ADJUST Supplier First Offer - 5256.00 50 / each Product Code: $12,800.00 Y 12504-613-01-100 Base Bid: DRAINAGE STRUCTURES, Supplier First Offer - 51,024.00 50 / each $51,200.00 Y MISCELLANEOUS, ADJUST Product Code: 12504-613-01-101 Base Bid: DRAINAGE STRUCTURE MODIFY Supplier First Offer- 51,792.00 100 / each Product Code: $179,200.00 Y 12504-613-01-102 Base Bid: INLETS RELOCATING Supplier First Offer - $2,578.00 25 / each Product Code: $64,450.00 Y 12504-613-01-103 Base Bid: MANHOLES AND INLETS Supplier First Offer - 5896.00 50 / each $44,800.00 Y CLEANING AND SEALING, LESS THAN Product 10 FEET Code: 12504-613-01-104 Base Bid: PIPE CULVERT, RCP Supplier First Offer - $86.40 500 / linear foot $43,200.00 Y MATERIAL ONLY, ROUND, LESS THAN Product 12 INCHES STORM DRAIN (INSTALL Code: 12504-613-01-105 Base Bid: PIPE CULVERT, OPTIONAL Supplier First Offer - $71.20 500 / linear foot 535,600.00 Y MATERIAL, ROUND, LESS THAN 12 Product INCHES STORM DRAIN (INSTALL Code: 12504-613-01-106 Base Bid: PIPE CULVERT, RCP Supplier First Offer - $86.00 2000 /linear foot $172,000.00 Y MATERIAL ONLY, ROUND, 12 INCHES, Product 15 INCHES STORM DRAIN (INSTAL Code: 12504-613-01-107 Base Bid: PIPE CULVERT, OPTIONAL Supplier First Offer - $78.20 2000 / linear foot 5156,400.00 Y MATERIAL, ROUND, 12 INCHES, 15 Product INCHES STORM DRAIN (INSTAL Code: 12504-613-01-108 Base Bid: PIPE CULVERT, RCP Supplier First Offer- $119.90 2000 / linear foot $239,800.00 MATERIAL ONLY, ROUND, 18 INCHES, Product Exhibit "A" 4/27/2021 C -36(h) BidSync p 536 City of Fart Lauderdale 12504-613 24 INCHES STORM DRAIN (INSTAL Code: 12504-613-01-109 Base Bid: PIPE CULVERT, OPTIONAL Supplier First Offer - $104.80 2000 / linear foot 5209.600.00 Y MATERIAL, ROUND, 18 INCHES, 24 Product INCHES STORM DRAIN (INSTAL Code: 12504-613-01-110 Base Bid: PIPE CULVERT, RCP Supplier First Offer - 5197.50 1500 / linear foot 5296,250.00 Y MATERIAL ONLY, ROUND, 30 INCHES, Product 36 INCHES STORM DRAIN (INSTAL Code: 12504-613-01-111 Base Bid: PIPE CULVERT, OPTIONAL Supplier First Offer - 5151.40 1500 / linear foot 5227,100.00 Y MATERIAL, ROUND, 30 INCHES, 36 Product INCHES STORM DRAIN (INSTAL Code: 12504-613-01-112 Base Bid: PIPE CULVERT, RCP Supplier First Offer - 5298.30 1000 / linear foot 5298300.00 Y MATERIAL ONLY, ROUND, 42 INCHES, Product 48 INCHES STORM DRAIN (INSTAL Code: 12504-613-01-113 Base Bid: PIPE CULVERT, OPTIONAL Supplier First Offer - 5214.80 1000 /linear foot 5214,800.00 Y MATERIAL, ROUND, 42 INCHES, 48 Product INCHES STORM DRAIN (INSTAL Code: 12504-613-01-114 Base Bid: PIPE CULVERT, RCP Supplier First Offer - 5410.30 500 / linear foot 5205,150.00 Y MATERIAL ONLY, ROUND, 54 INCHES, Product 60 INCHES STORM DRAIN (INSTAL Code: 12504-613-01-115 Base Bid: PIPE CULVERT, OPTIONAL Supplier First Offer- 5284.10 400 / linear foot 5113,640.00 Y MATERIAL, ROUND, 54 INCHES, 60 Product INCHES STORM DRAIN (INSTAL Code: 12504-613-01-116 Base Bid:: PIPE CULVERT, OPTIONAL. Supplier First Offer - 5111.00 250 / linear foot 527,750.00 Y X MATERIAL, OTHER SHAPE - Product I 1 ELLIP/ARCH, 15 INCHES, 18 INCHES Code: L.LI 12504-613-01-117 Base Bid: PIPE CULVERT, RCP Supplier First Offer - 5118.30 250 / linear foot 529,575.00 Y MATERIAL ONLY, OTHER SHAPE - Product ELLIP/ARCH, 15 INCHES, 18 INCHES Code: 12504-613-01-118 Base Bid: PIPE CULVERT, OPTIONAL Supplier First Offer- 5122.00 200/linear foot 524,400.00 Y MATERIAL, OTHER SHAPE - Product ELLIP/ARCH, 24 INCHES Code: 12504-613-01-119 Base Bid: PIPE CULVERT, RCP Supplier First Offer- 5154.00 2001linear foot MATERIAL ONLY, OTHER SHAPE - Product ELLIP/ARCH, 24 INCHES Code: 530,800.00 Y 12504-613-01-120 Base Bid: PIPE CULVERT, OPTIONAL Supplier First Offer - 5190.00 150 / linear foot 528,500.00 Y MATERIAL, OTHER SHAPE - Product ELLIP/ARCH, 30 INCHES, 36 INCHES Code: 12504-613-01-121 Base Bid: PIPE CULVERT, RCP Supplier First Offer - 5258.00 150 / linear foot 538,700.00 Y MATERIAL ONLY, OTHER SHAPE - Product ELLIP/ARCH, 30 INCHES, 36 INCHES Code: 12504-613-01-122 Base Bid: CLEANING & SEALING Supplier First Offer - 5400.00 150 / each 560,000.00 Y EXISTING PIPE JOINT, 10 INCHES TO 24 Product 4/27/2021 C-36(1) BidSync p. 537 City of Fort Lauderdale 12504-613 INCHES, STORM SEWER Code: 12504-613-01-123 Base Bid: CLEANING & SEALING Supplier First Offer - $640.00 50 / each $32,000.00 Y EXISTING PIPE JOINT, 30 INCHES, 36 Product INCHES, STORM SEWER Code: 12504-613-01-124 Base Bid: CLEANING & SEALING Supplier First Offer- $768.00 50 / each EXISTING PIPE JOINT, 42 INCHES, 48 Product INCHES, STORM SEWER Code: $38,400.00 Y 12504-613-01-125 Base Bid: CLEANING & SEALING Supplier First Offer - $1,088.00 50 / each $54,400.00 Y EXISTING PIPE JOINT, 54 INCHES, 60 Product INCHES, STORM SEWER Code: 12504-613-01-126 Base Bid: CLEANING & SEALING Supplier First Offer - $1,280.00 25 / each EXISTING PIPE JOINT, >60 INCHES, Product STORM SEWER Code: 332,000.00 Y 12504-613-01-127 Base Bid: MITERED END SECTION, Supplier First Offer - $1,618.00 10 / each 516,180.00 Y OPTIONAL ROUND, 12 INCHES, 15 Product INCHES,18INCHES Code: 12504-613-01-128 Base Bid: MITERED END SECTION, Supplier First Offer - $1,795.00 5 / each $8,975.00 Y OPTIONAL ROUND, 24 INCHES Product Code: 12504-613-01-129 Base Bid: MITERED END SECTION, Supplier First Offer - $3,899.00 5 / each $19,495.00 Y OPTIONAL ROUND, 30 INCHES,36 Product INCHES Code: 12504-613-01-130 Base Bid: FRENCH DRAIN, LESS THAN Supplier First Offer - $151.20 100 / linear foot $15,120.00 Y 12 INCHES Product W Code: 12504-613-01-131 Base Bid: FRENCH DRAIN, 12 TO 18 Supplier First Offer - $156.20 3500 / linear foot $546,700.00 INCHES Product Code: 12504-613-01-132 Base Bid: FRENCH DRAIN, 24 INCHES Supplier First Offer - $175.40 1000 / linear foot 5175,400.00 Y Product Code: 12504-613-01-133 Base Bid: STORM SEWER INSPECTION Supplier First Offer - $6.40 5000 / linear foot $32,000.00 Y (VIDEO CAMERA) Product Code: 12504-613-01-134 Base Bid: OUTFALL BARNACLE Supplier First Offer - 551.20 1000 / linear foot $51,200.00 Y REMOVAL FOR 0-24 INCH PIPES Product Code: 12504-613-01-135 Base Bid: OUTFALL BARNACLE Supplier First Offer- $70.40 500 / linear foot $35,200.00 Y REMOVAL FOR 25-36 INCH PIPES Product Code: 12504-613-01-136 Base Bid: OUTFALL BARNACLE Supplier First Offer- 576.80 500 / linear foot $38,400.00 Y REMOVAL FOR 37-48 INCH PIPES Product 4/27/2021 C -36(j) BidSync p. 538 City of Fort Lauderdale 12504-613 Code: 12504-613--01.137 Base Bid: OUTFALL BARNACLE Supplier First Offer - 5115.20 500 / linear foot 557,600.00 Y REMOVAL FOR 49-60 INCHES PIPES Product Code: 12504-613-01-138 Base Bid: OUTFALL BARNACLE Supplier First Offer - 5128.00 2501Iinear foot REMOVAL FOR 61 INCHES AND Product GREATER PIPES Code: 532,000.00 Y 12504-613-01-139 Base Bid: CONCRETE COLLAR AT Supplier First Offer - 51,800.00 200 / each JOINTS FOR CONNECTING DISSIMILAR Product TYPES OF PIPE AND CONCRETE P Code: 5360,000.00 Y 12504-613-01-140 Base Bid: PIPE LINER, SLIP LINER, 0-24 Supplier First Offer - 5200.00 2000 / linear foot $400,000.00 Y INCHES Product Code: 12504-613-01-141 Base Bid: PIPE LINER, SLIP LINER, 25- Supplier First Offer - 5276.00 1000 / linear foot 5276,000.00 Y 36 INCHES Product Code: 12504-613-01-142 Base Bid: PIPE LINER, SLIP LINER, 37- Supplier First Offer - 5397.00 500 / linear foot 5198,500.00 Y 48 INCHES Product Code: 12504-613-01-143 Base Bid: PIPE LINER, SLIP LINER, 49- Supplier First Offer- 5500.00 500 / linear foot $250,000.00 Y 60INCHES Product Code: 12504-613 1-1 44 Base Bid: PIPE LINER, SLIP LINER, 61 Supplier First Offer - 5700.00 500 / linear foot INCHES AND GREATER Product Code: 5350,000.00 Y 12504-613-01-145 Base Bid: BALLAST ROCK, FRENCH Supplier First Offer - 564.00 100 / cubic yard 56,400.00 Y DRAIN AGGREGATE, FURNISH AND Product INSTALL Code: 12504-613-01-146 Base Bid: DEEP WELL INJECTION BOX, Supplier First Offer - S14,454.00 10 / each STRUCTURE WITH NO OUTFLOW Product Code: 5144,540.00 12504-613-01-147 Base 8d: DEEP WELL INJECTION BOX, Supplier First Offer - 515,171.00 10 / each STRUCTURE WITH OUTFLOW Product Code: 5151,710.00 Y 12504-613-01-148 Base Bid: DEEP WELL OPEN HOLE , 24 Supplier First Offer - 5320.00 2000 / linear foot 5640,000.00 Y INCHES Product Code: 12504-613-01-149 Base Bid: DEEP WELL CASING Supplier First Offer - 5352.00 2000 / linear foot 5704,000.00 Y Product Code: 12504-613-01-150 Base Bid: (0-23 INCHES) DEEP WELL Supplier First Offer - 5128.00 2000 / linear foot 5256,000.00 Y CLEANING Product 4/27/2021 C -36(k) BidSync p. 539 City of Fort Lauderdale 12504-613 Code: 12504613-01-151 Base Bid: (24 INCHES) DEEP WELL Supplier First Offer- 5128.00 2000 / linear foot 5256,000.00 Y CLEANING Product Code: 12504-613-01-152 Base Bid: (25 INCHES AND GREATER) Supplier First Offer- 5128.00 2000 / Ine_ar oot 5256,000.00 Y DEEP WELL CLEANING Product Code: 12504-613-01-153 Base Bid: SHEET PILING, STEEL Supplier First Offer- 535.90 1500 / square foot 553,850.00 Y TEMPORARY -CRITICAL Product Code: 12504-613-01-154 Base Bid: STORM DRAINAGE Supplier First Offer - 59.00 2500 / linear foot 522,500.00 Y CLEANING AND DESILTING, VIDEO & Product FINISHED CD OR DVD, 0-24 INCHES P Code: 12504-613-01-155 Base Bid: STORM DRAINAGE Supplier First Offer - 512.80 1000 /'linear foot 512,800.00 Y CLEANING AND DESILTING, VIDEO & Product FINISHED CD OR DVD, 24-36 INCHES Code: 12504-613--01-156 Base Bid: STORM DRAINAGE Supplier First Offer - 519.20 1000 / linear foot 519,200.00 Y CLEANING AND DESILTING, VIDEO & Product FINISHED CD OR DVD, 37-48 INCHES Code: 12504-613-01-157 Base Bid: STORM DRAINAGE Supplier First Offer - 528.20 1000 / linear foot 528,200.00 Y CLEANING AND DESILTING, VIDEO & Product FINISHED CD OR DVD, 49-60 INCHES Code: 12504-613-01-158 Base Bid: STORM DRAINAGE Supplier First Offer - 544.80 500 / linear foot 522,400.00 Y CLEANING AND DESILTING, VIDEO & Product FINISHED CD OR DUD, 61 INCHES OR Code: 12504-613-01-159 Base Bid: WELL POINT SYSTEM Supplier First Offer - 5640.00 1001 day COMPLETE, 4 INCHES PUMP, FURNISH Product AND INSTALL (FDOT PAY ITEM Code: 564,000.00 Y 12504-613-01-160 Base Bid: WELL POINT SYSTEM Supplier First Offer - 5672.00 40 / day COMPLETE, 6 INCHES PUMP, FURNISH Product AND INSTALL (FOOT PAY ITEM Code: 526,880.00 Y 12504-613-01-161 Base Bid: WELL POINT SYSTEM Supplier First Offer - 5704.00 20 / day COMPLETE, 8 INCHES PUMP, FURNISH Product AND INSTALL (FDOT PAY ITEM Code: 514,080.00 Y 12504-613-01-162 Base Bid: BY-PASS PUMP 4 INCHES, Supplier First Offer - 5179.20 200 / day FURNISH AND INSTALL (FDOT PAY Product ITEM NO NA) Code: 535,840.00 Y 12504-613-01-163 Base Bid: BY-PASS PUMP 6 INCHES, Supplier First Offer - 5192.00 80/ day FURNISH AND INSTALL (FDOT PAY Product ITEM NO NA) Code: 515,360.00 Y 12504-613-01-164 Base Bid: BY-PASS PUMP 8 INCHES, Supplier First Offer - 5230.40 40 / day 59,216.00 Y FURNISH AND INSTALL (FDOT PAY Product Exhibit "A" 4/27/2021 C -36(I) BidSync p 540 City of Fort Lauderdale 12504-613 ITEM NO NA) Code: 12504-613-01-165 Base Bid: 8 TO 12 INCHES PLUG FOR Supplier First Offer - 5512-00 200 / each 5102,400.00 Y BLOCKING DRAINAGE LINE WITHIN Product WATERTABLE - INCLUDES INST Code: 12504-613-01-166 Base Bid: 15-24 INCHES PLUG FOR Supplier First Offer - 5640.00 150 / each 596,000.00 Y BLOCKING DRAINAGE LINE WITHIN Product WATERTABLE-INCLUDES INSTAL Code: 12504-613-01-167 Base Bid: 30-42 INCHES PLUG FOR Supplier First Offer - 51,024.00 100 ! each 5102,400.00 Y BLOCKING DRAINAGE LINE WITHIN Product WATERTABLE-INCLUDES INSTAL Code: 12504-613-01-168 Base Bid: 48-60 INCHES PLUG FOR Supplier First Offer- 51,280.00 50 / each 564,000.00 Y BLOCKING DRAINAGE LINE WITHIN Product WATERTABLE-INCLUDES INSTAL Code: 12504-613-01-169 Base Bid: 60 INCHES AND ABOVE Supplier First Offer - 52,048.00 25 / each PLUG FOR BLOCKING DRAINAGE LINE Product WITHIN WATERTABLE - INCLUDE Code: 551,200.00 Y 12504-613-01-170 Base Bid: RIPRAP, SAND -CEMENT Supplier First Offer S576.00 25 / cubic yard 514,400.00 Y Product Code: 12504-613-01-171 Base Bicl: RIPRAP- RUBBLE, BANK Supplier First Offer - 5512.00 5 / ton 52,560.00 Y AND SHORE Product Code: 12504-613-01-172 Base Bid: RIPRAP, RUBBLE, FURNISH Supplier First Offer- $576.00 5 / tors AND INSTALL, DITCH LINING Product Code: 52,880.00 Y 12504-613-01-173 Base Bid: STANDARD 6 FOOT CHAIN Supplier First Offer - 519.20 2000 / linear foot $38,400.00 Y LINK FENCE (FDOT PAY ITEM NUMBER Product NOT APPLICABLE) Code: 12504-613-01-174 Base Bid: STANDARD 6 FOOT CHAIN Supplier First Offer - 51,024.00 10 / each LINK FENCE GATE OPENING, SINGLE, Product 0-6Q/2 (FDOT PAY ITEM NUM Code: 510,240,00 Y 12504-613-01-175 Base Bid: STANDARD 6 FOOT WOOD Supplier First Offer - 532.00 1000 / linear foot 532,000.00 Y PANEL PRESSURE -TREATED FENCE Product (FDOT PAY ITEM NUMBER NOT AP Code: 12504-613-01-176 Base Bid: STANDARD 6 FOOT WOOD Supplier First Offer - 51,024.00 5 / each PANEL PRESSURE -TREATED FENCE Product GATE OPENING, SINGLE, 0-6i/Y (FD Code: $5,120.00 Y 12504-613-01-177 Base Bid: STANDARD 6 FOOT VINYL Supplier First Offer - 544.80 500 / linear foot 522,400.00 Y FENCE (FDOT PAY ITEM NUMBER NOT Product APPLICABLE) Code: 12504-613-01-178 Base Bid: STANDARD 6 FOOT VINYL Supplier First Offer- 51,024.00 5 / each 55,120.00 Y FENCE GATE OPENING, SINGLE, 0-6QY Product Exhibit "A" 4/27/2021 C -36(m) BidSync p. 541 City of Fort Lauderdale 12504-613 (FDOT PAY ITEM NUMBER N Code: 12504-613-01-179 Base Bid: FDOT PAY ITEM NO 550-60- Supplier First Offer - 51,408.00 211: FENCE GATE, TYPE B, SINGLE, 0- Product 6.0 FEET OPENING Code: 57,040.00 Y 12504-613-01-180 Base Bid: FDOT PAY ITEM NO 550-60- Supplier First Offer - 52,176.00 2 / each 212, 550-60-213, OR 550-60-214: Product FENCE GATE, TYPE B, 51 Code: $4,352.00 Y 12504-613-01-181 Base Bid: ADDITIONAL LABORER Supplier First Offer - 516.70 5000 / hourly rate 583,500.00 Y (FDOT PAY ITEM NUMBER NOT Product APPLICABLE) Code: 12504-613-01-182 Base Bid: MASTER ELECTRICIAN Supplier First Offer - 5153.60 1001 hourly rate $15,360.00 Y (FDOT PAY ITEM NUMBER NOT Product APPLICABLE) Code: 12504-613-01-183 Base Bid: DIVER (REGULAR TIME) Supplier First Offer - $320.00 50 / hourly rate 516,000.00 Y (FDOT PAY ITEM NUMBER NOT Product APPLICABLE) Code: 12504-613-01-184 Base Bid: QUALIFIED CONSTRUCTION Supplier First Offer - 596.00 50 / hourly rate 54,800.00 Y TRAINING QUALIFICATION PROGRAM Product (CTQP) ASPHALT PAVING LEVE Code: !� 12504-613-01-185 Base Bid: SERVICE TRUCK & Supplier First Offer - 5128.00 100 / hourly rate 512,800.00 OPERATOR, PERSONNEL LIFT TO 35 FT Product • — HIGH ACCESS, 4 HR MINIMUM CHAR Code: 1E 12504-613-01-186 Base Bid: BUCKET TRUCK & Supplier First Offer - 5153.60 100 / hourly rate 515,360.00 Y X OPERATOR, 50 FT REACH, 4 HR Product I 1 MINIMUM CHARGE (FDOT PAY ITEM Code: 6.�1 NUMBE 12504-613-01-187 Base Bid; 03 OR 05 DOZER & Supplier First Offer - 5128.00 100 / hourly rate 512,800.00 Y OPERATOR (FDOT PAY ITEM NUMBER Product NOT APPLICABLE) Code: 12504-613-01-188 Base Bid: CRANE & OPERATOR, Supplier First Offer - 5384.00 100 / hourly rate 538,400.00 Y INSTALLATIONS LESS THAN 85 FT Product HIGH AND 22 TON, 4 HR MINIMUM Code: CH 12504-613-01-189 Base Bid: VAC TRUCK, 3 -PERSON Supplier First Offer - 5576.00 100 / hourly rate $57,600.00 Y CREW, 4 HR MINIMUM CHARGE (FDOT Product PAY ITEM NUMBER NOT APPLIC Code: 12504-613-01-190 Base Bid: SKID STEER LOADER & Supplier First Offer - 596.00 100 / hourly rate 59,600.00 Y OPERATOR, 1,850 LB MINIMUM, 4 HR Product MINIMUM CHARGE (FOOT PAY IT Code: 12504-613-01-191 Base Bid: BOAT/WATER CRAFT WITH Supplier First Offer • 5512.00 1001 hourly rate 551,200.00 Y MOTOR, 30 FT LENGTH MAXIMUM, 4 Product HR MINIMUM CHARGE (FDOT PAY Code: 4/27/2021 C -36(n) BidSyr'c p. 542 City of Fort Laude -dale 12504-613 12504-613-01-192 Base Bid: DUMP TRUCK & Supplier First Offer - 576.80 100 / hourly rate 57,680.00 Y OPERATOR, SINGLE -AXLE, 5 cubrc yard Product MINIMUM CAPACITY, 4 HR MINIMUM Code: 12504-613-01-193 Base Bid: ROOT PRUNING/TREE Supplier First Offer - 5384.00 24 / hourly rate TRIMMING CREW, 3 -PERSON CREW Product (FDOT PAY ITEM NUMBER NOT APPLI Code: 59,216.00 Y 12504-613-01-194 Base Bid: CERTIFIED ARBORIST (FDOT Supplier First Offer - 5153.60 10 / hourly rate PAY ITEM NUMBER NOT APPLICABLE) Product Code: 51,536.00 Y 12504-613-01-195 Base Bid: SINGLE POST SIGN, INSTALL Supplier First Offer - 5576.00 50 / each Product Code: 528,800.00 Y 12504-613--01-196 Base Bid: SINGLE POST SIGN, RELOCATE Supplier First Offer - 5192.00 50 / each Product Code: 59,600.00 Y 12504-613-01-197 Base Bid: ARE HYDRANT, ADJUST Supplier First Offer - 51,920.00 10 / each 519,200.00 Y AND MODIFY Product Code: 12504-613-01-198 Base Bid: ARE HYDRANT, RELOCATE Supplier First Offer - 54,480.00 10 / each S44,800.00 Y Product Code: 12504-613-01-199 Base Bid: POLLUTION RETARDANT Supplier First Offer - 5384.00 50 / each BAFFLE WITH 10 INCHES CLEANOUT Product ACCESS TO COVER 12 -INCH -15 I Code: 519,200.00 Y 12504-613--01-200 Base Bid: POLLUTION RETARDANT Supplier First Offer- S448.00 100 / each BAFFLE WITH 12 INCHES CLEANOUT Product ACCESS TO COVER 12 -INCH -15 I Code: 544,800.00 Y 12504-613-01-201 Base Bud: POLLUTION RETARDANT Supplier First Offer - 5576.00 100 / each BAFFLE WITH 12 INCHES CLEANOUT Product ACCESS TO COVER 18 -INCH -241 Code: 557,600.00 Y 12504-613-01-202 Base Bid: FURNISH AND INSTALL 10 Supplier First Offer - 53,724.80 50 / each INCHES INLINE WASTOP CHECK Product VALVES WITH ALL FITTINGS OR A Code: 5186,240.00 Y 12504-613-01-203 Base Bid: FURNISH AND INSTALL 12 Supplier First Offer- 55,254.40 50 / each 5262,720.00 Y INCHES INLINE WASTOP CHECK Product VALVES WITH ALL FITTINGS OR A Code: 12504-613-01-204 Base Bid: FURNISH AND INSTALL 15 Supplier First 'Offer - 58,294.40 5,i ! eau_ INCHES INLINE WASTOP CHECK Product VALVES WITH ALL FITTINGS OR A Code: 5414,720.00 Y 12504-613-01-205 Base Bid: FURNISH AND INSTALL 18 Supplier First Offer 510,444.80 50 / each S522,240.00 Y INCHES INLINE WASTOP CHECK Product VALVES WITH ALL FITTINGS OR A Code: 4/27/2021 C -36(o) BidSync p. 543 City of Fort Lauderdale 12504-613 12504-613-01-206 Base Bid: FURNISH AND INSTALL 24 Supplier First Offer - $14,092.80 25 / each INCHES INLINE WASTOP CHECK Product VALVES WITH ALL FITTINGS OR A Code: 5352,320.00 Y 12504-613-01-207 Base Bid: FURNISH AND INSTALL 30 Supplier First Offer - 519,200.00 25 / each 5480,000.00 Y INCHES INLINE WASTOP CHECK Product VALVES WITH ALL FITTINGS OR A Code: 12504-613-01-208 Base Bid: FURNISH AND INSTALL 36 Supplier First Offer - 524,345.60 20 / each INCHES INLINE WASTOP CHECK Product VALVES WITH ALL FITTINGS OR A Code: 5486,912.00 Y 12504.613-01-209 Base Bid: FURNISH AND INSTALL 42 Supplier First Offer - S33,920.00 10 / each 5339,200.00 Y INCHES INLINE WASTOP CHECK Product VALVES WITH ALL FITTINGS OR A Code: 12504-613-01-210 Base Bid: FURNISH AND INSTALL48 Supplier FirstOffer- 551,635.20 10/each 5516,352.00 Y INCHES INLINE WASTOP CHECK Product VALVES WITH ALL FITTINGS OR A Code: 12504-613-01-211 Base Bid: FURNISH AND INSTALL 54 Supplier First Offer - 574,112,00 10 / each 5741,120.00 Y INCHES INLINE WASTOP CHECK Product VALVES WITH ALL FITTINGS OR A Code: 12504-613-01-212 Base Bid: FURNISH AND INSTALL 60 Supplier First Offer - 597,292.80 10 / each 5972,928.00 Y INCHES INLINE WASTOP CHECK Product VALVES WITH ALL FITTINGS OR A Code: 12504-613-01-213 Base Bid: FURNISH AND INSTALL Supplier First Offer - 5965.20 20 / each ALUMINUM MANATEE GRATE PER Product FDOT INDEX NO 230 WITH ALL FITTI Code: 519,304.00 Y 12504-613-01-214 Base Bid: FURNISH AND INSTALL Supplier First Offer - 51,244.20 10 / each 512,442.00 Y ALUMINUM MANATEE GRATE PER Product FDOT INDEX NO 230 WITH ALL FITTI Code: 12504-613-01-215 Base Bid: FURNISH AND INSTALL Supplier First Offer - 51,490.00 5 / e_ r 57,450.00 Y ALUMINUM MANATEE GRATE PER Product FDOT INDEX NO 230 WITH ALL F1TT1 Code: 12504.613-01-216 Base Bid: FURNISH AND INSTALL Supplier First Offer - 52,034.00 5/each 510,170.00 Y ALUMINUM MANATEE GRATE PER Product FDOT INDEX NO 230 WITH ALL FITTI Code: 12504-613-01-217 Base Bid: FURNISH AND INSTALL Supplier First Offer - $2,340.00 5 / each ALUMINUM MANATEE GRATE PER Product FOOT INDEX NO 230 WITH ALL FITTI Code: 511,700.00 Y 12504-613-01-218 Base Bid: FURNISH AND INSTALL 8 Supplier First Offer - 51,920.00 40 / each 576,800.00 Y TO 15 INCH DRAINAGE OUTFALLS BY Product CORE DRILLING EXISTING SEA Code: 12504-613-01-219 Base Bid: FURNISH AND INSTALL 18 Supplier First Offer - 52,560.00 25 / each 564,000.00 Y TO 24 INCH DRAINAGE OUTFALLS BY Product CORE DRILLING EXISTING SE Code: Exhibit "A" 4/27/2021 C -36(p) BidSyne p. 544 City of Fort Lauderdale 12504-613 12504-613-01-220 Base Bid: FURNISH AND INSTALL 30 Supplier First Offer - S4,480.00 5 / each 522,400.00 Y TO 36 INCH DRAINAGE OUTFALLS Br Product CORE DRILLING EXISTING SE Code: 12504-613-01-221 Base Bid: FURNISH AND INSTALL42 Supplier First Offer - 55,760.00 5 / each $28,800.00 Y TO 48 INCH DRAINAGE OUTFALLS BY Product CORE DRILLING EXISTING SE Code: 12504-613-01-222 Base Bid: FURNISH AND INSTALL 54 Supplier First Offer- S7,040.00 3 / each TO 60 INCH DRAINAGE OUTFALLS BY Product CORE DRILLING EXISTING SE Code: S21,120.00 Y 12504-613-01-223 Base Bid: FURNISH AND INSTALL 61 Supplier First Offer - 512,800.00 3 / each 538,400.00 Y INCH AND ABOVE DRAINAGE Product OUTFALLS BY CORE DRILLING EXISTIN Code: 12504-613-01-224 Base Bid: FURNISH AND INSTALL PIPE Supplier First Offer - S544.00 50 / linear foot 527,200.00 Y BURSTING FOR PIPES 8 INCHES AND Product UNDER (FDOT PAY ITEM Code: 12504-613-01-225 Base Bid: FURNISH AND INSTALL PIPE Supplier First Offer - 5576.00 500 / linear foot $288,000.00 Y BURSTING FOR 10 INCHES PIPES Product (FDOT PAY ITEM NUMBER NO Code: 12504-613-01-226 Base Bid: FURNISH AND INSTALL PIPF Supplier First Offer - 5640.00 1000 / linear foot 5640,000.00 Y BURSTING FOR 12 INCHES PIPES Product (FDOT PAY ITEM NUMBER NO Code: 12504-613-01-227 Base Bid: FURNISH AND INSTALL PIPE Supplier First Offer - $1,088.00 1500 / linear foot $1,632,000.00 Y BURSTING FOR 15 INCHES PIPES Product (FDOT PAY ITEM NUMBER NNO Code: 12504-613-01-228 Base Bid: FURNISH AND INSTALL PIPE Supplier First Offer - 51,152.00 500 / linear foot 5576,000.00 Y BURSTING FOR 18 INCHES PIPES Product (FDOT PAY ITEM NUMBER NO Code: 12504-613-01-229 Base Bid: FURNISH AND INSTALL PIPE Supplier First Offer $1,184.00 300 / linear foot $355,200.00 Y BURSTING FOR 24 1NCHES PIPES Product (FDOT PAY ITEM NUMBER NO Code: 12504-613-01-230 Base Bid: FURNISH AND INSTALL PIPE Supplier First Offer - 51,216.00 200 / linear foot 5243,200.00 Y BURSTING FOR 30 INCHES PIPES Product (FOOT PAY ITEM NUMBER NO Code: 12504-613-01-231 Base Bid: DIRECTIONAL BORE, 10 Supplier First Offer - 5112.90 500 / linear foot $56,450.00 Y INCHES OR LESS Product Code: 12504-613-01-232 Base Bid: DIRECTIONAL BORE, 12 Supplier First Offer - 5175.50 500 / linear foot 587,750.00 Y INCHES Product Code: 12504-613--01-233 Base Bid: DIRECTIONAL BORE, 15 Supplier First Offer - 5233.90 1500 / linear foot 5350,850.00 Y INCHES Product Code: Exhibit "A" 4/27/2021 C -36(q) BidSync p. 545 City of Fort Lauderdale 12504-613 12504-613--01-234 Base Bid: DIRECTIONAL BORE, 18 Supplier First Offer $289.50 1000 / Iinear foot $289,500.00 Y INCHES Product Code: 12504-613-01-235 Base Bid: DIRECTIONAL BORE, 24 Supplier First Offer - 5426.70 100 / linear foot 542,670.00 Y INCHES Product Code: 12504-613-01-236 Base Bid: DIRECTIONAL BORE, 30 Supplier First Offer - $648.50 100 / linear foot 564,850.00 Y Product Code: INCHES 12504-613-01-237 Base Bid: DIRECTIONAL BORE, 36 Supplier First Offer- 5894.80 100/linear foot 589,480.00 Y Product Code: INCHES 12504-613-01-238 Base Bid: DIRECTIONAL BORE, 42 Supplier First Offer - $1,446.40 100 / linear foot 5144,640.00 Y Product Code: INCHES 12504-613-01-239 Base Bid: FERTILIZER 40 LB. BAG, Supplier First Offer - 5102.40 5 / each $512.00 Y FURNISH AND INSTALL (FDOT PAY Product ITEM NUMBER NOT APPLICABL Code: 12504-613-01-240 Base Bid: ROOT BARRIER, FURNISH Supplier First Offer- $44.80 500 / linear foot $22,400.00 Y AND INSTALL (FDOT PAY ITEM Product NUMBER NOT APPLICABLE) Code: 12504-613-01-241 Base Bid: TREE REMOVAL, 0-12 Supplier First Offer - 5512.00 200 / each INCHES TRUNK DIAMETER AT BREAST Product HEIGHT (FDOT PAY ITEM NUMBE Code: 5102,400.00 Y 12504-613-01-242 Base Bid: TREE REMOVAL 12.1-24 Supplier First Offer - $960.00 100 / each INCHES TRUNK DIAMETER AT BREAST Product HEIGHT (FDOT PAY ITEM NU Code: $96,000.00 Y 12504-613-01-243 Base Bid: TREE REMOVAL, 24.1-48 Supplier First Offer - 51,920.00 50 / each INCHES TRUNK DIAMETER AT BREAST Product HEIGHT (FDOT PAY ITEM NU Code: 596,000.00 Y 12504-613-01-244 Base Bid: TREE REMOVAL, 48.1-60 Supplier First Offer - $3,200.00 5 / each $16,000.00 INCHES TRUNK DIAMETER AT BREAST Product HEIGHT (FDOT PAY ITEM NU Code: 12504-613-01-245 Base Bid: TREE REMOVAL, GREATER Supplier First Offer- 55,120.00 2 / each THAN 60 INCHES TRUNK DIAMETER AT Product BREAST HEIGHT (FDOT PAY I Code: $10„240,00 Y 12504-613-01-246 Base Bid: STUMP Supplier First Offer - $640.00 100 / each $64,000.00 GRINDING/REMOVAL, 0-24 INCHES Product TRUNK DIAMETER AT BREAST HEIGHT Code: (FDOT PAY I 12504-613-01-247 Base Bid: STUMP Supplier First Offer - 51,024.00 50 / each GRINDING/REMOVAL, 24.1.48 INCHES Product Code: $51,200.00 Y 4/27/2021 C -36(r) BidSync p. 546 City of Fort Lauderdale 12504-613 TRUNK DIAMETER AT BREAST HEIGHT {FDOT PA 12504-613-01-248 Base Bid: STUMP Supplier First Offer - 51,536.00 10 / each 515,360.00 Y GRINDING/REMOVAL, 48.1-60 INCHES Product TRUNK DIAMETER AT BREAST HEIGHT Code: (FOOT PA 12504-613-01-249 Base Bid: STUMP Supplier First Offer - $1,920.00 5 / each $9,600.00 Y GRINDING/REMOVAL, GREATER THAN Product 60 INCHES TRUNK DIAMETER AT Code: BREAST HEIGHT 12504-613-01-250 Base Bid: HEDGES AND SHRUBS Supplier First Offer - 532.00 2000 / linear foot 564,000.00 Y REMOVAL (FDOT PAY ITEM NUMBER Product NOT APPLICABLE) Code: 12504-613-01-251 Base Bid: BAHIA SOD (FDOT PAY ITEM Supplier First Offer - S9.00 200 / square yard 51,800.00 Y NUMBER NOT APPLICABLE) Product Code: 12504-613-01-252 Base Bid: FOOT PAY ITEM NO 570-1-2: Supplier First Offer - S12.80 5000 / square yard $64,000.00 Y PERFORMANCE TURF, SOD (ST Product AUGUSTINE, CENTIPEDE, FLOR Code: 12504-613-01-253 Base Bid: FOOT PAY ITEM NO NA: Supplier SALT TOLERANT TURF, SOD Product (SEASHORE PASPALUM OR APPROVED Code: EQ First Offer - 514.10 2000 / square yard 528,200.00 Y 12504-613-01-254 Base Bid: HEDGE REPLACEMENT Supplier First Offer - 538.40 500 / each WITH COMMON NURSERY AVAILABLE Product PLANTINGS, 3 -GALLON CONTAINER (F Code: 519,200.00 Y 12504-613-01-255 Base Bid: HEDGE REPLACEMENT Supplier First Offer - 551.20 500/each 525,600.00 Y WITH COMMON NURSERY AVAILABLE Product PLANTINGS, 7 -GALLON CONTAINER (F Code: 12504-613-01-256 Base Bad: COMMON PALM SPECIES Supplier First Offer - 52,304.00 50 / each (BISMARK, DATE, SILVER, CHRISTMAS, Product ROYAL, THATCH, CABBAGE AN Code: 5115,200.00 Y 12504-613-01-257 Base Bid: COMMON TREE SPECIES Supplier First Offer - 52,548.00 50 / each 5127,400.00 Y (LIVE OAK, WILD TAMARIND, GREEN Product OR SILVER BUTTONWOOD, BALD 0 Code: Lot Total 526,310,469.00 Supplier Total 526,310,469.00 4/27/2021 C -36(s) BrdSync p 547 Annual Construction of General Stormwater Infrastructure Southeastern Engineering Contractors, Inc. Project 12220 CITY IN WITNESS OF THE FOREGOING, the Parties have set their hands and seals the day and year first above written. CITY OF FORT LAUDERDALE, a Florida municipal corporation CH HER J LAGERBLOOM City anager la Date: j l7 11 i ATTEST: Bv: JEFFREY A. MODA City Cderk '4,, I Approved as to Legal Form: Alain E. Boileau, City Attorney By: C-37 i /11 RHONDA N CN f O A HA AN Assistant City Attorney CONTRACTOR WITNESSES: -R Print Name tO LC,„ Print Name (CORPORATE SEAL) STATE OF 1or t%ca--: COUNTY OF -ou,10 r� 1fco4s SOUTHEASTERN ENGINEERING CI TRACTORS, INC., a Florida corpor. By: Print Name: Title: ATTEST: Bv: op lc_ ® J • The foregoing instrument was acknowledged before me by means of ?'physical presence or ❑ online notarization, this g day of J ✓ n C , 2021, by h -t) vc? ,-i.> 7 _Oom as Pre -S, _pe,2 , for SOUTHEASTERN ENGINEERING CONTRACTORS, INC., a Florida Corf oration. Notary Public State of Flonaa Natalia A Joffe My Gommrss,on GG 305929 Expires 03124f2023 (Signature of No +Iic - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known 1,/ OR Produced Identification Type of Identification Produced: ,-1//41 C-38 Exhibit "A" INSURANCE, June 8, 202! Brown & Brown or Florida, Inc. Miami Division 14900 NW 79'I, Court, Suite 200 Miami Lakes, FL 3 30 16-5 869 (305) 364.7800 Fax (305) 822.5687 Re: Southeastern Engineering Contractors, Inc. Ft. Lauderdale — Annual Construction of General Storrnwater Infrastructure BID 1250,1- 613 - Project 12220 To Whom !t May Concern: Per your request for evidence of bondability, this letter is to advise you that Southeastern Engineering Contractors, Inc. is set up for bonding with FCCI Insurance Company. This Surety currently has an A.M. Best Rating of A X. Southeastern Engineering Contractors, Inc.. has a goodd reputation in the construction industry. Based on their past experience, FCCI Insurance may considered single jobs of $10,000,000 with an aggregate program of $15,000,000. As this is a letter of recommendation and not a bid bond, Brown & Brown of Florida, Inc., FCCI Insurance Company , their agents and owners accept no liability for its contents. The Surety reserves the right to review each submission and base their final decision as to single job and program limits, upon normal underwriting requirements and conditions, which exist at time of the bond request. If I can be of further assistance, please feel free to call me. Sincerely. Brown & Brown of Florida. Inc., Miami .gmcn TC c d`ri5aeZ Senior Vice President & Attorney -in -fact for FCC! Insurance Company Division FCC'. INSURANCE �,./ GROUP GENERAL POWER OF ATTORNEY Know all men by these presents That the FCCI insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint. Ramon A. Rodriguez; Mayra Rodriguez; Faust© Alvarez, Jr. Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the surn of (not to exceed $10,000,000.00). $10,000,000.00 This Power of Attomey is made and executed by authority of a Resolution adopted by the Board of Directors. That, resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 25TH day of June , 2020 . Attest. Christina D. Welch, President FCCI Insurance Company State of Florida County of Sarasota C , SEAL I�NI `Z OR Christina D. Welch EVP, General Counsel, Chief Audit & Compliance Officer, Secretary FCCI Insurance Company Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2023 State of Florida County of Sarasota Notary Public Before me this day personally appeared Christina 0 Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2023 CERTIFICATE c� Notary Public 1, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 8th day of June , 2021 Christina D. Welch, EVP, General Counsel, Chief Audit & Compliance Officer, Secretary FCCI Insurance Company 1-FONA3592- ,A -O4 78020 SOUTENG-01 SNIEDERMEYER CERTIFICATE OF LIABILITY INSURANCE DATE (MM!DD1YYYY) 6/16/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poiicy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION 15 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Collinsworth, Alter, Fowler & French, LLC 15050 NW 79th Court Suite 200 Miami Lakes, FL 33016 INSURED Southeastern Engineering Contractors, Inc. 911 NW 209th Ave, Suite 101 Pembroke Pines. FL 33029 NA ,ACT Susan Niedermeyer PHONE FAX IA/C, No, Ext): (A/C. No}. aoo"a'Ess• Sniederrneyerccaffilc.com INSURERLSLi AFFORDING COVERAGE NAIC # INSURERA:American Casualty Co Readlrig INsuRERB:Continental Insurance Company 35289 INSURER C National Union Fire Iris Co of Pittsburgh, PA 19445 INSURER D Valley Forge Life Insurance Co INSURER E: Evanston Insurance Company INSURER F: 35378 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY_ PAID CLAIMS. INSR. TYPE OF INSURANCE ADM SUBR POLICY NUMBER POUCY EFF POLICY EXP LIMITS LTR INSD WVD IMM/DD/YYVY) IMMIDD/YYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS -MADE X OCCUR 6081171774 9/22/2020 9/22/2021 DAMAGE TO RENTED 100,000 X �REMI.;zES (Ea occurrence) $ MED EXP (Any oneperson) $ 15,000 PERSONAL & ADV INJURY $ 1,000,OOQ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,00 POLICY X ELT LOC PRODUCTS-COMP/OPAGG $ 2,000,001' OTHER: $ a B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ - X ANY AUTO X BUA6081171807 9/22(2020 9/22/2021 BODILY INJURY{Per person) $ OWNED SCHEDULED ONLY AUTOS BODILY INJURY (per accident) $ AUTOS�R EE�� X S ONLY X yON (Pert a ERenO t�AMAGE y pLV AUTO AUTLSS $ 1. C UMBRELLALI'AB X OCCUR EACH OCCURRENCE $ 2,000,000 X EXCESS LIAR CLAIMS -MADE X BE018034427 9/2212020 9/22/2021 AGGREGATE $ 2,000,000 DED X RETENTIONS 0 $ D WORKERS COMPENSATION PERAND EMPLOYERS' LIABILITY I X STATUTE ERF Y!N ANY PROPRIETORIPARTNER/EXECUTIVE X WC681171791 912212020 9(2212021 E.L. EACH ACCIDENT $ 1'000;000 OFFICER/MEMBER EXCLUDED? NI A /Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L DISEASE - POLICY LIMIT $ _ E Pollution Liability }( CPLMOL107068 6114/2021 8/1/2022 EachfAgg reg ate 1,000,000 DESCRIPTION OF OPERATIONS ! LOCATIONS I VEHICLES {ACORD lei, Additional Remarks Schedule, may be attached if more space is required) Project No. 12220: General Stormwater Infrastructure The City, a Florida municipal corporation, its officials, employees, and volunteers are named as Additional Insured with regard to the General Liability, Auto Liability, and Pollution Liability, as required by written contract. Waiver of Subrogation applies in favor of the certificate holder to the Workers Compensation, as required by written contract. 30 days notice of cancellation applies, with 10 days notice for non-payment, per the terms and conditions of the policies. CERTIFICATE HOLDER City of Ft Lauderdale 100 N Andrews Ave Fort Lauderdale, FL 33301 ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE CI 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SNIEDERMEYER 14WRE EVIDENCE OF PROPERTY INSURANCE DATE IMMIDD/YYYYI 6/16/2021 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE ADDITIONAL INTEREST. 305 AGENCY PH NE ( 822-7800 COMPANY (AX, Np, Exty ( } Collinsworth, Alter, Fowler & French, LLC ZurichlBuilders Risk 15050 NW 79th Court US Assure, Inc. On Behalf of Zurich NA Suite 200 P.O. Box 931794 Miami Lakes, FL 33016 Atlanta, GA 31193-1794 FAX No) (305) 362-2443 E-MAIL ADDRESS CODE AGENCY CUSTOMER ID # SOUTENG-01 INSURED Southeastern Engineering Contractors, Inc. 911 NW 209th Ave, Suite 101 Pembroke Pines, FL 33029 SUB COOE LOAN NUMBER POLICY NUMBER BR73876798 EFFECTIVE DATE EXPIRATION DATE 6116/2021 6/16/2022 THIS REPLACES PRIOR EVIDENCE DATED: CONTINUED UNTIL TERMINATED IF CHECKED PROPERTY INFORMATION LOCATION/DESCRIPTION THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EVIDENCE OF PROPERTY INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COVERAGE INFORMATION PERILS INSURED BASIC BROAD SPECIAL X Builders Risk a1 + COVERAGE /PERILS/FORMS Location: City of Ft. Lauderdale Project No. 12220: General Stormwater Infrastructure Limit at any one location - Builders Risk Limit per disaster Limit at temporary location Transit limit AMOUNT OF INSURANCE DEDUCTIBLE $1,000,000 5,000X 51,000,000 5,00 550,000 5,00 550,000 5,000 REMARKS (Including Special Conditions) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST NAME AND ADDRESS City of Ft Lauderdale 100 N Andrews Ave Fort Lauderdale. FL 33301 X ADDITIONAL INSURED MORTGAGEE LOAN # AUTHORIZED REPRESENTATIVE LENDER'S LOSS PAYABLE 1 0S5 PAY ACORD 27 (2016/03) O 1993-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MEMORANDUM DATE: June 17, 2021 TO: James Kelly, Sr. Claims Adjuster FROM: Maureen Lewis, Procurement Division SUBJECT: Project/Bid No. 12220; 12504-613 — Annual Construction of General Stormwater Infrastructure Please review the attachments listed below in connection with the referenced contract: Z Insurance certificates Z Surety Bond Capacity Letter SURETY BOND REQUIREMENT - Unit Price Contract [Southeastern End If the City's requirements are met, please sign below and return. Thank you. mes Kelly Claims Adjuster c: Contract City of Fort Lauderdale 12504-613 Bid Bond from Surety Bid Bond Number Bond Type Bond Form Bid Date Bld ID Security Percent Job Description AgencylD Name Address Phone Contact Name Bond Status Execution Date Contractor ID Name Contractor Tax ID Assigned Contractor ID Address Phone Name Address Surety ID Name NAIC Number State of Incorporation Contact 4/27/2021 BidSync p. 548 City of Fort Lauderdale 12504-613 Address Rhone Terror Rider Exhibit "A" 4/27!2021 BidSync p. 549 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Halsey Beshears, Secretary dL5r CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES (INDIVIDUAL MUST MEET ALL LOCAL LICENSING REQUIREMENTS PRIOR TO CONTRACTING IN ANY AREA) DOMINGUEZ, EDUARDO SOUTHEASTERN ENGINEERING CONTRACTORS, INC. 12054 N W 98TH AVE HIALEAH GARDENS FL 33018 �. LICENSE NUMBER: RG0066.528 EXPIRATION DATE: AUGUST 31, 2021 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. aIepJapne1 uoj 4o Apo Exhibit "A" CVty of Fort Lauderdale 12504-613 BR WARD FLO RI DA GENERAL ENGINEERED CONSTRUCTION BUILDER 93-1360 DOMINGUEZ, EDUARDO - QUALIFYING SOUTHEASTERN ENGINEERING CONTRACTORS INC. 12054 NW 98 AVE HIALEAH GARDENS FL 33018 EXPIRES 08/31/2022 CERTIFICATE OF COMPETENCY Detach and SIGN the reverse side of this card IMMEDIATELY upon receipt! You should carry this cord with you at all times. Contractor must obtain a photo LD. Certificate of Competency Card every two years. DOMINGUEZ, EDUARDO 8961 BAHAMAS SWALLOW WAY NAPLES FL 34120 503-20? (R.v 1712) PC201247908 BROWARD COUNTY, FLORIDA CERTIFICATE OF COMPETENCY CC# GENERAL ENGINEERED CONSTRUCTION BUILDER 93-1360 DOMINGUEZ, EDUARDO - QUALIFYING SOUTHEASTERN ENGINEERING CONTRACTORS INC. 12054 NW 98 AVE HIALEAH GARDENS FL 33018 EXPIRES 08/31/2022 4/27/2021 BidSync p. 552 City of Fort Lauderdale 12504-613 SOUTENG-01 EVER A` XDORC, CERTIFICATE OF LIABILITY INSURANCE DATE A E(Ma"1NA O o Y' 11415 CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(SI, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(ies) must have ADDITIONAL INSURED provisions or be endorsed, If SUBROGATION IS WAIVED, subject to the terns and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate_ holder in lieu of such endorsement(s). PROOUCER Collinsworth, Alter, Fowler & French, LLC 8000 Governors Square Blvd Suite 301 Miami Lakes, FL 33016 INEuRED Southeastern Engineering Contractors, Inc. 12054 NW 98th Avenue Hialeah Gardens, FL 33018 NAIIEACT Susan Niedermeyer PHONE FAX INC. No, Eat): INC, No): noaass SniedermeyersacaffIlc.com INSURERISI AFFORDING COVERAGE INsuRERA:American Casualty Co Reading tNsURERa :Continental Insurance Company 35289 INSURER C : National Union Fire Ins Co of Pittsburgh, PA 19445 INSURER o:Federal Insurance Company 20281 INSURER E : INSURER F : NAIC a COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT MALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS WSR TYPE OF INSURANCE ADD' MR POLICY NUMBER POLICY !FP POLICY UP LIMITS LTR INSD MD peNDWYYYY) IMMIDO/TYYYL A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCcuR GEN`L AGGREGATE LIMIT APPLIES PER POLICY X JECT LOC OTHER 6081171774 9/22/2020 9/22/2021 EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occ renca) 5 MED EXP (Any one person) 5 PERSONAL 1 ADV INJURY 5 GENERAL AGGREGATE 5 PRODUCTS .COMP/OP AGG S 1,000,000' 100,000 15,000 1,000,000 2,000,000 2,000,000 B AUTOMOBILE LIABILITY - - - - - COMBINEDISINGLEUU:T 5 1,000 000 ID X ANY AUTO 6081171807 9/22/2020 9/22/2021 BODILY INJURY min person} 5 somm WAVED REpONLY AAUUAUFIEDIJLED AUTOS BODILY INJURY "Per =dent: 5 X AUTOS ONLY X ?TDO55 ONLY jPar aE e1IDAMAGE 5 X 5 w C UMelELA Lute X OCCUR EACH OCCURRENCE 5 2,000,0001 X excess LIAI CLMMS MADE 9E018034427 9/22/2020 9/22/2021 AGGREGATE s 2,000,0001 DEO X RETENTIONS 0 p� g $ B WOANRKERS EERS COMPENSATION 4 ITY X SYATUUTE ERH- ANYPROPRIETORIPARTNERIEXECuTNE YrN Nrp WC681171791 912212020 9/22/2021 EL EACH ACCIDENT S 1,000,000 OFE ER/MEM®�lEXCLUDED" 1,000,000 {hrlanCdalory !n El E L DISEASE - EA EMPLOYEE 5 1 yes desentieunder 1,000,000 DESCRIPTION QF QPeRATM:NS batty E.L DISEASE • POLICY UNIT 5 D Equipment Floater 45472831 9/22/2020 9/22/2021 Leased/Rented 500,000 DESCRIPTOR OF OPERATIONS 1 LOCATIONS r VEHICLES IACORD 101, Additional Remarks 5ebedute, may be attached 11 more space is required} CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 4/27/2021 BidSync p. 553 City of Fort Lauderdale 12504-613 CITY OF PEMBROKE PINES 601 CITY CENTER WAY, LBTR-4TH FLOOR PEMBROKE PINES, FL 33025 EDUARD0 DOMINGU Z 911 NW 209 AVE, STE 101 PEMBROKE PINES FL 33029 LOCAL BUSINESS TAX RECEIPT ACCOUNT -NO: 20190374/01 RECEIPT -NO: 203517 BUS -NAME : SOUTHEASTERN ENGINEERING BUS-ADDR : 911 NW 209 AVE, STE 101 PEMBROKE PINES PI, BUS-DE9CR : ADMINISTRATION SERVICES BUSINESS -CLASSIFICATION ADMSER ADMINISTRATIVE SERVICES t SINESS SIGN RECEIPT -YEAR: OCTOBER 1, 2020 thru SEPTEMBER 3 202: NOTICE CONTRACTORS, INC. .'in the event the business to which thisnceip receipt was issued changes hands, lthe 33029 will become null and void. An application for a new receipt must be made. RECEIPT -TYPE: REGULAR LICENSE INV/UNITS a!taCTIVE PERMIT-NUMBER/COMMIENT9 RCT-TYe� 0 10/01/2020 P/PinP Pins 111111111111111111 1 10/01`212(_ A19719(191 City of Fort Lauderdale 12504-613 CITY OF FORT LAUDERDALE PUBLIC WORKS DEPARTMENT MINORITY BUSINESS ENTERPRISE (MBE) - WOMEN BUSINESS ENTERPRISE (WBE) PRIME CONTRACTOR IDENTIFICATION FORM In order to assist us in identifying the status of those companies doing business with the City of Fort Lauderdale, this form must be completed and returned with your bid package. Name of Firm: Southeastern Engineering Contractors, Inc. Address of Firm: 911 NW 209th Ave, Suite 101 Telephone Number: 3055574226 Name of Person Completing Forrn: Eduardo Dominguez Title: President Signature: Eduardo Dominguez Date: 04/08121 City Project Number: 12504-613 City Project Description: ANNUAL CONSTRUCTION OF GENERAL STORMWATER INFRASTRUCTURE Please check the item(s) which properly identify the status of your firm: Our firm is not a MBE or WBE. Our firm is a MBE. as at least 51 percent is owned and operated by one or more socially and economically disadvantaged individuals. American Indian Asian Black Hispanic Our firm is a WBE, as at least 51 percent is owned and operated by one or more women. American Indian Asian Black Hispanic 4/27/2021 BidSync p. 555 City of Fort Lauderdale 12504-613 MBE/WBE CONTRACTOR INFORMATION The City, in a continuing effort, is encouraging the increased participation of minority and women -owned businesses in Public Works Department related contracts. Along those lines, we are requiring that each firm provide documentation detailing their own programs for utilizing minority and women -owned businesses. Submit this information as a part of this bid package and refer to the checklist, to ensure that all areas of concern are covered. The low responsive bidder may be contacted to schedule a meeting to discuss these objectives. It is our intention to proceed as quickly as possible with this project, so your cooperation in this matter is appreciated. CONTRACTOR CHECKLIST ' List Previous City of Fort Lauderdale Contracts 1 -Annual Storm Drainage Contract 2- Sanitary Pump Station D-45 Replacement 3- Pump Stations D-10 & D-11 Flow Analysis and Redesign ' Number of Employees in your firm 18 --Percent (12%) Women --Percent (100%) Minorities --Job Classifications of Women and Minorities Controller/ VP Purchasing/ Human Resource PM/Superintendent/Foreman/Operators/Pipelayers/Laborer • Use of minority and/or women subcontractors on past projects. Yes • Nature of the work subcontracted to minority and/or women -owned firms. Landscaping Striping Controls and Automatization • How are subcontractors notified of available opportunities with your firm? By invitation ' Anticipated amount to be subcontracted on this project. TBD Anticipated amount to be subcontracted to minority and/or women -owned businesses on this project. 1131) 41271202/ BidSync p 556 City of Fort Lauderdale 12504-613 QUESTIONNAIRE SHEET PLEASE PRINT OR TYPE: Firm Name: Southeastern Engineering Contractors, Inc. President Eduardo Dominguez Business Address: 911 NW 209th Ave, Suite 101, Pembroke Pines, FL 33029 Telephone: 3055574226 Fax: n!a E -Mail Address' eddie@SoutheasternEng.com What was the last project of this nature which you completed? Include the year, description, and contract value. Fort Lauderdale Stormwater Construction Contract $1,125,000.00 The following are named as three corporations and representatives of those corporations for which you have performed work similar to that required by this contract, and which the City may contact as your references (include addresses, telephone numbers and e-mail addresses). Include the project name, year. description, and contract value. Katarzyna A. Kulpa, kkulpa@keybiscayneil.gov. Key Biscayne, 305-365-5556 "Outfall 13 at 14 Harbor Point Construction Project" Dec. 2020 $234,302 Rares Petrica, RPetrica@fortlauderdale.gov, 954-828- 6720, "Annual Storm Drainage Contract, 2017, $1,125,000.00, Carlos Acosta, AcostaC@miamilakes- fl.gov,(305) 364-6100 Ext.1129 "Miscellaneous Roadway & Drainage Services" 2018, $793,943.00 How many years has your organization been in business? 36 Have you ever failed to complete work awarded to you; if so, where and why? No The name of the qualifying agent for the firm and his position is: Eduardo Dominguez, Pres Certificate of Competency Number of Qualifying Agent: 93-1360 Effective Date: 12/0111993 Expiration Date: 08/31/2022 Licensed in: Broward ! FloridaEngineering Contractor's License # RG0066528 (County/State) Exhibit "A" 4/27/2021 BidSync p 557 City of Fort Lauderdale 12504-613 Expiration Date: 08/31/2021 NOTE: To be considered for award of this contract, the bidder must submit a financial statement upon request. NOTE: Contractor must have proper licensing and shall provide copy of same with his proposal. QUESTIONNAIRE SHEET Have you personally inspected the proposed work and have you a complete plan for its performance? TBD 2. WII you sublet any part of this work? If so, list the portions or specialties of the work that you will. a) Concrete b) Directional drilling c) Asphalt d) e) f) 9) 3. What equipment do you own that is available for the work? Excavators, loaders, backhoe, trucks, compactors 4. What equipment will you purchase for the proposed work? None 5. What equipment will you rent for the proposed work? None 4/27/2021 BidSync p 558 City of Fort Lauderdale 12504-613 TRENCH SAFETY Bidder acknowledges that included in the appropriate bid items of his bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act, Florida Statutes 553.60 — 553.64. The bidder further identifies the costs of such compliance to be summarized below: Trench Safety Measure (Description) Units of Measure (LF/SF) Unit (Quantity) Unit Cost Extended Cost A. Trench Box LF 500 $5.00 $2,500.00 B. $ $ C. $ $ D. $ $ Total: $2,500.00 The bidder certifies that all trench excavation done within his control in excess of five feet (5') in depth shall be in accordance with the Occupational Safety and Health Administration's excavation safety standards. C.F.R. s. 1926.650 Subpart P., and the Florida Trench Safety Act, Florida Statutes 553.60-553.64. Failure to complete the above may result in the bid being declared non -responsive. DATE: 04/08/2021 Eduardo Dominguez (SIGNATURE) STATE OF: FloridaCOUNTY OF: Broward PERSONALLY APPEARED BEFORE ME, the undersigned authority, Eduardo Dominguez (Name of Individual Signing) Eduardo Dominguezwho, after first being duly sworn by me, Natalia Jofreaffixed his/her signature in the space provided above on this 8day of April 2021. Natalia Jofre NOTARY PUBLIC My Commission Expires: 03/24/23 4i27/2021 BidSync p 559 City of Fort Lauderdale 12504-613 NON -COLLUSION STATEMENT: By signing this offer, the vendorfcontractor certifies that this offer is made independently and free from collusion. Vendor shall disclose below any City of Fort Lauderdale, FL officer or employee, or any relative of any such officer or employee who is an officer or director of, or has a material interest in, the vendor's business. who is in a position to influence this procurement. Any City of Foil Lauderdale. FL officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers. or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor. In accordance with City of Fort Lauderdale, FL Policy and Standards Manual, 6.10.8.3, 3.3. City employees may not contract with the City through any corporation or business entity in which they or their immediate family members hold a controlling financial interest (e.g. ownership of five (5) percent or more). 3.4. Immediate family members (spouse. parents and children) are also prohibited from contracting with the City subject to the same general rules. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the City Procurement Code. NAME RELATIONSHIPS In the event the vendor does not indicate any names, the City shalt interpret this to mean that the vendor has indicated that no such relationships exist. Eduardo Dominguez President Authorized Signature Title Eduardo Dominguez 04/08/21 Name (Printed) Date 4/27/2021 BidSync p. 560 Coty of Fort Lauderdale 12504-613 CONTRACTOR'S CERTIFICATE OF COMPLIANCE WITH NON-DISCRIMINATION PROVISIONS OF THE CONTRACT The completed and signed form should be returned with the Contractor's submittal. If not provided with submittal, the Contractor must submit within three business days of City's request. Contractor may be deemed non -responsive for failure to fully comply within stated timeframes. Pursuant to City Ordinance Sec. 2-187(c), bidders must certify compliance with the Non -Discrimination provision of the ordinance. The Contractor shall not, in any of his/her/its activities, including employment, discriminate against any individual on the basis of race, color, national origin, religion, creed, sex, disability, sexual orientation, gender, gender identity, gender expression, or marital status. 1. The Contractor certifies and represents that he/she/it will comply with Section 2-187. Code of Ordinances of the City of Fort Lauderdale, Florida, as amended by Ordinance C-18-33 (collectively, "Section 2-187"). 2. The failure of the Contractor to comply with Section 2-187 shall be deemed to be a material breach of this Agreement, entitling the City to pursue any remedy stated below or any remedy provided under applicable law. 3. The City may terminate this Agreement if the Contractor fails to comply with Section 2-187. 4. The City may retain all monies due or to become due until the Contractor complies with Section 2-187. 5. The Contractor may be subject to debarment or suspension proceedings. Such proceedings will be consistent with the procedures in section 2-183 of the Code of Ordinances of the City of Fort Lauderdale, Florida. Eduardo Dominguez Authorized Signature 04108/2021 Date Eduardo Dominguez President Print Name and Title 4/27/2021 BidSyrc p 5f 1 City of Fort Lauderdale 12504-613 CONTRACT PAYMENT METHOD The City of Fort Lauderdale has implemented a Procurement Card (P -Card) program which changes how payments are remitted to its vendors. The City has transitioned from traditional paper checks to credit card payments via MasterCard or Visa as part of this program. This allows you as a vendor of the City of Fort Lauderdale to receive your payments fast and safely. No more waiting for checks to be printed and mailed. In accordance with the contract, payments on this contract will be made utilizing the City's P -Card (MasterCard or Visa). Accordingly, bidders must presently have the ability to accept these credit cards or take whatever steps necessary to implement acceptance of a card before the start of the contract term, or contract award by the City. All costs associated with the Contractor's participation in this purchasing program shall be borne by the Contractor. The City reserves the right to revise this program as necessary. By signing below you agree with these terms. Please indicate which credit card payment you prefer: MasterCard Visa Southeastern Engineering Contractors, Inc, Company Name Eduardo Dominguez Name (Printed) 04/08/2021 Date Eduardo Dominguez Signature President Title Exhibit "A" 4/27/2021 B dSync p 562 City of Fort Lauderaale 12504-613 CONSTRUCTION BID CERTIFICATION Please Note: It is the sole responsibility of the bidder to ensure that his bid is submitted electronically through www.BidSync.com prior to the bid opening date and time listed. Paper bid submittals will not be accepted. All fields below must be completed. If the field does not apply to you, please note NIA in that field. It you are a foreign corporation. you may be required to obtain a certificate of authority from the Department of State, in accordance with Florida Statute §607.1501 (visit http://www.dos.state.fl.us/). Company: (Legal Registration) Southeastern Engineering Contractors, Inc. Address: 911 NW 209th Ave, Suite 101 City: Pembroke PinesState FLORIDAZip: 33029 Telephone No.: 3055574226FAX No.: N/AEmail, eddie@SoutheasternEng.com Check box if your firm qualifies for MBE 1 SBE / WBE: If a corporation. state the name of the President, Secretary and Resident Agent. If a partnership. state the names of all partners. If a trade name. state the names of the individuals who do business under the trade name. Eduardo Dominguez Name Eduardo Dominguez Name President Title Agent Title Cindy Dominguez Name VP Title Name Title ADDENDUM ACKNOWLEDGEMENT - Bidder acknowledges that the following addenda have been received and are included in the proposal: Addendum No. Date Issued Addendum No. Date Issued Addendum No. Date Issued 1 03/16/2021 2 04/02/2021 3 04/14/2021 4 04/22/2021 VARIANCES: If you take exception or have variances to any term, condition, specification, or requirement in this bid you must specify such variance in the space provided below or reference in the space provided below all variances contained on other pages within your bid. Additional pages may be attached if necessary. No variances will be deemed to be part of the bid submitted unless such is listed and contained in the space provided below. The City does not, by virtue of submitting a variance, necessarily accept any variances. If no statement is contained in the below space, it is hereby implied that your response is in full compliance with this competitive solicitation. If you do not have variances, simply mark N/A. You must also click the "Take Exception" button. N/A The below signatory affirms that he has or will obtain all required permits and licenses from the appropriate agencies, and that his firm is authorized to do business in the State of Florida. The below signatory agrees to furnish all labor, tools, material, equipment and supplies, and to sustain all the expense incurred in doing the work set forth in strict accordance with the bid plans and contract documents at the unit prices indicated if awarded a contract. The below signatory has not divulged to, discussed, or compared this bid with other bidders, and has not colluded with any other bidder or parties to this bid whatsoever. Furthermore, the undersigned guarantees the truth and accuracy of all statements and answers contained in 4/27/2021 BidSync p. 563 City of Fort Lauderdale 12504-613 this bid. The below signatory also hereby agrees, by virtue of submitting or attempting to submit a bid. that in no event shall the City's liability for bidder's direct, indirect, incidental. consequential, special or exemplary damages, expenses, or lost profits arising out of this competitive solicitation process, including but not limited to public advertisement, bid conferences, site visits, evaluations, oral presentations, or award proceedings exceed the amount of Five Hundred Dollars ($500.00). This limitation shall not apply to claims arising under any provision of indemnification or the City's protest ordinance contained in this competitive solicitation. Submitted by: Eduardo Dominguez Eduardo Dominguez Name (printed) Signature 04/08/2021 President Date Title Revised 4/28/2020 4/27/2021 BidSync p. 564 City of Fort Lauderdale Bid 12504-613 Solicitation 12504-613 Annual Construction of General Stormwater Infrastructure (P12220) Bid Designation: Public iliir CITY OF FORT LAUDERDALE City of Fort Lauderdale 5/7/2021 5:40 AM p. 1 City of Fort Lauderdale Bid 12504-613 Bid 12504-613 Annual Construction of General Stormwater Infrastructure (P12220) Bid Number Bid Title Bid Start Date Bid End Date Question & Answer End Date Bid Contact Bid Contact Contract Duration Contract Renewal Prices Good for Bid Comments 12504-613 Annual Construction of General Stormwater Infrastructure (P12220) Mar 5, 2021 8:53:33 AM EST Apr 27, 2021 2:00:00 PM EDT Mar 25, 2021 5:00:00 PM EDT Maureen Lewis, MBA, CPPB Senior Procurement Specialist Finance 954-828-5239 maureenl@fortlauderdale.gov Jim Hemphill Sr. Procurement Specialist Procurement Department 954-828-5143 jhemphill@fortlauderdafe.gov 2 years 2 annual renewals 120 days The City of Fort Lauderdale, Florida (City) is seeking bids from qualified bidders, hereinafter referred to as the Contractor, to provide construction services in accordance with the terms, conditions. and specifications contained in this Invitation To Bid (ITB). Sealed bids will be received electronically until 2:00 p.m., local time, on THURSDAY, APRIL 8, 2021, and opened online immediately thereafter for BID NO..12504-613, PROJECT NO.. 12220, ANNUAL CONSTRUCTION OF GENERAL STORMWATER INFRASTRUCTURE. All openings will be held on the BIDSYNC.COM platform. Once the Procurement Specialist opens the solicitation, the bid tabulations may be viewed immediately on a computer, laptop, cell phone, or any other device with WiFi access. The opening may also be viewed in real time through a "Zoom meeting" or similar type platform by using the following information: Join Zoom Meeting Phone one-tap:US: +16692545252„1610225445#„1#,277413# or +16468287666,1610225445#„1#,277413# Meeting URL:https:/tfortlauderdale.zoomoov.comfil1610225445?owd=cmJ4emU5Mm5nSkVoQXUrY3VnR1 FnZz09 Meeting ID:161 022 5445 Password:277413 Join by Telephone For higher quality, dial a number based on your current location. Dial: US: +1 669 254 5252 or +1 646 828 7666 or +1 669 216 1590 or +1 551 285 1373 Exhibit "A" 5/712021 9:40 AM City of Fort Lauderdale Bid 12504-613 Meeting ID:161 022 5445 Password:277413 Anyone requesting assistance or having further inquiry in this matter must contact the Procurement Specialist. indicated on the solicitation, via the question and Answer forum on Bidsync.com before the Last Day for Questions indicated in the Solicitation. This Project is located throughout the City of Fort Lauderdale. The work to be accomplished under this contract includes, but is not limited to, the construction and installation of various storm water infrastructure consisting of: catch basins, storm water manholes, piping, exfiltration trenches, tidal valves, swales regrades, retention area, pipe lining, pervious pavements and repair of the aforementioned. In addition to the storm water infrastructure, the contract covers restoration activated and miscellaneous utility relocations needed to execute these projects. This includes, but not limited to, landscapelhardscape removal and reinstall, pavers/pavement/asphalt removal and reinstall, relocation of various utility pipes and boxes, use of equipment for specialized work, maintenance of traffic. dewatering activities and pollution prevention items. NOTE: Payment on this contract will be made by Visa or MasterCard. Drawing Plans: There are no drawing plans for this Project. Licensing Requirements: Possession of Underground contractor's licenses is required for this Project. Pre -Bid MeetinglSite visit: There will not be a pre -bid meeting or site visit for this Invitation to Bid. However, it will be the sole responsibility of the bidder to inspect the City's locations and become familiar with the scope of the City's requirements and systems prior to submitting a proposal. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the proposer has familiarized himself with the nature and extent of the work, equipment, materials, and labor required. Bid Security : A certified check, cashier's check, bank officer's check or bid bond for TEN percent (10%) of the bid amount, made payable to the City of Fort Lauderdale, Florida, shall accompany each offer. Bid Bonds: Bidders can submit bid bonds for projects four different ways. 1) BidSync allows bidders to submit bid bonds electronically directly through their system using Surety 2000. For more information on this feature and to access it, contact BIDSYNC customer care department. 2) Bidders may upload their original executed bid bond on BIDSYNC to accompany their bids with the electronic proposal, and deliver the original, signed and sealed hard copy within five (5) business days after bid opening, with the company name, bid number and title clearly indicated. 3) Bidders can hand deliver their bid bond in a sealed envelope to the Finance Department, Procurement Services Division. 100 North Andrews Avenue, Room 619. Fort Lauderdale, Florida 33301-1016, before time of bid opening. with the company name, bid number and title clearly indicated on the envelope. 4) Bidders can mail their bid bond to the Finance Department. Procurement Services Division, 100 North Andrews Avenue, Room 619, Fort Lauderdale, Florida 33301-1016, before time of bid opening, with the company name, bid number and title clearly indicated on the envelope. NOTE: Bond must be received in Procurement and time stamped before bid opening. It will be the sole responsibility of the bidder to ensure that his bid is submitted prior to the bid opening date and time listed. PAPER BID SUBMITTALS WILL NOT BE ACCEPTED. BIDS MUST BE SUBMITTED ELECTRONICALLY VIA BIDSYNC.COM Certified Checks, Cashier's Checks and Bank Drafts : These CANNOT be submitted via BIDSYNC, nor are their images allowed to be uploaded and submitted with your electronic bid. These forms of securities, as well as hard copy bid bonds, must be received on or before the Invitation to Bid (ITB) opening date and time, at the Finance Department, Procurement Services Division, 100 North Andrews Avenue, Room 619, Fort Lauderdale, Florida 33301-1016, with the bid number and title clearly indicated on the envelope. It is the bidder's sole responsibility to ensure that his bid bond or other bid security is received by the Procurement Services Division before time of bid opening. Failure to adhere to this requirement may be grounds 5;712rO2? 94:: AM p _{ City of Fort Lauderdale Bid 12504-613 to consider the bid as non -responsive. The City of Fort Lauderdale reserves the right to waive any informality in any or all bids and to reject any or all bids. For information concerning technical specifications, please utilize the Question/Answer platform provided by BIDSYNC at www.bidsync.com. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the scope of services or bidding procedures, will only be transmitted by written addendum. (See addendum section of BIDSYNC Site). Bidders please note: No part of your bid can be submitted via FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance, Submission of a bid will be considered evidence that the bidder has familiarized himself with the nature and extent of the work, equipment, materials, and labor required. The entire bid response must be submitted in accordance with all specifications contained in this solicitation. Information on bid results and protects currently out to bid can be obtained on the City's website — httparwww.fortlauderdale.govldepartmentslfinance!procurement-services. For general inquiries, please call (954) 828-5933. Added on Mar 16, 2021: Licensing/Certification requirement has been revised. Added on Apr 14, 2021: Bid date extended to THURSDAY, APRIL 22, 2021. Added on Apr 22, 2021: Bid due date has been extended to 4/27121. Addendum *1 Addendum # 2 hanges were made to the following Items: PASS-THRU IRRIGATION AND LANDSCAPE ALLOWANCE (FDOT PAY M NUMBER NOTAPPUCA PASS-THRU UNFORSEEN UNDERGROUND CONDITIONS LOWANCE (FOOT PAY ITEM NUMBER NOT PASS-THRU PARTS, STRUCTURES, MATERIALS, AND 1 CELLANEOUS ITEMS ALLOWANCE (FDOT ASS-THRU SPECIALIZED CONSTRUCTION ACTIVITIES ALLOWANCE OT PAY ITEM NUMBER ASS-THRU PERMIT. ALLOWANCE (FT)OT PAY ITEM NUMBER NOT LE) Addendum # 3 Addendum # 4 Item Response Form Exhibit "A" 5/7/2021 9:40 AM P _ 4 City of Fort Lauderdale Bid 12504-613 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-01 - Base Bid: MOBILIZATION - NIGHT WORK Base Bid 20 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 20 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 101-1 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-02 - Base Bid: EMERGENCY MOBILIZATION - MOBILIZE WITHIN 24 HR FOR EACH PROJECT Base Bid 20 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 20 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 101-1 Item Lot Description Quantity Unit Price Delivery Location. 12504-613-01-03 - Base Bid: TRAFFIC CONTROL OFFICER Base Bid 100 hourly rate City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FOOT Pay Item NO 102-14 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-04- Base Bid: WORK ZONE SIGN, FURNISH AND INSTALL Base Bid 2500 day City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale EL 33301 Qty 2500 Exhibit "A" 5/7/2021 9'40 AM p. 5 City of Fort Lauderdale Bid 12504-613 Description See Florida Department of Transportation {FOOT) Basis of Estimates Manual for description: FOOT Pay Item NO 102-60 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-05 - Base Bid: BARRIER WALL, TEMPORARY,FURNISH AND INSTALL, CONCRETE, UP TO 30 DAYS Base Bid 1500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1500 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 102-71-11 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-06 - Base Bid: BARRIER WALL, TEMPORARY, FURNISH AND INSTALL, WATERFILLED, UP TO 30 DAYS Base Bid 1500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FOOT Pay Item NO 102-71-12 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-07 - Base Bid: CHANNELIZING DEVICE, TYPES I, II, DI, VP, DRUM, OR LCD, FURNISH AND INSTALL Base Bid 5000 day City of Fort Lauderdale See ITB Specifications See iTB Specifications Fort Lauderdale FL 33301 Qty 5000 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 102-74-1 Item Lot Description Quantity Unit Price 12504-613-01-08 - Base Bid: CHANNELIZING DEVICE. TYPE (1I, 6 FEET, FURNISH AND INSTALL Base Bid 1000 day 5/7/2021 9:40 AM p. 6 City of Fort Lauderdale Bid 12504-613 Delivery Location City of Fort Lauderdale See ITi3 Specifications See 1TB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 102-74-2 Item 12504-613-01-09 - Base Bid: TRAFFIC CONES, FURNISH AND INSTALL Lot Description Base Bid Quantity 5000 day Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO E102-74-9 Item 12504-613-01-10- Base Bid: ARROW BOARD/ADVANCE WARNING ARROW PANEL, FURNISH AND INSTALL Lot Description Base Bid Quantity 50 day Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 102-76 Item 12504-613-01-11- Base Bid: PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY, FURNISH AND INSTALL Lot Description Base Bid Quantity 50 day Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 102-99 Item 12504613-01-12- Base Bid: PORTABLE REGULATORY, SIGN, FURNISH AND INSTALL Lot Description Base Bid Exhibit "A" 5/7/2021 9:40 AM P 7 City of Fort Lauderdale Bid 12504-613 Quantity Unit Price Delivery Location 25 day City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 25 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FOOT Pay Item NO 102-150-1 Item 12504-613-01-13 - Base Bid: LIGHT TOWER, AMIDAITEREX AL4000 OR EQUIVALENT, INCLUDES POWER SOURCE (FDOT PAY I Lot Description Base Bid Quantity 40 day Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 40 Description See description for Light Tower with Power Source in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-14 - Base Bid: FDOT CERTIFIED FLAG PERSON (FDOT PAY ITEM NO NA) Base Bid 1000 hourly rate City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See description for FDOT Flag Person in the specifications section item 12504-613-01-15 - Base Bid: ORANGE PLASTIC MESH AND POST(FDOT PAY ITEM NO NA) Lot Description Base Bid Quantity 500 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See description for Orange Plastic Mesh and Post in the specifications section 5!7/2021 9:40 AM P. S City of Fort Lauderdale Bid 12504-613 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-16 - Base Bid: FURNISH AND INSTALL STEEL TRAFFIC PLATES FOR 12 -FOOT LANES t) DAILY RATE (FDOT P Base Bid 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See description for Steel Traffic Plates for up to 12 FEET Lanes in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-17 - Base Bid: FURNISH AND INSTALL STEEL TRAFFIC PLATES FOR 12 -FOOT LANES A WEEKLY RATE (FDOT Base Bid 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See description for Steel Traffic Plates for up to 12 FEET Lanes in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504613-01-18 - Base Bid: SEDIMENT BARRIER (SILT FENCE) Base Bid 1500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 104-10-3 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-19 - Base Bid: SEDIMENT BASINICO NTANM ENT SYSTEM FOR D EWATE RI NG Base Bid 100 day City of Fort Lauderdale See ITB Specifications 5/7/2021 9:40 AM p. 9 City of Fort Lauderdale Bad 12504-613 See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 104-7 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01.20 - Base Bid: FLOATING TURBIDITY BARRIER Base Bid 2500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: /DOT Pay Item NO 104-11 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01.21- Base Bid: INLET PROTECTION Base Bid 500 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 104-18 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-22 - Base Bid: SURVEY FIELD WORK AS PERFORMED BY CREW (FDOT PAY ITEM NUMBER NOT APPLICABLE) Base Bid 500 hourly rate City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See description for Survey Field Work by Crew in the specifications section Item Lot Description 12504-613-01-23 - Base Bid: UTILITY LOCATING AND EXCAVATION TEST HOLE IN GREEN AREAS (FDOT PAY ITEM NUMBER Base Bid 5/7/2021 9 40 AM p, 10 City of Fort Lauderdale Bid 12504-613 Quantity Unit Price Delivery Location 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See description for Utility Locating and Excavation Test Hole in Green Areas in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-24 - Base Bid: UTILITY LOCATING AND EXCAVATION TEST HOLE IN PAVEMENT AREAS (FDOT PAY ITEM NU Base Bid 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See description for Utility Locating and Excavation Test Hole in Paved Areas in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-25 - Base Bid: REGULAR EXCAVATION Base Bid 1700 cubic yard City of Fort Lauderdale See ITB Specifications See ITS Specifications Fort Lauderdale FL 33301 Qty 1700 Description See Flonda Department of Transportation (FDOT) Basis of Estimates Manual for descnption: FDOT Pay Item NO 120-1 Item Lot Description Quantity Unit Price 12504-613-01-26 - Base Bid: EMBANKMENT Base Bid 500 cubic yard Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 120-6 5/7/2021 9:40 AM p. 11 City of Fort Lauderdale Bid 12504-613 Item 12504-613-01-27 - Base Bid: FLOWABLE FILL Lot Description Base Bid Quantity 150 cubic yard Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 150 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 121-70 Item 12504-613-01-28 - Base Bid: SELECT BEDDING MATERIAL Lot Description Base Bid Quantity 50 cubic yard Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FOOT) Basis off Estimates Manual for description: FDOT Pay Item NO 125-3 Item 12504-613-01.29 - Base Bid: FILL SAND, FURNISH AND INSTALL Lot Description Base Bid Quantity 50 cubic yard Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 142-70 Item 12504-613-01-30 - Base Bid: FDOT PAY ITEM NO 145-1: GEOSYNTHETIC REINFORCED SOIL SLOPE Lot Description Base Bid Quantity 5000 square foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Exhibit "A" 5/7/2021 9:40 AM p. 12 City of Fart Lauderdale Bid 12504-613 Fort Lauderdale FL 33301 Qty 5000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 145-1 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-31 - Base Bid: SWALE EXCAVATION/GRADING/RESTORATION (UP TO 36 INCHES DEEP WITH 1:3 SLOPES OR FL Base Bid 10000 square yard City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10000 Description See description for Utility Locating and Swale Excavation. Grading and Restoration in the specifications section Item Lot Description Quantity Unit Price 12504-613-01-32 - Base Bid: RETRO-REFLECTIVE PAVEMENT MARKERS Base Bid 100 each Delivery Location City of Fort Lauderdale See ITS Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 706-3 Item 12504-613-01-33 - Base Bid: PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, YELLOW, OR BLUE, SOLID, 6 INCHES Lot Description Base Bid Quantity 1000 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 710-11-101, 710-11-201. OR 710-11-421 Item 12504-613-01-34 - Base Bid: PAINTED PAVEMENT MARKINGS, STANDARD, WHITE OR YELLOW, SOLID FOR CROSSWALK AND RO 5/7/2021 9 40 AM p 13 City of Fort Lauderdale Bid 12504-613 Lot Description Quantity Unit Price Delivery Location Base Bid 100 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 710-11-123 OR 710-11-22 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-35 - Base Bid: PAINTED PAVEMENT MARKINGS, STANDARD, WHITE OR YELLOW, SOLID FOR STOP LINE OR CRO Base Bid 100 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 710-11-125 OR 710-11-225 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-36- Base Bid: PAINTED PAVEMENT MARKINGS, STANDARD, WHITE OR YELLOW, SKIP, 10-30 OR 3-9 SKIP, 6 Base Bid 100 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 710-11-131 OR 710-11-231 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-37- Base Bid: PAINTED PAVEMENT MARKINGS, STANDARD, WHITE OR YELLOW, ISLAND NOSE Base Bid 100 square foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 5/7/2021 9 40 AM p. 14 City of Fort Lauderdale Bid 12504-613 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description. FDOT Pay Item NO 710-11-190 OR 710-11-290 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-38 - Base Bid: THERMOPLASTIC PAVEMENT MARKINGS, STANDARD, WHITE, OR YELLOW, SOLID, 6 INCHES Base Bid 1000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 711 -1A -BCD Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-39 - Base Bid: THERMOPLASTIC PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 12 INCHES Base Bid 100 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 711-11-123 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-40- Base Bid: THERMOPLASTIC PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 24 INCHES Base Bid 100 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 711-11-125 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-41 - Base Bid: THERMOPLASTIC, REMOVE Base Bid 1000 square foot City of Fort Lauderdale Exhibit "A" 5/7/2021 9:40 AM p 15 City of Fort Lauderdale Bid 12504-613 See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FOOT Pay Item NO 711-17 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01.42 - Base Bid: CURB OR CURB AND GUTTER REMOVAL (FOOT PAY ITEM NUMBER NOT APPLICABLE) Base Bid 1500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1500 Description See description for Curb or Curb and Gutter Removal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504613-01-43 - Base Bid: REMOVAL OF EXISTING CONCRETE PAVEMENT Base Bid 3000 square yard City of Fort Lauderdale See ITB Specifications See TB Specifications Fort Lauderdale EL 33301 Qty 3000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 110-4 item Lot Description Quantity Unit Price Delivery Location 12504-613-01-44 - Base Bid: PAVER BLOCK REMOVAL (FDOT PAY ITEM NUMBER NOT APPLICABLE) Base Bid 1500 square yard City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1500 Description See description for Paver Block Removal in the specifications section Item 12504-613-01-45 - Base Bid: REMOVAL AND DISPOSAL OF UNSUITABLE, NON -CONTAMINATED MATERIALS (FDOT PAY ITEM 5/7/2021 9:40 AM i} 16 City of Fort Lauderdale Bid 12504-613 Lot Description Quantity Unit Price Delivery Location Base Bid 150 cubic yard City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 150 Description See description for Removal and Disposal of Unsuitable Non -Contaminated Materials in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613--01-46 - Base Bid: UTILITY PIPE, REMOVE & DISPOSE, 5-7.9 INCHES Base Bid 2000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 1050-16-003 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-47 - Base Bid: UTILITY PIPE, REMOVE & DISPOSE, 8-19.9 INCHES Base Bid 5000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 1050-16-004 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-48 - Base Bid: UTILITY PIPE, REMOVE & DISPOSE, 20-49.9 INCHES Base Bid 500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 1050-16-005 5/7/2021 9.40 AM p. 17 City of Fort Lauderdale Bid 12504-613 Item 12504-613-01-49 - Base Bid: UTILITY PIPE, REMOVE & DISPOSE, 50 INCHES OR LARGER Lot Description Base Bid Quantity 100 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 1050-16-006 Item 12504-613-01-50 - Base Bid: UTILITY PIPE, PLUG AND PLACE OUT OF SERVICE, 5-7.9 INCHES Lot Description Base Bid Quantity 100 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 1050-18-003 Item 12504-613-01-51 - Base Bid: UTILITY PIPE, PLUG AND PLACE OUT OF SERVICE, 8-19.9 INCHES Lot Description Base Bid Quantity 300 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 300 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 1050-18-004 Item 12504-613-01-52 - Base Bid: UTILITY PIPE, PLUG AND PLACE OUT OF SERVICE, 20.49.9 INCHES Lot Description Base Bid Quantity 200 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Exhibit "A" 5/7/2021 9:40 AM p. 18 City of Fort Lauderdale Bid 12504-613 Fort Lauderdale FL 33301 Qty 200 Description See Flonda Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 1050-18-005 Item 12504613-01-53- Base Bid: UTILITY PIPE, PLUG AND PLACE OUT OF SERVICE, 50 INCHES OR LARGER Lot Description Base Bid Quantity 100 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FOOT Pay Item NO 1050-18-006 Item 12504613--01-54 - Base Bid: STORM/SANITARY STRUCTURE REMOVAL (FDOT PAY ITEM NUMBER NOT APPLICABLE) Lot Description Base Bid Quantity 200 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 200 Description See description for Storm/Sanitary Structure Removal in the specifications section Item APPLICABLE} Lot Description Base Bid Quantity 500 square yard Unit Price 12504-613-01-55 - Base Bid: LIMEROCK REMOVAL TO A DEPTH OF 8 INCHES (FDOT PAY ITEM NUMBER NOT Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See description for Limerock Removal and Disposal up to 8 INCHES in the specifications section Item 12504-613-01-56 - Base Bid: SINGLE POST SIGN, REMOVE Lot Description Base Bid Quantity 50 each 5/7/2021 9:40 AM p 1 y City of Fort Lauderdale Bid 12504-613 Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Flonda Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 700-1-60 Item 12504-613-01-57 - Base Bid: MILLING EXIST ASPH PAVT, 1 INCH AVG DEPTH, AREA Lot Description Base Bid Quantity 2500 square yard Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 327-70-1 Item 12504-613-01-58- Base Bid: CONCRETE SIDEWALK AND DRIVEWAYS, 6 INCHES THICK Lot Description Base Bid Quantity 1000 square yard Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 522-2 Item 12504-613-01-59 - Base Bid: PAVERS, ARCHITECTURAL, ROADWAY Lot Description Base Bid Quantity 1500 square yard Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 526-1-1 Item 12504.613-01.60- Base Bid: PAVERS, ARCHITECTURAL, SIDEWALK 517/2021 9'40 AM p. 20 City of Fort Lauderdale Bid 12504-613 Lot Description Base Bid Quantity 1500 square yard Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1500 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FOOT Pay Item NO 526-1-2 Item 12504-613-01-61 - Base Bid: REWORKING/ ADDING LIM'EROCK BASE TO EXISTING, 3 INCHES Lot Description Base Bid Quantity 1000 square yard Unit Price Delivery Location City of Fort Lauderdale See }TB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for descnption: FDOT Pay Item NO 210-1-9 Item 12504-613-01-62- Base Bid: REWORKING/ADDING LIMEROCK BASE TO EXISTING, 4 INCHES Lot Description Base Bid Quantity 1000 square yard Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Ronda Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 210-1-8 item 12504-613-01-63 - Base Bid: REWORKING/ ADDING LVMEROCK BASE TO EXISTING, 6 INCHES Lot Description Base Bid Quantity 3000 square yard Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 3000 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FOOT Pay Item NO 210-1-1 5/7/2021 9:40 AM p. 21 City of Fort Lauderdale Bid 12504-613 Item 12504-613-01-64 - Base Bid: OPTIONAL BASE, BASE GROUP 04 (6 INCHES LIMEROCK) Lot Description Base Bid Quantity 2500 square yard Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for descnption: FDOT Pay Item NO 285-704 Item 12504613-01.65 - Base Bid: TEMPORARY PATCH USING COLD ASPHALTIC MIX, FURNISH AND INSTALL Lot Description Base Bid Quantity 100 cubic foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Temporary Cold Patch Asphalt up to 8 INCHES in the specifications section Item 12504-613-01-66 - Base Bid: SUPERPAVE ASPHALTIC CONCRETE, TRAFFIC A. B, C, D, OR E Lot Description Base Bid Quantity 500 ton Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See Honda Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 334-1-11, 334-1-12, 334-1- 13, 334-1-14, OR 334-1-15 Item 12504-613-01-67 - Base Bid: MISCELLANEOUS ASPHALT PAVEMENT Lot Description Base Bid Quantity 100 ton Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Exhibit "A" 5/7/2021 9.40 AM p. 22 City of Fort Lauderdale Bid 12504-613 Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FOOT Pay Item NO 339-1 Item 12504613-01-68 - Base Bid: CONCRETE CURB & GUTTER, TYPE E Lot Description Base Bid Quantity 50 linear foot Unit Price Delivery Location City of Fort Lauderdale See TB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 520-1-7 Item 12504-613-01-69 - Base Bid: CONCRETE CURB & GUTTER, TYPE f Lot Description Base Bid Quantity 1000 linear foot Unit Price Delivery Location City of Fort Lauderdale See I 1B Speoficauons See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 520-1-10 Item 12504613-01-70 - Base Bid: CONCRETE CURB, TYPE D Lot Description Base Bid Quantity 2500 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 520-2-4 Item 12504-613-01-71 - Base Bid: VALLEY GUTTER- CONCRETE Lot Description Base Bid Quantity 1000 linear foot Unit Price Exhibit "A" 517/2021 9'40 AM p. 23 City of Fort LauderdaGe Bid 12504-613 Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 520-3 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-72 - Base Bid: DETECTABLE WARNING ON EXISTING WALKING SURFACE, RETROFIT, FURNISH AND INSTALL Base Bid 500 square foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 527-2 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-73 - Base Bid: ADA COMPLIANT CURB RAMP (FDOT PAY ITEM NO NA) Base Bid 20 each City of Fort Lauderdale See ITB Specifications See 1TB Specifications Fort Lauderdale FL 33301 Qty 20 Description See description for ADA Ramp in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-74 - Base Bid: DITCH BOTTOM TYPE C (INDEX 232) LESS THAN 10 FEET Base Bid 100 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 425-1-52 Item 12504-613-01-75 - Base Bid: DITCH BOTTOM TYPE D (INDEX 232) LESS THAN 10 FEET Exhibit "A" 5/7/2021 9:40 AM p 24 City of Fort Lauderdale Bid 12504-613 Lot Description Base Bid Quantity 20 each Unit Price Delivery Location City of Fort Lauderdale See iTB Specifications See iTB Specifications Fort Lauderdale FL 33301 Qty 20 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 425-1-54 Item 12504613-01-76- Base Bid: DITCH BOTTOM TYPE *E• (INDEX 232) LESS THAN 10 FEET Lot Description Base Bid Quantity 20 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 20 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 425-1-55 Item 12504-613-01-77 - Base Bid: DITCH BOTTOM TYPE OF® (INDEX 233) LESS THAN 10 FEET Lot Description Base Bid Quantity 10 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 425-1-56 Item 12504-613-01-78 - Base Bid: DITCH BOTTOM TYPE •GA (INDEX 233) LESS THAN 10 FEET Lot Description Base Bid Quantity 10 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 425-1-57 Exhibit "A" 5/7/2021 9-40 AM p. 25 City of Fort Lauderdale Bid 12504-613 Item 12504-613-01-79 - Base Bid: TYPE OCr> CATCH BASIN 24X36 INCHES LESS THAN 10 FEET (FDOT PAY ITEM NUMBER NOT Lot Description Base Bid Quantity 30 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 30 Description See description for Catch Basins/Manholes/ADS Drains/Trench Drains in the specifications section Item 12504-613-01-80 - Base Bid: LARGE RECTANGULAR TYPE CATCH BASINS WITH TOP SLABS 4X4 FEET OR TYPE INCHESC Lot Description Base Bid Quantity 100 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Catch Basins/Manholes/ADS DrainsTTrench Drains in the specifications section Item 12504-613-01-81 - Base Bid: LARGE RECTANGULAR TYPE QC, CATCH BASINS WITH TOP SLABS 5X5 FEET OR TYPE INCHESC Lot Description Base Bid Quantity 100 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Catch Basins/ManholeslADS Drains/Trench Drains in the specifications section Item 12504-613-01-82 - Base Bid: LARGE RECTANGULAR TYPE )Cp CATCH BASINS WITH TOP SLABS 6X6 FEET OR TYPE INCHESC Lot Description Base Bid Quantity 1 each Unit Price Exhibit "A" 5/7/2021 9 40 AM o 26 City of Fort Lauderdale Bid 12504-613 Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty1 Description See description for Catch Basins/Manholes/ADS Drains/Trench Drains in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-83 - Base Bid: LARGE RECTANGULAR TYPE ACp CATCH BASINS WITH TOP SLABS 8X8 FEET LESS THAN 10 FE Base Bid 5 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See description for Catch Basins/Manholes/ADS Drains/Trench Drains in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-84 - Base Bid: LARGE RECTANGULAR TYPE *1C CATCH BASINS WITH TOP SLABS 4X6 FEET LESS THAN 10 FE Base Bid 5 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See description for Catch Basins/Manholes/ADS Drains/Trench Drains in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-85 - Base Bid: LARGE RECTANGULAR TYPE AC4 CATCH BASINS WITH TOP SLABS 4X8 FEET LESS THAN 10 FE Base Bid 5 each City of Fort Lauderdale See [TB Specifications See [TB Specifications Fort Lauderdale FL 33301 Qty 5 Description See description for Catch Basins/Manholes/ADS Drains/Trench Drains in the specifications section Exhibit "A" 5/7/2021 9:40 AM o 27 City of Fort Lauderdale Bid 12504-613 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-86 - Base Bid: STORM MANHOLE TYPE M-4 (48 INCHES ROUND) LESS THAN 10 FEET (FDOT PAY ITEM NUM Base Bid 100 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Catch Basins/Manholes/ADS Drains/Trench Drains in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01.87 - Base Bid: STORM MANHOLE TYPE M-5 (60 INCHES ROUND) LESS THAN 10 FEET (FDOT PAY ITEM NUM Base Bid 5 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See description for Catch Basins/Manholes/ADS DrainslTrench Drains in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-88 - Base Bid: STORM MANHOLE TYPE M-6 (72 INCHES ROUND) LESS THAN 10 FEET (FDOT PAY ITEM NUM Base Bid 5 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See description for Catch Basins/Manholes/ADS Drainsffrench Drains in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-89 - Base Bid: STORM MANHOLE TYPE M-7 (84 INCHES ROUND) LESS THAN 10 FEET (FDOT PAY ITEM NUM Base Bid 3 each City of Fort Lauderdale See ITB Specifications Exhibit "A" 5/7/2021 9:40 AM p 28 City of Fort Lauderdale Bid 12504-613 See ITB Specifications Fort Lauderdale FL 33301 Qty 3 Description See description for Catch Basins/Manholes/ADS Drains/Trench Drains in the specifications section Item 12504-613-01-90 - Base Bid: 18 INCHES ADS DRAIN BASIN OR APPROVED EQUAL {FDOT PAY ITEM NUMBER NOT APPLICAB Lot Description Base Bid Quantity 20 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 20 Description See description for Catch Basins/Manholes/ADS Drains/Trench Drains in the specifications section Item 12504-613-01-91 - Base Bid: 24 INCHES ADS DRAIN BASIN OR APPROVED EQUAL (FDOT PAY ITEM NUMBER NOT APPLICAB Lot Description Base Bid Quantity 5 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specfications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See description for Catch Basins/Manholes/ADS Drains/Trench Drains in the specifications section Item 12504-613-01-92 - Base Bid: 8 INCHESTRENCH DRAIN WITH GRATE 6452 OR APPROVED EQUAL (FDOT PAY ITEM NUMBER N Lot Description Base Bid Quantity 10 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See description for Catch Basins/Manholes/ADS Drains/Trench Drains in the specifications section Item 12504-613-01-93 - Base Bid: 10 INCHES TRENCH DRAIN WITH GRATE 6453 OR APPROVED EQUAL (FDOT PAY Exhibit "A" 5/7/2021 9:40 AM p 29 City of Fort Lauderdale Bid 12504-613 ITEM NUMBE Lot Description Base Bid Quantity 50 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See description for Catch Basins/Manholes/ADS Drains/Trench Drains in the specifications section Item 12504-613-01-94 - Base Bid: 12 INCHES TRENCH DRAIN WITH GRATE 6454 OR APPROVED EQUAL (FDOT PAY ITEM NUMBER Lot Description Base Bid Quantity 125 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 125 Description See description for Catch BasinslManholeslADS Drains/Trench Drains in the specifications section Item 12504-613-01-95 - Base Bid: 15 INCHES TRENCH DRAIN WITH GRATE 6455 OR APPROVED EQUAL (FDOT PAY ITEM NUMBER Lot Description Base Bid Quantity 100 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Catch Basins/Manholes/ADS Drains/Trench Drains in the specifications section Item 12504-613-01-96 - Base Bid: 18 INCHES TRENCH DRAIN WITH GRATE 6456 OR APPROVED EQUAL (FDOT PAY ITEM NUMBER Lot Description Base Bid Quantity 100 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Exhibit "A" 51712021 9 40 AM p 30 City of Fort Lauderdale Bid 12504-613 Fort Lauderdale FL 33301 Qty 100 Description See description for Catch Basins/ManholesfADS Drains/Trench Drains in the specifications section Item 12504-613-01-97 - Base Bid: INLETS, ADJUST Lot Description Base Bid Quantity 50 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 425-4 Item 12504-613-01-98 - Base Bid: MANHOLE, ADJUST Lot Description Base Bid Quantity 50 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 425-5 Item 12504-613-01-99 - Base Bid: VALVE BOXES, ADJUST Lot Description Base Bid Quantity 50 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 425-6 Item 12504-613-01.100 - Base Bid: DRAINAGE STRUCTURES, MISCELLANEOUS, ADJUST Lot Description Base Bid Quantity 50 each Unit Price 5/7/2021 9:40 AM p. 31 City of Fort Lauderdale Bid 12504-613 Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 425-8 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-101 - Base Bid: DRAINAGE STRUCTURE MODIFY Base Bid 100 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 425-11 Item Lot Description Quantity Unit Price Delivery Location 12504613--01-102- Base BId INLETS RELOCATING Base Bid 25 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 25 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 425-71 Item Lot Description Quantity Unit' Price Delivery Location 12504-613-01-103 - Base Bid: MANHOLES AND INLETS CLEANING AND SEALING, LESS THAN 10 FEET Base Bid 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 425-74-1 Item 12504-613-01-104 - Base Bid: PIPE CULVERT, RCP MATERIAL ONLY, ROUND, LESS THAN 12 INCHES STORM DRAIN (INSTALL Exhibit "A" 5/7/2021 9'40 AM p. 32 City of Fort Lauderdale Bid 12504-613 Lot Description Quantity Unit Price Delivery Location Base Bid 500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See description for Pipe Culvert Installation in the specifications section Item Lot Description. Quantity Unit Price Delivery Location 12504-613-01-105 - Base Bid: PIPE CULVERT, OPTIONAL MATERIAL, ROUND, LESS THAN 12 INCHES STORM DRAIN {INSTALL Base Bid 500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See description for Pipe Culvert Installation in the specifications section Item 12504613-01-106 - Base Bid: PIPE CULVERT, RCP MATERIAL ONLY, ROUND, 12 INCHES, 15 INCHES STORM DRAIN (INSTAL Lot Description Base Bid Quantity Unit Price Delivery Location 2000 linear foot City of Fort Lauderdale See 1TB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-112, 430-174-115 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-107- Base Bid: PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 12 INCHES, T5 INCHES STORM DRAIN {INSTAL Base Bid 2000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2000 Exhibit "A" 5/7/2021 9'40 AM p. 33 City of Fort Lauderdale Bid 12504-613 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FOOT Pay Item NO 430-174-112, 430-174-115 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-108 - Base Bid: PIPE CULVERT, RCP MATERIAL ONLY, ROUND, 18 INCHES, 24 INCHES STORM DRAIN (INSTAL Base Bid 2000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-118, 430-174-124 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-109 - Base Bid: PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 18 INCHES, 24 INCHES STORM DRAIN (INSTAL Base Bid 2000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2000 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-118, 430-174-124 Item 12504-613-01-110 - Base Bid: PIPE CULVERT, RCP MATERIAL ONLY, ROUND, 30 INCHES, 36 INCHES STORM DRAIN (INSTAL Lot Description Base Bid Quantity 1500 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-130, 430-174-136 Item Lot Description Quantity 12504-613-01-111- Base Bid: PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 30 INCHES, 36 INCHES STORM DRAIN (INSTAL Base Bid 1500 linear foot Exhibit "A" 5/712021 9:40 AM P. 34 City of Fort Lauderdale Bid 12504-613 Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See 1T8 Specifications Fort Lauderdale FL 33301 Qty 1500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-130, 430-174-136 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-112- Base Bid: PIPE CULVERT, RCP MATERIAL ONLY, ROUND, 42 INCHES, 48 INCHES STORM DRAIN (INSTAL Base Bid 1000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-142. 430-174-148 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-113 - Base Bid: PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 42 INCHES, 48 INCHES STORM DRAIN (INSTAL Base Bid 1000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-142,430-174-148 Item Lot Description Quantity Unit Price Delivery Location 12504613 -01 -114 -Base BM: PIPE CULVERT, RCP MATERIAL ONLY, ROUND, 54 INCHES, 60 INCHES STORM DRAIN (INSTAL Base Bid 500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-154.430-174-160 Exhibit "A" 5/7/2021 9.40 AM p. 35 City of Fort Lauderdale Bad 12504-613 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-115- Base Bid: PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 54 INCHES, 60 INCHES STORM DRAIN (INSTAL Base Bid 400 linear foot City of Fort Lauderdale See ITB Specifications See 1TB Specifications Fort Lauderdale FL 33301 Qty 400 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FOOT Pay Item NO 430-174-154, 430-174-160 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-116 - Base Bid: PIPE CULVERT, OPTIONAL MATERIAL, OTHER SHAPE - ELLIP/ARCH, 15 INCHES, 18 INCHES Base Bid 250 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 250 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-215 OR 430-174- 218 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-117 - Base Bid: PIPE CULVERT, RCP MATERIAL ONLY, OTHER SHAPE - ELLIP/ARCH, 15 INCHES, 18 INCHES Base Bid 250 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 250 Description See Honda Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-215 OR 430-174- 218 Item Lot Description Quantity Unit Price 12504-613-01-118- Base Bid: PIPE CULVERT, OPTIONAL MATERIAL, OTHER SHAPE - ELLIP/ARCH, 24 INCHES Base Bid 200 linear foot 5!7!2021 9:40 AM p. 36 City of Fort Lauderdale Bid 12504-613 Delivery Location City of Fort Lauderdale See ITB Specifications See VTB Specifications Fort Lauderdale FL 33301 Qty 200 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-224 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-119 - Base Bid: PIPE CULVERT, RCP MATERIAL ONLY, OTHER SHAPE - ELLIP/ARCH, 24 INCHES Base Bid 200 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 200 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-224 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-120 - Base Bid: PIPE CULVERT, OPTIONAL MATERIAL, OTHER SHAPE - ELLIP/ARCH, 30 INCHES, 36 INCHES Base Bid 150 linear foot City of Fort Lauderdale 5ee ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 150 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-230 OR 430-174- 236 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-121-13; 36 INCHES Base Bid 150 linear foot B City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 150 PIPE CULVERT, RCP MATERIAL ONLY, OTHER SHAPE - ELLIP/ARCH, 30 INCHES,. Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-174-230 OR 430-174- 236 5/7/2021 9'40 AM p. 37 City of Fort Lauderdale Brd 12504-613 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-122 - Base Bid: CLEANING & SEALING EXISTING PIPE JOINT, 10 INCHES TO 24 INCHES, STORM SEWER Base Bid 150 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 150 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-821-23, 430-821-25. OR 430-821-29 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-123 - Base Bid: CLEANING & SEALING EXISTING PIPE JOINT, 30 INCHES, 36 INCHES, STORM SEWER Base Bid 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-821-33 OR 430-821-38 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-124 - Base Bid: CLEANING & SEALING EXISTING PIPE JOINT, 42INCHES, 48 INCHES, STORM SEWER Base Bid 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-821-40 OR 430-821-41 Item Lot Description Quantity Unit Price 12504-613-01-125 - Base Bid: CLEANING & SEALING EXISTING PIPE JOINT, 54 INCHES, 60 INCHES, STORM SEWER Base Bid 50 each 5/7/2021 9:40 AM U.38 City of Fort Lauderdale Bid 12504-613 Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-821-42 OR 430-821-43 Item 12504-613-01-126 - Base Bid: CLEANING & SEALING EXISTING PIPE JOINT, >60 INCHES, STORM SEWER Lot Description Base Bid Quantity 25 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 25 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-821-61 Item 12504-613-01-127 - Base Bid: MITERED END SECTION, OPTIONAL ROUND, 12 INCHES, 15INCHES,18INCHES Lot Description Base Bid Quantity 10 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FOOT Pay Item NO 430-982-121, 430-982-123, OR 430-982-12 Item 12504.613-01-128- Base Bid: MITERED END SECTION, OPTIONAL ROUND, 24 INCHES Lot Description Base Bid Quantity 5 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-982-129 Item 12504613-01-129- Base Bid: MITERED END SECTION, OPTIONAL ROUND, 30 INCHE5,36 INCHES 57/2021 9'40 AM p 39 City of Fort Lauderdale Bid 12504-613 Lot Description Quantity Unit Price Delivery Location Base Bid 5 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 QtY 5 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-982-133 OR 430-982- 138 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-130 - Base Bid: FRENCH DRAIN, LESS THAN 12 INCHES Base Bid 100 linear foot City of Fort Lauderdale See ITB Specifications. See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for French Drain in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-131 - Base Bid: FRENCH DRAIN, 12 TO 18 INCHES Base Bid 3500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 3500 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FOOT Pay Item NO 443-70-3 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-132- Base Bid: FRENCH DRAIN, 24 INCHES Base Bid 1000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 443-70-4 Exhibit "A" 5/7/2021 9:40 AM p. 40 City of Fort Lauderdale Bid 12504-613 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-133 - Base Bid: STORM SEWER INSPECTION (VIDEO CAMERA) Base Bid 5000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description FDOT Pay Item NO E432-4 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-134- Base Bid: OUTFALL BARNACLE REMOVAL FOR 0-24 INCH PIPES Base Bid 1000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-95-1 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-135 - Base Bid: OUTFALL BARNACLE REMOVAL FOR 25-36 INCH PIPES Base Bid 500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Forr Lauderdale FL 33301 Qty 500 Description See Florida Department of Transportation {FDOT) Basis of Estimates Manual for description: FOOT Pay Item NO 430-95-2 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-136 - Base Bid: OUTFALL BARNACLE REMOVAL FOR 37.48 INCH PIPES Base Bid 500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Exhibit "A" 5/712021 9:40 AM p. 41 City of Fort Lauderdale Bid 12504-613 Fort Lauderdale FL 33301 Qty S00 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-95-3 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-137 - Base Bid: OUTFALL BARNACLE REMOVAL FOR 49-60 INCHES PIPES Base Bid 500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-95-4 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-138 - Base Bid: OUTFALL BARNACLE REMOVAL FOR 61 INCHES AND GREATER PIPES Base Bid 250 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 250 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-95-5 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-139 - Base Bid: CONCRETE COLLAR AT JOINTS FOR CONNECTING DISSIMILAR TYPES OF PIPE AND CONCRETE P Base Bid 200 each City of Fort Lauderdale See ITB Specifications See iTB Specifications Fort Lauderdale FL 33301 Qty 200 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-96 Item Lot Description Quantity Unit Price 12504-613-01-140 - Base Bid: PIPE LINER, SLIP LINER, 0-24 INCHES Base Bid 2000 linear foot Exhibit "A" 5/7/2021 9:40 AM p. 42 City of Fort Lauderdale Bid 12504-613 Delivery Location City of Fort Lauderdale See TB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2000 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 431-1-32 Item 12504-613-01-141 - Base Bid: PIPE LINER, SLIP LINER, 25-36 INCHES Lot Description Base Bid. Quantity 1000 linear foot Unit Price Dei'ivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay item NO 431-1-33 Item 12504-613-01-142 - Base Bid: PIPE LINER, SUP LINER, 37-48 INCHES Lot Description Base Bid Quantity 500 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 431-1-34 Item 12504-613-01-143 - Base Bid: PIPE LINER, SLIP LINER, 49-60 INCHES Lot Description Base Bid Quantity 500 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 431-1-35 Item 12504613-01-144- Base Bid: PIPE LINER, SLIP LINER, 61 INCHES AND GREATER Lot Description Base Bid Exhibit "A" 5/712021 9:40 AM p. 43 City of Fort Lauderdale Bid 12504-613 Quantity Unit Price Delivery Location 500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 431-1-36 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-145 - Base Bid: BALLAST ROCK, FRENCH DRAIN AGGREGATE, FURNISH AND INSTALL Base Bid 100 cubic yard City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for French Drain Aggregate in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-146 - Base Bid: DEEP WELL INJECTION BOX, STRUCTURE WITH NO OUTFLOW Base Bid 10 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 444-74-1 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-147 - Base Bid: DEEP WELL INJECTION BOX, STRUCTURE WITH OUTFLOW Base Bid 10 each City of Fort Lauderdale See JTB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 444-74-1 Exhibit "A" 5/7/2021 9:40 AM p. 44 City of Fort Lauderdale Bid 12504-613 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-148 - Base Bid: DEEP WELL OPEN HOLE , 24 INCHES Base Bid 2000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 444-70-11 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-149- Base Bid: DEEP WELL CASING Base Bid 2000 linear foot City of Fort Lauderdale See ITB Specifications See FIB Specifications Fort Lauderdale FL 33301 Qty 2000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 444-71-11 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-150 - Base Bid: (0-23 INCHES) DEEP WELL CLEANING Base Bid 2000 linear foot City of Fort Lauderdale See 1TB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 444-71-10 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-151 - Base Bid: (24 INCHES) DEEP WELL CLEANING Base Bid 2000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2000 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 444-71-11 5/7/2021 9:40 AM p. 45 City of Fur Laude dale Bid 12504-613 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-152- Base Bid: (25 INCHES AND GREATER) DEEP WELL CLEANING Base Bid 2000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2000 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 444-71-12 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-153 - Base Bid: SHEET PILING, STEEL TEMPORARY -CRITICAL Base Bid 1500 square foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 455-133-2 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-154 - Base Bid: STORM DRAINAGE CLEANING AND DESILTING, VIDEO & FINISHED CD OR DVD, 0-24 INCHES P Base Bid 2500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2500 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO E430-94-1 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-155 - Base Bid: STORM DRAINAGE CLEANING AND DESILTING, VIDEO & FINISHED CD OR DVD, 24-36 INCHES Base Bid 1000 linear foot City of Fort Lauderdale See ITB Specifications Exhibit "A" 50/2021 9:40 AM p. 46 City of Fort Lauderdale Bid 12504.613 See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See 'Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FOOT Pay Item NO E430-94-2 Item Lot Description Quantity Unit Price Delivery Location 12504613-01-156 - Base Bid: STORM DRAINAGE CLEANING AND DESILTING, VIDEO & FINISHED CD OR DVD, 37-48 INCHES Base Bid 1000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay item NO E430-94-3 Item Lot Description Quantity Unit Price Delivery Location 12504-513-01-157 - Base Bid: STORM DRAINAGE CLEANING AND DESILTING, VIDEO & FINISHED CD OR DVD, 49.60 INCHES Base Bid 1000 linear foot City of Fort Lauderdale See ITS Specifications See ITS Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO E430-94-4 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-158 - Base Bid: STORM DRAINAGE CLEANING AND DESILTING, VIDEO & FINISHED CD OR DVD, 61 INCHES OR Base Bid 500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO E430-94-5 Item 12504-613-01-159 - Base Bid: WELL POINT SYSTEM COMPLETE, 4 INCHES PUMP, FURNISH AND INSTALL Exhibit "A" 5)7/2021 9:40 AM p. 47 City of Fort Lauderdale Bid 12504-613 Lot Description Quantity Unit Price Delivery Location (FDOT PAY ITEM Base Bid 100 day City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Well Point Dewatering System in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-160 - Base Bid: WELL POINT SYSTEM COMPLETE, 6 INCHES PUMP, FURNISH AND INSTALL (FDOT PAY ITEM Base Bid 40 day City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 40 Description See description for Well Point Dewatering System in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-161 - Base Bid: WELL POINT SYSTEM COMPLETE, 8 INCHES PUMP, FURNISH AND INSTALL (FDOT PAY ITEM Base Bid 20 day City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 20 Description See description for Well Point Dewatering System in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-162- Base Bid: BY-PASS PUMP 4 INCHES, FURNISH AND INSTALL (FDOT PAY ITEM NO NA) Base Bid 200 day City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 200 5/7/2021 9'40 AM p. 48 City of Fort Lauderdale Bid 12504-613 Description See description for By-pass Pump in the specifications section Item 12504-613-01-163 - Base Bid: BY-PASS PUMP 6 INCHES, FURNISH AND INSTALL (FDOT PAY ITEM NO NA) Lot Description Base Bid Quantity 80 day Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 80 Description See description for By-pass Pump in the specifications section Item 12504-613-01-164 - Base Bid: BY-PASS PUMP 8 INCHES, FURNISH AND INSTALL (FDOT PAY ITEM NO NA) Lot Description Base Bid Quantity 40 day Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 40 Description See description for By-pass Pump in the specifications section Item 12504-613-01-165 - Base Bid: 8 TO 12 INCHES PLUG FOR BLOCKING DRAINAGE LINE WITHIN WATERTABLE - INCLUDES INST Lot Description Base Bid Quantity 200 each Unit Price Delivery Location City of Fort Lauderdale See ITS Specifications See ITB Specifications Fort Lauderdale EL 33301 Qty 200 Description See description for Drainage Lire Plugs in the specifications section Item 12504-613-01-166 - Base Bid: 15-24 INCHES PLUG FOR BLOCKING DRAINAGE LINE WITHIN WATERTABLE - INCLUDES INSTAL Lot Description Base Bid Quantity 150 each Unit Price Exhibit "A" 5/7/2021 9:40 AM p 49 City of Fort Lauderdale Bid 12504-613 Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 150 Description See description for Drainage Line Plugs in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-167 - Base Bid: 30-42 INCHES PLUG FOR BLOCKING DRAINAGE LINE WITHIN WATERTABLE - INCLUDES INSTAL Base Bid 100 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Drainage Line Pugs in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-168 INCLUDES INSTAL Base Bid 50 each Base Bid: 48-60 INCHES PLUG FOR BLOCKING DRAINAGE LINE WITHIN WATERTABLE - City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See description for Drainage Line Plugs in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-169 - Base Bid: 60 INCHES AND ABOVE PLUG FOR BLOCKING DRAINAGE LINE WITHIN WATERTABLE - INCLUDE Base Bid 25 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 25 Description See description for Drainage Line Plugs in the specifications section Exhibit "A" 5/7/2021 9:40 AM p 50 City of Fort Lauderdale Bid 12504-613 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-170- Base Bid: RIPRAP, SAND -CEMENT Base Bid 25 cubic yard City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 25 Description See Honda Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 530-1 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-171 - Base Bid: RIPRAP- RUBBLE, BANK AND SHORE Base Bid 5 ton City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See Flonda Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 530-3-3 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-172 - Base Bid: RIPRAP, RUBBLE, FURNISH AND INSTALL, DITCH LINING Base Bid 5 ton City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 530-3-4 Item Lot Description Quantity Unit Price Delivery Location 12504-613--01-173 - Base Bid: STANDARD 6 FOOT CHAIN LINK FENCE (FDOT PAY ITEM NUMBER NOT APPLICABLE) Base Bid 2000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2000 5/7/2021 9:40 AM p 51 City of Fort Lauderdale Bid 12504-613 Description See description for Fencing and Gates in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-174- Base Bid: STANDARD 6 FOOT CHAIN LINK FENCE GATE OPENING, SINGLE, 0-6© (FDOT PAY ITEM NUM Base Bid 10 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See description for Fencing and Gates in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-175 - Base Bid: STANDARD 6 FOOT WOOD PANEL PRESSURE -TREATED FENCE (FDOT PAY ITEM NUMBER NOT AP Base Bid 1000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See description for Fencing and Gates in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-176 - Base Bid: STANDARD 6 FOOT WOOD PANEL PRESSURE -TREATED FENCE GATE OPENING, SINGLE, 0-6q (FD Base Bid 5 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty5 Description See description for Fencing and Gates in the specifications section Item Lot Description Quantity Unit Price 12504-613-01-177 - Base Bid: STANDARD 6 FOOT VINYL FENCE (FDOT PAY ITEM NUMBER NOT APPLICABLE) Base Bid 500 linear foot 517!2021 9'40 AM p. 52 City of Fort Lauderdale Bid 12504-613 Delivery Location City of Fort Lauderdale See !TB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See description for Fencing and Gates in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-178 - Base Bid: STANDARD 6 FOOT VINYL FENCE GATE OPENING, SINGLE, 0-60 (FDOT PAY ITEM NUMBER N Base Bid 5 each City of Fort Lauderdale See ITB Specifications See !TB Specifications Fort Lauderdale FL 33301 Qty 5 Description See description for Fencing and Gates in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-179 - Base Bid: FDOT PAY ITEM NO 550-60-211: FENCE GATE, TYPE 8, SINGLE, 0-6.0 FEET OPENING Base Bid 5 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty5 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 550-60-211 item Lot Description Quantity Unit Price Delivery Location 12504-613-01-180 - Base Bid: FDOT PAY ITEM NO 550-60-212, 550-60-213, OR 550-60-214: FENCE GATE, TYPE B, 5I Base Bid 2 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 550-60-212, 550-60-213, OR 550-60-214 Exhibit "A" 5/7/2021 9:40 AM p. 53 City of Fort Lauderdale Bid 12504-813 Item 12504-613-01-181 - Base Bid: ADDITIONAL LABORER (FDOT PAY ITEM NUMBER NOT APPLICABLE) Lot Description Base Bid Quantity 5000 hourly rate Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5000 Description See description for Miscellaneous Hourly Rates in the specifications section Item 12504-613-01-182 - Base Bid: MASTER ELECTRICIAN (FDOT PAY ITEM NUMBER NOT APPLICABLE) Lot Description Base Bid Quantity 100 hourly rate Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Miscellaneous Hourly Rates in the specifications section Item 12504-613-01-183 - Base Bid: DIVER (REGULAR TIME) (FDOT PAY ITEM NUMBER NOT APPLICABLE) Lot Description Base Bid Quantity 50 hourly rate Unit Price Delivery Location City of Fort Lauderdale See 1TB Specifications See 1TB Specifications Fort Lauderdale FL 33301 Qty 50 Description See description for Miscellaneous Hourly Rates in the specifications section Item 12504-613-01-184 - Base Bid: QUALIFIED CONSTRUCTION TRAINING QUALIFICATION PROGRAM (CTQP) ASPHALT PAVING LEVE Lot Description Base Bid Quantity 50 hourly rate Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications 5/7/2021 9 40 AM p. 54 City of Fort Lauderdale Bid 12504-613 Fort Lauderdale FL 33301 Qty 50 Description See description for Miscellaneous Hourly Rates in the specifications section Item 12504-613-01-185 - Base Bid: SERVICE TRUCK & OPERATOR, PERSONNEL LIFT TO 35 FT HIGH ACCESS, 4 HR MINIMUM CHAR Lot Description Base Bid Quantity 100 hourly rate Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Miscellaneous Hourly Rates in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-186 - Base Bid: BUCKET TRUCK & OPERATOR, 50 FT REACH, 4 HR MINIMUM CHARGE (FDOT PAY ITEM NUMBE Base Bid 100 hourly rate City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Miscellaneous Hourly Rates in the specifications section Item 12504-613-01-187 - Base Bid: D3 OR D5 DOZER & OPERATOR (FDOT PAY ITEM NUMBER NOT APPLICABLE) Lot Description Base Bid Quantity 100 hourly rate Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Miscellaneous Hourly Rates in the specifications section Item 12504-613-01-188 - Base Bid: CRANE & OPERATOR, INSTALLATIONS LESS THAN 85 FT HIGH AND 22 TON, 4 HR MINIMUM CH Lot Description Base Bid 5/7/2021 9:40 AM 0 55 City of Fort Lauderdale Bud 12504-613 Quantity Unit Price Delivery Location 100 hourly rate City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Miscellaneous Hourly Rates in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-189 - Base Bid: VAC TRUCK, 3 -PERSON CREW, 4 HR MINIMUM CHARGE (FDOT PAY ITEM NUMBER NOT APPLIC Base Bid 100 hourly rate City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Miscellaneous Hourly Rates in the specifications section Item Lot Description Quantity Unit' Price Delivery Location 12504-613-01-190 - Base Bid: SKID STEER LOADER & OPERATOR, 1,850 LB MINIMUM, 4 HR MINIMUM CHARGE (FDOT PAY IT Base Bid 100 hourly rate City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See desorption for Miscellaneous Hourly Rates in the specifications section Item Lot Description Quantity Unit Price Delivery Location Description 12504-613-01-191 - Base Bid: BOAT/WATER CRAFT WITH MOTOR, 30 FT LENGTH MAXIMUM, 4 HR MINIMUM CHARGE (FDOT PAY Base Bid 100 hourly rate City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Exhibit "A" 5)7/2021 9:40 AM p 56 City of Fort Lauderdale Bid 12504-613 See description for Miscellaneous Hourly Rates in the specifications section Item 12504613-01-192 - Base Bid: DUMP TRUCK & OPERATOR, SINGLE -AXLE, 5 cubic yard MINIMUM CAPACITY, 4 HR MINIMUM Lot Description Base Bid Quantity 100 hourly rate Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Miscellaneous Hourly Rates in the specifications section Item 12504-613-01-193- Base Bid: ROOT PRUNING/TREE TRIMMING CREW, 3 -PERSON CREW (FOOT PAY ITEM NUMBER NOT APPLI Lot Description Base Bid Quantity 24 hourly rate Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 24 Description See description for Miscellaneous Hourly Rates in the specifications section Item 12504-613801-194- Base Bid: CERTIFIED ARBORIST (FOOT PAY ITEM NUMBER NOT APPLICABLE) Lot Description Base Bid Quantity 10 hourly rate Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See descnption for Miscellaneous Hourly Rates in the specifications section Item 12504-613-01-195 - Base Bid: SINGLE POST SIGN, INSTALL Lot Description Base Bid Quantity 50 each Unit Price Delivery Location City of Fort Lauderdale 5/7/2021 9.40 AM p. 57 City of Fort Lauderdale Bid 12504-613 See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Honda Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 700-1-40 Item 12504-613-01-196- Base Bid: SINGLE POST SIGN, RELOCATE Lot Description Base Bid Quantity 50 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 700-1-50 Item 12504-613-01.197 - Base Bid: FIRE HYDRANT, ADJUST AND MODIFY Lot Description Base Bid Quantity 10 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 1644-700 Item 12504-613-01-198 - Base Bid: FIRE HYDRANT, RELOCATE Lot Description Base Bid Quantity 10 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay item NO 1644-800 item 12504-613-01-199 - Base Bid: POLLUTION RETARDANT BAFFLE WITH 10 INCHES CLEANOUT ACCESS TO COVER 12 -INCH -15 I Lot Description Base Bid Exhibit "A" 5/7/2021 9:40 AM p. 58 City of Fort Lauderdale Bid 12504-613 Quantity Unit Price Delivery Location 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty So Description See description for Pollution Retardant Baffle with Cleanout Access in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-200 - Base Bid: POLLUTION RETARDANT BAFFLE WITH 12 INCHES CLEANOUT ACCESS TO COVER 12 -INCH -15 I Base Bid 100 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Pollution Retardant Baffle with Cleanout Access in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-201 - Base Bid: POLLUTION RETARDANT BAFFLE WITH 12 INCHES CLEANOUT ACCESS TO COVER 18 -INCH -24 1 Base Bid 100 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See descnption for Pollution Retardant Baffle with Cleanout Access in the specifications section Item Lot Description Quantity Unit Price Delivery Location Description 12504-613-01-202- Base Bid: FURNISH AND INSTALL 10 INCHES INLINE WASTOP CHECK VALVES WITH ALL FITTINGS OR A Base Bid 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Exhibit "A" 5/7/2021 9 40 AM p. 59 City of Fort Lauderdale Bid 12504-613 See description for Inline Tidal Check Valve: WAPRO or Approved Equal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-203 - Base Bid: FURNISH AND INSTALL 12 INCHES INLINE WASTOP CHECK VALVES WITH ALL FITTINGS OR A Base Bid 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See description for Inline Tidal Check Valve: WAPRO or Approved Equal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-204 - Base Bid: FURNISH AND INSTALL 15 INCHES INLINE WASTOP CHECK VALVES WITH ALL FITTINGS OR A Base Bid 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty S0 Description See description for Inline Tidal Check Valve. WAPRO or Approved Equal in the specifications section Item Lot Description Quantity Unit Price Delivery Location Description See description fo Item Lot Description Quantity Unit Price 12504-613-01-205 - Base Bid: FURNISH AND INSTALL 18 INCHES INLINE WASTOP CHECK VALVES WITH ALL FITTINGS ORA Base Bid 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Iniine Tidal Check Valve: WAPRO or Approved Equal in the specifications section 12504-613-01-206 - Base Bid: FURNISH AND INSTALL 24 INCHES INLINE WASTOP CHECK VALVES WITH ALL FITTINGS OR A Base Bid 25 each 5/7/2021 9:40 AM o 6n City of Fort Lauderdale Bid 12504-613 Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 25 Description See description for Inline Tidal Check Valve Item Lot Description Quantity Unit Price Delivery Location WAPRO or Approved Equal in the specifications section 12504-613-01-207 - Base Bid: FURNISH AND INSTALL 30 INCHES INUNE WASTOP CHECK VALVES WITH ALL FITTINGS ORA Base Bid 25 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 25 Description See description for Inline Tidal Check Valve: WAPRO or Approved Equal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-208 - Base Bid: FURNISH AND INSTALL 36 INCHES INLINE WASTOP CHECK VALVES WITH ALL FITTINGS OR A Base Bid 20 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 20 Description See description for Inline Tdal Check Valve: WAPRO or Approved Equal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-209 - Base Bid: FURNISH AND INSTALL 42 INCHES INLINE WASTOP CHECK VALVES WITH ALL FITTINGS OR A Base Bid 10 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See description for Inline Tidal Check Valve: WAPRO or Approved Equal in the specifications section Exhibit "A" 5/7/2021 9:40 AM p. 61 City of Fort Lauderdale Bid 12504-613 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-210 - Base Bid: FURNISH AND INSTALL 48 INCHES INLINE WASTOP CHECK VALVES WITH ALL FITTINGS OR A Base Bid 10 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See description for Inline Tidal Check Valve: WAPRO or Approved Equal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-211- Base Bid: FURNISH AND INSTALL 54 INCHES INLINE WASTOP CHECK VALVES WITH ALL FITTINGS OR A Base Bid 10 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See description for Inline Tidal Check Valve: WAPRO or Approved Equal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-212- Base Bid: FURNISH AND INSTALL 60 INCHES INLINE WASTOP CHECK VALVES WITH ALL FITTINGS OR A Base Bid 10 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See description for Inline Tidal Check Valve. WAPRO or Approved Equal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-213 - Base Bid: FURNISH AND INSTALL ALUMINUM MANATEE GRATE PER FDOT INDEX NO 230 WITH ALL FITT1 Base Bid 20 each City of Fort Lauderdale See ITB Specifications 5/7/2021 9:40 AM p. 62 City of Fort Lauderdale Bid 12504-613 See ITB Specifications Fort Lauderdale FL 33301 Qty 20 Description See description for Aluminum Manatee Grate in the specifications section Item 12504-613-01-214 - Base Bid: FURNISH AND INSTALL ALUMINUM MANATEE GRATE PER FDOT INDEX NO 230 WITH ALL FITTI Lot Description Base Bid Quantity 10 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See description for Aluminum Manatee Grate in the specifications section Item 12504-613-01-215 - Base Bid: FURNISH AND INSTALL ALUMINUM MANATEE GRATE PER FDOT INDEX NO 230 WITH ALL FITTI Lot Description Base Bid Quantity 5 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See description for Aluminum Manatee Grate in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-216 - Base Bid: FURNISH AND INSTALL ALUMINUM MANATEE GRATE PER FDOT INDEX NO 230 WITH ALL FITTI Base Bid 5 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See description for Aluminum Manatee Grate in the specifications section Item 12504-613-01-217- Base Bid: FURNISH AND INSTALL ALUMINUM MANATEE GRATE PER FDOT INDEX NO 5/7/2021 9-40 AM p 63 City of Fort Lauderdale Bid 12504-613 230 WITH ALL FITTI Lot Description Base Bid Quantity 5 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 QtY 5 Description See description for Aluminum. Manatee Grate in the specifications section Item 12504-613-01-218 - Base Bid: FURNISH AND INSTALLS TO 15 INCH DRAINAGE OUTFALLS BY CORE DRILLING EXISTING SEA Lot Description Base Bid Quantity 40 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 40 Description See description for Core Drill Existing Seawall Outfalls in the specifications section Item 12504-613-01-219 - Base Bid: FURNISH AND INSTALL 18 TO 24 INCH DRAINAGE OUTFALLS BY CORE DRILLING EXISTING SE Lot Description Base Bid Quantity 25 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 25 Description See description for Core Drill Existing Seawall Outfalls in the specifications section Item 12504-613-01-220 - Base Bid: FURNISH AND INSTALL 30 TO 36 INCH DRAINAGE OUTFALLS BY CORE DRILLING EXISTING SE Lot Description Base Bid Quantity 5 each Unit Price Delvery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications 5/7/2021 9:40 AM P. 64 City of Fort Lauderdale Bid 12504-613 Fort Lauderdale FL 33301 Qty 5 Description See description for Core Drill Existing Seawall Duffel's in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-221 - Base Bid: FURNISH AND INSTALL 42 TO 48 INCH DRAINAGE OUTFALLS BY CORE DRILLING EXISTING SE Base Bid 5 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See description for Core Drill Existing Seawall Outfalls in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-222 - Base Bid: FURNISH AND INSTALL 54 TO 60 INCH DRAINAGE OUTFALLS BY CORE DRILLING EXISTING SE Base Bid 3 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 3 Description See description for Core Drill Existing Seawall Duffel's in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-223- Base Bid: FURNISH AND INSTALL 61 INCH AND ABOVE DRAINAGE OUTFALLS BY CORE DRILLING EXISTIN Base Bid 3 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 QtY 3 Description See description for Core Drill Existing Seawall Duffel's in the specifications section Item 12504.613-01-224- Base Bid: FURNISH AND INSTALL PIPE BURSTING FOR PIPES 8 INCHES AND UNDER (FDOT PAY ITEM 5/7/2021 9:40 AM p 65 City of Fort Lauderdale Bid 12504-613 Lot Description Quantity Unit Price Delivery Location Base Bid 50 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 CRY 50 Description See description for Pipe Bursting in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-225 - Base Bid: FURNISH AND INSTALL PIPE BURSTING FOR 10 INCHES PIPES (FDOT PAY ITEM NUMBER NO Base Bid 500 linear foot City of Fort Lauderdale See iTB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See description for Pipe Bursting in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-226 - Base Bid: FURNISH AND INSTALL PIPE BURSTING FOR 12 INCHES PIPES (FOOT PAY ITEM NUMBER NO Base Bid 1000 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See description for Pipe Bursting (tem Lot Description Quantity Unit Price Delivery Location n the specifications section 12504-613-01-227- Base Bid: FURNISH AND INSTALL PIPE BURSTING FOR 15 INCHES PIPES (FDOT PAY ITEM NUMBER NO Base Bid 1500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1500 5/7/2021 9:40 AM P. 66 City of Fort Lauderdale Bid 12504-613 Description See description for Pipe Bursting in the specifications section Item 12504-613-01-228 - Base Bid: FURNISH AND INSTALL PIPE BURSTING FOR 18 INCHES PIPES (FDOT PAY ITEM NUMBER NO Lot Description Base Bid Quantity 500 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See description for Pipe Bursting in the specifications section Item 12504613-01-229 - Base Bid: FURNISH AND INSTALL PIPE BURSTING FOR 24 INCHES PIPES (FDOT PAY ITEM NUMBER NO Lot Description Base Bid Quantity 300 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 300 Description See description for Pipe Bursting in the specifications section Item 12504-613-01-230 - Base Bid: FURNISH AND INSTALL PIPE BURSTING FOR 30 INCHES PIPES (FDOT PAY ITEM NUMBER NO Lot Description Base Bid Quantity 200 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 200 Description See description for Pipe Bursting in the specifications section Item 12504-613-01-231 - Base Bid: DIRECTIONAL BORE, 10 INCHES OR LESS Lot Description Base Bid Quantity 500 llinear foot Unit PPrice Exhibit "A" 5/7)2021 9:40 AM p. 67 City of Fort Lauderdale Bid 12504-613 Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See description for Directional Bore in the specifications section Item 12504-613-01-232 - Base Bid: DIRECTIONAL BORE, 12 INCHES Lot Description Base Bid Quantity 500 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See Flonda Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-185-112 Item 12504-613-01-233 - Base Bid: DIRECTIONAL BORE, 15 INCHES Lot Description Base Bid Quantity 1500 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1500 Description See Florida Department of Transportation (FOOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-185-115 Item 12504-613-01-234- Base Bid: DIRECTIONAL BORE, 18 INCHES Lot Description Base Bid Quantity 1000 linear foot Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 1000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-185-118 Item 12504-613-01-235 - Base Bid: DIRECTIONAL BORE, 24 INCHES Lot Description Base Bid 517/2021 9 40 AM p. 68 City of Fort Lauderdale Bid 12504-613 Quantity Unit Price Delivery Location 100 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Flonda Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-185-124 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-236 - Base Bid: DIRECTIONAL BORE, 30 INCHES Base Bid 100 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-185-130 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-237- Base Bid: DIRECTIONAL BORE, 36 INCHES Base Bid 100 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-185-136 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-238 - Base Bid: DIRECTIONAL BORE, 42 INCHES Base Bid 100linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 430-185-142 5/7/2021 9 40 AM p 69 City of Fort Lauderdale Bid 12504-613 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-239- Base Bid: FERTILIZER 40 LB. BAG, FURNISH AND INSTALL (FDOT PAY ITEM NUMBER NOT APPLICABL Base Bid 5 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See description for Fertilizer in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-240 - Base Bid: ROOT BARRIER, FURNISH AND INSTALL (FDOT PAY ITEM NUMBER NOT APPLICABLE) Base Bid 500 linear foot City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See description for Root Barrier in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-241 - Base Bid: TREE REMOVAL, 0-12 INCHES TRUNK DIAMETER AT BREAST HEIGHT (FDOT PAY ITEM NUMBE Base Bid 200 each City of Fort Lauderdale See .ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 200 Description See description for Tree Removal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-242- Base Bid: TREE REMOVAL, 12.1-24 INCHES TRUNK DIAMETER AT BREAST HEIGHT (FDOT PAY ITEM NU Base Bid 100 each City of Fort Lauderdale See VTB Specifications See ITB Specifications. 5/7/2021 9:40 AM p 70 City of Fort Lauderdale Bid 12504-613 Fort Lauderdale FL 33301 Qty 100 Description See description for Tree Removal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-243 - Base Bid: TREE REMOVAL, 24.1-48 INCHES TRUNK DIAMETER AT BREAST HEIGHT (FDOT PAY ITEM NU Base Bid 50 each City of Fort Lauderdale See [TB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See description for Tree Removal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504.613-01-244 - Base Bid: TREE REMOVAL, 48.1-60 INCHES TRUNK DIAMETER AT BREAST HEIGHT (FDOT PAY ITEM NU Base Bid 5 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5 Description See description for Tree Removal in the specifications section item Lot Description Quantity Unit Price Delivery Location 12504-613-01-245 - Base Bid: TREE REMOVAL, GREATER THAN 60 INCHES TRUNK DIAMETER AT BREAST HEIGHT (FDOT PAY I Base Bid 2 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2 Description See description for Tree Removal in the specifications section Item 12504-613-01-246 Base Bid: STUMP GRINDING/REMOVAL, 0-24 INCHES TRUNK DIAMETER AT BREAST HEIGHT (FDOT PAY I Exhibit "A" 5/7/2021 9:40 AM 0 71 City of Fort Lauderdale Bid 12504-613 Lot Description Quantity Unit Price Delivery Location Base Bid 100 each City of Fort Lauderdale See ITS Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 100 Description See description for Stump Grinding -Removal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-247- Base Bid: STUMP GRINDING/REMOVAL, 241-48 INCHES TRUNK DIAMETER AT BREAST HEIGHT (FDOT PA Base Bid 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty SO Description See description for Stump Grinding -Removal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-248 - Base Bid: STUMP GRINDING/REMOVAL, 48.1-60 INCHES TRUNK DIAMETER AT BREAST HEIGHT (FDOT PA Base Bid 10 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 10 Description See description for Stump Grinding -Removal in the specifications section. Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-249 - Base Bid: STUMP GRINDING/REMOVAL, GREATER THAN 60 INCHES TRUNK DIAMETER AT BREAST HEIGHT Base Bid 5 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty5 Exhibit "A" 5/7/2021 9:40 AM p. 72 City of Fort Lauderdale Bid 12504-613 Description See description for Stump Grinding -Removal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-250 - Base Bid: HEDGES AND SHRUBS REMOVAL (FDOT PAY ITEM NUMBER NOT APPLICABLE) Base Bid 20001inearfoot City of Fort Lauderdale See ITB Specifications See ITS Specifications Fort Lauderdale FL 33301 Qty 2000 Description See description for Tree Removal in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-251 - Base Bid: BAHIA SOD (FDOT PAY ITEM NUMBER NOT APPLICABLE) Base Bid 200 square yard City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 200 Description See description for Sod in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-252- Base Bid; FDOT PAY ITEM NO 570-1-2: PERFORMANCE TURF, SOD (STAUGUSTINE, CENTIPEDE, FLOR Base Bid 5000 square yard City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 5000 Description See Florida Department of Transportation (FDOT) Basis of Estimates Manual for description: FDOT Pay Item NO 570-1-2 Item 12504-613-01-253 - Base Bid: FDOT PAY ITEM NO NA: SALT TOLERANT TURF, SOD (SEASHORE PASPALUM OR APPROVED EQ Lot Description Base Bid Quantity 2000 square yard Unit Price Delivery Location City of Fort Lauderdale 5)7/2021 9'40 AM p 7 1 City of Fort Lauderdale Bid 12504-613 See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 2000 Description See description for Sod in the specifications section item Lot Description Quantity Unit Price Delivery Location 12504-613-01-254 - Base Bid: HEDGE REPLACEMENT WITH COMMON NURSERY AVAILABLE PLANTINGS, 3 - GALLON CONTAINER (F Base Bid 500 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See description for Hedge -Tree -Palm Replacement in the specifications section Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-255 - Base Bid: HEDGE REPLACEMENT WITH COMMON NURSERY AVAILABLE PLANTINGS, 7 - GALLON CONTAINER (F Base Bid 500 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 500 Description See description for Hedge -Tree -Palm Replacement in the specifications section Item 12504-613-01-256 - Base Bid: COMMON PALM SPECIES (BISMARK, DATE. SILVER, CHRISTMAS, ROYAL, THATCH, CABBAGE AN Lot Description Base Bid Quantity 50 each Unit Price Delivery Location City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See description for Hedge -Tree -Palm Replacement in the specifications section 5/7/2021 9:40 AM. p 74 City of Fort Lauderdale Bid 12504-613 Item Lot Description Quantity Unit Price Delivery Location 12504-613-01-257 - Base Bid: COMMON TREE SPECIES (LIVE OAK, WILD TAMARIND, GREEN OR SILVER BUTTONWOOD, BALD 0 Base Bid 50 each City of Fort Lauderdale See ITB Specifications See ITB Specifications Fort Lauderdale FL 33301 Qty 50 Description See description for Hedge -Tree -Palm Replacement in the specifications section Exhibit "A" 517/2021 9.40 AM p 75 City of Fort LaLiderdale Bid 12504-613 CITY OF FORT LAUDERDALE CONTRACT AND SPECIFICATIONS PACKAGE BID NO. 12504-613 PROJECT NO. 12220 ANNUAL CONSTRUCTION OF GENERAL STORMWATER INFRASTRUCTURE RARES V. PETRICA SENIOR PROJECT MANAGER MAUREEN LEWIS, MBA, CPPB SENIOR PROCUREMENT SPECIALIST Telephone: (954) 828-5239 E-mail: maureenl@fortlauderdale.gov 5/7/2021 9:40 AM p. 76 City of Fort Lauderdale Bid 12504-613 TABLE OF CONTENTS Description Pages I. BID INFORMATION Invitation to Bid ITB-1 thru ITB-3 Instruction to Bidders IB-1 thru IB-7 General Conditions GC -1 thru GC -11 Special Conditions SC -1 thru SC -8 II. CONSTRUCTION AGREEMENT (SAMPLE) 0-1 thru C-38 III. DETAILED SPECIFICATIONS 16 Note: The following documents are available electronically for completion and must be returned with your bid along with your bid security, proof of insurance, and proof of required licenses/certifications. CITB Prime Contractor Identification CITB Questionnaire Sheet CITB Trench Safety Non -Collusion Statement Non -Discrimination Certification Form Contract Payment Method Construction Bid Certification Page 5/7/2021 9 40 AM p 77 City of Fort Lauderdale Bid 12504-613 INVITATION TO BID Sealed bids will be received electronically until 2:00 p.m., local time, on THURSDAY, APRIL 8, 2021, and opened online immediately thereafter for BID NO.,12504-613, PROJECT NO., 12220, ANNUAL CONSTRUCTION OF GENERAL STORMWATER INFRASTRUCTURE. All openings will be held on the BIDSYNC.COM platform. Once the Procurement Specialist opens the solicitation, the bid tabulations may be viewed immediately on a computer, laptop, cell phone, or any other device with WiFi access. The opening may also be viewed in real time through a "Zoom meeting" or similar type platform by using the following information: Join Zoom Meeting Phone one -tap:: US: +16692545252„1610225445#„1#,277413# or +16468287666„1610225445#„1#,277413# Meeting URL: httpsi/fortlauderdalezoomcaay.com/i/1610225445?pwd=cmJ4emU5Mm5nSkVgQXUrV3Vt R1FgZz09 Meeting ID: 161 022 5445 Password: 277413 Join by Telephone For higher quality, dial a number based on your current location. Dial: US +1 669 254 5252 or +1 646 828 7666 or +1 669 216 1590 or +1 551 285 1373 Meeting ID:161 022 5445 Password:277413 Anyone requesting assistance or having further inquiry in this matter must contact the Procurement Specialist indicated on the solicitation, via the question and Answer forum on Bidsync.com before the Last Day for Questions indicated in the Solicitation. This Project is located throughout the City of Fort Lauderdale. The work to be accomplished under this contract includes, but is not limited to, the construction and installation of various storm water infrastructure consisting of: catch basins, storm water manholes, piping, exfiltration trenches, tidal valves, swales regrades, retention area, pipe lining, pervious pavements and repair of the aforementioned. In addition to the storm water infrastructure, the contract covers restoration activated and miscellaneous utility relocations needed to execute these projects. This includes, but not limited to, landscape/hardscape removal and reinstall, pavers/pavement/asphalt removal and reinstall, relocation of various utility pipes and boxes, use of equipment for specialized work, maintenance of traffic, dewatering activities and pollution prevention items. NOTE: Payment on this contract will be made by Visa or MasterCard. Drawing Plans: There are no drawing plans for this Project. Licensing Requirements: Possession of Underground contractor's licenses is required for this Project. Exhibit "A" 5/7/2021 9:40 AM p. 78 City of Fort Lauderdale Bid 12504-613 Pre -Bid Meeting/Site visit: There will not be a pre -bid meeting or site visit for this Invitation to Bid. However, it will be the sole responsibility of the bidder to inspect the City's locations and become familiar with the scope of the City's requirements and systems prior to submitting a proposal. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the proposer has familiarized himself with the nature and extent of the work, equipment, materials, and labor required. Bid Security: A certified check, cashier's check, bank officer's check or bid bond for TEN percent (10%) of the bid amount, made payable to the City of Fort Lauderdale, Florida, shall accompany each offer. Bid Bonds: Bidders can submit bid bonds for projects four different ways. 1) BidSync allows bidders to submit bid bonds electronically directly through their system using Surety 2000. For more information on this feature and to access it, contact BIDSYNC customer care department. 2) Bidders may upload their original executed bid bond on BIDSYNC to accompany their bids with the electronic proposal, and deliver the original, signed and sealed hard copy within five (5) business days after bid opening, with the company name, bid number and title clearly +0 indicated. 3) Bidders can hand deliver their bid bond in a sealed envelope to the —C Finance Department, Procurement Services Division, 100 North Andrews X Avenue, Room 619, Fort Lauderdale, Florida 33301-1016, before time of UJ bid opening, with the company name, bid number and title clearly indicated on the envelope. 4) Bidders can mail their bid bond to the Finance Department, Procurement Services Division, 100 North Andrews Avenue, Room 619, Fort Lauderdale, Florida 33301-1016, before time of bid opening, with the company name, bid number and title clearly indicated on the envelope. NOTE: Bond must be received in Procurement and time stamped before bid opening. It will be the sole responsibility of the bidder to ensure that his bid is submitted prior to the bid opening date and time listed. PAPER BID SUBMITTALS WILL NOT BE ACCEPTED. BIDS MUST BE SUBMITTED ELECTRONICALLY VIA BIDSYNC.COM Certified Checks, Cashier's Checks and Bank Drafts: These CANNOT be submitted via BIDSYNC, nor are their images allowed to be uploaded and submitted with your electronic bid. These forms of securities, as well as hard copy bid bonds, must be received on or before the Invitation to Bid (ITB) opening date and time, at the Finance Department, Procurement Services Division, 100 North Andrews Avenue, Room 619, Fort Lauderdale, Florida 33301-1016, with the bid number and title clearly indicated on the envelope. 5/7/2021 9:40 AM p 79 City of Fort Lauderdale Bid 12504-613 it is the bidder's sole responsibility to ensure that his bid bond or other bid security is received by the Procurement Services Division before time of bid opening. Failure to adhere to this requirement may be grounds to consider the bid as non -responsive. The City of Fort Lauderdale reserves the right to waive any informality in any or all bids and to reject any or ail bids. For information concerning technical specifications, please utilize the Question/Answer platform provided by BIDSYNC at www.bidsync.com. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the scope of services or bidding procedures, will only be transmitted by written addendum. (See addendum section of BIDSYNC Site). Bidders please note: No part of your bid can be submitted via FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid will be considered evidence that the bidder has familiarized himself with the nature and extent of the work, equipment, materials, and labor required. The entire bid response must be submitted in accordance with all specifications contained in this solicitation. Information on bid results and projects currently out to bid can be obtained on the City's website — http:flwww.fortlauderdale.govidepartments/finance/procurement-services. For general inquiries, please call (954) 828-5933. Exhibit "A" 5/7/2021 9.40 AM 0 8fJ City of Fort Lauderdale Bid 12504-613 INSTRUCTIONS TO BIDDERS The following instructions are given for the purpose of guiding bidders in properly preparing their bids or proposals. These directions have equal force and weight with the specifications and strict compliance is required with all of these provisions. QUALIFICATIONS OF BIDDERS — No proposal will be accepted from, nor will any contract be awarded to, any person who is in arrears to the City of Fort Lauderdale, upon any debt or contract, or who has defaulted, as surety or otherwise, upon any obligation to the City, or who is deemed irresponsible or unreliable by the City Commission of Fort Lauderdale. CONCERNING SUB -CONTRACTORS, SUPPLIERS, AND OTHERS - The amount of work that is sublet by the Bidder shall be limited by the condition that the Bidder shall, with his own organization, perform at least forty percent (40%) of the total dollar amount of the Work to be performed under the Agreement. PERSONAL INVESTIGATION - Bidders shall satisfy themselves by personal investigation, and by such other means as they may think necessary or desirable, as to the conditions affecting the proposed work and the cost. No information derived from maps, plans, specifications, or from the Engineer, City Manager, or their assistants shall relieve the Contractor from any risk or from fulfilling all terms of the contract. INCONSISTENCIES — Any seeming inconsistency between different provisions of the plans, specifications, proposal or contract, or any point requiring explanation must be inquired into by the bidder, in writing, at least ten (10) days prior to the time set for opening proposals. After proposals are opened, the bidders shall abide by the decision of the Engineer as to such interpretation, ADDENDA AND INTERPRETATIONS - No interpretations of the meaning of the plans, specifications or other contract documents will be made orally to any bidder. Prospective bidders must request such interpretation in writing as instructed in the bid package. To be considered, such request must be received by the Questions and Answers deadline as indicated in BIDSYNC.COM. Material changes, if any, to the scope of services or bidding procedures will only be transmitted by written addendum. It is the bidder's responsibility to verify if addenda have been issued in BIDSYNC.COM. Failure of any bidder to receive any such addenda or interpretation shall not relieve any bidder from any obligation under his bid as submitted. All addenda so issued shall become a part of the contract document. Bidder shall verify in BIDSYNC.COM that he has all addenda before submitting a bid. LEGAL CONDITIONS - Bidders are notified to familiarize themselves with the provisions of the laws of the State of Florida relating to hours of labor on municipal work, and with the provisions of the laws of the State of Florida and the Charter and the ordinances of the City of Fort Lauderdale. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 5/7/2021 9 40 AM p. 81 City of Fort Lauderdale Bid 12504-613 FORMS OF PROPOSALS - Each proposal and its accompanying statements must be made on the blanks provided. THE FORMS MUST BE SUBMITTED ELECTRONICALLY, IN GOOD ORDER WITH ALL BLANKS COMPLETED, and must show the name of the bidder and a statement as to its contents. The proposal must be signed by one duly authorized to do so, and in case signed by a deputy or subordinate, the principal's properly written authority to such deputy or subordinate must accompany the proposal. No proposal will be accepted, for any reason whatsoever, which is not submitted to the City as stated above, within the specified time. INSURANCE - Contractor shall provide and shall require all of its sub -contractors to provide, pay for, and maintain in force at all times during the term of the Agreement, such insurance, including Property Insurance (Builder's Risk), Commercial General Liability Insurance, Business Automobile Liability Insurance, Workers' Compensation Insurance, Employer's Liability Insurance, and Umbrella/Excess Liability, as stated below. Such policy or policies shall be issued by companies authorized to do business in the State of Florida and having agents upon whom service of process may be made in the State of Florida. BID BOND - A certified check, cashier's check or bank officer's check, for the sum set forth in the advertisement, made payable to the City of Fort Lauderdale. or bid bond in such amount, shall accompany each proposal as evidence of the good faith and responsibility of the bidder. The check or bond shall be retained by the City as liquidated damages should the bidder refuse to, or fail to enter into, a contract for the execution of the work embraced in this proposal, in the event the proposal of the bidder is accepted. Retention of such amount shall not be construed as a penalty or forfeiture. The above bond or check shall be a guarantee that the bidder will, if necessary, promptly execute a satisfactory contract and furnish good and sufficient bonds. As soon as a satisfactory contract has been executed and the bonds furnished and accepted, the check or bond accompanying the proposal of the successful bidder will be returned to him. The certified or other checks or bid bonds of the unsuccessful bidders will be returned to them upon the acceptance of the bid of the successful bidder. If the successful bidder shall not enter into, execute, and deliver such a contract and furnish the required bonds within ten {a0) days after receiving notice to do so; the certified or other check or bid bond shall immediately become the property of the City of Fort Lauderdale as liquidated damages. Retention of such amount shall not be construed as a penalty or forfeiture. FILLING IN BIDS - All prices must be electronically submitted in the proposal pages, and all proposals must fully cover all items for which proposals are asked and no other. Bidders are required to state the names and places of residence of all persons interested, and if no other person is interested, the bidder shall distinctly state such fact and shall state that the proposal is. in all respects, fair and without collusion or fraud. Where more than one person is interested, it is required that all persons interested or their legal representative make all verification and subscribe to the proposal. PRICES QUOTED: Deduct any discount offered and quote firm net unit prices. In the case of a discrepancy in computing the amount of the bid, the unit price quoted will govern. All prices quoted shall be E.O.B. destination, freight prepaid (Bidder pays and bears freight charges, Bidder owns goods in transit and files any claims), unless otherwise stated in Special Conditions. Each item must be bid separately. No attempt shall be made to tie any item or items contained in the ITB with any other business with the City. 5/7/2021 9:40 AM p. 82 City or Fort Lauderdale Bid 12504-613 BIDS FIRM FOR ACCEPTANCE: Bidder warrants, by virtue of bidding, that his bid and the prices quoted in his bid will be firm for acceptance by the City for a period of one hundred and twenty (120) days from the date of bid opening unless otherwise stated in the ITB. The City shall award contract within this time period or shall request to the recommended awarded vendor an extension to hold pricing, until products/services have been awarded. ADDITIONAL ITEMS OR SERVICES, The City may require additional items or services of a similar nature, but not specifically listed in the contract. The Contractor agrees to provide such items or services, and shall provide the City prices on such additional items or services. If the price(s) offered are not acceptable to the City, and the situation cannot be resolved to the satisfaction of the City, the City reserves the right to procure those items or services from other vendors, or to cancel the contract upon giving the Contractor thirty (30) days written notice. DELETION OR MODIFICATION OF SERVICES: The City reserves the right to delete any portion of the Contract at any time without cause, and if such right is exercised by the City, the total fee shall be reduced in the same ratio as the estimated cost of the work deleted bears to the estimated cost of the work originally planned. If work has already been accomplished on the portion of the Contract to be deleted, the Contractor shall be paid for the deleted portion on the basis of the estimated percentage of completion of such portion. If the Contractor and the City agree on modifications or revisions to the task elements, after the City has approved work to begin on a particular task or project, and a budget has been established for that task or project, the Contractor will submit a revised budget to the City for approval prior to proceeding with the work. CANCELLATION FOR UNAPPROPRIATED FUNDS: The obligation of the City for payment to a Contractor is limited to the availability of funds appropriated in a current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law. CAUSES FOR REJECTION - No proposal will be canvassed, considered or accepted which, in the opinion of the City Commission, is informal or unbalanced, or contains inadequate or unreasonable prices for any items; each item must carry its own proportion of the cost as nearly as is practicable. Any alteration, erasure, interlineation, or failure to specify bids for all items called for in the schedule shall render the proposal informal. REJECTION OF BIDS - The City reserves the right to reject any bid if the evidence submitted by the bidder, or if the investigation of such bidder, fails to satisfy the City that such bidder is properly qualified to carry out the obligations and to complete the work contemplated. Any or all proposals will be rejected, if there is reason to believe that collusion exists among bidders. A proposal will be considered irregular and may be rejected, if it shows serious omissions, alterations in form, additions not called for, conditions or unauthorized alternates, or irregularities of any kind. The City reserves the right to reject any or all proposals and to waive such technical errors as may be deemed best for the interests of the City. BID PROTEST PROCEDURE: Any proposer or bidder who is not recommended for award of a contract and who alleges a failure by the City to follow the City's procurement ordinance or any applicable law may protest to the Procurement Division — Deputy Director of Finance, by delivering a letter of protest within five (5) days after a Notice of Intent to award is posted on the City's website at the following link: http:/,'www.fortlauderdale.govidepartments/finance/procurement-services/notices-of- intent-to-award. 5/7/2021 9'40 AM p 83 City of Fort Lauderdale Bid 12504-613 The complete protest ordinance may be found on the City's website at the following link: https:/llibrary.municode.com/fl/fort Lauderdale/codes/code of ordinances?nodeld=COOK CH2AD A RTVFI DIV2PR S2-182DIREPRAWINAW WITHDRAWALS - Any bidder may, without prejudice to himself, withdraw his proposal at any time prior to the expiration of the time during which proposals may be submitted. Such request for withdrawal must be in writing and signed in the same manner and by the same person who signed the proposal. After expiration of the period for receiving proposals, no proposal can be withdrawn, modified, or explained. CONTRACT - The bidder to whom award is made shall execute a written contract to do the work and maintain the same in good repair until final acceptance by the proper authorities, and shall furnish good and sufficient bonds as specified within ten (10) days after receiving such contract for execution. If the bidder to whom the first award is made fails to enter into a contract as provided, the award may be annulled and the contract let to the next lowest bidder who is reliable, responsible, and responsive in the opinion of the City Commission, and that bidder shall fulfill every stipulation and obligation as if such bidder were the original party to whom award was made. The contract shall provide that the Contractor agrees to correct any defective or faulty work or material, which may appear within one (1) year after completion of the work and receipt of final payment. ENFORCEMENT OF SPECIFICATIONS - Copies of the specifications will be placed in the hands of all the assistants to the Engineer and inspectors employed on the work, who shall enforce each and every requirement of the contract. Such assistants shall have no authority to vary from such requirements. COPIES OF DRAWING PLANS - There are no drawing plans for this Project. SURETY BOND — The Contractor shall execute and record in the public records of Broward County, Florida, a payment and performance bond in an amount at least equal to the Contract Price with a surety insurer authorized to do business in the State of Florida as surety, ("Bond"), in accordance with Section 255.05, Florida Statutes (2020), as may be amended or revised, as security for the faithful performance and payment of all of the Contractor's obligations under the Contract Documents. The successful bidder shall furnish a performance and payment bond in compliance with Section 255.05, Florida Statutes (2020), written by a Corporate Surety company, holding a Certificate of Authority from the Secretary of the Treasury of the United States as acceptable sureties on federal bonds, in an amount equal to the total amount payable by the terms of the contract, executed and issued by a Resident Agent licensed by and having an office in the State of Florida, representing such Corporate Surety, conditioned for the due and faithful performance of the work, and providing in addition to all other conditions, that if the Contractor, or his or its subcontractors, fail to duly pay for any labor, materials, or other supplies used or consumed by such Contractor, or his or its subcontractor or subcontractors, in performance of the work contracted to be done, the Surety will pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the rate of fifteen percent (15%) per annum, and that they shall indemnify and save harmless the City of Fort Lauderdale to the extent of any and all payments in connection with carrying out of the contract, which the City may be required to make under the law. Exhibit "A" 5/7/2021 9,40 AM p. 84 City of Fort Lauderdale Bid 12504-613 The Contractor is required at all times to have a valid surety bond in force covering the work being performed. A failure to have such bond in force at any time shall constitute a default on the part of the Contractor. A bond written by a surety, which becomes disqualified to do business in the State of Florida, shall automatically constitute a failure on the part of the Contractor to meet the above requirements. Such bond shall continue in effect for one (1) year after completion and acceptance of the work with liability equal to at least twenty-five percent (25%) of contract price, or an additional bond shall be conditioned that the Contractor will correct any defective or faulty work or material which appear within one (1) year after completion of the contract, upon notification by the City, except in contracts which are concerned solely with demolition work, in which cases twenty-five percent (25%) liability will not be applicable. AUDIT OF CONTRACTOR'S RECORDS - Upon execution of the Contract, the City reserves the right to conduct any necessary audit of the Contractor's records. Such an audit, or audits, may be conducted by the City or its representatives at any time prior to final payment, or thereafter, for a period up to three (3) years. The City may also require submittal of the records from either the Contractor, the Subcontractor, or both. For the purpose of this Section, records shall include all books of account, supporting docurnents and papers deemed necessary by the City to assure compliance with the contract provisions. Failure of the Contractor or Subcontractor to comply with these requirements may result in disqualification or suspension from bidding for future contracts or disapproval as a Subcontractor at the option of the City. The Contractor shall assure that each of its Subcontractors will provide access to its records pertaining to the project upon request by the City. PERIODIC ESTIMATE FOR PARTIAL PAYMENT - After the Contractor has submitted a periodic estimate for partial payment, approved and certified by the Public Works Department, the City shall make payment in the mariner provided in the Contract Documents and in accordance with Florida's Prompt Payment Act, Section 218, Florida Statutes. RESERVATION FOR AWARD AND REJECTION OF BIDS - The City reserves the right to accept or reject any or all bids, part of bids, and to waive minor irregularities or variations to specifications contained in bids, and minor irregularities in the bidding process. The City also reserves the right to award the contract on a split order basis, lump sum basis, individual item basis, or such combination as shall best serve the interest of the City. The City reserves the right to make an award to the responsive and responsible bidder whose product or service meets the terms, conditions, and specifications of the ITB and whose bid is considered to best serve the City's interest. In determining the responsiveness of the offer and the responsibility of the Bidder, the following shall be considered when applicable: the ability, capacity and skill of the Bidder to perform as required; whether the Bidder can perform promptly, or within the time specified, without delay or interference; the character, integrity, reputation, judgment, experience and efficiency of the Bidder; the quality of past performance by the Bidder; the previous and existing compliance by the Bidder with related laws and ordinances; the sufficiency of the Bidder's financial resources; the availability, quality and adaptability of the Bidder's supplies or services to the required use; the ability of the Bidder to provide future maintenance, service or parts; the number and scope of conditions attached to the bid. Exhibit "A" 51712021 9:40 AM o. 85 City of Fort Lauderdale Bid 12504-613 MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISE PARTICIPATION AND SMALL BUSINESS - It is the desire of the City of Fort Lauderdale to increase the participation of minority (MBE) and women -owned (WBE) businesses in its contracting and procurement programs. While the City does not have any preference or set aside programs in place, it is committed to a policy of equitable participation for these firms. The City of Fort Lauderdale wants to increase the participation of Minority Business Enterprises (MBE), Women Business Enterprises (WBE), and Small Business Enterprises (SBE) in its procurement activities. If your firm qualifies in accordance with the below definitions, please indicate in the space provided in this ITB. Minority Business Enterprise (MBE) "A Minority Business" is a business enterprise that is owned or controlled by one or more socially or economically disadvantaged persons. Such disadvantage may arise from cultural, racial, chronic economic circumstances or background or other similar cause. Such persons include, but are not limited to: Blacks, Hispanics, Asian Americans, and Native Americans. The term "Minority Business Enterprise" means a business at least fifty-one percent (51 %) of which is owned by minority group members or, in the case of a publicly owned business, at least fifty-one percent (51%) of the stock of which is owned by minority group members. For the purpose of the preceding sentence, minority group members are citizens of the United States who include, but are not limited to: Blacks, Hispanics. Asian Americans, and Native Americans. Women Business Enterprise (WBE) a "Women Owned or Controlled Business" is a business enterprise at least fifty-one percent (51%) of which is owned by females or, in the case of a publicly owned business, at least fifty-one percent (51%) of the stock of which is owned by females. Small Business Enterprise (SBE) "Small Business" means a corporation, partnership, sole proprietorship, or other legal entity formed for the purpose of making a profit, which is independently owned and operated, has either fewer than 100 employees or less than $1,000,000 in annual gross receipts. BLACK includes persons having origins in any of the Black racial groups of Africa. WHITE includes persons whose origins are Anglo-Saxon and Europeans and persons of Indo-European decent including Pakistani and East Indian. HISPANIC includes persons of Mexican, Puerto Rican, Cuban, Central and South American, or other Spanish culture or origin, regardless of race. NATIVE AMERICAN includes persons whose origins are American Indians, Eskimos, Aleuts, or Native Hawaiians. ASIAN AMERICAN includes persons having origin in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands. DEBARRED OR SUSPENDED BIDDERS OR PROPOSERS - The bidder or proposer certifies, by submission of a response to this solicitation, that neither it nor its principals and subcontractors are presently debarred or suspended by any Federal department or agency. 5/7/2021 9:40 AM p. 86 City of Fort Lauderdale Bid 12504-613 LOBBYING ACTIVITIES - ALL CONTRACTORS PLEASE NOTE: Any contractor submitting a response to this solicitation must comply, if applicable, with City of Fort Lauderdale Ordinance No. C- 11-42 & Resolution No. 07-101, Lobbying Activities. Copies of Ordinance No., C-11-42, and Resolution No. 07-101, may be obtained from the City Clerk's Office on the 7th Floor of City Hall, 100 N. Andrews Avenue, Fort Lauderdale, Florida 33301. The Ordinance may also be viewed on the City's website at httos://www.fortlauderdale.govihorne/showdocument?id=6036 Exhibit "A" 5/7/2021 9 40 AM p 87 City of Fort Lauderdale GENERAL CONDITIONS Bid 12504-613 Unless otherwise modified in the Project's Special Conditions, the following General Conditions shall be part of the Contract: GC - 01 - DEFINITIONS - The following words and expressions, or pronouns used in their stead, shall wherever they appear in the Contract and the Contract Documents, be construed as follows: "Addendum" or "Addenda"' - shall mean the additional Contract provisions issued in writing, by the Engineer, prior to the receipt of bids. "Bid" — shall mean the offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. "Bidder" — shall mean any person, firm, company, corporation or entity submitting a bid for the Work. "Bonds" —shall mean bid, performance and payment bonds and other instruments of security, furnished by Contractor and his surety in accordance with the Contract Documents. "City" — shall mean the City of Fort Lauderdale, Florida, a Florida municipal corporation. In the event the City exercises its regulatory authority as a government body, the exercise of such regulatory authority and the enforcement of any rules, regulations. codes, laws and ordinances shall be deemed to have occurred pursuant to City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Contract. "Consultant" — shall mean a person, firm, company, corporation or other entity employed by the City to perform the professional services for the project. "Contractor" — shall mean the successful Bidder who has been employed by the City to perform the construction and related services for the project. "Contract Work" - shall mean everything expressed or implied to be required to be furnished and furnished by the Contractor by any one or more of the parts of the Contract Documents referred to in the Contract hereof. in the case of any inconsistency in or between any parts of this Contract, the Project Manager shall determine which shall prevail. "Design Documents" — shall mean the construction plans and specifications included as part of a Bid/Proposal Solicitation prepared either by the City or by the Consultant under a separate Agreement with the City. "Engineer" - shall include the terms "professional engineer" and "licensed engineer" and means a person who is licensed to engage in the practice of engineering under Florida Statute, Chapter 471. An Engineer may be a City employee or a consultant hired by the City. "Extra Work" - shall mean work other than that required by the Contract. "Inspector' — shall mean an authorized representative of the City assigned to make necessary inspections of materials furnished by Contractor and of the Work performed by Contractor. Exhibit "A" 5/7/2021 9:40 AM p. 88 Clty of Fort Lauderdale Bid 12504-613 "Notice" - shall mean written notice sent by certified United States mail, return receipt requested, or sent by commercial express carrier with acknowledgement of delivery, or via fax or email, or by hand delivery with a request for a written receipt of acknowledgment of delivery and shall be served upon the Contractor either personally or to its place of business listed in the Bid. "Owner" - shall mean the City of Fort Lauderdale. "Project Manager" - shall mean a professional designated by the City to manage the Project under the supervision and direction of the Public Works Director or designee. "Public Works Director" — shall mean the Public Works Director of the City of Fort Lauderdale. "Site" - shall mean the area upon or in which the Contractor"s operations are carried out and such,. other areas adjacent thereto as may be designated as such by the Project Manager. "Sub -contractor" - shall mean any person, firm, company, corporation or other entity, other than employees of the Contractor, who or which contracts with the contractor, to furnish, or actually furnishes labor and materials, or labor and equipment, or labor, materials and equipment at the site. "Surety" - shall mean any corporation or entity that executes, as Surety, the Contractor's performance and payment bond securing the performance of this Contract. GC - 02 - SITE INVESTIGATION AND REPRESENTATION - The Contractor acknowledges that it has satisfied itself as to the nature and location of the Work under the Contract Documents, the general and local conditions of the Site, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, and roads, field conditions, the type of equipment and facilities needed preliminary to and during the prosecution of the Work and all other matters which can in any way affect the Work or the cost thereof under the Contract Documents. The Contractor acknowledges that it has conducted extensive tests, examinations and investigations and represents and warrants a thorough familiarization with the nature and extent of the Contract Documents, the Work, locality, soil conditions, moisture conditions and all year-round local weather and climate conditions (past and present), and, in reliance on such tests, examination and investigations conducted by Contractor and the Contractor's experts, has determined that no conditions exist that would in any manner affect the Bid Price and that the project can be completed for the Bid Price submitted. Any failure by the Contractor to acquaint itself with all the Site conditions shall not relieve Contractor from responsibility for properly estimating the difficulty or cost thereof under the Contract Documents. GC - 03 - SUBSTITUTIONS - If the Contractor desires to use materials and/or products of manufacturer's names different from those specified in the Contract Documents, the Bidder requesting the substitution shall make written application as described herein. The burden of proving the equality of the proposed substitution rests on the Contractor making the request. To be acceptable, the proposed substitution shall meet or exceed all expressed requirements of the Contract Documents and shall be submitted upon the Contractor's letterhead. The following requirements shall be met in order for the substitution to be considered: 1. Requests for substitution shall be accompanied by such technical data, as the party making the request desires to submit. The Project Manager will consider reports from 5/7/2021 9 40 AM p 89 City of Fort Lauderdale Bid 12504-613 reputable independent testing laboratories, verified experience records from previous users and other written information valid in the circumstances; and 2. Requests for substitution shall completely and clearly indicate in what respects the materials and/or products differ from those indicated in the Contract Documents; and 3. Requests for substitution shall be accompanied by the manufacturer's printed recommendations clearly describing the installation, use and care, as applicable, of the proposed substitutions; and 4. Requests for substitution shall be accompanied by a complete schedule of changes in the Contract Documents, if any, which must be made to permit the use of the proposed substitution. If a proposed substitution is approved by the Project Manager, an addendum will be issued to prospective bidders not less than three (3) working days prior to the date set for opening of bids. Unless substitutions are received and approved as described above, the successful Budder shall be responsible for furnishing materials and products in strict accordance with the Contract Documents. GC- 04 — CONSTRUCTION RESOURCES — Contractor shall provide all labor and equipment necessary to complete the installation within a timely manner. Contractor shall provide details as to manpower and equipment to be dedicated to the project in its Work Plan. Contractor is responsible for making arrangements, obtaining and purchasing construction water services if required to complete the work. GC - 05 - CONTROL OF THE WORK - The Project Manager shall have full control and direction of the Work in all respects. The Project Manager and/or his authorized designee(s) shall, at all times, have the right to inspect the Work and materials. The Contractor shall furnish all reasonable facilities for obtaining such information, as the Project Manager may desire respecting the quality of the Work and materials and the manner of conducting the Work. Should the Contractor be permitted to perform night Work, or to vary the period which work is ordinarily carried on in the daytime, he shall give ample notice to the Project Manager so that proper and adequate inspection may be provided. Such Work shall be done only under such regulations as are furnished in writing by the Project Manager, and no extra compensation shall be allowed to the Contractor therefore. In the event of night work, the Contractor shall furnish such light, satisfactory to the Project Manager, as will ensure proper inspection. Nothing herein contained shall relieve the Contractor from compliance with any and all City ordinances relating to noise or Work during prohibited hours. GC - 06 - SUB -CONTRACTOR - The Contractor shall not sublet, in whole or any part of the Work without the written consent and approval of the Project Manager. Within ten (10) days after official notification of starting date, the Contractor must submit in writing, to the Project Manager , a list of all Sub -contractors. No Work shall be done by any sub -contractor until such Sub -contractor has been officially approved by the Project Manager . A sub -contractor not appearing on the original list will not be approved without written request submitted to the Project Manager and approved by the Public Works Director. In all cases, the Contractor shall give his personal attention to the Work of the Sub -contractors and the Sub -contractor is liable to be discharged by the Contractor, at the direction of the Project Manager , for neglect of duty, incompetence or misconduct. Acceptance of any sub -contractor, other person, or organization by the Project Manager shall not constitute a waiver of any right of Project Manager to reject defective Work or Work not in conformance with the Contract Documents. Exhibit "A" 5/7/2021 9:40 AM p. 90 City of Fort Lauderdale Bid 12504-613 Contractor shall be fully responsible for all acts and omissions of its Sub -contractors and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts any of them may be liable to the same extent that he is responsible for the acts and omissions of persons directly employed by him. Nothing in the Contract Documents shall create any contractual relationship between City and any sub -contractor or other person or organization having a direct contract with Contractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any moneys due to any sub -contractor or other person, or organization, except as may otherwise be required by law. GC - 07 - QUANTITIES - Contractor recognizes and agrees that the quantities shown on plans and Bid/Price Schedule are estimates only and may vary during actual construction. No change shall be made involving any departure from the general scheme of the Work and that no such change involving a material change in cost, either to the City or Contractor, shall be made, except upon written permission of the City. However, the Project Manager shall have the right to make minor alternations in the line, grade, plan, form or materials of the Work herein contemplated any time before the completion of the same. That if such alterations shall diminish the quantity of the Work to be done, such alterations shall not constitute a claim for damages or anticipated profits. That if such alterations increase the amount of the Work to be done, such increase shall be paid for according to the quantity actually performed and at the unit price or prices stipulated therefore in the Contract. The City shall, in all cases of dispute, determine the amount or quantity of the several kinds of Work which are to be paid for under this Contract, and shall decide all questions relative to the execution of the same, and such estimates and decisions shall be final and binding. Any Work not herein specified, which might be fairly implied as included in the Contract, of which the City shall judge, shall be done by the Contractor without extra charge. However, such cost increases shall be authorized either by the Public Works Director or designee, or the City Commission based upon the purchasing threshold amounts provided for in Chapter 2 of the City of Fort Lauderdale's Code of Ordinances. GC - 08 - NO ORAL CHANGES - Except to the extent expressly set forth in the Contract, no change in, or modification, termination or discharge of the 'Contract in any form whatsoever, shall be valid or enforceable unless it is in writing and signed by the parties charged, therewith or their duly authorized representative. GC - 09 - PERMITS AND PROTECTION OF PUBLIC — Permits on file with the City and/or those permits to be obtained by the Contractor, shall be considered directive in nature, and will be considered a part of this Contract. A copy of all permits shall be given to the City and become part of the Contract Documents. Terms of permits shall be met prior to acceptance of the Work and release of the final payment. Contractor shall secure all permits and licenses required for completing the Project. Contractor will obtain the necessary State, County, and City construction/work permits if required. The Contractor shall comply with all applicable Codes, Standards, Specifications, etc. related to all aspects of the Project. Where there are telephones, light or power poles, water mains, conduits, pipes or drains or other construction, either public or private, in or on the streets or alleys, the Work shall be so conducted that no interruption or delay will be caused in the operation or use of the same. Proper written notice shall be given to all affected parties prior to proceeding with the Work. 517/2021 9'.40 AM p. 91 City of Fort Lauderdale Bid 12504-613 The Contractor shall not be permitted to interfere with public travel and convenience by grading or tearing up streets indiscriminately, but the Work of constructing the various items in this contract shall proceed in an orderly, systematic and progressive manner. GC - 10 - DISEASE REGULATIONS - The Contractor shall enforce all sanitary regulations and take all precautions against infectious diseases as the Project Manager may deem necessary. Should any infectious or contagious diseases occur among his employees, he shall arrange for the immediate removal of the employee from the Site and isolation of all persons connected with the Work. GC - 11 - CONTRACTOR TO CHECK PLANS, SPECIFICATIONS, AND DATA - The Contractor shall verify all dimensions, quantities, and details shown on the plans, supplementary drawings, schedules, and shall notify the Project Manager of all errors, omissions, conflicts and discrepancies found therein within three (3) working days of discovery. Failure to discover or correct errors, conflictions, or discrepancies shall not relieve the Contractor of full responsibility for unsatisfactory Work, faulty construction, or improper operation resulting therefrom nor from rectifying such condition at its own expense. GC - 12 - MATERIALS AND WORKMANSHIP - Alf material shall be new and the workmanship shall, in every respect, be in conformity with approved modern practice and with prevailing standards of performance and quality. In the event of a dispute, the Project Manager's decision shall be final. Wherever the Plans, Specifications, Contract Documents, or the directions of the Project Manager are unclear as to what is permissible and/or fail to note the quality of any Work, that interpretation will be made by the Project Manager , which is in accordance with approved modern practice, to meet the particular requirements of the Contract. Florida Power & Light Company will provide all Project conduit, conduit couplings, conduit bends, splice boxes, pull boxes, equipment pads, equipment chambers, etc. necessary for the installation of those facilities to be installed for FP&L's use. Contractor shall be responsible for obtaining materials from FP&L. Contractor shall also be responsible for the quantity and maintaining quality of the material obtained from FP&L. Contractor shall be responsible for obtaining and providing all non-FP&L provided materials including but not limited to AT&T materials and Comcast materials. Contractor shall be responsible for material storage and security. Contractor shall provide details for storage and security in Contractor's Work Plan. GC - 13 - COMPLETED WORK, INSPECTIONS AND ACCEPTANCE - Contractor shall schedule Project inspections two (2) business days in advance with FP&L and the City. Contractor shall coordinate with FP&L to have all completed work inspected and accepted in writing by the FP&L inspector. Contractor will secure such acceptance in writing for Completed tasks prior to obtaining approval and acceptance from the City, and prior to issuance of a pay request being released for progress payment. Contractor shall notify the Project Manager in advance of scheduled FP&L inspections as to the work to be inspected and the scheduled time. As -built survey, sealed and signed by the a Professional Surveyor registered in the State of Florida, for each task shall be provided by the Contractor prior to City's acceptance and final payment. GC - 14 - SAFEGUARDING MARKS - The Contractor shall safeguard all points, stakes, grade marks, monuments, and bench marks made or established on the Work, bear the cost of re- establishing same if disturbed, or bear the entire expense of rectifying Work improperly installed due to not maintaining or protecting or for removing without authorization, such established points, stakes and marks. The Contractor shall safeguard all existing and known property corners, monuments and marks not related to the Work and, if required, shall bear the cost of having them re-established by a licensed Professional surveyor registered in the State of Florida if disturbed or destroyed during the course of construction. 5/7/2021 9 40 AM o. 92 City of Fort Lauderdale L3ia 12504-613 GC - 15 - RESTROOM FACILITIES - Contractor shall provide portable toilet facilities for employee's use at a location within the Work site to be determined by the City. Employees shall not relieve themselves at any other place within the City Limits. GC - 16 - PROGRESS MEETINGS - Weekly Status meetings will be conducted with representatives from the City, FP&L and the Contractor. Contractor shall budget time to participate in such meetings. A well -run Project should result in short meetings. GC - 17 - ISSUE RESOLUTION - Should Contractor become engaged in a dispute with a resident or a City employee, the Contractor shall report the situation to the Project Manager immediately. It shall be mandatory that the City participate in any dispute resolution. Failure of Contractor personnel to notify the City shall obligate Contractor to replace the offending employee immediately if requested by the City. GC - 18 - CITY SECURITY -CONTRACTOR AND SUBCONTRACTOR EMPLOYEE INFORMATION - Prior to commencing work, Contractor shall provide to the City a list of all personnel and sub- contractors on site. The list will include the name, address, birth date and driver's license number for all personnel. All personnel and subcontractors on site will have on their person a company photo ID during all stages of the construction. Contractor shall provide standard required personal information per current City procedures. GC - 19 - POST -CONSTRUCTION SURVEY - The Contractor shall provide as -built survey, sealed and signed by a registered surveyor in the State of Florida, as a condition of final payment. GC — 20 - KEY PERSONNEL - Contractor shall provide as part of the Work. Plan, resumes for all key project personnel providing supervision and project management functions. Resumes shall include work history and years of experience performing this type work. Contractor's onsite superintendent shall be knowledgeable and experienced in such overhead to underground conversion work. GC - 21 - EXISTING UTILITY SERVICE - All existing utility service shall be maintained with a minimum of interruption at the expense of the Contractor. GC - 22 - JOB DESCRIPTION SIGNS — Contractor, at Contractor's expense, shall furnish, erect, and maintain suitable weatherproof signs on jobs over $100,000 containing the following information: 1. City Seal (in colors) 2. Project or Improvement Number 3. Job Description 4. Estimated Cost 5. Completion Date Minimum size of sign shall be four feet high. eight feet wide and shall be suitably anchored. The entire sign shall be painted and present a pleasing appearance. Exact location of signs will be determined in the field. Two (2) signs will be required, one at each end of the job. All costs of this work shall be included in other parts of the work. GC - 23 - FLORIDA EAST COAST RIGHT-OF-WAY - Whenever a City contractor is constructing within the Florida East Coast Railway Company's Right -of -Way, it will be mandatory that the contractor carry bodily injury and property damage insurance in amounts satisfactory to the Florida East Coast Company. This insurance requirement shall be verified by the contractor with the Florida East Coast Company prior to commencing work, and maintained during the life of the Contract. 5/7/2021 9:40 AM p 93 City of Fort Lauderdale Bid 12504-613 GC - 24 - ACCIDENTS - The Contractor shall provide such equipment and facilities as are necessary and/or required, in the case of accidents, for first aide services to be provided to a person who may be injured during the project duration. The Contractor shall also comply with the OSHA requirements as defined in the United States Labor Code 29 CFR 1926.50. In addition, the Contractor must report immediately to the Project Manager every accident to persons or damage to property, and shall furnish in writing full information, including testimony of witnesses regarding any and all accidents. GC - 25 - SAFETY PRECAUTIONS - Contractor must adhere to the applicable environmental protection guidelines for the duration of a project. If hazardous waste materials are used, detected or generated at any time, the Project Manager must be immediately notified of each and every occurrence. The Contractor shall comply with all codes, ordinances, rules, orders and other legal requirements of public authorities (including OSHA, EPA, DERM, the City, Broward County, State of Florida, and Florida Building Code), which bear on the performance of the Work. The Contractor shall take the responsibility to ensure that all Work is performed using adequate safeguards, including but not limited to proper safe rigging, safety nets, fencing, scaffolding, barricades, chain link fencing, railings, barricades, steel plates, safety lights, and ladders that are necessary for the protection of its employees, as well as the public and City employees. All riggings and scaffolding shall be constructed with good sound materials, of adequate dimensions for their intended use, and substantially braced, tied or secured to ensure absolute safety for those required to use it, as well as those in the vicinity. All riggings, scaffolding, platforms, equipment guards, trenching, shoring, ladders and similar actions or equipment shall be OSHA approved, as applicable, and in accordance with all Federal, State and local regulations. GC - 26 - DUST PREVENTION - The Contractor shall, by means of a water spray, or temporary asphalt pavement, take all necessary precautions to prevent or abate a dust nuisance arising from dry weather or Work in an incomplete stage. All costs of this Work shall be included in cost of other parts of the Work. Should the Contractor fail to abate a dust nuisance the Project Manager may stop the Work until the issue is resolved to the City's satisfaction. - GC - 27 - SITE CLEANUP AND RESTORATION — The Contractor shall remove all debris and unused or discarded materials from the work site daily. Contractor shall clean the work site to remove all directional drilling "Driller's Mud" materials. No "Driller's Mud" residue shall be allowed to remain in the soil or on the surface of the land or vegetation. All debris and drilling materials must be disposed of offsite at an approved location. The Contractor shall promptly restore all areas disturbed that are outside the Project limits in equal or better condition at no additional cost to the City. GC - 28 - COURTEOUS BEHAVIOR AND RESPECT FOR RESIDENTS AND PROPERTY — The Contractor and its employees, associates and sub -contractors shall maintain courteous behavior at all times and not engage in yelling, loud music, or other such activities. Contractor's employees shall not leave trash or other discarded items at the Work Site, especially on any private property. In the event complaints arise, Contractor shall immediately remove such offending employees from the project if requested to do so by the Project Manager. Contractor's employees shall not trespass on any private property unless necessary to complete the work but with prior permission from the owner. Exhibit "A" 5/7/2021 9:40 AM P J4 City of Fort Lauderdale Bid 12504-613 Contractor shall notify and obtain permission from the residents 24 hours in advance when planning to work within the resident's property. In addition, Contractor shall notify the resident prior to entering their property to perform work or inspect/ investigate the work site. Contractor shall not block residents' driveways unnecessarily. Contractor shall not park equipment on landscaped areas when the vehicle is not needed for the current construction activities. Contractor shall be responsible for repair and/or replacement of all damaged landscaping within 48 hours including repairing vehicle wheel impressions, irrigation systems, lighting systems, structures, or any other items of resident's property. Contractor shall not destroy, damage, remove, or otherwise negatively impact any landscaping within or outside the right-of-way without prior approval from the Project Manager. GC - 29 - PLACING BARRICADES AND WARNING LIGHTS - The Contractor shall furnish and place, at his own expense, all barricades, warning lights, automatic blinker lights and such devices necessary to properly protect the work and vehicular and pedestrian traffic. Should the Contractor fail to erect or maintain such barricades, warning lights, etc., the Project Manager may, after 24 hours' notice to the Contractor, proceed to have such barricades and warning lights placed and maintained by City or other forces and all costs incurred thereof charged to the Contractor and may be retained by the City from any monies due, or to become due, to the Contractor. GC - 30 - TRAFFIC CONTROL - The Contractor shall coordinate all Work and obtain. through the City's Transportation and Mobility Department, Broward County, Florida Department of Transportation, as applicable, any permits required to detour traffic or close any street before starting to work in the road All traffic control devices, flashing lights, signs and barricades shall be maintained in working condition at all times and conform to Manual of Uniform Traffic Control Devices (MUTCD), latest edition. GC - 31 - COORDINATION - The Contractor shall notify all utilities, transportation department, etc., in writing, with a copy to the Project Manager before construction is started and shall coordinate its Work with them. The Contractor shall cooperate with the owners of any underground or overhead utility lines in their removal, construction and rearrangement operations in order that services rendered by these parties will not be unnecessarily interrupted. The Contractor shall arrange its Work and dispose of its materials so as to not interfere with the operation of other contractors engaged upon adjacent work, and to join its Work to that of others in a proper manner, and to perform its Work in the proper sequence in relation to that of other contractors as may be directed by the Project Manager . Each Contractor shall be responsible for any damage done by it or its agents to the work performed by another contractor. GC - 32 - WATER - Bulk water used for construction, flushing pipelines, and testing shalt/ be obtained from fire hydrants. Contractor shall make payment for hydrant meter at Treasury Billing Office, lst Floor, City Hall, 100 N. Andrews Avenue. With the paid receipt, contractor can pick up hydrant meter at the utility location office. No connection shall be made to a fire hydrant without a meter connected. Exhibit "A" 5/7/2021 9.40 AM p. 95 City of Fort Lauderdale Bid 12504-613 GC - 33 - PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES - As to any contract for goods or services of $1 million or more and as to the renewal of any contract for goods or services of $1 million or more, subject to Odebrecht Construction. Inc., v. Prasad, 876 F.Supp.2d 1305 (S.D. Fla. 2012), affirmed, Odebrecht Construction, Inc., v. Secretary, Florida Department of Transportation, 715 F.3d 1268 (11th Cir. 2013), with regard to the "Cuba Amendment," the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,. and that it does not have business operations in Cuba or Syria, as provided in Section 287.135, Florida Statutes (2020), as may be amended or revised. As to any contract for goods or services of any amount and as to the renewal of any contract for goods or services of any amount, the Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2020), as may be amended or revised, and that it is not engaged in a boycott of Israel. The City may terminate this Agreement at the City's option if the Contractor is found to have submitted a false certification as provided under subsection (5) of Section 287.135, Florida Statutes (2020), as may be amended or revised, or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2020), as may be amended or revised, or is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287,135, Florida Statutes (2020), as may be amended or revised. GC - 34 - LOCATION OF UNDERGROUND FACILITIES - If the Proposer, for the purpose of responding to this solicitation, requests the location of underground facilities through the Sunshine State One -Call of Florida, Inc. notification system or through any person or entity providing a facility locating service, and underground facilities are marked with paint, stakes or other markings within the City pursuant to such a request, then the Proposer shall be deemed non -responsive to this solicitation in accordance with Section 2-184(5) of the City of Fort Lauderdale Code of Ordinances. GC - 35 - USE OF FLORIDA LUMBER TIMBER AND OTHER FOREST PRODUCTS - In accordance with Florida Statute 255.20 (3), the City specifies that lumber, timber, and other forest products used for this Project shall be produced and manufactured in the State of Florida if such products are available and their price, fitness, and quality are equal. This requirement does not apply to plywood specified for monolithic concrete forms, if the structural or service requirements for timber for a particular job cannot be supplied by native species, or if the construction is financed in whole or in part from federal funds with the requirement that there be no restrictions as to species or place of manufacture. The Bidder affirms by submitting a bid response to this solicitation that they will comply with section 255.20 (3) Florida Statutes. GC - 36 - PUBLIC RECORDS/TRADE SECRETS/COPYRIGHT: The Proposer's response to the Solicitation is a public record pursuant to Florida law, 'which is subject to disclosure by the City under the State of Florida Public Records Law, Florida Statutes Chapter 119.07 ("Public Records Law"). The City shall permit public access to all documents, papers, letters or other material submitted in connection with this Solicitation and the Contract to be executed for this Solicitation, subject to the provisions of Chapter 119.07 of the Florida Statutes. 5/7/2021 9'40 AM p. 96 City of Fort Lauderdale ®rd 12504-613 Any language contained in the Proposer's response to the Solicitation purporting to require confidentiality of any portion of the Proposer's response to the Solicitation, except to the extent that certain information is in the City's opinion a Trade Secret pursuant to Florida law, shall be void. If a Proposer submits any documents or other information to the City which the Proposer claims is Trade Secret information and exempt from Florida Statutes Chapter 119.07 ("Public Records Laws"), the Proposer shall clearly designate that it is a Trade Secret and that it is asserting that the document or information is exempt. The Proposer must specifically identify the exemption being claimed under Florida Statutes 119.07. The City shall be the final arbiter of whether any information contained in the Proposer's response to the Solicitation constitutes a Trade Secret. The City's determination of whether an exemption applies shall be final, and the proposer agrees to defend, indemnify, and hold harmless the City and the City's officers, employees, and agent, against any loss or damages incurred by any person or entity as a result of the City's treatment of records as public records. In addition, the proposer agrees to defend, indemnify, and hold harmless the City and the City's officers. employees, and agents, against any loss or damages incurred by any person or entity as a result of the City's treatment of records as exempt from disclosure or confidential, Proposals purporting to be subject to copyright protection in full or in part will be rejected. The proposer authorizes the City to publish, copy, and reproduce any and all documents submitted to the City bearing copyright symbols or otherwise purporting to be subject to copyright protection. EXCEPT FOR CLEARLY MARKED PORTIONS THAT ARE BONA FIDE TRADE SECRETS PURSUANT TO FLORIDA LAW, DO NOT MARK YOUR RESPONSE TO THE SOLICITATION AS PROPRIETARY OR CONFIDENTIAL. DO NOT MARK YOUR RESPONSE TO THE SOLICITATION OR ANY PART THEREOF AS COPYRIGHTED. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Telephone Number: (954) 828-5002 Mailing Address: E-mail: Contractor shall: City Clerk's Office 100 N. Andrews Avenue Fort Lauderdale, Florida 33301-1016 prrcontract@fortlauderdale.gov 1. Keep and maintain public records required by the City in order to perform the service. 2. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes (2020), as may be amended or revised, or as otherwise provided by law. Exhibit "A" 5/7/2021 9:40 AM p 97 City of Fort Lauderdale Bid 12504-613 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of this contract if the Contractor does not transfer the records to the City. 4. Upon completion of the Contract, transfer, at no cost, to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of this Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of this Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 517/2021 9:40 AM p. 98 City of Fort Lauderdale Bid 12504-613 SPECIAL CONDITIONS 01. PURPOSE The City of Fort Lauderdale. Florida (City) is seeking bids from qualified bidders, hereinafter referred to as the Contractor, to provide construction services in accordance with the terms, conditions, and specifications contained in this Invitation To Bid (ITB). 02. TRANSACTION FEES The City uses BidSync (www.bidsync.com) to distribute and receive bids and proposals. There is no charge to vendors/contractors to register and participate in the solicitation process. nor will any fees be charged to the awarded contractor. 03. SUBMISSION OF BIDS It is the sole responsibility of the Contractor to ensure that its bid is submitted electronically through BidSync at www.bidsync.com., and that any bid security not submitted via BidSync reaches the City of Fort Lauderdale, Procurement Services Division, 6t^ floor, Room 619, 100 N. Andrews Avenue, Fort Lauderdale, Florida 33301- 1016, in a sealed envelope marked on the outside with the ITB solicitation number and Contractor's name, no later than the time and date specified in this solicitation: PAPER BID SUBMITALS WILL NOT BE ACCEPTED. PLEASE SUBMIT YOUR BID RESPONSE ELECTRONICALLY. 04. INFORMATION OR CLARIFICATION For information concerning procedures for responding to this solicitation, contact Maureen Lewis, Procurement Specialist, at (954) 828-5239 or email at maureenl(c7r fortrauderdare.gov. Such contact shall be for clarification purposes only. For information concerning technical specifications please utilize the Question/Answer platform provided by BidSync at www.bidsync.com. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes. if any, to the scope of services or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Bidders please note: No part of your bid can be submitted via FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid will be considered evidence that the bidder has familiarized himself with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid response must be submitted in accordance with all specifications contained in this solicitation. The questions and answers submitted in BidSync shall become part of any contract that is created from this ITB. 5/7/2021 9:40 AM p. 99 City of Fort Lauderdale Bid 12504-613 05. CONTRACT TIME 5.1 The initial contract term shall commence upon the date specified in the Notice to Proceed given by the City and shall expire two (2) years from that date. The City reserves the right to extend the contract for two (2) additional one (1) year terms, providing all terms, conditions and specifications remain the same, both parties agree to the extension, and such extension is approved by the City. 5.2 The Contractor recognizes that TIME IS OF THE ESSENCE. The Work on each Task Order shall commence immediately upon the Contractor's receipt of an executed Task Order. 5.3 The Contractor shall mobilize to the project site and begin construction activities within N/A calendar days of receipt of the executed Task Order or by the specific date noted within the Task Order (whichever applies). 5.4 The Work on each Task Order shall be substantially completed within the timeframe agreed upon and noted in each executed Task Order. 5.5 The Work on each Task Order shall be finally completed on or before the Final Completion Date, and ready for final payment in accordance with Final Completion Date agreed upon and noted in each executed Task Order. 5.6 In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the City as authorized by the awarding authority. The extension period shall not extend for more than one hundred and eighty (180) days beyond the expiration date of the existing contract. The Contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the City. No new Task Orders will be assigned after the contract's expiration nor will any new work be performed after that date. 5.7 The termination date for issuance of Task Orders shall be when the funds are depleted or four (4) years from effective date of the Agreement, whichever comes first. All task orders issued before the contract termination must be completed under this Contract even if the contract has expired. The City of Fort Lauderdale reserves the right to waive any informality in any bid and to reject any or all bids. The City of Fort Lauderdale reserves the right to reduce or delete any of the bid items. At the time of contract award, the City reserves the right to set a maximum dollar limit that may be expended on this Project. Contract quantities of any or all items may be increased, reduced, or eliminated to adjust the contract amount to coincide with the amount of work necessary or to bring the contract value to within the established limit. All quantities are estimated, and the City reserves the right to increase, reduce, or eliminate the contract quantities in any amount. 5/7/2021 9490 AM p 100 City of Fort Lauderdale Bid 12504-613 The undersigned bidder affirms that he has or will obtain all equipment necessary to complete the work described, that he has or will obtain all required permits and licenses from the appropriate agencies„ and that his firm is authorized to do business in the State of Florida. 06. BID SECURITY A certified check, cashier's check. bank officer's check or bid bond for TEN percent (10%) of the bid amount, made payable to the City of Fort Lauderdale, shall accompany each offer. 07. REQUIRED LICENSES/CERTIFICATIONS Contractor must possess the following licenses/certifications to be considered for award: Underground contractor's licenses, bonded and insured. Note: Contractor n usr have proper licensing and shall submit evidence of same with its bid response. 08. SPECIFIC EXPERIENCE REQUIRED The following expertise is required to be considered for this Contract. Specific references attesting to this expertise must be submitted with the bid response. The contractor must have extensive experience with underground infrastructure replacement, specifically storm water pipe, structures, pavement restoration, concrete work, tidal valve installation and landscape installation and removal. Additionally, the contractor shall have previous construction experience in storm water infrastructure projects, in the State of Florida within the last ten (10) years. Bidder shall submit proof of construction experience for a minimum of three (3) storm water infrastructure projects with a construction budget of $500,000 (or larger) and shall, for each project listed, identify location; dates of construction: project name and overall scope; scope of work that was self -performed by Contractor; and client's name, address, telephone number and e-mail address. NOTE: REFERENCES SHALL NOT INCLUDE ONLY CITY OF FORT LAUDERDALE EMPLOYEES OR WORK PERFORMED FOR THE CITY. THE CITY IS ALSO INTERESTED IN WORK EXPERIENCE AND REFERENCES FROM ENTITIES OTHER THAN THE CITY OF FORT LAUDERDALE. By signing this bid solicitation, contractor is affirming that this expertise will be provided for this Contract at no additional charge. 09. BID ALLOWANCE There are no allowances for this Project. Exhibit "A" 5(712021 9:40 AM p 101 City of Fort Lauderdale Bid 12504-613 10. INSURANCE REQUIREMENTS (See Article 10, Bonds and Insurance, of the Contract for details) Insurance As a condition precedent to the effectiveness of this Agreement, during the term of this Agreement and during any renewal or extension term of this Agreement, the Contractor, at its sole expense, shall provide insurance of such types and with such terms and limits as noted below. Providing proof of and maintaining adequate insurance coverage are material obligations of the Contractor. The Contractor shall provide the City a certificate of insurance evidencing such coverage. The Contractor's insurance coverage shall be primary insurance for all applicable policies. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor's liability and obligations under this Agreement. All insurance policies shall be through insurers authorized or eligible to write policies in the State of Florida and possess an A.M. Best rating of A-, VII or better, subject to approval by the City's Risk Manager. The coverages, limits, and/or endorsements required herein protect the interests of the City, and these coverages, limits, and/or endorsements shall in no way be relied upon by the Contractor for assessing the extent or determining appropriate types and limits of coverage to protect the Contractor against any loss exposures, whether as a result of this Agreement or otherwise. The requirements contained herein, as well as the City's review or acknowledgement, are not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the Contractor under this Agreement. The following insurance policies and coverages are required: Commercial General Liability Coverage must be afforded under a Commercial General Liability policy with limits not less than: • $1,000,000 each occurrence and $2,000,000 aggregate for Bodily Injury, Property Damage, and Personal and Advertising Injury • S1,000,000 each occurrence and $2,000,000 aggregate for Products and Completed Operations Policy must include coverage for contractual liability and independent contractors. The City, a Florida municipal corporation, its officials, employees, and volunteers are to be covered as an additional insured with a CG 20 26 04 13 Additional Insured — Designated Person or Organization Endorsement or similar endorsement providing equal or broader Additional Insured Coverage with respect to liability arising out of activities performed by or on behalf of the Contractor. The coverage shall contain no special limitation on the scope of protection afforded to the City, its officials, employees, and volunteers. Business Automobile Liability Coverage must be afforded for all Owned, Hired, Scheduled. and Non -Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident. 5/7/2021 9:40 AM p. 1112 City of Fort Lauderdale Bid 12504-613 If the Contractor does not own vehicles, the Contractor shall maintain coverage for Hired and Non -Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. Contractor's Pollution Liability Coverage For sudden and gradual occurrences and in an amount not less than $1,000,000 per claim arising out of this Agreement, including but not limited to, all hazardous materials identified under the Agreement. Umbrella/Excess Liability: The Contractor shall provide umbrella/excess coverage with limits of no less than $2,000,000 excess of Commercial General Liability, Automobile Liability and Employer's Liability. Workers' Compensation and Employer's Liability Coverage must be afforded per Chapter 440, Florida Statutes. Any person or entity performing work for or on behalf of the City must provide Workers' Compensation insurance. Exceptions and exemptions will be allowed by the City's Risk Manager, if they are in accordance with Florida Statute. The Contractor waives, and the Contractor shall ensure that the Contractor's insurance carrier waives, all subrogation rights against the City, its officials, employees, and volunteers for all losses or damages. The City requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to Recover from Others or equivalent. The Contractor must be in compliance with all applicable State and federal workers' compensation laws, including the U.S. Longshore Harbor Workers' Act and the Jones Act, if applicable. Property Coverage (Builder's Risk) Coverage must be afforded in an amount not less than 100% of the total project cost, including soft costs, with a deductible of no more than $25,000 each claim. Coverage form shall include, but not be limited to: • All Risk Coverage including Flood and Windstorm with no coinsurance clause • Guaranteed policy extension provision • Waiver of Occupancy Clause Endorsement, which will enable the City to occupy the facility under construction/renovation during the activity • Storage and transport of materials, equipment, supplies of any kind whatsoever to be used on or incidental to the project • Equipment Breakdown for cold testing of all mechanized, pressurized, or electrical equipment This policy shall insure the interests of the owner, contractor, and subcontractors in the property against all risk of physical loss and damage and name the City as a loss payee. This insurance shall remain in effect until the work is completed and the property has been accepted by the City. 5/7/2021 9 40 AM p 103 tarty of Fort Lauderdale Bsd 12504-613 Insurance Certificate Requirements a. The Contractor shall provide the City with valid Certificates of Insurance (binders are unacceptable) no later than ten (10) days prior to the start of work contemplated in this Agreement. b. The Contractor shall provide to the City a Certificate of Insurance having a thirty (30) day notice of cancellation; ten (10) days' notice if cancellation is for nonpayment of premium. c. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the Contractor to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the certificate holder. d. In the event the Agreement term goes beyond the expiration date of the insurance policy, the Contractor shall provide the City with an updated Certificate of Insurance no later than ten (10) days prior to the expiration of the insurance currently in effect. The City reserves the right to suspend the Agreement until this requirement is met. e. The Certificate of Insurance shall indicate whether coverage is provided under a claims -made or occurrence form. If any coverage is provided on a claims -made form, the Certificate of Insurance must show a retroactive date, which shall be the effective date of the initial contract or prior. f. The City shall be named as an Additional Insured on all liability policies, with the exception of Workers' Compensation. g. The City shall be granted a Waiver of Subrogation on the Contractor's Workers' Compensation insurance policy. h. The title of the Agreement, Bid/Contract number, event dates, or other identifying reference must be listed on the Certificate of Insurance. The Certificate Holder should read as follows: City of Fort Lauderdale 100 N. Andrews Avenue Fort Lauderdale, FL 33301 The Contractor has the sole responsibility for all insurance premiums and shall be fully and solely responsible for any costs or expenses as a result of a coverage deductible, co-insurance penalty, or self -insured retention; including any loss not covered because of the operation of such deductible, co-insurance penalty, self -insured retention, or coverage exclusion or limitation. Any costs for adding the City as an Additional Insured shall be at the Contractor's expense. If the Contractor's primary insurance policy/policies do not meet the minimum requirements, as set forth in this Agreement, the Contractor may provide evidence of an Umbrella/Excess insurance policy to comply with this requirement. The Contractor's insurance coverage shall be primary insurance as respects to the City, a Florida municipal corporation, its officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, a Florida municipal corporation, its officials, employees, or volunteers shall be non-contributory. Any exclusion or provision in any insurance policy maintained by the Contractor that excludes coverage required in this Agreement shall be deemed unacceptable and shall be considered breach of contract. Exhibit "A" 5/7/2021 9 40 AM p. 104 City of Fort Lauderdale Bid 12504-613 All required insurance policies must be maintained until the contract work has been accepted by the City, or until this Agreement is terminated, whichever is later. Any lapse in coverage shall be considered breach of contract. In addition, Contractor must provide to the City confirmation of coverage renewal via an updated certificate should any policies expire prior to the expiration of this Agreement. The City reserves the right to review, at any time, coverage forms and limits of Contractor's insurance policies. The Contractor shall provide notice of any and all claims, accidents, and any other occurrences associated with this Agreement to the Contractor's insurance company or companies and the City's Risk Management office, as soon as practical. It is the Contractor's responsibility to ensure that any and all of the Contractor's independent contractors and subcontractors comply with these insurance requirements. All coverages for independent contractors and subcontractors shall be subject to all of the applicable requirements stated herein. Any and all deficiencies are the responsibility of the Contractor. NOTE: CITY PROJECT NUMBER, PROJECT NAME AND BID NUMBER MUST APPEAR ON EACH CERTIFICATE, AND THE CITY OF FORT LAUDERDALE MUST BE NAMED ON THE CERTIFICATE AS AN "ADDITIONAL INSURED" ON GENERAL LIABILITY POLICIES. A Sample Insurance Certificate shall be included with the proposal to demonstrate the firm's ability to comply with insurance requirements. Provide a previous certificate or other evidence listing the insurance companies' names for all required coverage, and the dollar amounts of the coverage. 11. PERFORMANCE AND PAYMENT BOND: 100% Number of awards anticipated: 7 The City may award up to seven (7) contracts to responsive and responsible contractors providing the lowest bid amounts in sequential order. The selected contractors will receive Task Orders during the effective term of the contract. Each Task Order shall require surety bonds equal to 100% of the Task Order total. (See complete Performance bond requirements under Article 10 of the Sample Agreement). 12. CITY PROJECT MANAGER The Project Manager is hereby designated by the City as Rares V. Petrica, whose address is 101 NE 3rd Avenue Suite 1410. Fort Lauderdale, Florida 33301-1016, telephone number: (954) 828-6720, and e-mail address is rpetricai�a'-3.fortlauderdale.gov. The Project Manager will assume all duties and responsibilities and will have the rights and authorities assigned to the Project Manager in the Contract Documents in connection with completion of the Work in accordance with this Agreement. Exhibit "A" 5/7/2021 9.40 AM p 105 City of Fort Lauderdale Sid 12504-613 13. LIQUIDATED DAMAGES (See Article 16, Liquidated Damages, of the Contract for details) Upon failure of the Contractor to complete the Work of an executed task order within the agreed upon and approved time for said Task Order, the Contractor shall pay to the City the sum of Five Hundred Dollars ($500.00) for each and every calendar day that the completion of the Task Order is delayed beyond the time agreed upon for said Task Order, as fixed and agreed liquidated damages and not as a penalty, so long as the delay is caused by the Contractor. (See Article 16, Liquidated Damages Clause, of the Contract) 14. PAYMENT (See Article 7, Payment. of the Contract for other details) The City shall make payment to the Contractor through utilization of the City's P -Card Program. The City has implemented a Purchasing Card (P -Card) Program utilizing both the VISA and MASTERCARD networks. Purchases from this contract will be made utilizing the City's Purchasing Card. Contractor will receive payment from the purchasing card in the same manner as other credit card purchases. Accordingly, Contractor must presently have the ability to accept these credit cards or take whatever steps necessary to implement the ability before the start of the contract term, or contract award by the City. All costs associated with the Contractor's participation in this purchasing program shall be borne by the Contractor. The City reserves the right to revise this program as necessary. Payment Card Industry (PCI) Compliance Contractor agrees to comply with all applicable state, federal and international laws, as well as industry best practices, governing the collection, access, use, disclosure, safeguarding and destruction of Protected Information. Contractor and/or any subcontractor that handles credit card data must be, and remain, PCI compliant under the current standards and will provide documentation confirming compliance upon request by the City of Fort Lauderdale, failure to produce documentation could result in termination of the contract. 15. WORK SCHEDULE (including overtime hours): Regular work hours: 8:00 am to 5:00 pm, Monday through Friday. City Inspector Hours. 8:00 am to 4:30 pm, Monday through Friday. Any inspection requested by the contractor outside those hours will be considered overtime to be paid by the Contractor. 16. INSPECTION OVERTIME COST: $100/hr. 5/7/2021 9.40 AM p. 106 City of Fort Lauderdale Bid 1250L-613 CITY OF FORT LAUDERDALE CONSTRUCTION AGREEMENT THIS Agreement made and entered into this day of 2021 , by and between the City of Fort Lauderdale, a Florida municipal corporation (City) and , a Florida Company/Corporation (Contractor), (Party or collectively Parties); WHEREAS, the City desires to retain a contractor for the Project as expressed in its Invitation to Bid No. , Project No. , which was opened on and, WHEREAS, the Contractor has expressed its willingness and capability to perform the necessary work to accomplish the Project. NOW, THEREFORE, the City and the Contractor, in consideration of the mutual covenants and conditions contained herein and for other good and valuable consideration, the receipt and sufficiency is hereby acknowledged, agree as follows: ARTICLE 1 - DEFINITIONS Whenever used in this Agreement or in other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural forms: 1.1 Agreement - This written Agreement between the City and the Contractor covering the work to be performed including other Contract Documents that are attached to or incorporated in the Agreement, 1.2 Application for Payment - The form accepted by the City which is to be used by the Contractor in requesting progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. 1.3 Approve - The word approve is defined to mean review of the material, equipment or methods for general compliance with design concepts and with the information given in the Contract Documents. It does not imply a responsibility on the part of the City to verify in every detail conformance with plans and specifications. 1.4 Bid - The offer or Bid of the Contractor submitted on the prescribed form setting forth the total prices for the Work to be performed. 1.5 Bid Documents - Advertisement for Invitation to Bids. the Instructions to Bidders, the Bid Form (with supplemental affidavits and sample agreements), the Contract Forms, General Conditions, the Supplementary Conditions, the Specifications, and the Plans, which documents all become an integral part of the Contract Documents, 1.6 Certificate of Substantial Completion - Certificate provided by the City certifying that all Work, excluding the punch list items, has been completed, inspected, and accepted by the City. Exhibit "A" 51712021 9 40 AM p 107 City of Fort Lauderdale Bid 12504-613 1.7 Change Order - A change order is defined as a written order to the Contractor approved by the City, authorizing a revision of an underlying agreement between the City and the Contractor that is directly related to the original scope of work or an adjustment in the original contract price or the contract time directly related to the original scope of work, issued on or after the effective date of the contract. 1.8 City — The City of Fort Lauderdale, Florida including but not limited to its employees, agents, officials, representatives, contractors, subcontractors, volunteers, successors and assigns, with whom the Contractor has entered into the Agreement and for whom the Work is to be provided. 1.9 Contract Documents The Contract Documents shall consist of this Agreement, Exhibits to this Agreement, Public Construction Bond, Performance Bond, Payment Bond and Certificates of Insurance, Notice of Award and Notice to Proceed, Task Orders, General Conditions, Special Conditions, Technical Specifications, Plans/Drawings, Addenda, Bid Form and supplement Affidavits and Agreements, all applicable provisions of State and Federal Law and any modification, including Change Orders or written amendments duly delivered after execution of Agreement, Invitation to Bid, Instructions to Bidders and Bid Bond, Contractor's response to the City's Invitation to Bid, Schedule of Completion, Schedule of Values, all amendments, modifications and supplements, work directive changes issued on or after the Effective Date of the Agreement, as well as any additional documents that are required to be submitted under the Agreement. Permits on file with the City and/or those permits to be obtained shall be considered directive in nature and will be considered a part of this Agreement. A copy of all permits shall be given to the City for inclusion in the Contract Documents. Terms of permits shall be met prior to acceptance of the Work and release of the final payment. 1.10 Contract Price — The monies payable to the Contractor by the City under the Contract Documents and in accordance with the line item unit prices listed in the Bid. 1.11 Contract Time — The number of calendar days stated in the Agreement for the completion of the Work. The dates on which the work shall be started and shall be completed as stated in the Notice to Proceed and each subsequent Task Order. 1.12 Contractor — The person, firm, company, or corporation with whom the City has entered into the Agreement, including but not limited to its employees, agents, representatives, contractors, subcontractors, their subcontractors and their other successors and assigns. 1.13 Day — A calendar day of twenty-four (24) hours ending at midnight. 1.14 Defective — When modifying the word "Work" refers to work that is unsatisfactory, faulty, or deficient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents, or has been damaged prior to the Project Manager's recommendation of final payment. Exhibit "A" 5/7/2021 9:40 AM p. 108 City of Fort Lauderdale Bid 12504-613 1.15 Effective Date of the Agreement — The effective date of the Agreement shall be the date the Contract is executed by the parties. The Contractor shall provide all required payment and performance bonds and insurances to the City within ten (10) calendar days following the City Commission approval. Upon verification of all bonds and insurances, the City will issue a written notice to proceed (NTP) to the Contractor. 1.16 Final Completion Date — The date the Task Order Work is completed, including completion of the final punch list, and delivered along with those items specified in the Contract Documents and is accepted by the City. 1.17 Hazardous Materials (HAZMAT) - Any solid, liquid, or gaseous material that is toxic, flammable, radioactive, corrosive, chemically reactive, or unstable upon prolonged storage in quantities that could pose a threat to life, property, or the environment defined in Section 101(14) of Comprehensive Environmental Response, Compensation and Liability Act of 1980 and in 40 CFR 300.6. Also defined by 49 CFR 171.8 as a substance or material designated by the Secretary of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. 1.18 Hazardous Substance - As defined by Section 101(14) of the Comprehensive Environmental Response, Compensation and Liability Act; any substance designated pursuant to Section 311(b) (2) (A) of the Clean Water Act; any element, compound, mixture, solution or substance designated pursuant to Section 102 identified under or listed pursuant to Section 3001 of the Solid Waste Disposal Act {but not including any waste listed under Section 307[a] of the Clean Water Act}; any hazardous air pollutant listed under Section 112 of the Clean Air Act; and any imminently hazardous chemical substance or mixture pursuant to Section 7 of the Toxic Substances Control Act. The term does not include petroleum, including crude oil or any fraction thereof, which is not otherwise specifically listed or designated as a hazardous substance in the first sentence of this paragraph, and the term does not include natural gas, natural gas liquids, liquefied natural gas, or synthetic gas usable for fuel (or mixtures of natural gas and such synthetic gas). 1.19 Hazardous Waste - Those solid wastes designated by OSHA in accordance with 40 CFR 261 due to the properties of ignitability, corrosivity, reactivity, or toxicity. Any material that is subject to the Hazardous Waste Manifest requirements of the EPA specified in 40 CFR Part 262. 1.20 Holidays - Those designated non -work days as established by the City Commission of the City of Fort ' Lauderdale. 1,21 inspection — The term "inspection'. and the act of inspecting as used in this Agreement is defined to mean the examination of construction to ensure that it conforms to the design concept expressed in the plans and specifications. This term shall not be construed to mean supervision, superintending and/or overseeing. 1.22 Notice of Award - The written notice by City to the Contractor stating that upon compliance by the Contractor with the conditions precedent enumerated therein, within the time specified that the City will sign and deliver this Agreement. Exhibit "A" 5/7/2021 9 40 AM p. 109 City of Fort Lauderdale Bid 12504-613 1.23 Notice to Proceed — A written notice given by the City to the Contractor fixing the date on which the Contract Time will commence to run. Contractor will immediately commence work upon receipt of the Notice to Proceed. Task Orders executed under this Contract will contain set timeframes in which the Task Order work shall be started and completed. 1.24 Plans - The drawings which show the character and scope of the work to be performed and which have been prepared or approved by the City and/or are referred to in the Contract Documents and/or Task Orders. 1.25 Premises (otherwise known as Site or Work Site) — means the land, buildings, facilities, etc. upon which the Work is to be performed. 1.26 Project — The total construction of the Work to be provided as defined in the Contract Documents and each executed Task Order. 1.27 Project Manager - The employee of the City, or other designated individual who is herein referred to as the Project Manager, will assume all duties and responsibilities and will have the rights and authorities assigned to the Project Manager in the contract Documents in connection with completion of the Work in accordance with this Agreement. The Project Manager, or designee, shall be the authorized agent for the City unless otherwise specified. 1.28 Punch List - The City's list of Work yet to be done or be corrected by the Contractor, before the Final Completion date can be determined by the City. T 1.29 Record Documents - A complete set of all specifications, drawings, addenda, modifications, shop drawings, submittals and samples annotated to show all changes made during the construction process. uj 1.30 Record Drawings or "As-Builts" - A set of drawings which show significant changes in the work made during construction and which are usually based on drawings marked up in the field and other data furnished by the contractor. These documents will be signed and sealed by a Professional Engineer or a Professional Land Surveyor licensed in the State of Florida and employed by the Contractor at no cost to the City. 1.31 Substantially Completed Date — A date when the Contractor has requested in writing. stating that the Work is substantially completed and is ready for an inspection and issuance of a final punch list for the Project. If, at the time of inspection, it is determined the project is substantially completed, the City will issue a letter of Substantial Completion along with a punch list of incomplete or deficient items to be completed prior to requesting a Final Completion inspection. 1.32 Task Order — A written agreement between the City and Contractor defining the particular scope of work to be performed under this Contract. When necessary, plans, permits and specifications may be provided by the City to clarify the requirements of the Task Order work. Each Task Order will contain a timeframe in which the work shall be completed in order for the Contractor to avoid being subjected to liquidated damages. 5/7/2021 9.40 AM p 1 1 f0 City of Fort Lauderdale Bid 12504-613 1.33 Work — The entire completed delivered product or the various separately identifiable parts thereof required to be furnished under the Contract Documents and/or Task Order. Work is the result of performing services, furnishing labor and furnishing and incorporating material and equipment into the product, all as required by the Contract Docu ments. ARTICLE 2 — SCOPE OF WORK 2.1 The Contractor shall complete all work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only part is generally described as follows: ANNUAL CONSTRUCTION OF GENERAL STORMWATER INFRASTRUCTURE ITB 12504-613 PROJECT 12220 2.2 All Work for the Project shall be constructed in accordance with the approved plans and Specifications. The Work generally involves: PROJECT DESCRIPTION C..) This project is located throughout the City of Fort Lauderdale. The work to be accomplished under this contract includes, but is not limited to, the construction and installation of various storm water infrastructure consisting of: catch basins, storm water manholes, piping, exfiltration trenches, tidal valves, swales regrades, retention area, pipe lining, pervious pavements and repair of the aforementioned. In addition to the storm water infrastructure, the contract covers restoration activated and miscellaneous utility relocations needed to execute these projects. This includes, but not limited to, Landscape/hardscape removal and reinstall, pavers/pavement/asphalt removal and reinstall, relocation of various utility pipes and boxes, use of equipment for specialized work, maintenance of traffic, dewatering activities and pollution prevention items. 2.3 Within ten (10) days of a Notice to Proceed of the start date noted on each Task Order, the Contractor shall submit a Construction Schedule, Schedule of Values and a listing of all personnel employed. The general sequence of the Work shall be submitted by the Contractor and approved by the City before any work commences. The City reserves the right to issue construction directives necessary to facilitate the Work or to minimize any conflict with operations. ‘6'.` �� 3.1 The Project Manager is hereby designated by the City as Rares V._Petrica, whose �address is 101 NE 3rd Avenue,_ Suite 1410, Fort Lauderdale, FL 33301-1016, telephone number: (954) 828-6720, and email address is r etric fortlauderdale.gov. The Project Manager will assume all duties and responsibilities and will have the rights and authorities assigned to the Project Manager in the Contract Documents in connection with completion of the Work in accordance with this Agreement. ARTICLE 3 — PROJECT MANAGER Exhibit "A" 5/7/2021 9'40 AM p 1 1 1 City of Fort Lauderdale Bid 12504-613 ARTICLE 4 — CONTRACT DOCUMENTS The Contract Documents which comprise the entire Agreement between the City and Contractor are incorporated herein and attached to this Agreement, and consist of the following: 4.1 This Agreement. 4.2 Exhibits to this Agreement [Plans (sheets [ Ito [ 1 inclusive)]. 4.3 Public Construction Bond, Performance Bond, Payment Bond and Insurance. 4.4 Notice of Award and Notice to Proceed. 4.5 General Conditions as amended by the Special Conditions. 4.6 Technical Specifications. 4.7 PlanslDrawings. Certificates of 4.8 Addenda number through , inclusive. 4.9 Bid Form and supplement Affidavits and Agreements. 4.10 All applicable provisions of State and Federal Law. 4.11 Invitation to Bid No., , Instructions to Bidders and Bid Bond. 4.12 Contractor's response to the City's Invitation to Bid No., , dated 4.13 Schedule of Completion. 4.14 All amendments, modifications, supplements, Task Orders, change orders, and work directive changes, issued on or after the Effective Date of the Agreement. 4.15 Any Additional documents that are required to be submitted under the Agreement. 4.16 Permits on file with the City and or those permits to be obtained shall be considered directive in nature and will be considered a part of this Agreement. In the event of any conflict between the documents or any ambiguity or missing specification or instruction, the following priority is established: a. Agreement. b. Approved change orders, addenda or amendments. c. Specifications (quality) and Drawings (location and quantity). 51712021 9:40 AM p. 112 City of Pc r Lat,deraale aid 12504-613 d. Supplemental conditions or special terms. e. General Terms and Conditions. f. This Agreement dated , and any attachments. g. Invitation to Bid No., , and the specifications prepared by the City. h. Contractor's response to the City's Invitation to Bid No., , dated i. Schedule of Values. j. Schedule of Completion. If during the performance of the Work, Contractor finds a conflict, error or discrepancy in the Contract Documents, Contractor shall so report to the Project Manager, in writing, within five (5) calendar days, and before proceeding with the Work affected shall obtain a written interpretation or clarification from the City. Any Work that may reasonably be inferred from the specifications or plans as being required to produce the intended result shall be supplied whether or not it is specifically called for. When words which have a well-known technical or trade meaning are used to describe Work, materials, or equipment, such works shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or associations, or to the code of any governmental authority whether such reference be specific or implied, shall mean the latest standard specification, manual or code in effect as of the Effective Date of this Agreement, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the duties and responsibilities of the City, the Contractor, or any of their agents or employees from those set forth in the Contract Documents. ARTICLE 5 — CONTRACT TIME 5.1 The initial contract term shall commence upon the date of award by the City and shall expire two (2) years from that date. The City reserves the right to extend the contract for two (2) additional one (1) year terms, providing all terms, conditions and specifications remain the same, both parties agree to the extension, and such extension is approved by the City. 5.2 The Contractor recognizes that TIME IS OF THE ESSENCE. The Work on each Task Order shall commence immediately upon the Contractor's receipt of an executed Task Order. 5.3 The Contractor shall mobilize to the project site and begin construction activities within N/A calendar days of receipt of the executed Task Order or by the specific date noted within the Task Order (whichever applies). Exhibit "A" 5/7/2021 9:40 AM p 11 i City of Fort Lauderdale Bid 12504-613 5.4 The Work on each Task Order shall be substantially completed within the timeframe agreed upon and noted in each executed Task Order. 5.5 The Work on each Task Order shall be finally completed on or before the Final Completion Date and ready for final payment in accordance with Final Completion Date agreed upon and noted in each executed Task Order. 5.6 In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the City as authorized by the awarding authority. The extension period shall not extend for more than one hundred and eighty (180) days beyond the expiration date of the existing contract. The Contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the City. No new Task Orders will be assigned after the contract's expiration nor will any new work be performed after that date. ARTICLE 6 — CONTRACT PRICE 6.1 City shall pay Contractor for performance of the Work in accordance with Article 7 based on the value of the executed Task Orders issued for this Contract. 6.2 The parties expressly agree that the Contract Price is a unit price contract, in accordance with those line item unit prices contained in the Contractor's ITB response and incorporated by reference herein. The quantities of work in the Proposal are a rough approximation only. The total quantities of work to be included in this Contract and actually performed may vary widely depending upon the work that will be authorized by the City through Task Orders, during the period of this Contract. 6.3 The Contract Price constitutes the total compensation payable to Contractor for the cumulative value of each executed Task Order. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at Contractor's expense without change in the Contract price. ARTICLE 7 — PAYMENT PROCEDURES 7.1 Contractor shall submit Applications for Payment, for each executed Task Order, in accordance with the Contract Documents. Applications for Payment will be processed by the City as provided for in the General Conditions. 7.2 Progress Payments. City shall make progress payments on account of the Contract Price on the basis of Contractor's executed Task Order and corresponding Application for Payment, which shall be submitted by the Contractor between the first (1St) and the tenth (loth) day after the end of each calendar month for which payment is requested, or upon completion of the work of the executed Task Order. All progress payments will be made on the basis of the progress of the Work completed on the executed Task Order. 7.3 Prior to Final Completion of each Task Order, progress payments will be made in an amount equal to ninety percent (90%) of the value of Work completed less in each case the aggregate of payments previously made. 5/7/2021 9.40 AM p 114 City of Fort Lauderdale Bid 12504-613 7.4 Final Payment: Upon final completion of the Work under each Task Order, the City shall pay Contractor an amount sufficient to increase total payments to one hundred percent (100%) of the Contract Price. 7.5 The City shall make payment to the Contractor in accordance with the Florida Prompt Payment Act, Section 218.70, Florida Statutes (2020), as amended or revised, provided however, complete and error free pay application is submitted. 7.6 The City shall make payment to the Contractor through utilization of the City's P -Card Program. The City has implemented a Purchasing Card (P -Card) Program utilizing the MASTERCARD and VISA networks. Purchases from this contract will be made utilizing the City's Purchasing Card. Contractor will receive payment from the purchasing card in the same manner as other credit card purchases. Accordingly, Contractor must presently have the ability to accept these credit cards or take whatever steps necessary to implement the ability before the start of the contract term, or contract award by the City. All costs associated with the Contractor's participation in this purchasing program shall be borne by the Contractor. The City reserves the right to revise this program as necessary. 7.7 Payment Card Industry (PCI) Compliance Contractor agrees to comply with all applicable state, federal and international laws, as well as industry best practices, governing the collection, access, use, disclosure, safeguarding and destruction of Protected information. Contractor and/or any subcontractor that handles credit card data must be, and remain, PCI compliant under the current standards and will provide documentation confirming compliance upon request by the City of Fort Lauderdale, failure to produce documentation could result in termination of the contract. ARTICLE 8 CONTRACTOR'S REPRESENTATIONS In order to induce the City to enter into this Agreement, and prior to agreeing to and execution of each Task Order under this Contract, Contractor makes the following representations upon which the City has relied: 8.1 Contractor is qualified in the field of public construction and in particular to perform the Work and services set forth in this Agreement. 8.2 Contractor has visited the Work Site, conducted all necessary extensive tests, examinations and investigations and represents and warrants a thorough familiarization with the nature and extent of each Task Order and associated Contract Documents, the Work, locality, soil conditions, water table condition, moisture conditions and all year-round local weather and climate conditions (past and present), and examination and investigations conducted by Contractor and the Contractor's experts, has determined that no conditions exist that would in any manner affect the Proposed Price and that the project can be completed for the Proposed Price submitted within the Contract Time as defined in each Task Order. Furthermore, Contractor warrants and confirms that it is totally familiar with, understands and obligates Contractor to comply with all federal, state and local laws, ordinances, rules, 5/7/2021 9:40 AM p. 115 City of Fort Lauderdale Bid 12504-613 regulations and all market conditions that affect or may affect the cost and price of materials and labor needed to fulfill all provisions of this Agreement or that in any manner may affect cost, progress or performance of the Work. 8.3 The Contractor has satisfied itself as to the nature and location of the Work under each Task Order, the general and local conditions of the Project, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor„ water, electric power, and roads, the conformation and conditions at the ground based on City provided reports, the type of equipment and facilities needed preliminary to and during the prosecution of the Task Order and all other matters which can in any way affect the Work, schedule, or the cost thereof under the Task Order and associated Contract Documents. 8.4 The Contractor has also studied on its own, subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Works, and finds and has further determined that no conditions exist that would in any manner affect the Proposed Price and that the Task Order Work can be completed for the Proposed Price submitted and within the timeframe agreed upon within each Task Order. 8.5 Contractor has made or cause to be made examinations, investigations, tests and studies of such reports and related data in addition to those referred to in Paragraphs 8.2, 8.3 and 8.4 above as it deems necessary for the performance of the Work under each Task. Order at the Contract Prices. within the Contract Time of the specified Task Order and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports or similar data are, or will be. required by Contractor for such purposes. 8.6 Contractor has correlated the results of all such observations, examinations. investigations, tests, reports and data related to each Task Order with the terms and conditions of the Contract Documents. 8.7 Contractor has given City written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents related to each Task Order and the written resolution by City is acceptable to the Contractor. 8.8 Labor 8.8.1 The Contractor shall provide competent, suitable qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents for each Task Order. The Contractor shall at all times maintain good discipline and order at the site. 8.8.2 The Contractor shall, at all times, have a competent superintendent, capable of reading and thoroughly understanding the drawings and specifications, as the Contractor's agent on the Work, who shall, as the Contractor's agent, supervise, direct and otherwise conduct the Work under each Task Order. 8.8.3 The Contractor shall designate the superintendent on the job to the City, in writing, immediately after receipt of each Task Order. The Contractor understands and agrees that the superintendent's physical presence on the job Exhibit "A" 5/7/2021 9'40 AM p. 116 City of Fort Lauderdale Bid 12504-613 site is indispensable to the successful completion of the Work. If the superintendent is frequently absent from the job site, the Project Manager may deliver written notice to the Contractor to stop work or terminate the Agreement in accordance with Article 17. 8.8.4 Where required and necessary, the contractor shall, at all times, have a certified "competent person" assigned to the job site for each Task Order. The Contractor shall assign personnel to the job site that have successfully completed training programs related to trench safety, confined space work, and maintenance of traffic (MOT). Personnel certified by the International Municipal Signal Associations with Florida Department of Transportation qualifications are required relative to MOT. Any other certifications that may be required by applicable permitting agencies for the Work assigned under each Task Order shall also be complied with by the Contractor. Failure to pursue the Work with the properly certified supervisory staff may result in a notice to stop work on a Task Order or termination of the Agreement in accordance with Article 17. 8.9 Materials: 8.9.1 The Contractor shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools. appliances, fuel, power, light, heat, telephone, water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of Work under each Task Order. 1 Nt."' 8.9.2 All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. Suppliers shall be selected and paid by the Contractor; the City reserves the right to approve all suppliers and materials. 8.10 Work Hours: Except in connection with the safety or protection of persons, or the Work, or property at the site or adjacent thereto, and except as otherwise indicated in the Supplementary Conditions, all work at the site shall be performed during regular working hours between 8 a.m. and 5:00 p.m., Monday through Friday. Unless approved by the City in advance, the Contractor will not perform work on Saturday, Sunday or any legal holiday (designated by the City of Fort Lauderdale) without the Project Manager's written consent at least seventy-two (72) hours in advance of starting such work. For any overtime inspection required by City personnel, the Contractor shall pay for the additional charges to the City with respect to such overtime work. Such additional charges shall be a subsidiary obligation of the Contractor and no extra payment shall be made to the Contractor for overtime work. It shall be noted that the City's Inspector work hours are from 8:00 a.m. to 4:30 p.m., Monday through Friday, and any work requiring inspection oversight being performed outside of this timeframe shall be paid for by the Contractor as Inspector overtime at a rate of $100.00 per hour. The cost to the Contractor to reimburse the City for overtime inspection is established at direct -labor and overtime costs for each person or inspector required. Incidental overtime costs for engineering, testing and other related services will also be charged to the Contractor at the actual rate accrued. 5;7,'2021 9 40 AM p. 117 City of Fort Lauderdale Bid 12504-613 8.11 Patent Fee and Royalties: The Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work, or any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. The Contractor hereby expressly binds himself or itself to indemnify and hold harmless the City from all such claims and fees and from any and all suits and action of every name and description that may be brought against City on account of any such claims, fees, royalties, or costs for any such invention or patent, and from any and all suits or actions that may be brought against said City for the infringement of any and all patents or patent rights claimed by any person, firm corporation or other entity. 8.12 Permits: The Contractor shall obtain and pay for all permits and licenses. There shall be no allowance for Contractor markup, overhead or profit for permits and licenses. The Contractor shall pay all government charges which are applicable at the time of opening of proposals. It shall be the responsibility of the Contractor to secure and pay for all necessary licenses and permits of a temporary nature necessary for the prosecution of Work. 8.13 Law and Regulations: The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to the Work. If the Contractor observes that the specifications or plans are in conflict, the Contractor shall give the Project Manager prompt written notice thereof within five (5) calendar days and any necessary changes shall be adjusted by any appropriate modifications. If the Contractor performs any work knowing or having reason to know that it is contrary to such laws, ordinances, rules, standards, specifications and regulations, and without such notice to the Project Manager, the Contractor shall bear all costs arising therefrom. 8.14 Taxes: The Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by him in accordance with the laws of the City of Fort Lauderdale, County of Broward, and the State of Florida. 8.15 Contractor Use of Premises: The Contractor shall confine construction equipment, the storage of materials and equipment and the operations of workmen to areas permitted by law, ordinances, permits and/or the requirements of the Contract Documents, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. The Contractor shall not enter upon private property for any purpose without first securing the permission of the property owner in writing and furnishing the Project Manager with a copy of said permission. This requirement will be strictly enforced, particularly with regard to such vacant properties as may be utilized for storage or staging by the Contractor. The Contractor shall conduct its work in such a manner as to avoid damage to adjacent private or public property. Any damage to existing structures of work of any kind, including permanent reference markers or property corner markers, or the interruption of a utility service, shall be repaired or restored promptly at no expense to the City or property owner. 5/7/2021 9'40 AM p 118 City of Fort Lauderdale B d 12504-613 The Contractor will preserve and protect all existing vegetation such as trees, shrubs and grass on or adjacent to the site which does not reasonably interfere with the construction, as determined by the Project Manager. The Contractor will be responsible for repairing or replacing any trees, shrubs, lawns and landscaping that may be damaged due to careless operation of equipment, stockpiling of materials, tracking of grass by equipment or other construction activity. The Contractor will be liable for, or will be required to replace or restore at no expense to the City all properties and areas not protected or preserved as may be required that is destroyed or damaged. During the progress of the Work, the Contractor shall keep the premises free from accumulation of waste materials, rubbish and debris resulting from the Work. At the completion of the Work. the Contractor shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials and shall leave the site clean and ready for occupancy by the City. The Contractor shall restore to their original condition those portions of the site not designated for alteration by the Contract Documents at no cost to the City. 8.16 Project Coordination: The Contractor shall provide for the complete coordination of the construction effort. This shall include, but not necessarily be limited to, coordination of the following: 8.16.1 Flow of material and equipment from suppliers. 8.16.2 The interrelated work with affected utility companies. 8.16.3 The interrelated work with the City where tie-ins to existing facilities are required. 8.16.4 The effort of independent testing agencies. 8.16.5 Notice to affected property owners as may be directed by the Project Manager. 8.16.6 Coordination with and scheduling of all required inspections from all permitting agencies. 8.17 Project Record Documents and As-Builts (Record Drawings): Contractor shall be responsible for maintaining up to date redline as -built drawings, on site, at all times during construction. All as -built information shall be surveyed and verified by a professional land surveyor registered in the State of Florida. Contractor shall provide the City with a minimum of three (3) sets of signed and sealed record drawings (Final As-builts) and a CD of the electronic drawing files created in AutoCAD 2014 or later. All costs associated with survey work required for construction layout and as -built preparation shall be the responsibility of the Contractor. 8.18 Safety and Protection: 8.18.1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 8.18.1.1 All employees working on the project and other persons who may be affected thereby. 5!712021 9:40 AM p. 1 19 City of Fort Lauderdale Bid 12504-613 8.18.1.2 All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site. 8.18.1.3 Other property at the 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. 8.18.2 The Contractor shall comply with ail applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The Contractor shall notify owners of adjacent property and utilities when execution of the Work may affect them at least seventy-two (72) hours in advance (unless otherwise required). All damage, injury, or loss to any property caused, directly or indirectly, in whole or in part by the Contractor, any subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by the Contractor. The Contractor's duties and responsibilities for safety and protection of the Work shall continue until such time as all the Work is completed and accepted by the City. 8.19 Emergencies: In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the City, is obligated to act to prevent threatened damage, injury or loss. The Contractor shall give the Project Manager prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby. 8.20 Risk of Loss: The risk of loss. injury or destruction shall be on the Contractor until acceptance of the Work by the City. Title to the Work shall pass to the City upon acceptance of the Work by the City. 8.21 Environmental: The Contractor has fully inspected the Premises and agrees, except as to the presence of any asbestos, to accept the Premises in an as is'' physical condition. without representation or warranty by the City of any kind, including, without limitation, any and all existing environmental claims or obligations that may arise from the presence of any "contamination" on, in or about the Premises. Further, Contractor and all entitles claiming by, through or under the Contractor, releases and discharges the City, from any claim, demand, or cause of action arising out of or relating to the Contractor's use, handling, storage, release, discharge, treatment, removal, transport, decontamination, cleanup, disposal and/or presence of any hazardous substances including asbestos on, under, from or about the Premises. The Contractor shall have no liability for any pre-existing claims or "contamination" on the Premises. The Contractor shall not use, handle, store, discharge, treat, remove, transport, or dispose of Hazardous Substances including asbestos at, in, upon, under, to or from the Premises until receipt of instructions from the City. At such time, a City approved Change Order, which shall not include any profit, shall authorize the Contractor to perform such services. Exhibit "A" 5/7/2021 9.40 AM p, 120 City of Fort Lauderdale Bid 12504-613 The Contractor shall immediately deliver to the Project Manager complete copies of all notices, demands, or other communications received by the Contractor from any governmental or quasi -governmental authority or any insurance company or board of fire underwriters or like or similar entities regarding in any way alleged violations or potential violations of any Environmental Law or otherwise asserting the existence or potential existence of any condition or activity on the Premises which is or could be dangerous to life, limb, property, or the environment. For other and additional consideration, the Contractor hereby agrees, at its sole cost and expense, to indemnify and protect, defend, and hold harmless the City and its respective employees, agents, officials, officers, representatives, contractors and subcontractors, successors, and assigns (hereafter the "City") from and against any and all claims, demands, losses, damages, costs, expenses. including but not limited to mitigation, restoration, and natural restoration expenses, liabilities, assessments, fines, penalties charges, administrative and judicial proceedings and orders, judgments, causes of action, in law or in equity, remedial action requirements and/or enforcement actions of any kind (including, without limitation, attorneys' fees and costs) directly or indirectly arising out of or attributable to, in whole or in part, the Contractor's use, handling, storage, release, threatened release, discharge, treatment, removal, transport, decontamination, cleanup, disposal and/or presence of a Hazardous Substance (excluding asbestos) on, under, from, to or about the Premises or any other activity carried on or undertaken on or off the Premises by the Contractor or its employees, agents or subcontractors, in connection with the use, handling, storage, release, threatened release, discharge, treatment, mitigation, natural resource restoration, removal, transport, decontamination, cleanup, disposal and/or presence or any Hazardous Substance including asbestos located, transported, or present on, undue, from, to, or about the Premises. This indemnity is intended to be operable under 42 U.S.C. sections 9607, as amended or revised, and any successor section. The scope of the indemnity obligations includes, but is not limited to: (a) all consequential damages; (b) the cost of any required or necessary repair, cleanup, or detoxification of the applicable real estate and the preparation and implementation of any closure, remedial or other required plan, including without limitation; (i) the costs of removal or remedial action incurred by the United States government or the State of Florida or response costs incurred by any other person, or damages from injury to destruction of. or loss of, natural resources, including the cost of assessing such injury, destruction, or loss, incurred pursuant to the Comprehensive Environmental Response, Compensation and Liability Act, as amended; (ii) the clean-up costs, fines, damages, or penalties incurred pursuant to any applicable provisions of Florida law; and (iii) the cost and expenses of abatement, correction or cleanup, fines, damages, l response costs, or penalties which arise from the provisions of any other statute, law, ' regulation, code ordinance, or legal requirement state or federal; and (c) liability for •7'personal injury or property damage arising under any statutory or common law tort theory, including damages assessed for the maintenance of a public private nuisance, response costs, or for the carrying on of an abnormally dangerous activity. 8.22 :No Extended Damages : For other and additional good and valuable consideration the receipt and sufficiency of which is hereby acknowledged, the Contractor covenants and agrees that in the event of any delay of construction or for any other reason or allegation or claim, and notwithstanding the reason of the delay, reason, claim or allegation or who caused them or the construction delay or whether they were caused 5/7/2021 9'40 AM p 121 City of Fart Lauderdale Bid 12504-613 by the City, that there will be no entitlement to Contractor to or for any direct or indirect financial damages or losses for extended corporate overhead impact, extended project overhead impacts, project support services, mobilization or demobilization or by whatever other label or legal concept or theory and types of names or labels or basis such claims may have, or any business damages or losses of whatever type or nature, and Contractor hereby waives any right to make any such claim or claims. This provision will have application and effect when construction delays are anticipated and agreed upon by both the City and the Contractor. 8.23 No Liens: If any Subcontractor, supplier, laborer, or materialmen of Contractor or any other person directly or indirectly acting for or through Contractor files or attempts to file a mechanic's or construction lien against the real property on which the Work is performed or any part or against any personal property or improvements or claim against any monies due or to become due from the City to Contractor or from Contractor to a Subcontractor, for or on account of any work, labor, services, material, equipment, or other items furnished in connection with the Work or any Change Order, Contractor agrees to satisfy, remove, or discharge such lien or claim at its own expense by bond, payment, or otherwise within twenty (20) days of the filing or from receipt of written notice from the City. Additionally, until such time as such lien or claim is satisfied, removed or discharged by Contractor, all monies due to Contractor, or that become due to Contractor before the lien or claim is satisfied, removed or otherwise discharged, shall be held by City as security for the satisfaction, removal and discharge of such lien and any expense that may be incurred while obtaining such. If Contractor shall fail to do so, City shall have the right, in addition to all other rights and remedies provided by this Agreement or by law, to satisfy, remove, or discharge such lien or claim by whatever means City chooses at the entire and sole cost and expense of Contractor which costs and expenses shall, without limitation, include attorney's fees, litigation costs, fees and expenses and all court costs and assessments. 8.24 Weather Emergencies: Upon issuance of a Hurricane Watch by the National Weather Service, the Contractor shall submit to the City a plan to secure the work area in the event a Hurricane Warning is issued. The plan shall detail how the Contractor will secure the Premises, equipment and materials in a manner as to prevent damage to the Work and prevent materials and equipment from becoming a hazard to persons and property on and around the Premises. The plan shall include a time schedule required to accomplish the hurricane preparations and a list of emergency contacts that will be available and in the City before, during and immediately after the storm. Upon issuance of a Hurricane Warning by the National Weather Service, if the Contractor has not already done so, the Contractor shall implement its hurricane preparedness plan. Cost of development and implementation of the hurricane preparedness plan shall be considered as incidental to construction. Cost of any clean up and rework required after the storm will be considered normal construction risk within Florida and shall not entitle the Contractor to any additional compensation. Contractor shall be entitled to request an extension in time for completion of the Work, in accordance with the provisions of Article 15 of this Agreement, equal to the time it is shut down for implementation of the preparedness plan, the duration of the storm and a reasonable period to restore the Premises. 5/7/2021 9:40 AM p. 122 City of Fart Lauderdale Bid 12504-613 8.25 Force Majeure: No Party shall hold the other responsible for damages or for delays in performance caused by force majeure, acts of God, or other acts or circumstances beyond the control of the other party or that could not have been reasonably foreseen and prevented. For this purpose, such acts or circumstances shall include, but not be limited to weather conditions affecting performance, floods, epidemics, pandemics, war, act of Governmental Authority , state of emergency, riots, strikes, lockouts, or other industrial disturbances, or protest demonstrations. Should such acts or circumstances occur, the parties shall use their best efforts to overcome the difficulties arising therefrom and to resume the Work as soon as reasonably possible with the normal pursuit of the Work. Inclement weather, continuous rain for less than three (3) days or the acts or omissions of subcontractors, third -party contractors, materialmen, suppliers, or their subcontractors, shall not be considered acts of force majeure. No Party shall be liable for its failure to carry out its obligations under the Agreement during a period when such Party is rendered unable by force majeure to carry out its obligation, but the obligation of the Party or Parties relying on such force majeure shall be suspended only during the continuance of the inability and for no longer period than the unexpected or uncontrollable event. The Contractor further agrees and stipulates, that its right to excuse its failure to perform by reason of force majeure shall be conditioned upon giving written notice of its assertion that a Force Majeure delay has commenced within 96 hours after such an occurrence. The Contractor shall use its reasonable efforts to minimize such delays. The Contractor shall promptly provide an estimate of the anticipated additional time required to complete the Project. 8.26 Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assisted Contracts: The recipient shall not discriminate on the basis of race. color, national origin, or sex in the award and performance of any DOT -assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of DOT -assisted contracts. The recipient's DBE program, as required by 49 CFR Part 26 and as approved by DOT, is incorporated by reference in this Agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this Agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). Additionally, the Contractor assures that it, the sub recipient or its subcontractors shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this Agreement or such other remedy as the recipient deems appropriate. This additional language must be included in each subcontract the prime contractor signs with a subcontractor. Exhibit "A" 5/7/2021 9.40 AM p 123 City of Fort Lauderdale Bid 12504-613 ARTICLE 9 — CITY'S RESPONSIBILITIES 9.1 The City shall furnish the data required of the City under the Contract Documents promptly and shall make payments to the Contractor promptly after they are due as provided in Article 7. 9.2 The City shall provide public rights -of -way and easement, where available, for the installation of conduits, transformers pads and related appurtenances only. 9.3 Technical Clarifications and Interpretations: 9.3.1 The City shall issue. with reasonable promptness, such written clarifications or interpretations of the Contract Documents as it may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. Should the Contractor fail to request interpretation of questionable items in the Contract Documents, the City shall not entertain any excuse for failure to execute the Work in a satisfactory manner. 9.3.2 The City shall interpret and decide matters concerning performance under the requirements of the Contract Documents, and shall make decisions on all claims, disputes or other matters in question. Written notice of each claim, dispute or other matter will be delivered by claimant to the other Party but in no event later than five (5) days after the occurrence of event, and written supporting date will be submitted to the other Party within five (5) days after such occurrence. All written decisions of the City on any claim or dispute will be final and binding. 9.4 The Contractor shall perform all Work to the reasonable satisfaction of the City in accordance with the Contract Documents. In cases of disagreement or ambiguity, the City shall decide all questions, difficulties, and disputes of whatever nature, which may arise under or by reason of this Agreement or the quality, amount and value of the Work, and the City's decisions on all claims, questions and determination are final. 9.5 Cancellation For Unappropriated Funds: The obligation of the City for payment to a Contractor is limited to the availability of funds appropriated in a current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law. ARTICLE 10 — BONDS AND INSURANCE 10.1 Public Construction and Other Bonds: The Contractor shall furnish Public Construction or Performance and Payment Bonds ("Bond"), in an amount equal to 100% of the value of each Task Order issued as security for the faithful performance and payment of all the Contractor's obligations under the Contract Documents. These Bonds shall remain in effect until at least one (1) year after the date of final payment, except as otherwise provided by law. All Bonds shall be furnished and provided by the surety and shall be in substantially the same form as prescribed by the Contract Documents and be executed by such sureties as (i) are licensed to conduct business in the State of Florida, and (ii) are named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable 5/7/2021 9'40 AM p. 124 City of Fort Lauderdale Bid 12504-613 Reinsuring Companies as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department and (iii) otherwise meet the requirements set forth herein that apply to sureties. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 10.1.1 Performance Bond: The Contractor shall execute and record in the public records of Broward County, Florida, a payment and performance bond in an amount at least equal to the Contract Price with a surety insurer authorized to do business in the State of Florida as surety, ("Bond"), in accordance with Section 255.05, Florida Statutes (2020), as may be amended or revised, as security for the faithful performance and payment of all of the Contractor's obligations under the Contract Documents. A Corporate Surety Bond legally issued, meeting the approval of, and running to the City in an amount not less than the Contract Price of such improvements, conditioned that the Contractor shall maintain and make all repairs to the improvements constructed by the Contractor at their own expense and free of charge to the City, for the period of one (1) year after the date of acceptance of the Work within such period by reason of any imperfection of the material used or by reason of any defective workmanship, or any improper, imperfect or defective preparation of the base upon which any such improvement shall be laid. 10.2 Disqualification of Surety: If the Surety on any Bond furnished by the Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Florida or it ceases to meet the requirements of clauses (i) and (ii) of Paragraph 10.1, the Contractor shall within five (5) days thereafter substitute another Bond and Surety, both of which shall be acceptable to the City. 10.3 Insurance As a condition precedent to the effectiveness of this Agreement, during the term of this Agreement and during any renewal or extension term of this Agreement, the Contractor, at its sole expense, shall provide insurance of such types and with such terms and limits as noted below. Providing proof of and maintaining adequate insurance coverage are material obligations of the Contractor. The Contractor shall provide the City a certificate of insurance evidencing such coverage. The Contractor's insurance coverage shall be primary insurance for all applicable policies. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor's liability and obligations under this Agreement. All insurance policies shall be through insurers authorized or eligible to write policies in the State of Florida and possess an A.M. Best rating of A-, VII or better, subject to approval by the City's Risk Manager. The coverages, limits, and/or endorsements required herein protect the interests of the City, and these coverages, limits, and/or endorsements shall in no way be relied upon by the Contractor for assessing the extent or determining appropriate types and limits of coverage to protect the Contractor against any loss exposures, whether as a result 5/712021 9:40 AM p 125 City of Fort Lauderdale Bid 12504-613 of this Agreement or otherwise. The requirements contained herein, as well as the City's review or acknowledgement, are not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the Contractor under this Agreement. The following insurance policies and coverages are required: Commercial General Liability Coverage must be afforded under a Commercial General Liability policy with limits not less than: • $1,000,000 each occurrence and $2,000,000 aggregate for Bodily Injury, Property Damage, and Personal and Advertising Injury • $1,000,000 each occurrence and $2,000,000 aggregate for Products and Completed Operations Policy must include coverage for contractual liability and independent contractors. The City, a Florida municipal corporation, its officials, employees, and volunteers are to be covered as an additional insured with a CG 20 26 04 13 Additional Insured — Designated Person or Organization Endorsement or similar endorsement providing equal or broader Additional Insured Coverage with respect to liability arising out of activities performed by or on behalf of the Contractor. The coverage shall contain no special limitation on the scope of protection afforded to the City, its officials, employees, and volunteers. Business Automobile Liability Coverage must be afforded for all Owned, Hired, Scheduled, and Non -Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident. If the Contractor does not own vehicles, the Contractor shall maintain coverage for Hired and Non -Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. Contractor's Pollution Liability Coverage For sudden and gradual occurrences and in an amount not less than $1,000,000 per claim arising out of this Agreement, including but not limited to. all hazardous materials identified under the Agreement. Umbrella/Excess Liability: The Contractor shall provide umbrella/excess coverage with limits of no less than S2,000,000 excess of Commercial General Liability, Automobile Liability and Employer's Liability. Workers' Compensation and Employer's Liability Coverage must be afforded per Chapter 440, Florida Statutes. Any person or entity performing work for or on behalf of the City must provide Workers' Compensation insurance. Exceptions and exemptions will be allowed by the City's Risk Manager, if they are in accordance with Florida Statute. 5/7/2021 9:4© AM p 126 City of Fort Lauderdale Bvd 12504-613 The Contractor waives, and the Contractor shall ensure that the Contractor's insurance carrier waives, all subrogation rights against the City, its officials, employees, and volunteers for all losses or damages. The City requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to Recover from Others or equivalent. The Contractor must be in compliance with all applicable State and federal workers' compensation laws, including the U.S. Longshore Harbor Workers' Act and the Jones Act, if applicable. Property Coverage (Builder's Risk) Coverage must be afforded in an amount not less than 100% of the total project cost. including soft costs, with a deductible of no more than $25,000 each claim. Coverage form shall include, but not be limited to: • All Risk Coverage including Flood and Windstorm with no coinsurance clause • Guaranteed policy extension provision • Waiver of Occupancy Clause Endorsement, which will enable the City to occupy the facility under construction/renovation during the activity • Storage and transport of materials, equipment, supplies of any kind whatsoever to be used on or incidental to the project • Equipment Breakdown for cold testing of all mechanized, pressurized, or electrical equipment This policy shall insure the interests of the owner, contractor, and subcontractors in the property against all risk of physical loss and damage, and name the City as a loss payee. This insurance shall remain in effect until the work is completed and the property has been accepted by the City. Insurance Certificate Requirements a. The Contractor shall provide the City with valid Certificates of Insurance (binders are unacceptable) no later than ten (10) days prior to the start of work contemplated in this Agreement. b. The Contractor shall provide to the City a Certificate of Insurance having a thirty (30) day notice of cancellation; ten (10) days' notice if cancellation is for nonpayment of premium. c. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the Contractor to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the certificate holder. d. In the event the Agreement term goes beyond the expiration date of the insurance policy, the Contractor shall provide the City with an updated Certificate of Insurance no later than ten (10) days prior to the expiration of the insurance currently in effect. The City reserves the right to suspend the Agreement until this requirement is met. e. The Certificate of Insurance shall indicate whether coverage is provided under a claims -made or occurrence form. If any coverage is provided on a claims -made form, the Certificate of Insurance must show a retroactive date, which shall be the effective date of the initial contract or prior. f. The City shall be named as an Additional Insured on all liability policies, with the exception of Workers' Compensation. Exhibit "A" 5/7/2021 9'40 AM p. 127 City of Fort Lauderdale Bid 12504-613 g. The City shall be granted a Waiver of Subrogation on the Contractor's Workers' Compensation insurance policy. h. The title of the Agreement, Bid/Contract number, event dates, or other identifying reference must be listed on the Certificate of Insurance. The Certificate Holder should read as follows: City of Fort Lauderdale 100 N. Andrews Avenue Fort Lauderdale, FL 33301 The Contractor has the sole responsibility for all insurance premiums and shall be fully and solely responsible for any costs or expenses as a result of a coverage deductible, co-insurance penalty, or self -insured retention; including any loss not covered because of the operation of such deductible, co-insurance penalty, self -insured retention, or coverage exclusion or limitation. Any costs for adding the City as an Additional Insured shall be at the Contractor's expense. If the Contractor's primary insurance policy/policies do not meet the minimum requirements, as set forth in this Agreement, the Contractor may provide evidence of an Umbrella/Excess insurance policy to comply with this requirement. The Contractor's insurance coverage shall be primary insurance as respects to the City, a Florida municipal corporation, its officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, a Florida municipal corporation, its officials. employees, or volunteers shall be non-contributory. Any exclusion or provision in any insurance policy maintained by the Contractor that excludes coverage required in this Agreement shall be deemed unacceptable and shall be considered breach of contract. All required insurance policies must be maintained until the contract work has been accepted by the City, or until this Agreement is terminated. whichever is later. Any lapse in coverage shall be considered breach of contract. In addition, Contractor must provide to the City confirmation of coverage renewal via an updated certificate should any policies expire prior to the expiration of this Agreement. The City reserves the right to review, at any time, coverage forms and limits of Contractor's insurance policies. The Contractor shall provide notice of any and all claims, accidents, and any other occurrences associated with this Agreement to the Contractor's insurance company or companies and the City's Risk Management office, as soon as practical. It is the Contractor's responsibility to ensure that any and all of the Contractor's independent contractors and subcontractors comply with these insurance requirements. All coverages for independent contractors and subcontractors shall be subject to all of the applicable requirements stated herein. Any and all deficiencies are the responsibility of the Contractor. 51712021 9:40 AM p. 128 City of Fort Lauderdale Bid 12504-613 NOTE: CITY PROJECT NUMBER, PROJECT NAME AND BID NUMBER MUST APPEAR ON EACH CERTIFICATE, AND THE CITY OF FORT LAUDERDALE MUST BE NAMED ON THE CERTIFICATE AS AN "ADDITIONAL INSURED" ON GENERAL LIABILITY POLICIES. A Sample Insurance Certificate shall be included with the proposal to demonstrate the firm's ability to comply with insurance requirements. Provide a previous certificate or other evidence listing the insurance companies' names for all required coverage, and the dollar amounts of the coverage. ARTICLE 11- WARRANTY AND GUARANTEE, TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.1 Warranty: The Contractor warrants and guarantees to the City that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to the Contractor. All defective work, whether or not in place, may be rejected, corrected or accepted as provided in this Article. 11.1.1 Warranty of Title: The Contractor warrants to the City that it possesses good, clear and marketable title to all equipment and materials provided and that there are no pending liens, claims or encumbrances against the equipment and materials. 11.1.2 Warranty of Specifications: The Contractor warrants that all equipment, materials and workmanship furnished, whether furnished by the Contractor, its subcontractors or suppliers, will comply with the specifications, drawings and other descriptions supplied or adopted and that all services will be performed in a workmanlike manner. 11.1.3 Warranty of Merchantability: The Contractor warrants that any and all equipment to be supplied pursuant to this Agreement is merchantable, free from defects, whether patent or latent in material or workmanship, and fit for the ordinary purposes for which it is intended. 11.2 Tests and Inspections: Contractor shall retain the services of an independent, certified, testing lab to perform all testing as required by the specifications, Contract drawings, and any applicable permitting agency. Contractor shall provide evidence of certification to the City before the work and testing is done. Testing results shall be submitted to the Project Manager for review and approval at the time the results are provided to the Contractor. The Contractor shall give the Project Manager and City 'Inspector a minimum of twenty-four (24) hours' advanced notice of readiness of the Work for all required inspections, tests, or approvals and shall notify all applicable permitting agencies in a timely manner based on requirements set forth in the permit documents. 1 1.2.1 Neither observations by the Project Manager nor inspections, tests or approvals by others shall relieve the Contractor from its obligations to perform the Work in accordance with the Contract Documents. Exhibit "A" 5/7/2021 9 40 AM p 12(1 City of Fort Lauderdale Bid 12504-613 11.3 Uncovering Work: If any work that is to be inspected, tested or approved is covered without approval or consent of the Project Manager, it must, if requested by the Project Manager, be uncovered for observation and/or testing. Such uncovering and replacement shall be at the Contractor's sole expense unless the Contractor has given the Project Manager timely notice of the Contractor's intention to cover such Work and the Project Manager has not acted with reasonable promptness in response to such notice. 11.3.1 If the Project Manager considers it necessary or advisable that Work covered in accordance with Paragraphs 11.2.1, 11.2.2 and 11.2.3 be observed by the City or inspected or tested by others, the Contractor at the City's request, shall uncover, expose or otherwise make available for observation, inspection or testing as the Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, the Contractor shall bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation for additional professional services, and an appropriate deductive Change Order shall be issued. If, however, such work is not found to be defective, the Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection testing and reconstruction if it makes a claim therefore as provided in Articles 14 and 15. 11.4 City May Stop the Work: If the Work is defective, or the Contractor fails to supply sufficient skilled supervisory personnel or workmen or suitable materials or equipment or the work area is deemed unsafe, the City may order the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the City to stop the Work shall not give rise to any duty on the part of the City to exercise this right for the benefit of the Contractor or any other Party. The City will not award any increase in Contract Price or Contract Time if the Work is stopped due to the circumstances described herein. 11.5 Correction or Removal of Defective Work Before Final Payment: If required by the Project Manager, the Contractor shall promptly, without cost to the City and as specified by the Project Manager, either correct any defective Work, whether or not fabricated, installed or completed, or if the Work has been rejected by the City, remove it from the site and replace it with non -defective Work. 11.6 One Year Correction Period After Final Payment: If, within one (1) year after the date of final acceptance of work on each Task Order, or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any work is found to be defective, the Contractor shall promptly, without cost to the City and in accordance with the City's written instructions, either correct such defective Work, or, if it has been rejected by the City, remove it from the site and replace it with non -defective Work. If The Contractor does not promptly comply with the terms of such instructions or in an emergency where delay would cause serious risk of loss or damage, the City may have the defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs for such removal and replacement, including compensation for additional professional services. shall be paid by the Contractor. 5/7/2021 9:40 AM p. 130 City of Fort Lauderdae Bid 12504-613 11.7 Acceptance of Defective Work, Deductions: If, instead of requiring correction or removal and replacement of defective Work, the City, at the City's sole option, prefers to accept it, the City may do so. In such a case, if acceptance occurs prior to the Project Manager's recommendation of final payments, a Change Order shall be issued incorporating the necessary revisions in the Contracts Documents, including appropriate reduction in the Contract Price; or if the acceptance occurs after such recommendation, an appropriate amount shall be paid by the Contractor to the City. 11.8 City May Correct Defective Work: If the Contractor fails within a reasonable time after written notice of the Project Manager to proceed to correct defective Work or to remove and replace rejected Work as required by the Project Manager in accordance with Paragraph 11.5, or if the Contractor fails to perform the Work in accordance with the Contract Documents, the City may, after seven (7) days' written notice to the Contractor, correct and remedy any such deficiency. In exercising its rights under this paragraph, the City shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, the City may exclude the Contractor from all or part of the site, take possession of all or part of the Work, suspend the Contractor's services related thereto and take possession of the Contractor's tools, construction equipment and materials stored at the site or elsewhere. The Contractor shall allow the City's representative agents and employees such access to the site as may be necessary to enable the City to exercise its rights under this paragraph. All direct and indirect costs of the City in exercising such rights shall be charged against the Contractor in an amount verified by the Project Manager, and a Change Order shall be issued incorporating the necessary revisions in the Contract Documents and a reduction in the Contract Price. Such direct and indirect costs shall include, in particular but without limitation, compensation for additional professional services required and costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of the Contractor's defective Work. The Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by the City of the City's right hereunder. ARTICLE 12 — INDEMNIFICATION 12.1 Disclaimer of Liability: The City shall not at any time, be liable for injury or damage occurring to any person or property from any cause. whatsoever, arising out of Contractor's construction and fulfillment of this Agreement. 12.2 Indemnification: For other, additional good valuable consideration, the receipt and sufficiency of which is hereby acknowledged: 12.2.1 Contractor shall, at its sole cost and expense, indemnify and hold harmless the City, its representatives, employees and elected and appointed officials from or on account of all claims, damages, losses, liabilities and expenses, direct, indirect or consequential including but not limited to fees and charges of engineers, architects, attorneys, consultants and other professionals and court costs arising out of or in consequence of the performance of this Agreement at all trial and appellate levels. Indemnification shall specifically include but not be limited to claims, damages, losses, liabilities and expenses arising out of or from (a) the negligent or defective design of the project and Work of this Agreement: (b) any act, omission or default of the Contractor, its Subcontractors, agents, suppliers, employees, or laborers: (c) any and all bodily Exhibit "A" 5/7/2021 940 AM p. 131 City of Fort Lauderdale Bid 12504-613 injuries, sickness, disease or death; (d) injury to or destruction of tangible property, including any resulting loss of use; (e) other such damages, liabilities, or losses received or sustained by any person or persons during or on account of any operations connected with the construction of this Project including the warranty period; (f) the use of any improper materials; (g) any construction defect including both patent and latent defects; (h) failure to timely complete the work; (i) the violation of any federal, state, county or City laws, ordinances or regulations by Contractor, its subcontractors, agents, servants, independent contractors or employees; (j) the breach or alleged breach by Contractor of any term of the Agreement, including the breach or alleged breach of any warranty or guarantee. 12.2.2 Contractor agrees to indemnify, defend, and hold harmless the City, its officers, agents and employees, from all damages, liabilities, losses, claims, fines and fees, and from any and all suits and actions of every name and description that may be brought against City, its officers, agents and employees, on account of any claims, fees, royalties, or costs for any invention or patent and/or for the infringement of any and all copyrights or patent rights claimed by any person, firm, or corporation. 12.2.3 Contractor shall pay all claims, losses, liens, settlements or judgments of any nature in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees and costs for trials and appeals. 12.2.4 If any Subcontractor, supplier, laborer, or materialmen of Contractor or any other person directly or indirectly acting for or through Contractor files or attempts to file a mechanic's or construction lien against the real property on which the work is performed or any part or against any personal property or improvements thereon or make a claim against any monies due or to become due from the City to Contractor or from Contractor to a Subcontractor, for or on account of any work, labor, services, material, equipment, or other items furnished in connection with the Work or any change order, Contractor agrees to satisfy, remove, or discharge such lien or claim at its own expense by bond, payment, or otherwise within five (5) days of the filing or from receipt of written notice from the City. Additionally, until such time as such lien or claim is satisfied, removed or discharged by Contractor, all monies due to Contractor, or that become due to Contractor before the lien or claim is satisfied, removed or otherwise discharged, shall be held by City as security for the satisfaction, removal and discharge of such lien and any expense that may be incurred while obtaining the discharge. If Contractor shall fail to do so, City shall have the right, in addition to all other rights and remedies provided by this Agreement or by law, to satisfy, remove, or discharge such lien or claim by whatever means City chooses at the entire and sole cost and expense of Contractor which costs and expenses shall, without limitation, include attorney's fees, litigation costs, fees and expenses and all court costs and assessments, and which shall be deducted from any amount owing to Contractor. In the event the amount due Contractor is less than the amount required to satisfy Contractor's obligation under this, or any other article, paragraph or section of this Agreement, the Contractor shall be liable for the deficiency due the City. 5/712021 9 40 AM p. 132 City of Fort Lauderdale Bid 12504-613 12.2.5The Contractor and the City agree that Section 725.06(2), Florida Statutes(2020), as may be amended or revised, controls the extent and limits of the indemnification and hold harmless provisions of this Agreement, if any, and that the Parties waive any defects in the wording of this Article that runs afoul of said statutory section. ARTICLE 13 — CHANGES IN THE WORK 13.1 Without invalidating this Agreement, the City may, from time to time order additions, deletions or revisions in the Work through the issuance of Task Order Amendments. Upon receipt of a Task Order Amendment, the Contractor shall proceed with the Work involved. All Work shall be executed under the applicable conditions of the Contract Documents. The City reserves the right to add, delete or modify any or all pay items and/or quantities. All adjustments shall be made on the per unit price basis where unit prices are quoted. Other adjustments, if any, shall be based on a fair and equitable manner per the Contract Documents or mutually negotiated price between the Contractor and City. In the event the Contractor and City cannot come to an agreement on a price or price adjustment, the City shall have the right to complete that item or work by other means without invalidating the Contract. No claim of loss of profit shall be made against the City. 13.2 The Project Manager may authorize minor changes in the Work not involving an adjustment in the Contract Price or the Contract Time, which are consistent with the overall intent of the Contract Documents, Such changes must be in writing and signed by the City and the Contractor. 13.3 If notice of any change affecting the general scope of the Work or change in the Contract Price is required by the provisions of any Bond to be given to the Surety, it will be the Contractor's responsibility to so notify the Surety, and the amount of each applicable Bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City. ARTICLE 14 — CHANGE OF CONTRACT PRICE Contract Price shall not exceed that which is agreed to in this Agreement. Any increase to the Contract Price shall be executed through an Amendment to this Agreement and approved by the City Commission. 14.1 Time for the City to Approve Contract Amendment: Should the cumulative amount of the executed Task Orders exceed the Contract Price, a Contract Amendment must be approved by the City Commission authorizing additional funding for this Contract if it exceeds the threshold established in the City Code. ARTICLE 15 — CHANGE OF THE CONTRACT TIME 15.1 The Contract Time shall be for two (2) years from the date of Commission award subject to two (2) one (1) year renewal terms. 15.2 All time limits stated in the Contract Documents and within each executed Task Order are of the essence. The provisions of this Article 15 shall not exclude recovery for damages for delay by the Contractor. Exhibit "A" 5/7/2021 9:40 AM p 133 City of Fort Lauderdale Bid 12504-613 15.3 Delays caused by or resulting from entities, contractors or subcontractors who are not affiliated with the Contractor (non-affiliated Contractors) shall not give rise to a claim by the Contractor for damages for increases in material and/or labor costs. Such entities, contractors and subcontractors include, but are not limited to, the City's contractors and subcontractors, Florida Power and Light Company, AT&T and Florida East Coast Railway, LLC. 15.4 Rights of Various Interests: Whenever work being done by City's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Project Manager to secure the completion of the various portions of the Work in general harmony. ARTICLE 16 — LIQUIDATED DAMAGES 16.1 Upon failure of the Contractor to complete the Work of an executed Task Order within the agreed upon and approved time for said Task Order, the Contractor shall pay to the City the sum of Five Hundred Dollars ($500.00) for each and every calendar day that the completion of the Task Order is delayed beyond the time agreed upon for said Task Order, as fixed and agreed liquidated damages and not as a penalty, so long as the delay is caused by the Contractor. Should an act of God or the acts or omissions of the City, its agents or representatives, in derogation to the terms of this Agreement cause the delay, the Contractor shall not be responsible for the delay nor liquidated damages. Liquidated damages are fixed and agreed upon between the Parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by the City as a consequence of such delay and both Parties desiring to obviate any question of dispute concerning the amount of damages and the cost and effect of the failure of the Contractor to complete the Work on time. Liquidated damages shall apply separately to each Task Order for which a time of completion is given. The City shall have the right to deduct from or retain any compensation which may be due or which may become due and payable to the Contractor the amount of liquidated damages, and if the amount retained by the City is insufficient to pay in full such liquidated damages, the Contractor shall pay all liquidated damages in full. The Contractor shall be responsible for reimbursing the City, in addition to liquidated damages or other damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the Project beyond the completion date specified or beyond an approved extension of time granted to the Contractor whichever is later. Delays caused by or resulting from entities, contractors or subcontractors who are not affiliated with the Contractor shall not give rise to a claim by Contractor for damages for increase in material and/or labor costs. Such entities, contractors and subcontractors include, but are not limited to, the City's contractors and subcontractors, Florida Power and Light Company, AT&T, and Florida East Coast Railway, LLC. 16.2 No Extended Damages: For other and additional good and valuable consideration the receipt and sufficiency of which is hereby acknowledged, the Contractor covenants and agrees that in the event of any delay of construction or for any reason, allegation or claim, and notwithstanding the reason of the delay, reason, claim or allegation or who caused them or the construction delay or whether they were caused by the City. that there will be no entitlement to Contractor to or for any direct or indirect financial damages or losses for extended corporate overhead impact, extended project Exhibit "A" 5/7/2021 9'40 AM p. 134 City of Fort Lauderdale Bid 12504-613 overhead impacts, project support services, mobilization or demobilization or by whatever other label or legal concept or theory and types of names or labels or basis such claims may have, or any business damages or losses of whatever type or nature, and Contractor hereby waives any right to make any such claim or claims. This provision will have application and effect when construction delays are anticipated and agreed upon by both the City and the Contractor. ARTICLE 17 — SUSPENSION OF WORK AND TERMINATION 17.1 City May Suspend Work: The City may, at any time and without cause, suspend the Work or any portion of the Work for a period of not more than ninety (90) days by notice in writing to the Contractor which shall fix the date on which Work shall be resumed. The Contractor shall resume the Work on the date fixed. The Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension. if the Contractor makes a claim as provided in Articles 14 and 15. 17.2 City May Terminate Work: The City retains the right to terminate this Agreement as well as any task order, with thirty (30) days prior written notice. Additionally, the City may also terminate this Agreement as well as any task order upon fifteen (15) calendar days' notice upon the occurrence of any one or more of the following events: 17.2.1 If the Contractor makes a general assignment for the benefit of creditors. 17.2.2 If a trustee, receiver, custodian or agent of the Contractor is appointed under applicable law or under Contract, whose appointment or authority to take charge of property of the Contractor is for the purpose of enforcing a lien against such property or for the purpose of general administration of such property for the benefit of the Contractor's creditors. 17.2.3 If Contractor fails to begin the Work within fifteen (15) calendar days after the Project Initiation Date, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to ensure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if Contractor shall fail to perform any material term set forth in the Contract 'Documents, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Project Manager may give notice in writing to Contractor and its Surety of such delay, neglect or default, specifying the same. 17.2.4 If the Contractor repeatedly fails to make prompt payments to subcontractors or for labor. material or equipment. 17.2.5 If the Contractor repeatedly disregards proper safety procedures. 17.2.0 If the Contractor disregards any local, state or federal laws or regulations. 17.2.7 If the Contractor otherwise violates any provisions of this Agreement. 5/7/2021 9'.40 AM p 135 City of Fort Lauderdale Bid 12504-613 17.3 If Contractor, within a period of ten (10) calendar days after such notice, shall not proceed in accordance therewith, the City may exclude the Contractor from the Work site and take the prosecution of the Work out of the hands of the Contractor, and take possession of the Work and all of the Contractor's tools, appliances, construction equipment and machinery at the site and use them without liability to the City for trespass or conversion, incorporate in the Work all materials and equipment stored at the site or for which the City has paid the Contractor but which are stored elsewhere, and finish the Work as the City may deem expedient. In this instance, the Contractor shall not be entitled to receive any further compensation until the Work is finished. 17.3.1 If after notice of termination of Contractor's right to proceed, it is determined for any reason that Contractor was not in default, the rights and obligations of City and Contractor shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause as set forth in Section 17.5 below. 17.3.2 Upon receipt of Notice of Termination pursuant to Sections 17.2 or 17.5, Contractor shall promptly discontinue all affected work unless the Notice of Termination directs otherwise and deliver or otherwise make available to City all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 17.4 If the Contractor commits a default due to its insolvency or bankruptcy, the following shall apply: 17.4.1 Should this Agreement be entered into and fully executed by the Parties, funds released and the Contractor (Debtor) files for bankruptcy, the following shall occur: 17.4.1.1 In the event the Contractor files a voluntary petition under 11 U.S.C. 301 or 302, or an order for relief is entered under 11 U.S.C. 303, the Contractor shall acknowledge the extent, validity, and priority of the lien recorded in favor of the City. The Contractor further agrees that in the event of this default, the City shall, at its option, be entitled to seek relief from the automatic stay pursuant to 11 U.S.C. 362. The City shall be entitled to relief from the automatic stay pursuant to 11 U.S.C. 362(d) (1) or (d) (2), and the Contractor agrees to waive the notice provisions in effect pursuant to 11 U.S.C. 362 and any applicable Local Rules of the United States Bankruptcy Court. The Contractor acknowledges that such waiver is done knowingly and voluntarily. 17.4.1.2 Alternatively, in the event the City does not seek stay relief, or if stay relief is denied, the City shall be entitled to monthly adequate protection payments within the meaning of 11 U.S.C. 361. The monthly adequate protection payments shall each be in an amount determined in accordance with the Note and Mortgage executed by the Contractor in favor of the City. 5/7/2021 9:40 AM p 136 City of Fort Lauderdale Bid 12504-613 17.4.1.3 In the event the Contractor files for bankruptcy under Chapter 13 of Title 11, United States Code in addition to the foregoing provisions, the Contractor agrees to cure any amounts in arrears over a period not to exceed twenty-four (24) months from the date of the confirmation order, and such payments shall be made in addition to the regular monthly payments required by the Note and mortgage. Additionally, the Contractor shall agree that the City is over secured and, therefore, entitled to interest and attorney's fees pursuant to 11 U.S.C. 506(b). Such fees shall be allowed and payable as an administrative expense. Further, in the event the Contractor has less than five (5) years of payments remaining on the Note, the Contractor agrees that the treatment afforded to the claim of the City under any confirmed plan of reorganization shall provide that the remaining payments shall be satisfied in accordance with the Note, and that the remaining payments or claim shall not be extended or amortized over a longer period than the time remaining under the Note. 17.4.2 Should this Agreement be entered into and fully executed by the parties, and the funds have not been forwarded to Contractor, the following shall occur: 17.4.2.1 In the event the Contractor files a voluntary petition pursuant to 11 U.S.C. 301 or 302, or an order for relief is entered under 11 U.S.C. 303., the Contractor acknowledges that the commencement of a bankruptcy proceeding constitutes an event of default under the terms of this Agreement. Further, the Contractor acknowledges that this Agreement constitutes an executory contract within the meaning of 11 U.S.C. 365. The Contractor acknowledges that this Agreement is not capable of being assumed pursuant to 11 U.S.C. 365(c)(2), unless the City expressly consents in writing to the assumption. In the event the City consents to the assumption, the Contractor agrees to file a motion to assume this Agreement within ten (10) days after receipt of written consent from the City, regardless of whether the bankruptcy proceeding is pending under Chapter 7, 11, or 13 of Title 11 of the United States Code. The Contractor further acknowledges that this Agreement is not capable of being assigned pursuant to 11 U.S.C. 365(b)(1). 17.5 Termination for Convenience: This Contract may be terminated for convenience in writing by City upon thirty (30) days' written notice to Contractor (delivered by certified mail, return receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case, Contractor shall be paid for all work executed and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by Contractor relating to commitments which had become firm prior to the termination. Payment shall include reasonable profit for work/services satisfactorily performed. No payment shall be made for profit for work/services which have not been performed. 17.6 Where the Contractor's service has been so terminated by the City, the termination shall not affect any rights of the City against the Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due the Contractor by the City will not release the Contractor from liability. 5/712021 9'.40 AM p 137 City of Fort Lauderdale Bid 12504-613 17.7 The Contractor has no right, authority or ability to terminate the Work except for the wrongful withholding of any payments due the Contractor from the City. ARTICLE 18 — DISPUTE RESOLUTION 18.1 Resolution of Disputes: Questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Agreement as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents which cannot be resolved by mutual agreement of Contract Administrator and Contractor shall be submitted to the Consultant for resolution. When either party has determined that a disputed question, claim, difficulty or dispute, is at an impasse, that party shall notify the other party in writing and submit the question, claim, difficulty or dispute to the Consultant for resolution. The Parties may agree to a proposed resolution at any time without the involvement and determination of the consultant. 18.1.1 Consultant shall notify Contract Administrator and Contractor in writing of Consultant's decision within twenty-one (21) calendar days from the date of the submission of the question, claim, difficulty or dispute, unless Consultant requires time to gather information or allow the parties to provide additional information. 18.1.2 In the event the determination of a dispute by the Consultant under this Article is unacceptable to any of the Parties hereto, the Party objecting to the determination must notify the other Party and the City Manager, in writing within ten (10) days after receipt of the determination. The notice must state the basis of the objection and the proposed resolution. Final resolution of such dispute shall be made by the City Manager. The City Manager's decision shall be final and binding on the Parties. 18.1.3 All non -technical administrative disputes (such as billing and payment) shall be determined by Contract Administrator. 18.1.4 During the pendency of any dispute and after a determination thereof, Contractor and Contract Administrator shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. During the pendency of any dispute arising under this Agreement, other than termination herein, Contractor shall carry on the Work and adhere to the progress schedule. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 18.1.5 For any disputes which remain unsolved, within sixty (60) calendar days after Final Completion of the Work, the Parties shall participate in mediation to address all unresolved disputes. A mediator shall be mutually agreed upon by the Parties. Should any objection not be resolved in mediation, the Parties retain all their legal rights and remedies under applicable law. If a Party objecting to a determination, fails to comply in strict accordance with the requirements of this Article, said Party specifically waives all of its rights provided hereunder, including its rights and remedies under applicable law. 5/712021 9:40 AM p. 138 City of Fort Lauderdale Bid 12504-613 ARTICLE 19 — NOTICES 19.1 All notices required by any of the Contract Documents shall be in writing and shall be deemed delivered upon mailing by certified mail, return receipt requested to the following: To the City: with copies to: City Manager City of Fort Lauderdale 100 North Andrews Avenue Fort Lauderdale, Florida 33301-1016 Project Manager and City Attorney City of Fort Lauderdale 100 North Andrews Avenue Fort Lauderdale, Florida 33301-1016 To the Contractor: ARTICLE 20 — LIMITATION OF LIABILITY 20.1 The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action arising out of this Agreement, so that the City's liability for any breach never exceeds the sum of $1,000. For other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Contractor expresses its willingness to enter into this Agreement with the knowledge that the Contractor's recovery from the City to any action or claim arising from the Agreement is limited to a maximum amount of $1,000, which amount shall be reduced by the amount actually paid by the City to the Contractor pursuant to this Agreement, for any action or claim arising out of this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended either to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes (2020), as may be amended or revised , or to extend the City's liability beyond the limits established in said Section 768.28 (2020), as may be amended or revised; and no claim or award against the City shall include attorney's fees, investigative costs, expert fees, suit costs or pre -judgment interest. 20.2 No Extended Damages: For other and additional good and valuable consideration the receipt and sufficiency of which is hereby acknowledged, the Contractor covenants and agrees that in the event of any delay of construction or for any reason, allegation or claim, and notwithstanding the reason of the delay, reason, claim or allegation or who caused them or the construction delay or whether they were caused by the City, that there will be no entitlement to Contractor to or for any direct or indirect financial damages or losses for extended corporate overhead impact, extended project overhead impacts, project support services, mobilization or demobilization or by whatever other label or legal concept or theory and types of names or labels or basis Exhibit "A" 5/7/2021 9'40 AM p 139 Cdy of Fort Lauderdale 9ld 12504-613 such claims may have, or any business damages or losses of whatever type or nature, and Contractor hereby waives any right to make any such claim or claims. This provision will have application and effect when construction delays are anticipated and agreed upon by both the City and the Contractor. ARTICLE 21 — GOVERNING LAW; WAIVER OF JURY TRIAL 21.1 This Agreement shall be governed by the laws of the State of Florida. Both Parties agree that the courts of the State of Florida shall have jurisdiction of any claim arising in connection with this Agreement. Venue for any claim, objection or dispute arising out of this Agreement shall be in Broward County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either Party may have to a trial by jury in any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. ARTICLE 22 — MISCELLANEOUS d So. 22.1 The duties and obligations imposed by this Agreement and the rights and remedies available to the Parties and, in particular but without limitation, the warranties, guaranties and obligations imposed upon the Contractor and all of the rights and remedies available to the City, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by laws or regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents, and the provisions of this Paragraph will survive final payment and termination or completion of this Agreement. 22.2 The Contractor shall not assign or transfer this Agreement or its rights, title or interests. The obligations undertaken by the Contractor pursuant to this Agreement shall not be delegated or assigned to any other person or firm. Violation of the terms of this Paragraph shall constitute a material breach of Agreement by the Contractor and the City any, at its discretion, cancel this Agreement and all rights, title and interest of the Contractor which shall immediately cease and terminate. 22.3 The Contractor and its employees. volunteers and agents shall be and remain an independent contractor and not agents or employees of the City with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be constructed to create a partnership, association or any other kind of joint undertaking or venture between the Parties. 22.4 The City reserves the right to audit the records of the Contractor relating in any way to the Work to be performed pursuant to this Agreement at any time during the performance and term of this Agreement and for a period of three (3) years after completion and acceptance by the City. If required by the City, the Contractor agrees to submit to an audit by an independent certified public accountant selected by the City. The Contractor shall allow the City to inspect, examine and review the records of the Contractor at any and all times during normal business hours during the term of this Agreement. Exhibit "A" 517/2021 9'40 AM p 1 40 City of Fort Lauderdale Bid 12504-613 22.5 The remedies expressly provided in this Agreement to the City shall not be deemed to be exclusive but shall be cumulative and in addition to all other remedies in favor of the City now or later existing at law or in equity. 22.6 Should any part, term or provisions of this Agreement be decided by the courts to be invalid, illegal or in conflict with any state or federal law, the validity of the remaining portion or provision shall not be affected. 22.7 Prohibition Against Contracting With Scrutinized Companies: As to any contract for goods or services of $1 million or more and as to the renewal of any contract for goods or services of $1 million or more, subject to Odebrecht Construction, Inc., v. Prasad, 876 F.Supp.2d 1305 (S.D. Fla. 2012), affirmed, Odebrecht Construction, Inc., v. Secretary, Florida Department of Transportation, 715 F.3d 1268 (11th Cir. 2013), with regard to the "Cuba Amendment." the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and that it does not have business operations in Cuba or Syria, as provided in Section 287.135, Florida Statutes (2020), as may be amended or revised. As to any contract for goods or services of any amount and as to the renewal of any contract for goods or services of any amount, the Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2020), as may be amended or revised, and that it is not engaged in a boycott of Israel. The City may terminate this Agreement at the City's option if the Contractor is found to have submitted a false certification as provided under subsection (5) of Section 287.135, Florida Statutes (2020), as may be amended or revised, or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2020), as may be amended or revised, or is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes (2020), as may be amended or revised. 22.8 Public Entity Crimes: In accordance with the Public Crimes Act, Section 287.133, Florida Statutes (2020), as may be amended or revised, 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 (2020), as may be amended or revised, for category two purchases for a period of thirty-six (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. 22.9 Attorney Fees: If City or Contractor incurs any expense in enforcing the terms of this Agreement through litigation, the prevailing Party in that litigation shall be reimbursed for all such costs and expenses, including but not limited to court costs, and reasonable attorney fees incurred during litigation. Exhibit "A" 5/7/2021 9'40 AM p 1.a 1 City of Fort Lauderdale Bid 12504-613 22.10 Public Records IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT PRRCONTRACT(&.FORTLAUDERDALE.GOV, 954-828-5002, CITY CLERK'S OFFICE, 100 N. ANDREWS AVENUE, FORT LAUDERDALE, FLORIDA 33301. Contractor shall: 1. Keep and maintain public records required by the City in order to perform the service. 2. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes (2020), as may be amended or revised, or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of this contract if the Contractor does not transfer the records to the City. 4. Upon completion of the Contract, transfer, at no cost, to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of this Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of this Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 5/7/2021 9 40 AM p 142 City of Fort Lauderdale Bid 12504-613 Annual Construction of General Stormwater Infrastructure (Contractor) Project 12220 CITY IN WITNESS OF THE FOREGOING, the Parties have set their hands and seals the day and year first above written. CITY OF FORT LAUDERDALE, a Florida municipal corporation By: CHRISTOPHER J. LAGERBLOOM City Manager ATTEST: By: JEFFREY A. MODARELLI City Clerk Approved as to Legal Form: Alain E. Boileau, City Attorney By: RHONDA MONTOYA HASAN Assistant City Attorney Exhibit "A" 5/7/2021 9:40 AM p 143 Cly of For, Lauderdale Bid 12504-613 CONTRACTOR WITNESSES: CONTRACTOR., a Florida company/corporation. By: Print Name Print Name STATE OF COUNTY OF Print Name: Title: ATTEST: <v*"* - PG By: Secretary The foregoing instrument was acknowledged before me by means of i] physical presence or ❑ online notarization, this day of , 2021, by , (NAME OF AUTHORIZED OFFICER), as (TITLE OF AUTHORIZED OFFICER,) for (NAME OF COMPANY), a Florida (TYPE OF COMPANY). (Signature of Notary Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Type of Identification Produced: 5/7/2021 9:40 AM p 144 City of Fort Lauderdale I3 -J ,2504-_i1) DETAILED SPECIFICATIONS Exhibit "A" 5/7/2021 9:40 AM p. 145 City of Fort Lauderdale Bid 12504-613 SPECIFICATIONS GENERAL STORMWATER ANNUAL CONSTRUCTION CONTRACT For all pay items not detailed below, please reference the FDOT Basis of Estimate, latest edition, for descriptions. http://www.fdot.gov/programmanagementlEstimates/BasisofEstimates/BOEManual/BOEOnline .shtm • FOOT PAY ITEM # 101-1 / MOBILIZATION — NIGHT WORK / UNIT EA Description Unit price of the item listed above includes full compensation for all work described in the referenced FOOT pay item for projects where the Contractor needs to be mobilized at nighttime, 8 p.m. to 5 a.m., as requested by the City Project Manager or his designee. • FDOT PAY ITEM # 101-1 / MOBILIZATION - MOBILIZE WITHIN 24 HOURS FOR EACH PROJECT/ UNIT EA Description Unit price of the item listed above includes full compensation for all work described in the referenced FDOT pay item for projects where the Contractor needs to be mobilized within twenty-four (24) hours after requested by the City Project Manager or his designee. mobilization. • LIGHT TOWER WITH POWER SOURCE, AMIDA /TEREX AL4000 OR EQUIVALENT, F&I / UNIT ED Description Unit price of the item listed above includes full compensation for all labor and material necessary to properly furnish a light source, operate as needed, and remove after use. • FDOT CERTIFIED FLAG PERSON / UNIT HR Description Unit price of this item includes full compensation for worked performed by a FDOT certified flagman, Proof of certification must be provided to City Project Manager. • ORANGE PLASTIC MESH AND POST/ UNIT LF Descri ption Unit price of the item listed above includes full compensation for all labor and material necessary to properly complete the work. • STEEL TRAFFIC PLATES FOR UP TO 12' LANES/ UNIT DAILY/WEEKLY RATES Description Unit price of the item listed above includes full compensation for all labor and material necessary to properly complete the work. Reimbursement of this pay item will be based on the daily/weekly rates specified. The steel traffic plates must be able to withstand H-20 traffic loads, meet ASTM A36 steel requirements, and when installed, must extend a minimum of 12 -inches beyond the edges of the excavation. 517/2021 9:40 AM p. 146 City of Fort Lauderdale Bid 12504-613 This item includes steel pins and temporary, asphalt/plastic transition ramps • SURVEY FIELD WORK BY CREW / UNIT HR Description Unit price of this item includes full compensation for all work performed by a survey crew. This includes boundary and topographic surveys, staking out utility locations and/or as-builts. It shall be noted that layout, staking, construction surveying. data collection, and as -built drawing preparation and certification is required on all pipe and structure installation work and is considered incidental to the work being performed under each Task Order and no other payment will be made for such incidental work. This pay item is intended for survey work and drawings that are outside the scope of work of an approved Task Order, UTILITY LOCATING AND EXCAVATION TEST HOLE IN GREEN AREAS/ UNIT EA Description Unit price of the item listed above includes full compensation for all labor and material necessary to properly complete the work. The whole excavation may be hand dug. or equipment may be used to ascertain the horizontal and vertical locations of utility. • UTILITY LOCATING AND EXCAVATION TEST HOLE IN PAVEMENT AREAS/ UNIT EA Description Unit price of the item listed above includes full compensation for all labor and material necessary to properly complete the work. The whole excavation may be hand dug, or equipment may be used to ascertain the horizontal and vertical locations of utility. • SWALE EXCAVATION, GRADING AND RESTORATION/ UNIT SY • Description Unit price of the item listed above includes full compensation for all labor and material necessary to properly complete the swale work per the geometry depicted in engineering plans and specifications. The maximum depth of the swale cannot exceed 36" with side slopes 3:1 or less. This bid item includes the shaping of the swale area and the sod, but does not include additional items like washed rock trench, filter fabric or slope stabilization. Reimbursement of this item will be based on surface area of the finished swale (SY). PAVEMENT MARKINGS PAINTED/THERMOPLASTIC / UNIT LF/SF Description Unit price of these items include full compensation for all work described in the referenced FDOT pay items. In addition to the FDOT pay item scope, temporary pavement tape/paint shall be included as part of this bid item until the permanent markings are applied. • CURB OR CURB AND GUTTER REMOVAL / UNIT LF Description Unit price of this item includes full compensation for performing and completing all the work of removal and legal disposal of concrete curb or curb and gutter and the underlying limerock layer, if present. • X LU 5/7/2021 9 40 AM p. 147 City of Fort Lauderdale Bid 12504-613 • PAVER BLOCK REMOVAL 1 UNIT SF Description Unit price of this item includes full compensation for performing and completing all the work of removal and legal disposal of pavers and the underlying support layer. Concrete paver band removal shall be invoiced as curb and gutter removal. • REMOVAL AND DISPOSAL OF UNSUITABLE, NON -CONTAMINATED MATERIALS/ UNIT CY Description Unit price of this item includes full compensation for all work necessary for the proper removal and legal disposal of unsuitable materials not covered under other pay items. This pay item also includes the removal and legal disposal of miscellaneous utility infrastructure items which are not specifically addressed in the line items of this contract. • UTILITY PIPE REMOVAL AND DISPOSAL / UNIT LF Description Unit price of these items include full compensation for all work described in the referenced FDOT pay items. In addition to the pipe itself, this item shall include the removal and disposal of all valves, fittings and appurtenances that are part of the utility pipe. are not specifically addressed in the line items of this contract. • STORM/SANITARY STRUCTURE REMOVAL 1 UNIT EA Description Unit price of these items include full compensation for removal and disposal of structure less than 7' in diameter or square equivalent. In addition to the structure itself, this item shall include the removal and disposal of all bedding, frames, grates appurtenances that are part of the structure. For larger structure, the pass thru item may be used. • LIMEROCK REMOVAL AND DISPOSAL UP TO A MAXIMUM DEPTH OF 8"/ UNIT SY Description Unit price of these items include full compensation for removal and disposal of limerock up to 8" thick. This item does not include the removal of asphalt or other substrate layers. If the limerock thickness being removed exceeds 8", the remaining material removal shall be invoiced on a prorated basis. • TEMPORARY COLD PATCH ASPHALT/ UNIT CF Description Unit price of these items include full compensation for placement and removal of cold patch asphalt for temporary applications. • FDOT PAY ITEM # 522-2 / CONCRETE SIDEWALK, 6" THICK / UNIT SY Exhibit "A" 5/7/2021 9:40 AM p. H8 City of Fort Lauderdale Bid 12504-613 Description Unit price of the item listed above includes full compensation for all work described in the referenced FDOT pay item. ADA ramps and detectable warning installation are not covered under this line item. FDOT PAY ITEM # 527-2 / DETECTABLE WARNING ON EXISTING WALKING SURFACE, RETROFIT, FBI / UNIT SF Description Unit price of the item listed above includes full compensation for all work described in the referenced FOOT pay item; however the unit of measurement is square feet of installed detectable warning. • ADA RAMP / UNIT EA Description Unit price of the item listed above includes full compensation for: Item includes detectable warning surface. Ramp must conform to FDOT Design Standards Index #300 and #304 or variation approved by the City Project Manager. Ramp size area shall not exceed 100 SF. Any area beyond the 100 SF, will be invoiced per the 6" thick concrete sidewalk pay item (FDOT #522-2) • CATH BASINS/MANHOLES/ADS DRAINS/TRENCH DRAINS / UNIT EA/LF Description Unit price of this item includes full compensation for all the work described under the referenced pay item regardless of the type of structure. Unit price of the items listed above include full compensation for all work necessary to place the structure in the ground, this includes gravel for the base, frame and grates and the usage of a trench box. sheeting and/or dewatering pumps during the installation. Sodding, landscaping and pavement restoration will be paid under separate items. `**The manhole frames and covers must have the City of Fort Lauderdale Logo embossed, per the detail below. .Q >< UJ 5/7/2021 9-40 AM p. 149 City of Fort Lauderdale Bid 12504-613 ,..,,NPR -..x.26. NOTES: 1. MATERIAL: ASTM-A48 GRAY IRON CLASS 35B. 2. ADDITIONAL GRADE RINGS MAY BE USED TO ELEVATE EXISTING MANHOLE FRAMES TO RESURFACED GRADE (MAX 4" HEIGHT). 3 OPTIONAL: HINGED FRAME AND COVER AS SPECIFIED. 4. LOAD RATING: AASHTO H-20 LETTERING SHALL BE "STORMWATER". OR "TIDAL VALVE" AS INDICATED BY THE SERVICE SHOWN ON PLANS NOTES: PLAN 7 h 22 314" --•} l Q �+— 20 518" 1 24 112" 36" FRAME MANHOLE FRAME & COVER -PAVED AREAS 2 NON -PENETRATING PICK HOLES US FOUNDRY 420 FRAME AND GL COVER MACHINED SURFACES 1. MATERIAL. ASTM-A48 GRAY IRON CLASS 35B. 2. ADDITIONAL GRADE RINGS MAY BE USED TO ELEVATE EXISTING MANHOLE FRAMES TO RESURFACED GRADE (MAX 4" HEIGHT). 3. OPTIONAL: HINGED FRAME AND COVER AS SPECIFIED. 4. LOAD RATING: AASHTO H-20 LETTERING SHALL BE "STORMWATER". OR "TIDAL VALVE" AS INDICATED BY THE SERVICE SHOWN ON PLANS cn I p� 22 314"- J MACHINED SURFACES A 20114"- 32 314" COVER (2) 1" O ANCHOR HOLES (2) NON -PENETRATING PICK HOLES US FOUNDRY 465 FRAME AND GL COVER DOVETAIL GROOVE & GASKET 25" 23" 1 FRAME MANHOLE FRAME & COVER -UNPAVED AREAS laGTYoF I'ORT LAUDLHDALI. PUBLIC WORKSDEPARTMEP"I ENGINEERING DETAILS rw,ia .4Mrt,, w. mac. 1 art LaudmMk. tl.d..1tivw� MANHOLE FRAME AND COVER STRM 017 O4. 201712/L2 Exhibit "A" 5/712021 9:40 AM p 150 City of Fort Lauderdale Bid 12504-613 • FDOT PAY ITEM # 425-11: DRAINAGE STRUCTURE MODIFY / UNIT EA Description Unit price for this item shall include core drilling a new opening for a pipe Into an existing structure, enlarging or reducing and existing structure opening to accommodate a new pipe and filling in an existing invert opening. PIPE CULVERT INSTALLATION / UNIT LF Description Unit price of the items listed above include full compensation for all work described in the referenced FDOT pay items. Pipe material is to be selected by the City Project Manager depending on the field conditions. Unit price of the items listed above include full compensation for all work described in the referenced FDOT pay items, this includes pipe bedding, and the usage of a trench box, sheeting and backfilling the trench. Dewatering activities, sodding, landscaping and asphalt/concrete/paver pavement restoration will be paid under separate items. FDOT PAY ITEM 443-70-3/4: FRENCH DRAIN / UNIT LF • Description Unit price of the items listed above include full compensation for all work and materials needed to install the French drain system per the specifications described in the referenced FDOT pay items (#433-70-3/4). This price must include the perforated/slotted pipe, RCP or optional material, filter fabric, #57 washed rock trench not to exceed maximum 5' width and 6' depth. FRENCH DRAIN AGGREGATE/ UNIT CY Description Unit price of the items listed above include full compensation for all work and materials needed to install additional French drain aggregate consisting of #57 washed rock. • FDOT PAY ITEM E430-94-1/2/314/5: DESILTING AND CLEANING OF DRAINAGE PIPE/ UNIT LF Description Unit price of the item listed above includes full compensation for all labor and material necessary to properly complete the work per the FOOT pay items (#430-94-1/2/314/5). In addition to the scope of work outlined above, a video taping of the pipe afterwards will be required for approval by the City Project Manager. • WELL POINT DEWATERING SYSTEM / UNIT ED Description Unit price of the item listed above includes full compensation for all labor and material necessary to install and successfully operate the well point dewatering system, including sheet pilling, well points, pump and settlement box if necessary. The line item must cover different sized pit excavations as required to install the stormwater infrastructure. Exhibit "A" 5/7/2621 9 40 AM p. 151 City of Fort Lauderdale Bid 12504-613 • BY-PASS PUMP / UNIT ED Description Unit price of the item listed above includes full compensation for all labor and material necessary to install and successfully operate the by-pass pump for dewatering purposes. • DRAINAGE LINE PLUGS / UNIT EA Description Unit price of the item listed above includes full compensation for all labor and material necessary to install and remove a drainage line plug. The type of plug and material will be left to the Contractor's discretion as long as it provides a proper seal with no leaks and as approved by the City Project Manager. • FENCING AND GATES / UNIT FL Description Unit price of the item listed above includes full compensation for all labor and material necessary to install standard fence types per the local building department codes of municipalities. This line item does not cover removal of the old fence, landscape and hardscape elements, these can be invoiced as their respective line items. • MISCELLANEOUS HOURLY RATES / UNIT HR Description Unit price of the item listed above includes full compensation for all labor and equipment specified in the bid items. This is only for work to be performed in above and beyond the scope specified in each bid item of this contract. POLLUTION RETARDANT BAFFLE WITH CLEANOUT ACCESS FOR / UNIT EA Description Unit price of the item listed above includes full compensation for all labor and material necessary to install the skimmer per the City standard detail below. 50/2021 9 40 AM p 152 Crty of Fort Lauderdale Bid 12504-613 BASIN WALL -- A 1 OUTLET f % PIPE -} NEOPRENE GASKET kr 4. CENTERLINE SOLID CAP m 3• CORRUGATED SKIMMER BAFFLE 2A BASIN FLOOR l SIDE ELEVATION a. 34. l 314" 1 1j. ANGLE DETAIL ANGLES ON OTHER SIDE OF SKIMMER ARE MIRROR IMAGE FRONT ELEVATION TYPE 1 SKIMMER DIMENSION TABLE OUTLET PIPE A B 18" 12" 42' 24"' 15' 4B" 30" 18" 54" 36" 21" 60" SEE ANGLE DETAIL } 1 crrr FORT LAUDERDALE RIME MOONS DEPARTMENT ENGINEERING DETAILS 1111514.1. Anelnna Awns.. Voila...> F,..,. MEW SKIMMER FOR EXFILTRATION TRENCH OUTLET TYPE 1 - SHEET 1 STRM 005 5!712021 9 40 AM p ^S3 City of Fort Lauderdale Bid 12504-613 41•••••7 010•11101110P....o.1•11*tilltel MKS Lowift. FLANGE OUTLET PIPE 2 1 1 10' ROUND CLEA OUT PORT W A NEOPRENE GASKET r LOSS PREVENTION DEVICE NEOPREN GASKET SIDE 'ELEVATION FRONT ELEVATION CENTERLINE TEN 1U4' 0x7' STUDS WA NUTS AND WASHERS 117 DIA MOLE (TVP-) CITYar FORT LAUDERDALE PUBLIC WORKS DEPARTMENT ENGINEERING DETAILS 190 Ns01 MOW., Artic Purl Lrelibr 'Wok 09901 SKIMMER FOR EXFILTRATION TRENCH OUTLET TYPE 2 NMI STRM 007 3!{p03,21 X W 5/7/2021 9:40 AM p. 154 City of Fort Lauderdale Bid 12504-613 11111•111-.+...�. ......4••••....MaSOY NOTES: 1 THE SKIMMILR IS A I-K)ODED COVER. MOUNTED OVER AN OUTLET IN A CATCHBASIN., THAT PREVENTS OIL AM) FLOATING DEBRIS FROM EXITING THE BASIN USE THS SKIMIMIER IN CATCHBASINS WHERE THERE IS A NEED TO PREVENT OIL, DEBRIS OR OTHER FLOATING CONTAMINANTS FROM EXITNG CATCHBASINS THROUGH OUTLET PIPES 2 PLACE NEOPRENE GASKET MATERIAL BETWEEN THE SKINNER AND THE CATCHBASIN AT ALL POINTS OF CONTACT TRIM THE GASKET NEATLY TO EXTEND 1f2 NCH BEYOND THE JOINT ON ALL SIDES 3 SKIMMER BAFFLE, CLEANOUT PIPE AND ANGI ES SHALL BE PRIMARILY CONSTRUCTED OF EITHER GALVANIZED STEEL, ALUMINUM, POLYVINYL CHLORIDE, POLYETHYLENE, FIBERGLASS OR ACRYLONITRITE BUTADIENE STYRENE, ALL STEEL COMPONENTS, OTHER THAN STAINLESS STEEL, SHALL BE FOOT -DIP GALVANIZED 4_ MOUNTING HARDWARE, HINGES AND LATCHES SHALL ALL BE 316 STAINLESS STEEL LOSS PREVENTION DEVICE SHALL BE EITHER 316 STANL ESS STEEL CHAIN OR RIVETED NYLON STRAP 5. MATERIAL USED N CONSTRUCTION OF SKIMMER BODIES (BAFFLES) AND CLEANOUT PIPE SHALL COMPLY WITH FDOT STANDARD SPECIFICATION 943 FOR STEEL, 945 FOR ALUMINUM OR 948 FOR PLASTICS 6. ALL COST FOR FURNISHING AM) INSTALLING A SKIMMER SHALL BE INCLUDED IN TF-E COST OF THE BASIN IN WHICH IT IS INSTALLED 7 PLASTIC SKIMMER SHALL CONTAIN A P NIMUM OF 1 5% BY WEIGHT OF CARBON BLACK FOR UV PROTECTION 8. THE BACKS OF SKIMMERS MUST CONFORM TO THE SHAPE OF THE BASIN WALLS ON WHICH THEY ARE MOUNTED 9. lirlE CLEANOUT PORT FOR THE TYPE 2 SKIMMER SHALL BE GASKETED, WITH EITHER A THREADED SCREW -IN LID OR A LID SECURED BY FOUR STAINLESS STEEL QUICK -RELEASE LATCHES 10 TYPE II SKIMMER ARE TO BE USED ONLY WITH OUTLET PIPE DIAMETERS OF 15-, 18' AND 24'. f :.1 a0 CITYar FORT LAUDERDALE PUBLIC WORILS DEPARTMENT ENGINEERING DETAILS ..a Allow Award . FIE Laut.do.c F4.; 9ION SKIMMER FOR EXFILTRATION TRENCH OUTLET NOTES m. STRM 008 zoisowai X W 5/712021 9:40 AM p. 155 City of Fort Lauderdale Bid 12504-613 • INLINE TIDAL CHECK VALVE: WASTOP OT APPROVED EQUAL 1 UNIT EA Description Contractors working on City projects will receive special pricing from the supplier of Wapro Wastop tidal valves. Pricing shown reflects pre -negotiated sale prices that will be honored for the City's Contractors. For the purpose of this item, "Furnish" includes purchasing the valve at City pricing and delivering the valve with all fittings, accessories and appurtenances to the Project site. "Install" includes labor, tools and equipment to install a Wastop check valve with all fittings; including excavation, grading, removal, and disposal of soil and debris and all other necessary appurtenances per City and manufacturer's specifications. See www.wapro.corn for latest Wastop inline valve details and specifications. • ALUMINUM MANATEE GRATE / UNIT EA Description Unit price of the item listed above includes full compensation for all labor and material necessary to install the manatee grate, per the detail below. Exhibit "A" 5/7/2021 9 40 AM p 15R) City of Fort Lauderdale Bid 12504-613 6' STD j 1 1FZ' 1"OHOLE tit _r SECTION - STEEL. PLATE x 14" BOLT VWITH NUT AND WASHERS STEEL PLATE BARS 8' CTRS EACH WAY 1/2" BARS. PIPES < 30"0 518' BARS, PIPE 2 30" 0 114 CUP ANGLE SEE DETAIL STEEL PLATE 3-0" FOR 18' PIPE 4'-0" FOR 24" & 30' PIPE 4'-0" FOR 30' PIPE 5.-0" FOR 36" PIPE 5'-0" FOR 47 PIPE NOTE c_ 1" 0 IiOLE STEEL PLATE 1/4 112" PVC PIPE SLEEVE SIDE VIEW L 6x4x3/8x4 114 CUP DETAIL 314' 0 ANCHOR WITH NUTS AND WASHERS 6 1/7 MINIMUM IMBEDMENT HEX BOLT CAST -IN -PLACE ADHESIVE -BONDED ANCHOR FULLY THREADED ROD INSTALLED IN ACCORDANCE WTTH SPECIFICATION SECTION 416 L 7 2Y3116 Z-4 FOR 18' PIPE 3"-ITFOR 24`&30'PIPE 3'-B" FOR 36` PIPE 4'-4" FOR 42' PIPE VERT BARS & PLATE HOLES SYMMETRICAL ABOUT % PIPE. 4 FOR 18' PPE 5FOR 2'4"&30"PIPE 6FOR 36'PIPE 7FOR 42'PIPE PIPE DIA 18" 24" 30" 36" 47 GRATE 0 RS) 48 5e 74 90 111 FRONT YEW GUARDS TO BE CONSTRUCTED ONLY AT LOCATIONS SPECIFICALLY CALLED FOR IN PLANS CLTYar FORT LAUDERDALE PUBLIC WORKS DEPARTMENT ENGINEERING IJFLAILS W S.LV Aniicw A.s.WG Ft, • - Flu/ SINN MANATEE GRATE as . STRM 013 INS X W 5/7/2021 9:40 AM P. 1 57 City of Fort Lauderdale Bid 12504-613 • CORE DRILL EXISTING SEWALL OUTFALLS/ UNIT EA Description Unit price of the item listed above includes full compensation for all labor and material necessary to core drill new drainage outfalls in existing seawalls. This item also covers enlarging existing outfalls to accommodate larger diameter pipes and grouting associated with the work to ensure a watertight seal between the pipe and the seawall. • PIPE BURSTING / UNIT LF Description Unit price of the item listed above includes full compensation for all labor and material necessary to properly complete the work. • Furnish all materials, labor, and equipment necessary to install new HDPE pipe by pipe bursting mechanism replacing existing broken pipe, including, but not limited to, contractor to perform CCTV of existing piping condition and post -construction condition, soil boring tests to find out the soil conditions, selection of machinery, unloading, stringing, excavating, dewatering, removal and disposal of unsuitable materials, bedding, pipe laying, core drilling concrete seawalls or catch basins, connecting new pipe to existing catch basins, backfilling, compacting, restoring project area back to original condition or better, including adjustments of valves, rims, covers, compliance with Florida Safety Act (90-96, Laws of Florida), and all other necessary appurtenances. • DIRECTIONAL BORE / UNIT LF Description Unit price of the item listed above includes full compensation for all labor and material necessary to properly complete the work. Furnish all materials, labor, and equipment necessary to install new HOPE pipe by directional boring mechanism replacing existing broken pipe, including, but not limited to, contractor to perform CCTV of existing piping condition and post -construction condition, soil boring tests to find out the soil conditions, selection of machinery, unloading, stringing, excavating, dewatering, removal and disposal of unsuitable materials, bedding, pipe laying, core drilling concrete seawalls or catch basins, connecting new pipe to existing catch basins, backfilling, compacting, restoring project area back to original condition or better, including adjustments of valves, rims, covers, compliance with Florida Safety Act (90-96, Laws of Florida), and all other necessary appurtenances. • FERTILIZER, F&I / UNIT EA Description Unit price of this item includes full compensation for all work, labor, material, and equipment necessary for placement of fertilizer in compliance with Section 982 of the FDOT Standard Specifications. • ROOT BARRIER, F&I 1 UNIT LF Description Exhibit "A" 5/7/2021 9:40 AM p. 58 City of Fort Lauderdale Bid 12504-613 Unit price of the item listed above includes full compensation for work, labor, material, and equipment required to furnish and install a 2 -foot tall, high density polyethylene root barrier. Trench work must also be included in the unit price for this item. • TREE REMOVAL / UNIT EA Description Unit price of the items listed above include full compensation for all work, labor, equipment, and material required for the tree removal in its entirety. Unit price also must include: Any required excavation activities. Daily clean up and disposal of the plant material and any other incidental materials created during the plant removal operation such as, all tree trunks, limbs, leaves, twigs, sawdust and chips. Street and sidewalk areas shall be swept and all other areas shall be raked clean of debris generated through removal operations. Removal and/or treatment of any existing bee hives, wasps, hornets, or other hazardous pests within the tree. Utility location. Stumps and all visible surface roots shall be mechanically ground out to a minimum depth of 8 inches below the surrounding grade. For locations where sidewalk and curb exist, the surrounding grade shall be established by means of an imaginary line extending from the top of the curb to the street side edge. All excess stump chips shall be physically removed from the sites. Sufficient stump chips shall be left on site to fill the resulting depression slightly above the surrounding grade (to allow for some settlement). All work shall be in compliance with ANSI A300 and Z133.1 Standards, city ordinances, and permit requirements. • STUMP GRINDING/REMOVAL / UNIT EA Description Unit price of the items listed above include full compensation for work, labor, material, and equipment required to remove the tree stump in its entirety either by pulling or grinding it out. Unit price also must include: - Any required excavation activities. - Daily clean up and disposal of the plant material and any other incidental materials created during the stump removal operation. Street and sidewalk areas shall be swept and all other areas shall be raked clean of debris generated through removal operations. - Grading of the landscaping area from which the stump was removed. - Utility location. All work shall be in compliance with ANSI A300 and Z133.1 Standards, city ordinances, and permit requirements. 5/712021 9:40 AM p 159 City of Fort Lauderdale Bid 12504-613 SOD / UNIT SY Description Unit price of the items listed above include full compensation for work, labor, material, and equipment required to install sod, level it and water it for 2 weeks as needed. • HEDGE -TREE -PALM REPLACEMENT / UNIT SY Description Unit price of the items listed above include full compensation for work, labor, material, and equipment required to install the landscape bid item, species and height. The price must include 2 weeks of watering as need. For exotic species replacement not covered under these bid items, the landscape pass thru item may be used. PASS-THRU ITEMS • PASS-THRU COST — IRRIGATION SYSTEM AND LANDSCAPING / UNIT ALLOWANCE Description This item includes full compensation for all labor, materials and equipment needed to install, repair and/or replace sprinkler systems, and landscape not specifically covered in the bid items of this contract. Contractor shall provide the City's Project Manager with receipts for all materials purchased and used to complete this work. • PASS-THRU COST — UNFORESEEN UNDERGROUND CONDITION / UNIT ALLOWANCE Description This item includes full compensation for all labor, materials and equipment needed to install, repair and/or replace underground infrastructure encountered during construction activities, which was not specifically covered in the bid items of this contract and it was not identified by utility locators. Contractor shall provide the City's Project Manager with receipts for all materials purchased and used to complete this work. • PASS-THRU COST — PARTS, MATERIALS, AND MISCELLANEOUS ITEMS / UNIT ALLOWANCE Description This item includes full compensation for miscellaneous materials needed during construction, which was not specifically covered in the bid items of this contract, including precast structures of large sizes and irregular shapes and replacement of restoration items. Contractor shall provide the City's Project Manager with receipts for all materials purchased and used to complete this work. • PASS-THRU COST — SPECIALIZED CONSTRUCTION ACTIVITIES / UNIT ALLOWANCE Description This item includes full compensation for miscellaneous labor and equipment needed during construction, which was not specifically covered in the bid items of this contract. Contractor 5/7/2021 9 40 AM p. 160 City of Fort Lauderdale Bid 12504-613 shall provide the City's Project Manager with receipts for all materials purchased and used to complete this work. • PASS-THRU COST — PERMIT AND CONSTRUCTION TESTING / UNIT ALLOWANCE Description This item includes full compensation for miscellaneous permit and geotechnical testing fees needed during construction, which was not specifically covered in the bid items of this contract. Contractor shall provide the City's Project Manager with receipts for all permits or testing needed to complete this work Overall Description of the Pass-thru allowances The purpose of the Pass-thru allowance items listed above is to provide a means of covering the direct cost of the Contractor for any items not contained within the contract documents. Pass- thru items include construction activities for irrigation system and landscaping; unforeseen underground condition; parts, materials, and miscellaneous items; specialized construction activities; and permit fees. The City Project Manager or his designee must approve use of Pass-thru items. The City reserves the opinion to purchase and furnish materials or services if the City determines that the prices submitted by the Contractor are not fair and reasonable. The Contractor is not allowed to markup cost of the Pass-thru items. Copy of the Contractor's invoices for materials and services from the supplier(s) or subcontractor(s) will be required before invoice approval. In cases where the Contractor manufactures its own parts or directly provide the required service, it will charge the City a price within a competitive range. The City reserves the right to request verification or additional quotes. Should the Contractor elect to subcontract any portion of an individual project, the Contractor must first check with the City Project Manager or his designee to identify if any City contracts can be utilized for the required services. If not available, the Contractor shall obtain a minimum of three (3) quotes and the cost of the "Pass-thru" shall be the lowest of the provided quotes, subject to approval of the City Project Manager or his designee. Parts provided by the subcontractor(s) must also be on a "Pass-Thru" basis. Exhibit "A" 5/7/2021 9 40 AM p 1 6 1 City of Fort Lauderdale Bid 12504-613 CITY OF FORT LAUDERDALE PUBLIC WORKS DEPARTMENT MINORITY BUSINESS ENTERPRISE (MBE) - WOMEN BUSINESS ENTERPRISE (WBE) PRIME CONTRACTOR IDENTIFICATION FORM In order to assist us in identifying the status of those companies doing business with the City of Fort Lauderdale, this form must be completed and returned with your bid package. Name of Firm: Address of Firm: Telephone Number: Name of Person Completing Form: Title: Signature: Date: City Project Number: City Project Description: Please check the item(s) which properly identify the status of your firm: Our firm is not a MBE or WBE. Our firm is a MBE. as at least 51 percent is owned and operated by one or more socially and economically disadvantaged individuals. American Indian Asian Black Hispanic Our firm is a WBE, as at least 51 percent is owned and operated by one or more women. American Indian Asian Black Hispanic Exhibit "A" 5/7/2021 9,40 AM p 162 City of Fort Lauderdale Bid 12504-613 MBE/WB'E CONTRACTOR INFORMATION The City, in a continuing effort, is encouraging the increased participation of minority and women -owned businesses in Public Works Department related contracts. Along those lines, we are requiring that each firm provide documentation detailing their own programs for utilizing minority and women -owned businesses. Submit this information as a part of this bid package and refer to the checklist, to ensure that all areas of concern are covered. The low responsive bidder may be contacted to schedule a meeting to discuss these objectives. It is our intention to proceed as quickly as possible with this project, so your cooperation in this matter is appreciated. CONTRACTOR CHECKLIST List Previous City of Fort Lauderdale Contracts Number of Employees in your firm --Percent ( %) Women --Percent ( %) Minorities --Job Classifications of Women and Minorities Use of minority and/or women subcontractors on past projects. Nature of the work subcontracted to minority and/or women -owned firms. How are subcontractors notified of available opportunities with your firm? 517/2021 9:40 AM p 163 Exhibit "A" City of Fort Lauderdale Bud 12504-613 Anticipated amount to be subcontracted on this project. Anticipated amount to be subcontracted to minority and/or women -owned businesses on this project. 5/7/2021 9:40 AM p. 164 City of Fort Lauderdale Bid 12504-613 QUESTIONNAIRE SHEET PLEASE PRINT OR TYPE: Firm Name: President Business Address: Telephone: E -Mail Address: Fax: What was the last project of this nature which you completed? Include the year, description. and contract value. The following are named as three corporations and representatives of those corporations for which you have performed work similar to that required by this contract, and which the City may contact as your references (include addresses, telephone numbers and e-mail addresses). Include the project name, year. description, and contract value. How many years has your organization been in business? Have you ever failed to complete work awarded to you; if so, where and why? The name of the qualifying agent for the firm and his position is: Certificate of Competency Number of Qualifying Agent: Effective Date: Expiration Date: Licensed in: Engineering Contractor's License # (County/State) Expiration Date: 517/2021 9'.40 AM p 165 City of Fort Lauderdale Bid 12504-613 NOTE: To be considered for award of this contract, the bidder must submit a financial statement upon request. NOTE: Contractor must have proper licensing and shall provide copy of same with his proposal. QUESTIONNAIRE SHEET 1. Have you personally inspected the proposed work and have you a complete plan for its performance? 2. Will you sublet any part of this work? If so, list the portions or specialties of the work that you will. a) b) c) d) e) f) 9) 3. What equipment do you own that is available for the work? / 4. What equipment will you purchase for the proposed work? 5. What equipment will you rent for the proposed work? 5/712021 9:40 AM p. 166 City of Fort Lauderdale Bid 12504-613 TRENCH SAFETY Bidder acknowledges that included in the appropriate bid items of his bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act, Florida Statutes 553.60 — 553.64. The bidder further identifies the costs of such compliance to be summarized below: Trench Safety Measure (Description) Units of Measure (LF/SF) Unit (Quantity) Unit Cost Extended Cost A. $ $ B. $ $ C. $ $ D. $ $ Total: $ The bidder certifies that all trench excavation done within his control in excess of five feet (5') in depth shall be in accordance with the Occupational Safety and Health Administration's excavation safety standards, C.F.R. s. 1926.650 Subpart P., and the Florida Trench Safety Act. Florida Statutes 553.60-553.64. Failure to complete the above may result in the bid being declared non -responsive. DATE: (SIGNATURE) STATE OF: COUNTY OF: PERSONALLY APPEARED BEFORE ME, the undersigned authority, (Name of Individual Signing) day of who, after first being duly sworn by me, affixed his/her signature in the space provided above on this 20 My Commission Expires: NOTARY PUBLIC 5!712021 9:40 AM p 167 City of Fort Lauderdale Bid 12504-613 NON- LL I EMENT: By signing this offer, the vendor/contractor certifies that this offer is made independently and free from collusion. Vendor shall disclose below any City of Fort Lauderdale, FL officer or employee, or any relative of any such officer or employee who is an officer or director of, or has a material interest in, the vendor's business, who is in a position to influence this procurement. Any City of Fort Lauderdale, FL officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor. in accordance with City of Fort Lauderdale, FL Policy and Standards Manual, 6.10.8.3, 3.3. City employees may not contract with the City through any corporation or business entity in which they or their immediate family members hold a controlling financial interest (e.g. ownership of five (5) percent or more). 3.4. Immediate family members (spouse, parents and children) are also prohibited from contracting with the City subject to the same general rules. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the City Procurement Code. NAME RELATIONSHIPS In the event the vendor does not indicate any names, the City shall interpret this to mean that the vendor has indicated that no such relationships exist, Authorized Signature Title Name (Printed) Date 5/7/2021 9 40 AM p. 168 City of Fort Lauderdale Bid 12504-613 CONTRACTOR'S CERTIFICATE OF COMPLIANCE WITH NON-DISCRIMINATION PROVISIONS OF THE CONTRACT The completed and signed form should be returned with the Contractor's submittal. If not provided with submittal, the Contractor must submit within three business days of City's request. Contractor may be deemed non -responsive for failure to fully comply within stated timeframes. Pursuant to City Ordinance Sec. 2-187(c), bidders must certify compliance with the Non -Discrimination provision of the ordinance. The Contractor shall not, in any of hisfherlits activities, including employment, discriminate against any individual on the basis of race, color, national origin, religion, creed, sex, disability, sexual orientation, gender, gender identity. gender expression, or marital status. 1. The Contractor certifies and represents that ha/she/it will comply with Section 2-187, Code of Ordinances of the City of Fort Lauderdale, Florida, as amended by Ordinance C-18-33 (collectively, "Section 2-187'). 2. The failure of the Contractor to comply with Section 2-187 shall be deemed to be a material breach of this Agreement, entitling the City to pursue any remedy stated below or any remedy provided under applicable law. 3. The City may terminate this Agreement if the Contractor fails to comply with Section 2-187. 4. The City may retain all monies due or to become due until the Contractor complies with Section 2-187. 5. The Contractor may be subject to debarment or suspension proceedings. Such proceedings will be consistent with the procedures in section 2-183 of the Code of Ordinances of the City of Fort Lauderdale, Florida. Authorized Signature Print Name and Title Date 5/7/2021 9:40 AM p. 169 City of Fort Lauderdale Bid 12504-613 CONTRACT PAYMENT METHOD The City of Fort Lauderdale has implemented a Procurement Card (P -Card) program which changes how payments are remitted to its vendors. The City has transitioned from traditional paper checks to credit card payments via MasterCard or Visa as part of this program. This allows you as a vendor of the City of Fort Lauderdale to receive your payments fast and safely. No more waiting for checks to be printed and mailed. In accordance with the contract, payments on this contract will be made utilizing the City's P -Card (MasterCard or Visa). Accordingly, bidders must presently have the ability to accept these credit cards or take whatever steps necessary to implement acceptance of a card before the start of the contract term, or contract award by the City. All costs associated with the Contractor's participation in this purchasing program shall be borne by the Contractor. The City reserves the right to revise this program as necessary. By signing below you agree with these terms. Please indicate which credit card payment you prefer: MasterCard _ Visa Company Name Name (Printed) Signature Date Title Exhibit "A" 5/7/2021 9:40 AM p 170 City of Fort Lauderdale Bid 12504-613 CONSTRUCTION Bib CERTIFICATION Please Note: It is the sole responsibility of the bidder to ensure that his bid is submitted electronically through www.BidSync.com prior to the bid opening date and time listed, Paper bid submittals will not be accepted. All fields below must be completed. If the field does not apply to you, please note NIA in that field. If you are a foreign corporation, you may be required to obtain a certificate of authority from the Department of State, in accordance with Florida Statute §607.1501 (visit http:Ylwww.dos.state.iLusl). Company: (Legal Registration) Address: City: State: Zip: Telephone No.: FAX No.: Email: Check box if your firm qualifies for MBE / SBE 1 WBE: If a corporation, state the name of the President, Secretary and Resident Agent. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name. Name Title Name Title Name Title Name Title ADDENDUM ACKNOWLEDGEMENT - Bidder acknowledges that the following addenda have been received and are included in the proposal: Addendum No. Date Issued Addendum No. Date Issued Addendum No. Date Issued VARIANCES: If you take exception or have variances to any term, condition, specification, or requirement in this bid you must specify such variance in the space provided below or reference in the space provided below all variances contained on other pages within your bid. Additional pages may be attached if necessary. No variances will be deemed to be part of the bid submitted unless such is listed and contained in the space provided below. The City does not, by virtue of submitting a variance, necessarily accept any variances. If no statement is contained in the below space, it is hereby implied that your response is in full compliance with this competitive solicitation. If you do not have variances, simply mark N/A. You must also click the "Take Exception" button. The below signatory affirms that he has or will obtain all required permits and licenses from the appropriate agencies, and that his firm is authorized to do business in the State of Florida. The below signatory agrees to furnish all labor, tools, material, equipment and supplies, and to sustain all the expense incurred in doing the work set forth in strict accordance with the bid plans and contract documents at the unit prices indicated if awarded a contract. The below signatory has not divulged to, discussed, or compared this bid with other bidders, and has not colluded with any other bidder or parties to this bid whatsoever, Furthermore, the undersigned guarantees the truth and accuracy of all statements and answers contained in this bid. The below signatory also hereby agrees, by virtue of submitting or attempting to submit a bid, that in no event shall the City's liability for bidder's direct, indirect, incidental, consequential', special or exernplary damages, expenses, or lost profits arising out of this competitive solicitation process, including but not limited to public advertisement, bid conferences, site visits, evaluations, oral presentations, or award proceedings exceed the amount of Five Hundred Dollars ($500.00). This limitation shall not apply to claims arising under any provision of indemnification or the City's protest ordinance contained in this competitive solicitation. Submitted by: Name (printed) Date Signature Title • X W 5/7/2021 9:40 AM p. 171 City of Fort Lauderdale Bid 12504-613 Revised 4/28/2020 Exhibit "A" 517/2021 9:40 AM p. 172 City of Fort Lauderdale Bid 12504-613 BID NO. 12504-613 ANNUAL CONSTRUCTION OF GENERAL STORMWATER INFRASTRUCTURE (P12220) ADDENDUM NO. 1 ISSUED: March 16, 2021 This Addendum is being issued to provide the following information. It is hereby made a part of the Plans and Specifications and shall be included with all contract documents. Acknowledge receipt of this Addendum by inserting its number and date on the CITB Construction Bid Certification Page. FIN The following requirement listed in the Invitation to Bid and the Special Conditions has been revised as follows: Required Licenses/Certifications: Possession of a State of Florida General Contractor (GC) License OR an Underground Contractor's License is required for this Project. All other terms, conditions, and specifications remain unchanged. Vazireen f o4 Senior Procurement Specialist Company Name: Bidder's Signature: Date: (please print) X W 50/2021 9 40 AM p 173.. City of Fort Lauderdale Bid 12504-613 BID NO. 12504-613 ANNUAL CONSTRUCTION OF GENERAL STORMWATER INFRASTRUCTURE (P12220) ADDENDUM NO. 2 ISSUED: April 2, 2021 This Addendum is being issued to provide the following information. It is hereby made a part of the Plans and Specifications and shall be included with all contract documents. Acknowledge receipt of this Addendum by inserting its number and date on the CITB Construction Bid Certification Page. The following requirement listed in the Invitation to Bid and the Special Conditions has been revised as follows: (1 .)The following is added to SPECIAL CONDITIONS item 09. BID ALLOWANCE Pass-Thru Allowance Item for (Landscape, Irrigation, Unforeseen Underground Conditions, Miscellaneous Structures/Materials, Specialized Construction Activities and Permit Allowances) Descri ption This item includes full compensation for the miscellaneous labor and materials outlined above, which was not specifically covered in the bid items of this contract. Contractor shall provide the City's Project Manager with receipts for all permits or testing needed to complete this work Overall Description of the Pass-thru allowances The purpose of the Pass-thru allowance item listed above is to provide a means of covering the direct cost of the Contractor for any items not contained within the contract documents. Pass-thru items include construction activities for irrigation system and landscaping; unforeseen underground condition; parts, materials, and miscellaneous items; specialized construction activities; and permit fees. The City Project Manager or his designee must approve use of Pass-thru items. The City reserves the opinion to purchase and furnish materials or services if the 517f2021 9:40 AM p. 174 City of Fort Lauderdale Bid 12504-613 City determines that the prices submitted by the Contractor are not fair and reasonable. The Contractor is not allowed to markup cost of the Pass-thru items. Copy of the Contractor's invoices for materials and services from the supplier(s) or subcontractor(s) will be required before invoice approval. In cases where the Contractor manufactures its own parts or directly provide the required service, it will charge the City a price within a competitive range. The City reserves the right to request verification or additional quotes. Should the Contractor elect to subcontract any portion of an individual project, the Contractor must first check with the City Project Manager or his designee to identify if any City contracts can be utilized for the required services. If not available, the Contractor shall obtain a minimum of three (3) quotes and the cost of the "Pass-thru" shall be the lowest of the provided quotes, subject to approval of the City Project Manager or his designee. Parts provided by the subcontractor(s) must also be on a "Pass-Thru" basis. The calculated cost for the Pass -through allowances will be $500,000.00 for the first 2 year contract, and $250,000 for each additional 1 -year renewals. (2). The following lines Items are deleted from the bid 12504-613--01-258 12504-613-01-259 12504-613--01-260 12504-613--01-261 12504-613-01-262 PASS-THRU IRRIGATION AND LANDSCAPE ALLOWANCE (FDOT PAY ITEM NUMBER NOT APPLICABLE PASS-THRU UNFORSEEN UNDERGROUND CONDITIONS ALLOWANCE (FDOT PAY ITEM NUMBER NOT APPLICABLE PASS-THRU PARTS, STRUCTURES, MATERIALS, AND MISCELLANEOUS ITEMS ALLOWANCE (FDOT PAY ITEM NUMBER NOT APPLICABLE) PASS-THRU SPECIALIZED CONSTRUCTION ACTIVITIES ALLOWANCE (FDOT PAY ITEM NUMBER NOT APPLICABLE) PASS-THRU PERMIT ALLOWANCE (FDOT PAY ITEM NUMBER NOT APPLICABLE) (3). Bid Due Date Extension The Bid Due date has been extended to April 15', 2021 2:00 EDT 1E 5/7/2021 9:40 AM p . 75 City of Fort Lauderdale Bid 12504-613 All other terms, conditions, and specifications remain unchanged. amps CPI&VW Assistant Manager Procurement and Contracts Company Name: (please print) Bidder's Signature: Date: 5/7/2021 9:40 AM p. 176 City of Fort Lauderdale Bid 12504-613 Question and Answers for Bid #12504-613 - Annual Construction of General Stormwater Infrastructure (P12220) Overall Bid Questions Question 1 Please provide the Engineer's Estimate for this bid. Thank you, (Submitted: Mar8, 2021 10:45:14 AM EST) Answer - This is a unit price contract. The estimated cost for the next 2 years is $9,000,000, to be distributed among the selected contractors. Estimated cost is based on historical pricing and projections. (Answered: Mar 10, 2021 2:35:17 PM EST) Question 2 Please advise if "Installation Floater" will be sufficient insurance coverage instead of "Property Coverage (Builder's Risk)" as noted in section 10 of the special conditions. (submitted: Mar 9, 2021 9:29:15 AM EST) Answer - Yes, we will accept an installation floater. (Answered: Mar 11. 2021 9:59:46 AM ES1)) Question 3 What is the anticipated average dollar amount of work to be issued for a task order from this contract? (Submitted: Mar 9, 2021 9:31:55 AM EST) Answer - The issued construction task orders will vary from $50,000 to $S00,0000. (Answered: Mar 10, 2021 2:35:17 PM EST) Question 4 As per Invitation to Contract and Specifications Package, Section 07 Required Licenses and Certifications: Contractor must possess the following licenses/certifications to be considered for award: Underground contractors licenses, bonded and insured. Can a State of Florida General Contractor's License and a Broward County "General Engineered Construction Builders" participate on this Bid Solicitation? (Submitted: Mar 16, 2021 10:44:19 AM EDT) Answer - A GC License is acceptable in lieu of an Underground Contractor's license. Please see Addendum 1. (Answered: Mar 16, 2021 11:36:44 AM EDT) Question 5 For bid bond purposes, what contract amount does the Surety have to bond? (Submitted: Mar 16, 2021 3:12:15 PM EDT) Answer W 517/2021 9:40 AM p 177 City of Fort Lauderdale Bid 12504-613 - The question is not clear; it is asking about bid bond but also tied to Surety bond. However, per the bid documents as it relates to Bid Bond: Bid Security: A certified check, cashier's check, bank officer's check or bid bond for TEN percent (10%) of the bid amount, made payable to the City of Fort Lauderdale, Florida, shall accompany each offer. Please refer to the Bid Comments and the Instructions to Bidders section for more bond. (Answered: Mar 16, 2021 4:12:52 PM EDT) ntorrnat on regarding the bid Question 6 How many contracts\contractors does the City intend to award\award to? (submitted: Mar 16, 2021 3:13:13 PM EDT) Answer - About 7. Please refer to the Special Conditions Section of the solicitation. Bidders are strongly encouraged to read the solicitation in its entirety to fully understand the requirements as well as locate pertinent information. (Answered: Mar 16, 2021 4:19:37 PM EDT) Question 7 Is there a goal for small business participation? Thank you for your help! Melanie Pistiner Designer Pavers, Inc. 954-921-5555 designerpavers@yahoo.com (submitted: Mar 17, 2021 9:08:17 AM EDT) Answer - No. (Answered: Mar 17, 2021 9:51:08 AM EDT) Question 8 Are bidders required to bid all 262 line items? (Submitted: Mar 20, 2021 1:27:54 PM EDT) Answer - Yes. Please refer to the Instructions to Bidders section. (Answered: Mar 22, 2021 11:50:54 AM EDT) Question 9 What is the minimum dollar amount per task order issued? (submitted: Mar 24, 2021 10:08:49 AM EDT) Answer - There is no minimum amount. The maximum is —$100,000. (Answered: Mar 24, 2021 2:14:37 PM EDT) Question 10 Do you confirm to e -verify and supply their inspectors with an employee roster to verify field staff has accurately been verified as required by Florida statute. (Submitted: Mar 25, 2021 11:34:17AM EDT) Answer Exhibit "A" 5/7/2021 9:40 AM p. 178 City of Fort Lauderdale Bid 12504-613 - By responding to this Solicitation, the vendor affirms that it has utilized E -Verify. {Answered: Mar 31, 20214:20:15 PM EDT) 4--+ • 5/7/2021 9:40 AM p. 179 Village of Key Biscayne Budget to Actuals report FY 2022 Oct -May Genf FFund REVENUES General Planning Police Fire Public Works Community Center Athletics ARPA Grant Budget Acutals Variance % of Budget Straight line projection 33,100,908 129,000 20,000 228,000 300 1,810,000 380,000 3,216,983 27,239,724 101,112 41,267 309,709 714 1,482,806 213,202 3,216,983 Total Revenue 38,885,191 32,605,517 5,861,184 27,888 (21,267) (81,709) (414) 327,194 166,798 82.3% 78.4% 206.3% 135.8% 238.0% 81.9% 561% 100.0% 22,067,272 86,000 13,333 152,000 200 1,206,667 253,333 2,144,655 6,279,674 83.9% General Fund EXPENSES Council Clerk Admin Attorney Planning Debt Service Police Fire Public Works Parks & Recreation Community Center Athletics Community Groups Advisory Boards Transfer Out to CIP Emergency Fund Expenses Total Expenditures & Transfers 25,923,461 Budget Actuals Variance % of Budget Straight line projection 22,984 407,309 2,900,436 590,000 550,976 2,051,917 9,067,062 8,910,504 4,130,151 1,802,111 3,139,013 577,709 198,730 160,800 4,271,983 38,781,685 5,899 226,177 1,606,356 236,004 317,831 1,718,457 4,858,442 5,092,935 1,960,811 1,049,086 1,592,422 407,813 78,132 123,542 5,572,983 5,717 17,085 181,132 1,294,080 353,996 233,145 333,460 4,208,620 3,817,569 2,169,340 753,025 1,546,591 169,896 120,598 37,258 (1,301,000) (5,717) 25.7% 55.5% 55.4% 40.0% 57.7% 83.7% 53.6% 57.2% 47.5% 58.2% 50.7% 70.6% 39.3% 76.8% 130.5% 15,323 271,539 1,933,624 393,333 367,317 1,367,945 6,044,708 5,940,336 2,753,434 1,201,407 2,092,675 385,139 132,487 107,200 2,847,989 24,852,609 13,929,076 64.1% 25,854,457 Total Current Surplus / (Deficit) 103,506 7,752,908 (7,649,402) Jury 26, 2022 Page 1 fi Revenues Expenses Budget Acutals Variance % of Budget Straight line projection 1,135,172 381,707 753,465 1,135,172 808,623 Total Current Surplus / (Deficit) (426,915) 326,549 426,915 33.6% 71.2% 756,781 756,781 Revenues Expenses Budget Acutals Variance % of Budget Straight line projection 252,054 252,054 242,072 9,982 252,054 96.0% 0.0% Total Current Surplus / (Deficit) Revenues Expenses 1,602,500 1,756,006 242,072 (242,072) 168,036 168,036 1,315,835 852,520 Total Current Surplus / (Deficit) apical: fMPrOveliie it Ft tid Revenues Expenses Total Current Surplus / (Deficit) Revenues Expenses (153,506) Budget 463,315 286,665 903,486 82.1% 48.5% 1,068,333 1,170,671 (616,821) 9,970,243 9,970,243 Acutals Variance % of Budget Straight line projection 6,197,742 835,386 5,362,356 3,772,501 9,134,857 (5,362,356) 62.2% 8.4% 6,646,829 6,646,829 1,826,903 1,170,973 Total Current Surplus / (Deficit) 655,930 1,896,269 618,719 1,277,550 (69,366) 552,254 103.8% 52.8% Straight line projection 1,217,935 780,649 (621,620) 621,620 Revenues Expenses Total Current Surplus / (Deficit) Budget 953,225 953,225 Acutals Variance % of Budget Straight line projection 992,479 (39,254) 528,543 424,682 463,936 (463,936) 104.1% 55.4% 635,483 635,483 Ju;y 26, 2022 Page 2