Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Response
A N I W 0 M A N S CLUB BAYWALK PROJECT BID FORM (Page 1 of 11) SECTION 5 — Bid Form II Submitted: 1�f�1r�1 42 2o11 Date City of Miami, Florida Office of the City Clerk City Hall, 15` Floor 3500 Pan American Drive Miami, Florida 33133-5504 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to Contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 17-18-008 Title: Miami Woman's Club Baywalk Project, D2 — B-30731 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the Bid Guaranty accompanying the bid shall be forfeited if Bidder fails to execute said Contract and fails to furnish the required Performance Bond and Payment Bond as well as the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors that may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive and responsible Bidder. Payments will be made based on unit prices of actual quantities installed. Where a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there is a discrepancy between the numerical and written bid amount, the written bid amount will prevail. Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 BID FORM (Page 2 of 11) Form SU must be submitted with Bidder's Bid. The SU Form can be found posted on the webpage with the bid documents. The Work consists of furnishing all materials, labor, and equipment necessary for the construction of the baywalk, lighting, landscaping, and hardscape (trash receptacles and benches). The full Scope of Work is detailed in the construction drawings. Miami Woman's Club Bavwalk Project, D2 A. TOTAL BASE BID CONSTRUCTION COST - (City of Miami Project No. B-30731) hi/ROTTEN TOTAL BID C119STRUCTION COST: $ Seven hundred seventeen thousand, six hundred eighty four and 00/100. (Total Base Bid) 77 S717,684.00 Miami Woman's Club Baywaik ITB Noy: 17-18-008 Project, D2 - B-30731 City of Miami - BID FORM Miami Woman's Club Seawall & Baywaik PROJECT ID ; B-30731 ITEM PAY ITEM DESCRIPTION UNITS QUANTITTY UNIT COST TOTAL AMOUNT SEAWALL & BAYWALK PAY ITEMS 1 104-10-3 SILT FENCE L.. 331 $ 2-00 5 662.00 2 104.11 FLOATING TURBIDIYY BARRIER LF 175 5 33.00 $ 5,775.00 104.18 INLET PROTECTION SYSTEM EA 2 5 1,200.00 5 2,400.00 4 110.1.1 CLEARING AND GRUBBING AC 0.084 5 152,000,00 S 12,766.01 5 120.6 EMBANKMENT (FILL TO REGRADE GREEN AREAS ALONG WALKWAY) CY 9 5 50 00 S 450.00 6 425.2-101 HYDRO INTERNATIONAL. - MODEL 4-FT DOWNSTREAM DEFENDER EA 1 $ 23,000.00 5 23,000.00 425-10 YARD DRAIN • (1YL0PLAST I8') EA 11 S 360 00 5 3.960.00 4 425.10 YARD DRAIN - NYLOPLAST I.0') EA 1 5 720.00 5 720.00 9 430.1 /5-112 PIPE CULV IOPT MATL](ROUNDI(8') (ALL PIPE TO BE PVCI LF 203 S 41 00 $ 8,200.00 10 430-175.112 PIPE CULV (OPT MATLj(RCUND6101 (ALL PIPE TO BE HDPEI LF 33 5 44.00 5 1,452.00 Li 436-1-2 TRENCH DRAIN (2URN Z-886 0R APPROVED EQUAL) LF 8 5 179.00 5 1,432.00 12 455.34.2 PRESTRESSED CONCRETE PILING, 14' SO LF 48 5 720.00 5 34,560.00 13 515-2.319 PEDESTRIAN RAILING LF 140 $ 200.00 5 28,000.00 le 520-2-4 CONCRETE WALL LE 14d S 750.00 S 108.0(10.00 15 550.10-929 FENCING (ALUMINUM PICKECT FENCE) LF 120 S 200.00 5 24,000.00 15 5' lVIOE ALUMINUM SWING GATE EA 1 $ 1,000 03 5 1,00000 17 570-1-2 PERFORMANCE TURF. SOD 5Y 120 5 3.00 5 360.00 14 SEAWALL DF-MO,ITION SF 050 5 70.00 $ 45.500.00 19 SEAWALL REPAIR SF 150 S 352.00 S 52,800.00 20 RIVER ROCK SF 510 5 9 50 $ 3.1345.00 21 CAST-8I-PLACECONCRETE CY 212 S 55000 5 116,660.00 22 530-2 RIP -RAP CY 14 5 625,00 S 8,75000 21 FLOOD PANEL FA 1 5 1+7000.00 5 10.000,00 2e 7, 5-511-! 15 1 GHT P01 E COMPLETE SPEC5AL DESIGN j 15' 4). F81 EA 5 S 5.4:A.00 3 27 250 00 TOTAL SEAWALL & BAYWALK ITEMS = $ 522,484.00 ITEM PAY ITEM DESCRIPTION UNITS QUANTITTY UNIT COST TOTAL AMOUNT LANDSCAPE PAY ITEMS 25 550.1.2 LANDSCAPE COMPLETE (CABBAGE PALM OR EQUAL.) EA 14 5 600.00 S 9.400.00 26 580-332.25 TREE REMOVAL (.48") EA 8 5 500.00 5 4010.00 27 721-74-7 TRASH RECEPTACLE IAS PER CITY OF M1AMI GREENWAY STANDARDS) EA 2 S 900.00 S ' .000 C0 28 721.75.7 BENCH (AS PER CITY OF MIAA7€ GREENWAY STANDARDS) EA 4 ' 6 2,250 09 5 9.005 01.3 TOTAL LANDSCAPE ITEMS = $ -._ 23,200.00 29 101-1 MOBILIZATION LS 1 5 60, 00005 5 n9.00090 30 102.1 MAINTENACE OF TRAFFIC 5 31 GENERAL CONDITION LS 1 5 107,010.00 5 '07.000.00 32 PERMIT ALLOWANCE LS 1 $ 5,000.00 5 5.909..00 TOTAL ITEMS = $ 1.95,200.00 TOTAL CONSTRUCTION COST INIIMEN# $ 740 884.00 5172.000.00 S717.684.00 BID FARM (Page 4 of 11) DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV (If applicable) Part I: Listed below are the dates of issue for each Addendum received in connection with this bid: Addendum No. 1, Dated mfrcu , 0, 9018 Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Part II: No Addendum was received in connection with this bid. Part 111: Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements. 1. Small Business Enterprise ("SBE") Requirements Bidder certifies that it has read and understood the provisions of City of Miami Ordinance 13331, codified as Section 18-89 of the City Code, pertaining to the implementation of a "Small Business Enterprise" requirement. Evaluation of Bidder's responsiveness to Ordinance Section 13331 shall be a consideration in the award of a Contract. 2. Non -Collusion Bidder certifies that the only persons interested in this bid are named herein; that no other person has any interest in this bid or in the Contract to which this bid pertains; that this bid is made without connection or arrangement with any other person. Bidder certifies that the selected independent third -party verifier will verify and certify compliance data and reports honestly and accurately. 3. Druq Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition. (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1). 79 Miami Woman's Club Baywalk !TB No.: 17-18-008 Project, D2 - B-30731 BID FORM (Page 5 of 11) (4) Notifying al! employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction. (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee. (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the follcwing actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency. (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). 4. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal Contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal Contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal Contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and Contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who 80 Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 BID FORM (Page 6 of 11) fails to file the required certification shall be subject to a civil penalty of not less than ten thousand dollars ($10,000.00) and not more than one hundred thousand dollars ($100,000.00) for each such failure. * Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered Contractlgrant transactions over one hundred thousand dollars ($100,000.00) (per OMB). 5. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three (3) year period preceding this bid been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or Contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and (d) Have not, within a three (3) year period preceding this application, had one (1) or more public transactions (Federal, State, or local) terminated for cause or default. (e) In addition, factors to be considered in determining responsibility of prospective contractual parties shall include but not be limited to: (f) (g) (1) Bidder does have availability of appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain them, to meet all contractual requirements; (2) Bidder does have a satisfactory record of performance; (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to Contract with the City; and (5) Bidder will comply in supplying all requested information connected with the inquiry concerning responsibility. Bidder has not had a termination, suspension, or cancellation of a City Contract, in whole or in part, for cause, due to a default by the Bidder or Offeror, within the past five (5) years, which has not been reversed on appeal by a court of competent jurisdiction; or Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or Offeror, within the past five (5) years, unless the full amount of such moneys due the City. (h) Have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court," as amended, or_other applicable Federal, State or Local Rules of Court, and are subject to distribution to the City or withdrawal by the City by order of the court. 81 Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 • B-30731 BID FORM (Page 7 of 11) (i) The Bidder shall provide any information requested by the Chief Procurement Officer or Procurement Officer concerning responsibility. If such contractual party fails to provide the requested information, the determination of responsibility may be made upon available information or the prospective contractual party may be found non -responsible, The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) Bidder will, upon request, furbish evidence that the contractual party possesses such necessary resources; (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or (3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement with, satisfactory sources to provide such necessary resources. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami in writing. 6. Local Workforce Participation Requirements The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) have read and understood the provisions of City of Miami Ordinance 13332, codified as Section 18- 89 of the City Code pertaining to the Local Workforce Participation requirements on a quarterly basis; (b) have identified in City Form Subcontractor Utilization ("SU") a third party independent who verifies and is properly licensed under the provisions of F.S. 454,471,473, or 481 and who is not with the Contractor; and (c) the selected third party, who independently verifies compliance with this section, must have a minimum of two (2) years of experience as required in Ordinance No. 13332, codified as Section 18- 89 of the City Code. Part IV: Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, the Trench Safety Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and Subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the bid and in the total bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving trenching and will not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional Work. 82 Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 BID FORM (Page 8 of 11) The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended . Method Drainage Installation LF' 236 55.00 51,180.00 Lay back trench Total $ Attached is a Bid Bond lb Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of F. -✓ 1 P to. G -rMr o'- (3 :moo for the sum of Dollars ($ 54 •.F 64 ). The Bidder hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto including without limitations Part 1 through IV have been, read, understood, and agree to by signing and completing the spaces provided below, Bidder Name: Signature: Kiewit Infrastructure South Co. V �esi Printed Name/Title: Benjamin J. Cxf nazzo, Sr. Vi dent City/State/Zip: Miami, Florida, 33131 Telephone No.: 954-835-2228 Facsimile No,: 954-835-2335 Social Security No. or Federal I.D. No.: 47-0530367 E-Mail Address: benjami:n.carnazzo(rl?kiewit.com Dun and Bradstreet No.: 05-507-6616 If a partnership, names and addresses of partners: N �A (if applicable) 83 Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 BID FORM (Page 9 of 11) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Secretary: Print: SEE ATTACHED CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. Partner: Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). Rd Miami Woman's Club Baywalk !TB No.: 17-18-008 Project, D2 - B-30731 BID FORM (Page 10 of 11) CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) 1 HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the bid to which this attestation is attached. Signed: Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 85 Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 CERTIFIED COPY OF RESOLUTION OF KIEWIT INFRASTRUCTURE SOUTH CO.. "WHEREAS, the Corporation intends to submit a bid proposal to City of Miami, Florida, Department of Procurement (the "Proposal"), with regard to the Miami Woman's Club Baywalk Project, D2 - B-30731, ITB No.:17-18-008 (the "Project"). NOW, THEREFORE, BE IT RESOLVED, that Benjamin J. Carnazzo, as Senior Vice President of the Corporation, is hereby authorized, on behalf of the Corporation, to execute and deliver the Proposal for the Project, and upon award of the Project, to execute and deliver the Project Contract and related documents.- * * * * * * * * * * * * I, Michael F. Norton, certify that I am the Secretary of Kiewit Infrastructure South Co., a Delaware corporation ("Corporation"). I certify that: (1) The resolution quoted above was adopted by the Consent Action of the Board of Directors, signed on March 28, 2018; (2) Any action of the directors of the Corporation may be taken without a formal meeting if the directors consent in writing; (3) The signed Consent Action has been filed in the minute book of the Corporation; and (4) The resolution has not been revoked or amended and is now in full force and effect. SIGNED and SEALED on March 28, 2018. Michael F. Norton, Secretary BID FORM (Page 11 of 11) NOTARIZATION STATE OF Georgia COUNTY OF Clayton The foregoing instrument was acknowledged before me this ID day of A pr i , 20 +g , by Benjamin J. Carnazzo who is personally kno n to me or who has produced as identification and who (did / did not) take an oath. GNATUR OF NOTY PUBLIC TATE OF FLF)RIDA tor6 j../-+ Jamie L. Cooper PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC 86 Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 Section 6 - Attachments BID BOND FORM (Page 1 of 3) State of O4or411p County of tiu-1th City of jor.{*pro KNOWN ALL PERSONS BY THESE PRESENTS, that hiewii Infi Iructure. South co. as Principal, Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the City of Miami, in the penal sum of Five Percent of a d--- dollars ($ s°r, of Bid--- ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated , 20 1% , for: MIAMI WOMAN'S CLUB BAYWALK PROJECT, D2 PROJECT NO.: B-30731 NOW THEREFORE: (a) If the Principal shall not withdraw said bid within one hundred eighty (180) calendar days after date of opening the same, and shall within ten (10) calendar days after the prescribed forms are presented to him for signature, enter into a written Contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such Contract; or (b) In the event if the withdrawal of said bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the City the difference between the amount specified in said bid and the amount for which the City may procure the required Work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. 87 Miami Woman's Club Baywalk ITS No.: 17-18-008 Project, D2 - B-30731 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this 6th day of April ,2018 the name and corporate seal of each party being hereto affixed, and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporation, Secretary only will attest and affixistal.) fl$/ ffet11441�. Surety Secretary Catherine 8runeteau, Resident Assistant Secretary PRINCIPAL: kiewit Infrastructure South Co. (Title) 15811 Sawgrass Corporate Plovv, Ste 300 (Business Address) Sunrise, FL 33323 (City/State/Zip Code) SURETY: Travelers Casually and Surety Corn am' of America (Signature of Authorized Officer) Philip G. Dehn. Non -Resident Agent & Attorney -in -Fact (Title) 3555 Farnam Street (Business Address) Omaha, NE 68131 88 (City/State/Zip Code) Miami Woman's Club Baywaik ITB No.: 17-18-008 Project, D2 - B-30731 INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL Asst. Travis I). Brilliant certify that I am the Secretary of the Corporation named as Principal in the within bond; that Benjamin J. Cirnazzo of said corporation; that I know his signature, and the signature hereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. (Corporate Seal) STATE OF ' COUNTY OF tI CITY OF );vejkoty Before me, a Notary Public duly commissioned, and qualified, personally appeared Philip G. Dehn to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney -in -fact, for the Tmelz•r; Ca ual:y and Surer} Company and that he/she has been '``"``"'`"°"'. and surrsy authorized byto execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this QQrsl i@ day of 'loll Notary Public, State of rt5a at Large fi �N(i R• My Commission Expires: /- //.,269.,© X9 Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS) Attorney -In Fact No. POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity mud (:u:trinity Insurance Under++riters, Inc. St, Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 231153 St. Pawl \lercttry Insurance Company Travelers Casualty and Surety Cougrruny Travelers Casualty and Surety. Company of lrnerica United States Fidelity and Guaranty (.'nntpany (.ertilirala•".006915880 KNOW ALI. LIEN Ii\''PIiESE PRESENTS: That Irrrminglnn Casualty Company. Si. Paul lire and Marine iii. r nice Company.. 5t. Paul Guardian ln,ut:ance Conn -imp.. St. Paul Mercury Insurance Company. 'travelers Casually and Surety Company. Travelers Casualty and Surety Company of America. and United States Fidelin. Lind Guaranty Company are corporations duly ur«;miced under eye laws of the State of Connecticut. that Fidelity and Guaranty Insurance Company is at or iir.nion duly organized under the laws of the State of Iowa. and that Fidelity and Guaranty Insurance Underwriters. Inc.. is a corporation duly organized under the laws of the State of Wisconsin therein collectively called the "Companies"I, and that the Companies do hereby make. constitute and appoint Philip G. Dehn. Tammy Pike. Paul A. Foss. Marie Huggins. Traci Sutton. Joseph Lippert. and Jessica Baehr of the City of Omaha Slane of Nebraska . their true and lawful Atmrncvis -in-1 act. each in their .separate capacity if more than one is named above. to sign. execute. seal and acknowledge any and all bonds, recogni anees, cnnditionrd undertakings and other writings obligatory in the nature thereof on behalf of the ConiI> iIues in their business of guaranteeing the fidelity of parsons. euaranteeing the performance of rumntcis :and executing or euarantceing bonds and undenakings required or permitted in any actions or proceedings allowed by law. Any and all consents required by the Department of Transportation. or the Central Florida Expressway Authority. State of Florida. incident to [he release of retained percentages and/or Fund estimates. IN WITNESS WHEREOF. the Companies have caused this instrument to he signed and their corporate seals to he hereto affixed. this day of July 2016 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St, Paul Guardian Insurance Company Stine of Connecticut City of Hartford ss. 29th St. Paul \lercury Insurance Company Travelers Casualty and Surety' Company Travelers Casualty and Surety Company of America Uniletl States Fidelity and Guaranty Company Robert L. Raney. Senior z Piesideia On this the 29th day of July . 2016. before me personally appeared Robert L. R:ano..',Alin acknosstCLI ed himself to be the Senior Vice President nt'Farmington Casualty Company. Fidelity and Guaranty Insurance Company. Fidelity ;md Guaranty Insurance l'nticrwritery. Inc.. Si. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury- Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America. and l'atited States Fidelity and Guaranty Company. and that he. as such. bean,_ authorized so to do. executed the foregoing instntment for the purposes therein contained by signing on behalf of the corporations by himself as a duly audtoritcd officer. In Witness Whereof, 1 hereunto set my hand and official seal. Nl' Comlu is.ion expires the 30th day of June. 2021, 58440.5-16 Printed in U.S.A. Marie C. Tea -Can't \,,tsar. PUNK WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER SUPPLEMENT TO BID FORM: QUESTIONNAIRE This completed form Must be submitted with the bid, the City may, at its sole discretion, require that the Bidder submit Additional information not included in the submitted form. Such information must be submitted within seven (7) calendar days of the city's request. Failure to submit the form or additional information upon request by the City shall result in the rejection of the bid as non -responsive. Additional pages may be used following the same format and numbering. By submitting its bid, the Bidder certifies the truth and accuracy of all information contained herein. A. Business Information 1, How many years has Bidder been in business under its current name and ownership? 48 Professional Licenses/Certifications (include name and number)* Issuance Date SEE ATTACHMENT A ('include active certifications of small business enterprise and name of certifying entity) b. Date Bidder licensed by Dept. of Professional Regulation: SEE ATTACHMENT A c. Qualified Business License: es ❑No If Yes. Date Issued d. What is Bidder's business? Heavy Highway Contractor (This answer should be specific. For example; paving, dranage, schools, interior renovations, etc.) e. Name of Qualifier, license number, and relationship to Bidder: Jeffrey Paul Brown, CGC1511417, Employee f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder. Christine Beaudoin - License Number - CGC1522051, Employee and Qualified since Feb. 2014 Nicholas SSalee License Number - CGC1522040 & CGC1225152, Employee and Qualified since Feb. 2014 2. Name and Licenses of any prior companies: Name of Company License No. Issuance Date N/A 3. Type of Business Entity: eborporatian ❑"S" Corporation❑LLC❑Sole Proprietorship❑Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract) 90 Miami Woman's Club Baywaik ITB No.: 17-18-008 Project, D2 - B-30731 4. Business Entity Ownership: a. Identify all owners of the Business Entity. Name Title Kiewit Infrastructure Group % of ownership 100%n b. Is any owner identified above an owner in another company? ;' Yes ❑ No If yes, identify the name of the owner, other company names, and %4 ownership Kiewit Canada Group, Inc. 100%, Western Summit Constructors, Inc. 100%, Kiewit Southwest Co. 100% Kiewit Infrastructure Co. 100%, Kiewit Infrastructure West Co. 100%, and Kiewit Infrastructure South Co. 100% c. Identify all individuals authorized to sign for the Business Entity, indicating the level of their authority (check applicable boxes and for other provide specific levels of authority) Name Title Signatory Authority All Cost No -Cost Other Benjamin J. Carnazzo Sr. Vice President Rick Cummings Vice President Explanation for Other: (Note: "All" refers to any type of document including but not limited to Contracts, amendment, change proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. "Cost" refers to CPRs, COs. No -cost refers to RFIs, Notices, and other similar documents) 5. Employee Information: See Attachment 13 Total No. of Employees: Number of Managerial/Admin. Employees: Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) How many employees are working under H2B visas? None 91 Miami Woman's Club Baywaik ITB No.: 17-18-008 Project, D2 - B-30731 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: Nu 7. Insurance and Bond Information: a. Insurance Carrier name and address: Midwest Agencies, Inc. 3555 Farnarn Street, Omaha, NE 68131 b. Insurance Contact Name, telephone, and e-mail: Phil Delta, 402-271-2840, c. Insurance Experience Modification Rating (EMR): 2017-0.41 {if no EMR rating please explain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: 110 Each 1$1,964,067 e. Bond Carrier name and address: Travelers Casualy and Surety Company of America One Tower Square, Hartford, CT 06183 f. Bond Carrier Contact Name, telephone, and e-mail; David Radcliffe, 651-310-4403, g. Number of Bond Claims paid out in last five (5) years and their corresponding value: None 8. Have any claims lawsuits been file against the Bidder in the past five (5) years? if yes, identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim or judgment, and settlement; unless the value of the settlement is covered by a written confidentiality agreement. See Attachment C 9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details: No 10. Has Bidder been assessed liquidated damages or defaulted on a Project in the past five (5) years? Yes ❑ No ❑ if yes, provide an attachment that provides an explanation of the Project. 11. Has Bidder been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including all details on each citation. See Attachment D 9, Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000.00) or greater, owned by the Bidder. See Attachment E B. Project Management and Subcontract Details 1. Bidder's Project Manager for this Project: a. Name: Michael Graham b. Years employed by Bidder: 17 Years c. Licenses/Certifications: None d. Last three (3) Projects with the company including role, Scope of Work, and value of Project: See Attached Resume 2. Subcontractors: Name See Attachment F Trade % of Work License No. Certification* ('active certifications of small business enterprise and name of certifying entity) 3. Scope of Physical Labor Construction Work to be performed by Bidder and the corresponding percentage of the Work: (This does not include such items as insurance ' bonds, dumpsters, trailers, and other similar non -construction Work items) Demotion, SeaWall Repair, Concrete Work, Drainage, Excavation, 100% of these items will be performed by the Bidder. C. Current and Prior Experience 1. Current Experience including Projects currently under construction, recently awarded, or pending award (Provide an attachment to this questionnaire that lists all such Projects, including the owner's name, title and value of Project, Scope of Work, projected or actual start date, projected completion date, and number of company trades personnel assigned to the Project) 2, Prior Projects of a similar size and scope. Provide an attachment to this Questionnaire that includes Completed Projects the Bidder considers of a similar, size, scope and complexity that the City should consider in determining the Bidders responsiveness and responsibility. This attachment must include the Project that meets the minimum number of Projects identified by the bid solicitation. information provided must include the owner's name, address and Contract person, including telephone and e-mail, title of Project, location of Project, scope, initial value and final cost of the Project, projected and final timeframes for completion in calendar days and the number of company trades personnel, by classification, that were assigned to the Project. The delivery method, including, but not limited to, design -build, Construction Manager at Risk (CMAR), Design -Bid -Build, etc., is to be identified for each Project. If there is a difference between the initial and final cost or initial and actual timeframe, provide details an why the differences exist. A reference letter is to be completed by the owner of the Project and submitted as part of the bid submission. 93 Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 D. Bidder's References Bidders are to include a minimum of three (3) references from completed Projects listed in C.2 above. The attached form is to be used and is to be included with the bid submission. The City, at its sole discretion may allow the Bidder to submit the references after the specified date for bid submission. 94 Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 SUPPLEMENT TO BID FORM CUSTOMER REFERENCE LISTING (Page 1 of 1) Bidders may furnish the names, addresses, and telephone numbers of owners and organizations for which the Bidder has provided construction services in addition to the required minimum three (3) marine dock, boat ramp or seawall Projects specified in the Minimum Requirements on page 6, above. 1) Company Name Florida Department of Transportation - Bakers 1-laulover Address 1000 NW 1 1 1 th Avenue, Miami, FL 33172 Contact Person/Contract Amount Pablo Crozco / S8,961,649 Telephone No.: /Email 305-470-5100 2) Company Name City of Avenntra - NE 183rd St. Seawall Restoration Address 19200 West Country Club Drive Aventura, FL 33180 Contact Person/Contract Amount Antonio Tomei / 1,060,531 Telephone No.: /Email 305-466-8900 / tomeit@cityofaventura.eom 3) Company Name The City of Miami Beach Address 1755 Meridan Avenue, 3rd Floor, Miami Beach, FL 33139 Contact Person/Contract Amount Jorge Gueimunde / S719.042 Telephone No.: /Email 305-673-7490 /jorgegueimunde,c miamibeachfl.eov 4) Company Name Address Contact Person/Contract Amount Telephone No.: /Email 5) Company Name Address Contact PersonlContract Amount Telephone No.: /Email Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 BAKERS HAULOVER CUT CHANNEL Miami Beach, FL Owner's Name FDOT District 6 1000 NW 111th Avenue Miami, FL 33172 Contract Person Pablo Orozco (305) 470-5100 pablo.orozco@dot.state.fl.us Initial/Final Value (Difference) $8,961,649/TBD (Project is ongoing) 71% complete Projected/ Final Timeframe (Difference) 680 calendar days/TBD (Project is ongoing) 71% complete Delivery Method Bid -Build / General Contractor Number of Company Trades Personnel General Superintendent 3 Engineer 1 FWW Foreman 2 Carpenter Journeyman 1 Laborer, "Common" 1 Laborer Journeyman 3 Operator Journeyman 1 Scope Bakers Haulover Bridge spans over the same -name inlet connecting the northern end of Biscayne Bay with the Atlantic Ocean. This fixed -bridge was opened in the early 1950s and has been used as the main source of access over the Bakers Haulover inlet, serving locals and tourists alike. This project involves rebuilding the seawalls on both sides of the inlet. The North side is 191 LF and the South side is 140 LE There are miscellaneous structural steel repairs to the bridge, along with jacking the bridge and replacing the existing bearings-16 each elastomeric bearings and 16 each multi -rotational bearings. Other items also include spall repairs and repainting the bridge. Major quantities to date are: • 24EA - HLMR Bearing Removal/Replacement • 46EA - Neoprene Bearing Removal/Replacement • 564LF - Seawall Demo/Removal • 2,7175F - Permanent Sheet Pile • 493.7TN - Structural Steel Repairs/Rehabilitation NE 183RD'ST'SEAWALL RESTORATION Aventura, FL Owner's Name City of Aventura 19200 W. Country Club Drive Aventura, FL 33180 Contract Person Antonio Tomei (305) 466-8923 tomeit@cityofaventura.com Initial/Final Value (Difference) $1,043,660/ $1,060,531 (Additional work provided at Owner's request) ` 72% complete Projected/ Final Timeframe (Difference) 240/240 calendar days (N/A) 72% complete Delivery Method Bid -Build / General Contractor Number of Company Trades Personnel CarpenterJourneyman 3 Laborer Journeyman 3 Project Superintendent 1 Scope NE 183rd St. repairs consists of the rehabilitation of a 1,500 LF seawall along the subsidiary of the intercostal waterway in Aventura, FL, This wall was constructed during the development of the City and required extensive spall repairs to be completed due to the corosive environment surrounding it. The concrete for the existing piles along this was removed and a new pile jacket was installed in its place. In total, Kiewit was contracted to install 105EA — 6Ft fiberglass jackets to act as a protective barrier from the corrosive environment, Major quantity's within this project include: • 630 LF — Installed fiberglass Jackets • 700 CF — Concrete Cap Rehabilitation • 900CF — Concrete Pile -Rehabilitation 105EA -- Cathodic Protection Systems Carpenter FWW Foreman Laborer Foreman Job Superintendent MUSS PARK SEAWALL REHABILITATION MiamiBeach,FL Owner's Name City of Miami Beach 1700 Convention Center Dr. Miami Beach, FL 33139 Contract Person Jorge Gueimunde, PE (305) 673-7490 jorgeguei monde@m is mibeachfl.gov Initial/Final Value S719,042/ 5749,042 (Additional work provided at Owner's request) Projected/ Final Timeframe 121/127 calendar days (Additional time granted by Owner due to Hurricane Irma) Delivery Method Bid -Build / General Contractor Number of Company Trades Personnel 2 1 1 1 Scope The project team demolished the existing concrete seawall with an excavator and thumb, including extracting the timber pile. A vibratory hammer and hydraulic boom crawler crane drove 20-ft. sheet pile with 7-ft. deadman sheets. The deadman sheets were connected with stainless steel rebar tierods. The team replaced an existing outfall headwall with new CIP concrete and poured an additional cast -in -place gravity wall and bulkhead cap. Finishes included reinstalling existing light poles, landscaping and new sidewalk. Major quantities included: • 334 LF - Demo existing wall • 52 Pairs - 20 ft. driven sheet pile • 26 Pairs - 7. ft sheet pile deadman w/stainless steel tierods • 1,200 CY - Excavation and embankment • 70 LF - Cast -in -place gravity wall • 300 LF - Cast -in -place bulkhead • 1 EA - Cast -in -places headwall C aP of Traint To Whom It May Concern Subject: Reference Letter Emilio T. Gonzalez, Ph.D. City Manager The Following Section to be Completed by the Bidder. Name of Bidder: Kiewit Infrastructure South Co. The above referenced Bidder is responding to a bid that has been issued by the City of Miami, The City requires that the Bidder provide written references with their bid submission, By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Bakers Haulover The Following Section to be Completed by the Project Owner. Scope of Referenced Work: Did the Scope involve repair or construction of a marine dock, boat ramp, or seawall? 2" Yes ❑ No Value of Project: $ 9,000,000 Bate Completed: Percentage of physical construction Work self -performed by Bidder:. Was Project completed on time and within budget: r Yes ❑ No If no, was the Bidder at fault or contribute to the deiay(s) or increased cost? ❑ Yes ® No If yes, please provide details: Comrnents: Name of Project Owner: - Date: Signature of Project Owner's Representative; Title: t ,t:., < : t Telephone: Sincerely, Arnie Perez, CPPO, Director Department of Procurement Miami Woman's Club Baywalk Project, D2 - B-30731 Email: 96 ITB No.: 11-18-008 Cttp of fi1tat t To Whom It May Concern Subject: Reference Letter Emilio T. Gonzalez, Ph.D. City Manager The Following Section to be Completed by the Bidder. Name of Bidder: Kiewit Infrastructure South CO. The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: r cr: Aver:tura *i= 183rd Stree Seawall Restoraricrt Project The Following Section to be Completed by the Project Owner. Scope of Referenced Work: Pile and cap repair, with p+le jackets and cathodic protection Did the Scope involve repair or construction of a marine dock, boat ramp, or seawall? 12g Yes ❑ No Value of Project $ 1,043,66i7.00 Date Completed: ongoing Percentage of physical construction Work self -performed by Bidder: 90 Was Project completed on time and within budget: LJ Yes ❑ No if no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: The project is substantially complete and Contractor is ahead of schedule Name of Project Owner: City of Aventura Date: April 5, 2018 Signature of Project Owner's Representative: & i Title: Director - Construction Management Telephone: 954-739-6400 Sincerely, Annie Perez, CPPO, Director Department of Procurement E-mail: 96 dshaver@craventhompson.com Miami Woman's Club Baywalk ITB No.: 17.18-008 Project, D2 - B-30731 it } 4f "- ia-ict To Whom It May Concern Subject: Reference Letter Emilio T. Gonzalez, Ph.D. City Manager The Following Section to be Completed by the Bidder. Name of Bidder: Kiewit Infrastructure South Co. The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information, The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Muss Park Seawall Rehabilitation The Following Section to be Completed by the Project Owner. Demo existing concseawall and replace with approximately 300 If of sheet pile wall with conc. cap, Scope of Referenced Work: Inclusive of approximately 100 If of living seawall with associated landside site imorovements Did the Scope involve repair or construction of a marine dock, boat ramp, or seawall? 0 Yes ❑ No Value of Project: $ 719,042 Date Completed: October 30, 2018 Percentage of physical construction Work self -performed by Bidder: 85 % Was Project completed on time and within budget: 0 Yes 0 No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: Name of Project Owner: City of Miami Beach, David A. Gomez Signature of Project Owner's Representative: Title: Senior Capital Project Coordinaor Date: April 6th, 2018 Telephone: 305-673-7071 Sincerely, Annie Perez, CPPO, Director Department of Procurement Miami Woman's Club Baywalk Project, D2 - B-30731 E-mall: davidgomez©miamibeachfl.gov 96 ITB No.: 17.18.008 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 1 of 3) Please type or print clearly. This Affidavit must be completed in full, signed, and notarized ONLY IF YOU MAINTAIN AN OFFICE WITHIN THE CORPORATE LIMITS OF THE CITY OF MIAMI AS DEFINED BY CITY CODE SECTION 18-73. Kiewit Infrastructure South Co. Legal Name of Firm: Entity Type: (Check One) ❑ Partnership ❑ Sole Proprietorship ViCorporation 837350 November 10, 1976 Corporation Document No: Date Established 7171657 October 3, 2017 Occupational License No: Date of Issuance Office Location (Establishment of the Bidder): PRESENT Street Address: 444 Brickel Unit 711 Miami FL 3 years City: State: How long at this location: PREVIOUS Street Address: 1580 Sawgrass Corporate Pkwy, Ste 300 Sunrise FL 4 Years City: State How long at this location: According to Section 18-73 of the City of Miami Code, as amended: City of Miami "Local Office" means a business within the City which meets all of the following criteria: 1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the City for a minimum of twelve (12) months immediately preceding to the date bids were received for the purchase or Contract at issue. For purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal, or owner of the local business. A post office box shall not be sufficient to constitute a local office within the City; and 2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids were received, and be available for review and approval by the Chief Procurement Officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids were received, a prior fully -executed lease within the corporate limits of the City that documents, in writing, continuous business residence within the corporate limits of the City for a term of no less than twelve (12) months immediately preceding the date bids were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the Chief Procurement Officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the Chief Procurement Officer or its designee; and 97 Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 2 of 3) 3) Has had for a minimum of twelve (12) months immediately preceding the date bids were received for the purchase or Contract at issue, a current Business Tax Receipt issued by both the City and Miami -Dade County, if applicable; and 4) Has had, for a minimum of twelve (12) months immediately preceding the date bids were received for the purchase or Contract at issue, any license or certificate of competency and certificate of use required by either the City or Miami -Dade County that authorizes the performance of said business operations; and 5) Has certified in writing its compliance with the foregoing at the time of submitting its bid to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification be borne by the business applicant submitting a bid. According to Section 18-85(a) of the City of Miami Code, as amended: "When a responsive, responsible non -local Bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local Bidders who maintain a local office, as defined in City Code Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local Bidder, then that non -local Bidder and each of the aforementioned responsive, responsible focal Bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local Bidder. Contract award shall be made to the lowest responsive, responsible Bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local Bidder and a non -local Bidder, Contract award shall be made to the local Bidder." The intention of this section is to benefit Local bona fide Bidders to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local Bidders by this section. Benjamin J. Carnazzo Print Name Sr. Vice President Title Travis D. Brilliant 98 Print Name Asst. Secretary Title 3Zta Authorized Signature Miami Woman's Club Baywalk ITB No.: 17-18-008 Project, D2 - B-30731 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 3 of 3) (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) NOTARIZATION STATE OF FLORIDA, COUNTY OF MIAMI-DADE That: Benjamin J. Carnarzo personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced X-J //41- as identification. NOTARY PUBLIC: My Commission E>(pires: /�/ -° Please submit with Bid Form copies of Occupational License, City of Miami and Miami -Dade County Business Licenses, professional and/or trade License to verify local office preference. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return, and any other documents(s) to verify the location of the firm's office. 99 Miami Woman's Club Baywalk !TB No.: 17-18-008 Project, D2 - B-30731 CERTIFICATE OF COMPLIANCE CITY CODE SECTIONS 18-87, 18-89 and 18-120 I, ilttiEtopN e, x.msr2 hereby certify that: I, tfd m,.,,l,r am the (President/Secretary or Principal) of Kiewit Infrastructure South Co. (Bidder's Firrn); I have read Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code; a. (Bidder) 1`1 i /1` elo . hereby acknowledges that the awarded Contract has an on -site labor component greater than or equal to twenty-five percent (25%), and therefore agrees to assign a minimum of fifteen percent (15%) of the Contract value to firms currently certified by Miami -Dade County as a Small Business Enterprise ("SBE"); OR b. (Bidder) hereby is certified by Miami -Dade County as a SBE firm and will self -perform to meet the minimum fifteen percent (15%) SBE requirement. An active copy of the Bidder's SBE certification must be included in the bid document. iii) (Bidder) Kiewit Infrastructure South Co. hereby agrees to comply with the Local Workforce Participation Requirements stated in Section 18-89 of the City of Miami Procurement Code. (Bidder) Kiewit Infrastructure South Co. hereby agrees to comply with the Responsible Wages and Benefits Requirements stated in Section 18-120 of the City of Miami Procurement Code. OPTIONAL: v) (Bidder) hereby agrees to make assignments pursuant to Item iii), above, to certified SBE firms who maintain a "Local Office", as defined in City Code Section 18-73; STATE OF Georgia COUNTY OF Clayton ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared J�G9nl,.urz?-p to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code on behalf of Bidder named therein in favor of the City. H Subscribed and Sworn to before me this 10 day of , r of , 20 ig My commission expires: (/' ' '° Bonded by 100 Miami Woman's Club Baywaik Project, D2 - B-30731 otary " blic, State of FI• sa at Large `\\`‘�lil's€ f I f l0`l CJ :z JAN DWI *: 19 2020 �: 4 RY ITS No.: 17-18-008 REQUIRED SUBMISSION WITH BIDDER'S BID LOCAL WORKFORCE PARTICIPATION BID QUESTION: List all Contracts Bidder has performed for the City of Miami in the past three (3) years, which included Local Workforce Participation requirements. The City will review all Contracts Bidder has performed for the City in the past three (3) years in accordance with Section 1 8-89 of the City Code, which requires that "the City shall consider the Bidder's adherence to the City's Local Workforce Participation requirements within the past three (3) years in making any future Contract awards. The solicitation documents will include the Contractor's past compliance with these requirements of the City." As such, the Bidder must list and describe all Work performed for the City of Miami in the past three (3) years. Please provide factually detailed responses for each Project, and address each of the important items below. (i) Contract number, name and brief description of Work; (ii) total dollar value of the Contract; (iii) dates covering the term of the Contract; (iv) percentage of Local Workforce Participation requirements met by Bidder; (v) breakdown of local workforce used to meet the requirements (number of persons broken down by trade and category); (vi) if Bidder's company was unable to meet the Local Workforce Participation requirements, explain the reasons why, and what efforts, if any, were utilized by Bidder to attempt to meet these requirements; (vii) if the Project was over one million dollars ($1,000,000.00) did Bidder hold a job fair(s), if yes, provide the date and location of the job fair(s), number of attendees; (viii) was a third party hired to verify and certify compliance with the Local Workforce Participation requirements, if yes were all requirements met, what was the third party's name and provide their current contact information; (ix) was the five percent (5%) retainage fee released to Bidder by the City upon Project completion, and (x) if Bidder did not meet the goals, did you seek a waiver of the program requirements from any City officials? Please explain in detail, Kiewit Infrastructure South Co. has never worked for the City of Miami. 102 Miami Woman's Club Baywalk ITB No.; 17-18-008 Project, D2 — B-30731 Miami Woman's Club Baywalk Kiewit Infrastructure South Co. ATTACHMENT A PROFESSIONAL LICENSES KIEWIT INFRASTRUCTURE SOUTH CO. ATTACHMENT A Professional Licenses held by Keyue Zaho Type State No. Issuance Date Expiration Date P.E Indiana 1020019 12/20/2001 7/31/2018 P.E Iowa 15736 6/15/2001 12/31/2018 P,E Missouri 2001015629 7/6/2001 12/31/2018 EIT Nebraska EI-7120 1/17/1997 12/31/2018 P.E. / S,E. Nebraska E-9255 7/28/1998 12/31/2018 P.E Washington DC 900550 6/24/2002 8/31/2018 P.E Virginia 0402 036687 9/12/2001 9/30/2019 P.E Florida 59075 12/11/2002 2/28/2019 P.E Georgia PE032471 10/10/2007 12/31/2018 P.E Maryland 36318 11/14/2008 11/21/2018 P.E North Carolina 34625 7/25/2008 12/31/2017 Miami Woman's Club Baywaik Kiewit Infrastructure South Co. ATTACHMENT B EMPLOYEE INFORMATION Attachment C Current Company Headcount Reporting (Updated nightly) Select Primary Level of Detail: Select Additional Level of Detail: Cunctianal Area Company 1044 • Kiewit infrastr SOuth Co Selected Primary Breakdown 1044 - Kiewer infrastr South Co Grand Total Emptoyee Type State/ Province Country komeDistrict Employment Type Alt All Ail All All Selected Secondary Breakdown Contractors Craft Staff Grand Total ;-..;,.;.riKs!..,. D ..;:vc:i 0 p fr, o r : R g P..4,,,!!!!, 3 10 13 Kfsinoc,c1;finnaciernOnL 1 40 41 Civil 135 135 (nmpliarim 1 1 Craft 73 73 Desicin Engineering 1 2 2 I. ivol-,flinerTiai 2 2 Equipment 29 29 E•il.wiling 23 23 Executive 3 3 i-1,..;mai P.:•soi...:rcef, 2 2 lrtern 3 3 MeCrYnitilf 20 20 OperatIonr, 2 178 180 f)perlt.o. 301 101 POI, 1 1 Droiec.t. r.:irtrols Scheduling S 5 Projerz Engmenring 13 116 129 ritoll:y 9 9 SEthAN 1 33 14 5 5 6 1 1 18 338 442 798 Miami Woman's Club Baywalk Kiewit infrastructure South Co. ATTACHMENT C CLAIMS AND LAWSUITS ATTACHMENT D Matter Name Court / Docket Project File Date Close Date Mailer Summary Amount Disposition Coastal Construction Products, Inc. �. C. Slagtcr Construction, Ilc.,'fravelers Casualty and Surety Company of America. Kiewit Infrastructure South Co. (hark Automotive Distributors. Inc., dhaO'Reilly Auto Parts v Kiewit Infrastructure South Co. Florida hock & Sand Prestress Precast Co, Inc. v Travelers Casualty and Surety Co or America and Kicwit Southern Co (Kiewit Infrastructure South) Edgewater Construction Group, inc.. a Florida corporation. v.'fravclers Casualty Surely Company of America, a foreign corporation, and Kiewit Infrastructure South Co. a foreign corporation Duval County Circuit Court', 62014CA008094 XXXXMAC County Court of Douglas County, Nebraska: CI 14 1295ft ll, S. District Court. Florida, Southern District i2CV23001 l I th Judicial Circuit Court of Florida, Dade 12-25315CA02 23758 Bear Cut Bridge 11/19/2014 03/20/201 i 1 a iuil by Coastal Construction Products, Sh1,319 Judgment lnc., a supplier to a subennuactor of Kiewit, demanding payment or alleged monies due in conncxtion with Bear Cut Bride': on the Richenhacker Causeway +%ithin-in Miami - Dade County, Florida, 07/01/2014 12/16/2014 Lawsuit by Ozark Automotive Distributors, Inc. dha O'Reilly Auto Parts alleging nonpayment of amounts owed for goods purchased by Kiec+it Infrastructure South Co. SI.735 Settlement 13185 SR 90'famiami Trail 08/22/2012 16/06/2014 Lawsuit by defaulted subcontractor to perfect S I.356.670 Settlement payment bond claim and for breach of Contract. 13148 I11:1 f AEI Phase 3 07/13/2012 01/29/2013 Lawsuit by subcontractor to perfect payment bond claim. S68.938 Settlement Page 1 Miami Woman's Club Baywalk Kiewit Infrastructure South Co. ATTACHMENT D OSHA CITATIONS UNITED STATES DEPARTMENT OF LABOR H OSHA English [ Spanish Find it in OSHA Q A TO Z INDEX ABOUT OSHA - WORKERS - EMPLOYERS - REGULATIONS - ENFORCEMENT - Establishment Search Results Establishment Kiewit Infrastructure South Co. Date Range TOPICS - NEWS & PUBLICATIONS - DATA TRAINING 04/09/2013 to 04/09/2018 Office all State all Please note that inspections which are known to be Incomplete will have the identifying Activity Nr shown in Italic, Information for these open cases is especially dynamic, e.g., violations may be added or deleted. Sort By: Date [ Name j Office [ State By Date Get Detail Select All Reset # Activity 1203124.015 Q Opened RID St Type Sc 01/12/2017 0627100 AR Referral Partial UNITED STATES DEPARTMENT OF LABOR Occupational Safety and Health Administration 200 Constitution Ave., NW, Washington, DC 20210 t, 800-321-6742 (OSHA) TTY www.OSHA.gov FEDERAL GOVERNMENT White House Affordable Care Act Disaster Recovery Assistance USA.gov Disability.gov Plain Writing Act Recovery Act No Fear Act U.S. Office of Special Counsel Return to Search 0 Results 1 - 1 of 1 SIC NAICS Vio Establishment Name OCCUPATIONAL SAFETY AND HEALTH Frequently Asked Questions A - Z Index Freedom of Information Act Read the OSHA Newsletter Subscribe to the OSHA Newsletter OSHA Publications Office of Inspector General 237310 Kiewit Infrastructure South Co ABOUT THE SITE Freedom of Information Act Privacy & Security Statement Disclaimers Important Web Site Notices Plug -ins Used by DOL RSS Feeds from DOL Accessibility Statement UNITED STATES DEPARTMENT OF LABOR fv! OSHA English Spanish Find it in OSHA CZ A TO Z INDEX ABOUT OSHA - WORKERS - EMPLOYERS - REGULATIONS Inspection Detail ENFORCEMENT TOPICS - Case Status: CLOSED Inspection: 1203124.015 - Kiewit infrastructure South Co Inspection Information - Office: Little Rock Nr: 1203124.015 Report ID: 0627100 Kiewit Infrastructure South Co Mcguire Yard Fayetteville, AR 72704 SIC: NAICS: 237310/ Highway, Street, and Bridge Construction Mailing: 2846 Garland , Wheeler, AR 72704 Inspection Type: Scope: Ownership: Safety/Health: Emphasis: Related Activity: Referral Partial Advanced Notice: Private Safety Close Conference: N:Ctarget, L:Constr6 Close Case: Type ID Referral 1162468 UNITED STATES DEPARTMENT OF LABOR Occupational Safety and Health Administration 200 Constitution Ave., NW, Washington, DC 20210 <. 800-321-6742 (OSHA) TTY www.OSHA.gov FEDERAL GOVERNMENT White House Affordable Care Act Disaster Recovery Assistance USA.gov Disability.gov Plain Writing Act Recovery Act No Fear Act U.S. Office of Special Counsel Open Date: 01/12/2017 Union Status: Nonunion N 01/12/2017 03/16/2017 Safety Yes Case Status: CLOSED OCCUPATIONAL SAFETY AND HEALTH Frequently Asked Questions A - Z Index Freedom of Information Act Read the OSHA Newsletter Subscribe to the OSHA Newsletter OSHA Publications Office of Inspector General Health NEWS & PUBLICATIONS DATA - TRAINING - ABOUT THE SITE Freedom of Information Act Privacy Si. Security Statement Disclaimers Important Web Site Notices Plug -ins Used by DOL RSS Feeds from DOL Accessibility Statement Miami Woman's Club 8aywalk Kiewit Infrastructure South Co. ATTACHMENT E EQUIPMENT Attachment B Kiewit Infrastructure South Co. Equipment List Resource ID Make Model Year Description TRACTORS, CRAWLER (Includes Blade) Cat D3, D41 JD 450 05-2492 CATERPILLAR D4H 1993 Caterpillar D4H 05-2559 CATERPILLAR D4H 1996 CATERPILLAR D4H XL Cat D3 LGP, 04 LGP 1 JD 450 LGP 05-2719 JOHN DEERE 450H 2004 JOHN DEERE 450 05-2750 JOHN DEERE 450J LGP 2005 JD 450J 05-2770 CATERPILLAR D30 LOP 2007 CATERPILLER-D30 LOP Cat D5/JD550 05-2619 CATERPILLAR D5M 1997 CAT D5M LGP GPS Cat D5 LGP / JD 550 LGP 05.2708 Caterpillar D5N LGP FTC 2004 CATERPILLAR D5N LGP FTC 05-2778 CATERPILLAR D5NPS LGP 2006 Cat D6N LGP 1 JD 650 LGP 05.2713 CATERPILLAR D6N LGP 2004 DEN LGP 05-2733 CATERPILLAR DEN LGP 2005 Cat DEN LGP 05-2767 CATERPILLAR DER LGP DS11 2005 Cat DER LGP TRACTORS, WHEEL Small Loader Backhoe(Cat 416.436, JD 310-510) 06-0923 CATERPILLAR 426C 1998 CAT 426 C Combination Backhoe 06-0974 CATERPILLAR 430D 2002 430 BACKHOE 06-0975 CATERPILLAR 430D 2002 430 BACKHOE 06-0976 CATERPILLAR 430D 2002 _ Cat 430D IT Backhoe 06-0986 CATERPILLAR 430D IT 2003 CATERPILLER-430D 17 06-0987 CATERPILLAR 430D IT 2003 Cat 430 Backhoe Loader 06-1002 Caterpillar 430D 2004 Cat 430 D 06-1004 Caterpillar 430D 2004 Cat 430D Backhoe MOTOR GRADERS Small Grader 08-1218 LEEBOY 635 1999 Lee -Boy Mini Grader 08-1275 CHAMPION C80C 2007 Champion C80 Motor Grader Cat 140 Grader 08-1212 CATERPILLAR 140H 1997 ICateroillar 140H 08-1251 CATERPILLAR 14QH 2005 Gat 140 H Cat 14 Grader 08-1159 7CATERP1LLAR 14G 1994 CAT 14 G - SOIL AUGERS & TEST DRILLS 50,000 ftllb Auger 09-0102 D APE 508 wf 375 POWER UNIT 2008 EXCAVATORS 20 to 25 Metric Ton Excavator Cat 320, 321, 322, 325, JD200, PC200 10-2368 CATERPILLAR 320E 1999 Cat 32013 10-2485 CATERPILLAR 320E 1999 Cat 320 10-2777 Caterpillar 320C LU 2004 Cat 320 LU 10-2779 CATERPILLAR 325CL 2004 Cat 325 wlaux. hyd. 30 to 33 Metric Ton Excavator Cat 330, JD330 10-2218 A CATERPILLAR 330E 1998 Cat330BL 10-2756 10-2842 Caterpillar CATERPILLAR 330CL 330CL 2004 2005 Cat 330 CL Cat 330CL no .aux. hydraulics 10-2843 CATERPILLAR 330CL 2005 Cat 330 CL 40 to 45 Metric Ton Excavator Cat 345, JD 450, EX400, PC400 10-2749 Caterpillar 345BL II 2004 Cat 345 wlo aux. hyd. 10-2773 Caterpillar 345BL II 2004 Cat 345 BL 10-2784 Caterpillar 345 BL 2005 CAT 345BI1 10-2845 CATERPILLAR 345BL 11 2005 Cat 345 Si_ wfaux. hydraulics Rubber Fire Excavator M313, M315 M316, M316, M322, JD180, JD210 10-2640 CATERPILLAR M318 2002 Cat 318 wiAux. hyd. 10-2771 Volvo EW180B 2004 Volvo EW 180 B Rubber Tired Ex 1 Kiewit Infrastructure South Co. Equipment List Resource ID Make Model Year Description ROLLERS 55-60" Single Drum 1 Smooth 1 Vibro 11-1617 Vibromax 405D 2003 Vibromax 55" drum 11-1624 VIBROMAX 405D 2004 66" Single Drum / Smooth 1 Vibro 11-1340 i INGERSOLL RAND SP48DD 1989 INGERSOLL RAND-SP48DD 66" Double Drum / Smooth I Static 11-133', INGRAM 12 TON 1988 3 Wheel Steel Drum Roller 78-84" Single Drum 1 Smooth / Vibro 11-1571 CATERPILLAR C5563C 1996 Cat 84" Roller 11-1572 CATERPILLAR CS563C 1996 Cat 84' Rotier 11-1628 Vibromax 186D 2004 Vibromax 186D 11-1641 CATERPILLAR CS533E 2005 CATERPILLER-CSS33E 11-1708 CATERPILLAR C554 2007 Cat C554 Roller 10-15 Ton Pneumatic 11-1681 BOMAG BW24R 2006 BOMAG-BW24R MOTOR SCRAPERS 6131615 Elevating Scraper 12-1239 CATERPILLAR 1613 1993 Caterpillar 613 C Cat 623 Elevating Scraper 12-1234 CATERPILLAR 623E 1993 Cat 623E CRANES Rough Terrain Crane 40-45 Ton 15-1529 GROVE RT745 1988 Grove RT 745 Crane 15-1595 GROVE RT745 1985 GROVE RT 745 CRANE 15-1671 GROVE RT733 1990 Grove RT 733 Rough Terrain Crane 50-55 Ton 15-1682 LINK -BELT HSP-8050 1990 Link -Belt HSP 6050 15-2082 LINK -BELT _RTC-8050 1997 50 Ton Link -Bell Rough Terrain Crane 60-65 Ton 15-2242 GROVE TRT760 1998 Grove RT760 1 Rough Terrain Crane 80-85 Ton 15-2308 GROVE RT880 1999 GROVE - RTBBO CRANE Rough Terrain Crane 90-95 Ton 15-2759 Grove RT890E 2004 GROVE RT 890 CRANE 15-2804 GROVE RT890E 2004 Grove RT890E Conventional Crawler Crane 60-80 Ton - Manitowoc 2900 15-0886 MANITOWOC 2900WC 1975 jManitowoc 2900 W Conventional Crawler Crane 140-150 Ton - Manitowoc 3900W 14000 15-2965 LINK -BELT LS 238 H5 2004 Link -Belt 140 ton crawler EPIC Crawler Crane 100 Ton - Manitowoc 222 - LR 12000 15-2174 MANITOWOC 222EX-OL 1997 222 Manitowoc crane 100 ton 15-2176 MANITOWOC 222EX-OL 1997 Manitowoc 222 EPIC Crawler Crane 175-200 Ton -Manitowoc 777-LR1160 15-2160 MANITOWOC 777 1997 777 - 175 Ton Crawler Crane 15-2637 MANITOWOC 777 2000 777 - 175 Ton Crawler Crane EPIC Crawler Crane 250-275 Ton -Manitowoc 999-LR12005X 15-2110 Manitowoc 999 2000 MANITOWOC 999 15-3088 MANITOWOC 999 2008 999 temp bridge Lattice Boom Truck Crane 120 Ton 15-0834 LINK -BELT HC-238 1973 I BATCHING EQUIPMENT Double Drum Central Mix Plant 34-0825 ERIE STRAYER MP12C _1993 Batch Plant Large Silos 550 -1500 BBL 34-0831 TEREX VPG1200 2006 TEREX-VPG1200 34-0832 TEREX VPG1200 2006 TEREX-VPG1200 34-0833 TEREX VPG1200 2006 TEREX-VPG1200 34-0835 TEREX VPG1200 2006 TEREX-VPG1200 2 Kiewit Infrastructure South Co. Equipment List Resource ID Make Model Year Description 34-0838 TEREX VPG1200 2006 TEREX-VPG1200 Ice Maker 34-0851 TIPPMANN 961400 2006 Ice Module 34-0852 TIPPMANN 961400 2006 Ice Module 34-0853 TIPPMANN 1311500 2006 Ice Module Pneumatic Blower 100 - 200 HP 34-0803 ICYCLONARIE 75 TPH Unloader 2001 Tuck unloader Complete Material Delivery System 34-0846 CYCLONAIRE CEMENT DELIVERY 2006 34-0847 CYCLONAIRE FLYASH DELIVERY 2006 1-pod with 6 inlets & 1-blowe SUBGRADERS & PAVERS Gomaco 9500 Trimmer / Placer 35-0244 j GOMACO 9500 11989 Gomaco 9500 Trimmer CM! Concrete Placer 35-0350 ITEREX �MTP-40048 12007 Terex CMI Placer RINGPOWER Gomaco GT6000 - GT6300 Commander III, IV 35-0338 Gomaco IGT6000-90 2003 Gomaco GT 6000-90 Sidewalk pav Gomaco 4000 Concrete Paver 35-0310 IGOMACO GP-4000 1998 JSE4000 GP Smoothness Indicator 35-0346 GOMACO GS132 2005 GOMACO-G5132 LOADERS, FRONT END Cat IT-28, 928 930,s 938 Loader 37-1949 CATERPILLAR IT28G 1998 CATERPILLER-IT28G 37-2004 CATERPILLAR IT38G II 2004 Caterpillar IT38G 37-2054 JOHN DEERE 544J 2004 John Deere 544 J 37-2110 CATERPILLAR IT28 2004 Gat IT 28 Cat 950, IT-62G JD 644, WA250, L120 Loader 37-1620 VOLVO L120C 1996 Volvo L120 37-1752 VOLVO L-120C 1997 Volvo L 120 37-1779 CATERPILLAR 950F 1997 Cat 950 F 37-1957 CATERPILLAR 950G 2601 950G wheel loader 37-1999 CATERPILLAR 950GI I 2004 Cat 950 G 37-2002 CATERPILLAR IT62G II 2004 IT 62 loader 37-2023 Caterpillar IT62G II 2004 Cat IT 62 G 37-2026 JOHN DEERE 644J 2004 John Deere 644 J 37-2164 CATERPILLAR IT62H 2006 Cat 966 JO 744, WA 500, L150 Loader 37-1626 CATERPILLAR 966F 1996 Cat 966F 37-1628 CATERPILLAR 966F 1996 Cat 966F 37-1723 CATERPILLAR 966F 1997 Cat 966F 37-2001 CATERPILLAR 966G11 2004 Cat 966 G Cat 980, JD844, WA600 Loader 37-1430 A CATERPILLAR 980F 1992 CAT 980 F LIFT TRUCKS 6,000 - 8,000 lb Straight Mast 48-0377 ICASE 586E 1997 Yard Fork Lift i 16,000 - 20,000 lb Straight Mast 48-0521 TAYLOR GT210 1999 Taylor fork 6,000 - 8,000 !b Extendable 48-0514 CATERPILLAR TH82 2001 Cat TH 82 9,000 -10,000 lb Extendable 48-0427 CATERPILLAR TH103 1998 Cat TF1103 48-0513 CATERPILLAR TH103 2001 TH103 Telehandler 48-0516 INGERSOLL RAND VR1044 2001 IR Tele-handler 48-0583 Caterpillar TH560B 2004 Caterpillar TH564B Total of all Equipment S-i\1 3 Miami Woman's Club Baywalk Kiewit Infrastructure South Co. ATTACHMENT F SUBCONTRACTORS ATTACHMENT F SUPPLEMENT TO BID FORM - QUESTIONNAIRE B.2. SUBCONTRACTORS: ITB No.: 17-18-008 Name Trade °% of Work License No. Certification Dade Electric Service, lnc. Electrical / Lighting 3.72% 15487 Insterstate Construction Concrete Work 11.76% 16003 Miami Woman's Club E3aywalk Project, D2 - B-30731 Miami Woman's Club Baywaik Kiewit Infrastructure South Co. ATTACHMENT G SCHEDULE OF INTENT AFFIDAVIT (SOI) Narne of Bidder- Kiewit Infrastructure South Co. Address: 444 Brickel Avenue, Miami FL 33131 Project Name: Miami Woman's Club Raywalk Project.,D2 Contract Dollar Amount THIS FORM MUST BE COMPLETED BY BIDDERS FOR PROJECTS WITH SBE REQUIREMENTS SCHEDULE OF INTENT AFFIDAVIT (SDI) SMALL BUSINESS ENTERPRISE PROGRAM ("SBE") This Section must be completed by the Sidder;Proposer and the SSE' Subcontractor that will be utilized for scopes of work on the project Contact Person: Ben amin .1. Carnazzo Phone No.: 770-487-2300 Project Number B-30731 15% SBE Dollar Amount The Name of Prime Bidder . Certification No. (if - . applicable) Certification Expiration Date (if applicable) Type of SBE Work to be performed by the Bidder (if applicable) Bidder's self- performance percentage (%) of Contract Value Total Dollar ($) Amount of Bidder's self -performance pewit Infrastructure south Co , gq . 52-7. f 6v , 7Z3. DD undersigned intends to perform the followincr Work in connection with the above Contract: Name of Subcontractor Certification. No. - 'Certification Expiration Date -Type of SBE :Work to be .performed by the - Subcontractor. Subcontractor percentage (%) of Contract Value Total Dollar ($) Amount of Subcontractor's SBE requirement 1 L I C ,.Fn e t - a `I` a- cec.+4I C4 L. .3. 72 c7 , $ 26, 695. Go I certify that the representations contained in this farm are true and accurateto thehest of my knowledge. +.I affirm that 1 will enter into sub contractual agreement(sl with the above listed 56 Subcentractor(s) if awarded this Contract. Copies of the ement(s) will be immediately made available to the City of Miami as required. �-- ...,.. Bidder S nature P The undersigned his reasonae and uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such ability to obtain bonding that is reasonably required' to provide such goods consistent with normal industry practice, and the ability to otherwise ifications. goods or sery rneet the bi Subcontractor ignature Miami Woman's Club Baywalk Project, D2 - B-30731 '9 lib • Date. r.a Benjamin-J. Carnazzo Bidder Print Name Subcontractor Print Name 101 lTll3 No-_ 17- a-o0s Sr. Vice President Title v Title / / V Date Benjanziit : Carnazzo Bidder Print Name Sr. Vice President Title Name of Bidder: IKiewit infrastructure South, Co. Address: 444 Briclee! Avenue,Miami, FL 33131 Project Name: Miami'Woman's Club Eat=waik Project, D2 Contract Dollar Amount: THIS FORM MUST BE COMPLETED BY BIDDERS FOR PROJECTS WITH SBE REQUIREMENTS SCHEDULE OF INTENT AFFIDAVIT (S01) SMALL BUSINESS ENTERPRISE PROGRAM ("SBE") This Section must be completed by the BidderfProposer and the SBE Subcontractor.that will be utilized for scopes of work on the project - Contact Person: Benjamin J. Caron720 Phone No.: 770-487-2.300 Project Number. B-30731 15%1% SEE Dollar Amount Name of Prime Bidder Certification No_ (if applicable) Certification Expiration Date (if applicable) Type of SBE Work to be performed by the Bidder (if applicable) Bidder's self- performance percentage (%) of Contract Value Total Dollar (S) Amount of Bidder's self -performance Kiew•itInfrastructure South Co gSi.5Z°/. $ LPL),7ZS. undersigned intends to perform the following Work in connection with the above Contract: Name of Subcontractor Certification No. Certification Expiration Date Type of SBE.Work to be .performed by_the Sulicontpactor. Subcontractor percentage ('Yo) of Contract Value Total Dollar ($) Amount of Subcontractor's SBE requirement 1 nrC / 'r ELEc-+4le4 G .3.7 z at'. ,I$ 24,. 6 4 3 . u c3 I certify thy: the represents ors contained in this form are true and accurate'to the hest of my knowledge, ..I affirm that] will enter into sub contractual agreernent(s) with the above listed SSE Subcontractor(s) if awarded this Contract. Copies of the agr(ement(s) will be immediately made available to the City of Miami as required. 7 Bidder ' nature �`' i The undersigned hats reasonat4le'rand uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such goods or sery os ability to obtain bonding that is reasonably required to provide such goods consistent with normal industry praCtice, and the ability to otherwise meet the bi sp= ifications. The Subcontractor ignature Cet+. Subcontractor Print Name Title i01 Miami Woman`s Club Eaywatk Project, D2 - B-30731 lTB No.: 17-1B-D08 Miami Woman's Club Baywaik Kiewit Infrastructure South Co. RESUME MICHAEL GRAHAM Kiewit Michael Graham Sponsor INDUSTRY TENURE 17 years KIEWIT TENURE 17 years (Hire Date 05/15/2000) EDUCATION B.S. Construction Management, Georgia Southern University, 2000 PROFESSIONAL REGISTRATIONS N/A PROFESSIONAL ASSOCIATIONS N/A OTHER SPECIALIZED EXPERIENCE/TRAINING • American Road and Transportation Builder's Association's Young Executive Development Program • Sponsor Seminar • Project Management • Superintendent School • Shoring Course • Time Management • Safe Driver Training • Superintendent Course • Formwork Course • Excavation and Dewatering Course • Survey Course • P-3 Training • Supervisory Course 11 • Supervisory Course • Scheduling • Crane Training PROFESSIONAL EXPERIENCE Since joining Kiewit, Michael has worked on a wide -range of projects including a duct bank installation for the S500 million Southeastern Segment of the Level 3 Communications Project. During his tenure in the South Florida Office, Michael successfully managed unique, heavy -civil infrastructure projects including the US-27 Depressed Roadway Design -Build Project, the bascule bridge replacement at 5'" Street over the Miami River, and a multitude of others located at the Miami International Airport (MIA). In addition, he served as the Construction Manager for the time critical and environmentally sensitive $560 million ICC-B Project in Maryland and a Project Manager at the $1.46 billion Midtown Tunnel project in Virginia. vlichael Graham, Page 1 of 4 Kiewit PROJECT EXPERIENCE Sponsor/Estimator (April 2016 - Current), South Florida Area Office, Sunrise, FL Michael is an Estimator on roadway, bridge, pump station, and wastewater treatment plants projects located throughout Florida, ranging from $5 million to $250 million. In this position, he is responsible for pricing bids, soliciting quotations from subcontractors in accordance with good faith efforts,, and assisting in proposal submittals with scopes including mass grading. bridge construction, drainage and utility installation, signalization, signing, and pavement placement for projects in the state of Florida. He is the Project Sponsor for Bakers Haulover, Camino Real, Doral Gravity Wall, Muss Park Seawall, NE 183r4 St. Seawall, and PS 106 Rehab. Deputy Construction Director ;December 2013 -- April 2016), Cove Paint Liquefaction Expansion Terminal, Dominion Cove Point LNG, LP, Lusby, Maryland, $3 Billion Michael served as the Deputy Construction Director on this joint venture project, where he managed all underground and civil construction below the anchor bolts of the plant. He also managed Owner field/construction relationships, site services, and the material handling group. 1H1 E&C and Kiewit Energy Company are teaming up on this project that will liquefy natural gas in order for it to be exported to other countries. Project Manager (January 2012 - November 2013), Midtown Tunnel Project Phase 3 - MLK Segment. $1.46 B. Virginia DOT, Portsmouth / Norfolk, VA As Project Manager, Michael was responsible for all aspects of the project. The active P3 project is comprised of a new two-lane immersed tube tunnel under the Elizabeth River adjacent to the existing Midtown Tunnel and interchanges on both the Norfolk and Portsmouth sides; maintenance and safety improvements to the existing Midtown Tunnel; maintenance and safety improvements to the two existing Downtown Tunnels; and an extension of the MLK Expressway from London Boulevard to Interstate 264 (I-264). Construction Manager (February 2010 - May 2011), Intercounty Connector (ICC) Contract B, Maryland State Highway Authority (MSHA), Baltimore, MD Michael was the Construction Manager for the $560 million ICC-B Project. This project is the third segment of the ICC improvements, extending from approximately 1,600 ft. east of Maryland 97 to approximately 2,000 ft. west of US 29. 03/31 The Project consists of approximately seven miles of new, controlled access, six -lane, tolled roadway; with two interchanges at MD 182 and MD 650. Scope includes mainline, collector -distributor roadway, auxiliary lanes, ramps, cross roads. and pavement design, utility relocations, bridges, retaining walls, noise walls, earth berms, drainage facilities, landscaping, signing, signals, lighting, pavement markings, tolling infrastructure, maintenance of traffic, ITS devices, public relations support; and environmental compliance. Project Manager (March 2003 - October 2009), 5th Street Bascule, FDOT District 6, Miami, FL Michael served as Project Manager for this $59 million bascule bridge replacement in Miami, Florida. The project is being completed in four traffic control phases. Included is minor bridge demolition, the construction of a new steel bascule bridge with control tower, 30-in pre -stressed concrete foundation piling, 24- in reinforced concrete abutment piling, two cofferdams, two concrete bascule piers, a fender system, roadway and approaches, lighting and signalization. Job Superintendent (February 2008 - March 200$), 63" Street Bascule Bridge Rehabilitation. FOOT District 6, Miami, FL The 63rd Street project included the complete replacement of the steel portion of an existing bascule bridge in Miami, FL. The project also included removing an existing flyover bridge and the complete reconstruction of 1 mile of Al A in a very congested area. Michael Graham, Page 2 of 4 Kiewit Project Manager (February 2008 -- March 2008), 1-95 Auxiliary Lanes, FOOT District 6, Miami, FL He was Project Manager for this $12.5 million project that included the widening of 0.7 miles of Southbound 1-95 in Miami -Dade County, just south of the Golden Glades interchange. The project required widening three bridges and four MSE walls, as well as constructing a special cast -in -place H-pile wall secured to an existing MSE wall with soil anchors, drainage improvements, widening an on -ramp and PCC paving. MOT required extensive coordination efforts with FDOT and Florida Highway Patrol. Coordination meetings were critical and held each morning with the FDOT Public information office, Miami -Dade County Sheriff department, third party utilities, and other concurrent FDOT contracts in the area. General Superintendent (May 2005 -- April 2007), US-27 Depressed Roadway, FOOT District 6, Miami, FL Mike served as General Superintendent for this $35 million design -build depressed roadway project. He was responsible for leading job planning and scheduling sessions, providing oversight for controlling schedule, cost, safety, quality, project engineering, administration, material procurement, and equipment maintenance. The project included the design, construction and permitting to eliminate the existing at -grade FEC railroad crossing on Okeechobee Road. The project consisted of a six -lane depressed roadway, drainage system, pump house, lighting, Intelligent Transportation System (ITS), conduits, relocation of an existing water main for the City of Hialeah and roadway work. Job Superintendent (May 2005 — January 2005), MiA Repump Station #2, Miami -Dade Aviation Department, Miami, FL He was Job Superintendent for this $2 million project to construct new wastewater pumping station and associated force mains at the Miami International Airport. Project Engineer (April 2004 — May 2004), Heft Toli Plazas Modifications, FTE, Miami, FL His role was as Project Engineer for this $5.5 million modification of eight toll plazas along the Florida Turnpike from Miramar to Homestead including pavement widening, signs, striping, and guardrails. Superintendent (January 2005 — May 2005), H-J Apron and Utilities, Miami international Airport, Miami - Dade Aviation Department, Miami, FL Michael served as Superintendent for this $47 million parking apron and associated utilities as part of the airport's $600 million South Terminal Expansion Program. The major scope of work includes 80,000 sq. yd. of 18-in Portland Cement Concrete, non -aircraft rated asphalt paving, drainage culverts and structures, pollution control systems, and taxiway edge and centerline high mast flood lighting, airport perimeter roads, and temporary pavement for ground services equipment. Superintendent (November 2001 — February 2004), Miami Northside Runway 8R126L, Miami -Dade County Aviation Department, Miami, FL He was Superintendent for this project which included installation of an 8,600-ft. runway, two new taxiways, Concourse A parking apron, and all associated navigational aids. All construction activities were implemented across 70 milestone phases to maintain air traffic for an active runway, in addition to cargo and maintenance aprons. Communication with M-DAD was crucial to the success of this project. Major quantities included the delivery of 250,000 TN of asphalt paving, 83,000 sq. yd. of concrete pavement, and 400,000 cu. yd_ of excavation. Field Engineer (January 2011 — October 2001), Fiber Optic Duct Bank installation; Level (3) Communications. Atlanta, GA to Jacksonville, FL His role was as Field Engineer for the Southeastern U.S. portion of this $3 billion, 16,000 mile duct bank and fiber optics network for an internet and telecommunications highway. Michael Graham, ?age 3 of 4 Kiewit Over $500 million and 2,460 miles in construction were completed in the Southeastern U.S. operations. Construction elements included Conduit and Fiber Optic Cable System throughout the Southeastern U.S. Scope of work also required the coordination and negotiations with 7,000 private landowners for ROW easements. Michael Graham, Page 4 of 4