Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25574
AGREEMENT INFORMATION AGREEMENT NUMBER 25574 NAME/TYPE OF AGREEMENT RECREATIONAL DESIGN & CONSTRUCTION, INC. DESCRIPTION AMENDMENT NO. 2 TO CONSTRUCTION CONTRACT/VIRRICK PARK AQUATIC FACILITY - D2/FILE ID: 16941/R-24-0476/MATTER ID: 24-3294 EFFECTIVE DATE May 12, 2025 ATTESTED BY TODD B. HANNON ATTESTED DATE 5/12/2025 DATE RECEIVED FROM ISSUING DEPT. 5/13/2025 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Max Sagesse NAME OF OTHER CONTRACTUAL PARTY/ENTITY: EXT. 1919 Recreational Design & Construction, Inc. IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 9,900,000.00 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ■ ■ YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No. 2 to ITB 20-21-009 NO NO PURPOSE OF ITEM (BRIEF SUMMARY): Section 2, ITB General Terms and Conditions, Subsection 3, Contract Price and Guaranteed Maximum Cost/Guaranteed Maximum Price, is being amended to increase the capacity of the contract by $2,750,000.00 to address the costs associated with the additional scope items to the contract. COMMISSION APPROVAL DATE: 11 /21 /2024 FILE ID: 16941 ENACTMENT NO.: R24-0476 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR/CHIEF PROCUREMENT OFFICER Fernando Ponassi Reviewed and OK to proceed. April 3, 2025 Annie Perez,CPPO 117:21:5EDT SIGNATURE: r—DocuSigned t ""` �4- , •" RISK MANAGEMENT p 4 2025 Ann -Marie Share pAril I 06:53:15 EDT SIGNATURE: �89540E673CA �Docusignedb 1t,V'Vti 6Y BUDGdi nT Fung FFI is aE ai 1 abl e in 40-B40571 for the total amendment LEM 4/14/25 April 14, 202 5 N�ari�3G2 in35 EDT SIGNATURE: Ns-55349B495F2.. ,.DocuSigned t /s/TMF CITY ATTORNEY Matter ID No. 24-3294 24-3294 April 22, 2025 C�eorneiVlj�somIII ' SIGNATURE: \-5F6E831796• r—Docusigned. atoll, ` "83776E91rC88 ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER April 24, 2025 Llarar9S r1f1g23CPEADT I SIGNATURE: r—DocuSignedb '-1„^ tanSr '—l.'3D2 ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, MPA N/A SIGNATURE: o2B97 ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE May 12 , 2025 10 ael Marrero : 56 : 58 EDT SIGNATURE:�u �DocuSigned b DEPUTY CITY MANAGER May 12 , 2025 1 NT1,19 Cyletok-Williams SIGNATURE: Docusigned 11/414A4. CITY MANAGER May 12 , 2025 I 'fs . TVgRDN'if SIGNATURE: 84B7009 5Dt: f—DocuSigned griquitie IU CITY CLERK May 12 , 2025 Ha T15d2 T nEDT SIGNATURE: �BSUCFbC3/2C �DocuSigned b :=_ ` � q `—FaFmsAnnCF1 4B0... 4D4 41 B... V1 t,6 A D42A... 459 PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24288 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD AMENDMENT OVERVIEW TITLE: ITB No. 20-21-009 Virrick Park Aquatic Facility — D2 — Project No. B-40571 — Recreational Design & Construction, Inc. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer - Authority level of $ ❑ City Manager - Authority level of $ 500,000.00 ❑x City Commission - RESOLUTION No. R-20-0209 2. PROCUREMENT METHOD: ❑ RFP/Q ITB ❑ SOLE SOURCE ❑ PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. Amendment No. 2 to increase the capacity. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? R-24-0476 5. WHAT IS THE SCOPE OF SERVICES? The scope of work includes the demolition of the existing swimming pool facility, construct an aquatic facility and dumpster enclosure, and install a water main on Hibiscus Street between Percival Avenue and Day Avenue. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Office of Capital Improvements 7. IS THE AWARDEE THE INCUMBENT? N/A 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? Two Hundred and Eight (208) calendar days from the issuance of the Notice to Proceed. Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? $7,150,000.00 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? City of Miami Code Section 18-117, "Economic Stimulus Awards and Agreements." Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD City of Miami Legislation Resolution Enactment Number: R-24-0476 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 16941 Final Action Date:11/21/2024 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING AN INCREASE TO THE CONSTRUCTION CONTRACT WITH RECREATIONAL DESIGN & CONSTRUCTION, INC., A FLORIDA PROFIT CORPORATION ("RDC"), SOLICITED AND AWARDED PURSUANT TO INVITATION TO BID ("ITB") NO. 20-21-009, TO PROVIDE CONSTRUCTION SERVICES FOR VIRRICK PARK AQUATIC FACILITY, PROJECT NO. B-40571 - D2, BY AN AMOUNT OF TWO MILLION SEVEN HUNDRED FIFTY THOUSAND DOLLARS ($2,750,000.00), THEREBY INCREASING THE ORIGINAL PROJECT COMPENSATION AMOUNT FROM SEVEN MILLION ONE HUNDRED FIFTY THOUSAND DOLLARS ($7,150,000.00) TO THE AMENDED PROJECT COMPENSATION AMOUNT OF NINE MILLION NINE HUNDRED THOUSAND DOLLARS ($9,900,000.00) FOR THE COSTS ASSOCIATED WITH ADDITIONAL SCOPE OF WORK ITEMS, AS DESCRIBED IN EXHIBIT "A," ATTACHED AND INCORPORATED; ALLOCATING FUNDS FROM PROJECT NO. B-40571, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO EXECUTE THE AMENDMENT WITH RDC IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE, AND TO ISSUE RDC THE APPROPRIATE NOTICE TO PROCEED; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS AND BUDGETARY APPROVALS HAVING BEEN PREVIOUSLY MADE, IN COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, ("CITY CODE"), INCLUDING, THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI - DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, on June 30, 2021, the Department of Procurement ("Procurement") issued Invitation to Bid ("ITB") No. 20-21-009, under full and open competition, to procure construction services for Virrick Park Aquatic Facility ("Project"); and WHEREAS, on August 9, 2021, one (1) bid was received in response to the ITB, and after Procurement completed its due diligence effort, the bid was found to be responsive and responsible to the Minimum Requirements of the ITB; and WHEREAS, on January 18, 2022, the Project was awarded to RDC; and WHEREAS, on April 1, 2022, an agreement was executed between the City and Recreational Design & Construction, Inc., a Florida profit corporation ("RDC"), and Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD WHEREAS, Amendment No. 1 to the contract, increasing its original capacity by Six Hundred Fifty Thousand Dollars ($650,000.00), from Six Million Five Hundred Thousand Dollars ($6,500,000.00), to Seven Million One Hundred Fifty Thousand Dollars ($7,150,000.00), was executed on March 18, 2024; and WHEREAS, the current Compensation Limit is insufficient to address the costs associated with the additional scope items to the Project, and WHEREAS, it has been determined to be in the best interest of the City of Miami ("City") to further increase the capacity of the agreement to cover the additional scope items; and WHEREAS, the City Manager requests authorization to execute a second amendment ("Amendment") to RDC's agreement, increasing the project compensation amount by an amount of Two Million Seven Hundred Fifty Thousand Dollars ($2,750,000.00), thereby increasing the project compensation amount from Seven Million One Hundred Fifty Thousand Dollars ($7,150,000.00) to the amended project compensation amount of Nine Million Nine Hundred Thousand Dollars ($9,900,000.00), for the cost associated with additional scope of work items, as described in Exhibit "A," attached and incorporated; and WHEREAS, funds are to be allocated from Project No. B40571, subject to availability of funds and budgetary approval at time of need; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The City Commission hereby approves an increase to the agreement between the City and RDC, pursuant to ITB No. 20-21-009, to provide construction services for the Project, is necessary to address the cost associated with additional scope of work items, to increase the project compensation amount by an amount of Two Million Seven Hundred Fifty Thousand Dollars ($2,750,000.00), thereby increasing the project compensation amount from Seven Million One Hundred Fifty Thousand Dollars ($7,150,000.00) to the amended project compensation amount of Nine Million Nine Hundred Thousand Dollars ($9,900,000.00), as described in Exhibit "A," attached and incorporated, is accepted. Section 3. Funds are to be allocated from Project No. B-40571, subject to availability of funds and budgetary approval at time of need. Section 4. The City Manager is authorized' to execute an Amendment to the agreement with RDC, in a form acceptable to the City Attorney, for said purpose, and to issue RDC the appropriate Notice to Proceed. Section 5. The City Manager is further authorized' to negotiate and execute all other documents, including any amendments, renewals, and extensions, subject to all allocations, appropriations, and prior budgetary approvals, and in compliance with all applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"), including the City of Miami's Procurement Ordinance, Anti -deficiency Act, and financial integrity principles, all as set forth in Chapter 18 of the City Code, all in a form acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for 1 The herein authorization is further subject to compliance with all legal regulations that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions. Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD said purpose. Section 6. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: Pursuant to the resolution, this item became effective immediately upon adoption by the Commission. Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 2 TO THE CONSTRUCTION CONTRACT WITH RECREATIONAL DESIGN & CONSTRUCTION, INC. FOR VIRRICK PARK AQUATIC FACILITY - D2 This Amendment No. 2 to the Construction Contract ("Contract") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Recreational Design & Construction, Inc. ("Contractor"), a Florida Profit Corporation, for the provision of construction services for Virrick Park Aquatic Facility ("Services") for the Office of Capital Improvements ("OCI") is entered into this 12th day of May , 2025. RECITALS WHEREAS, pursuant to the City's Procurement Code Section 18-85, "Competitive Sealed Bidding," and 18-117, "Economic Stimulus Awards and Agreements," and Invitation to Bid ("ITB") No. 20-21-009 — D2 — Project No. B-40571, the City Manager executed a Contract with the Contractor for Six Million Five Hundred Thousand Dollars ($6,500,000.00); and WHEREAS, the City Manager executed Amendment No. 1 on March 18, 2024, to increase the capacity of the contract to Seven Million One Hundred Fifty Thousand Dollars ($7,150,000.00); and WHEREAS, the current Compensation Limit is insufficient to address the costs associated with the additional scope items to the Services; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Contract with the Contractor to accommodate the additional scope items to the Services; and WHEREAS, this Amendment No. 2 to the Contract increases its existing capacity by Two Million Seven Hundred Fifty Thousand Dollars ($2,750,000.00), thereby increasing the existing capacity of the Contract from Seven Million One Hundred Fifty Thousand Dollars ($7,150,000.00), to Nine Million Nine Hundred Thousand Dollars ($9,900,000.00). NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Contract as follows: 1 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Amendment No. 2 to the Contract with Recreational Design & Construction, Inc. for Virrick Park Aquatic Facility — D2 — Project No. B-40571 SECTION 2: ITB GENERAL TERMS AND CONDITIONS 3. Contract Price and Guaranteed Maximum Cost/Guaranteed Maximum Price Contractor represents, warrants, and guarantees to the City that Contractor shall completely, timely, and properly perform the Work and all of its obligations under the Contract, in accordance therewith, for the Contract Price to be agreed upon by the parties. This Contract Price shall constitute Guaranteed Maximum Cost/Guaranteed Maximum Price to the Owner for performing the Work inclusive of labor, materials, equipment, supplies, and any allowable overhead and profit. The Owner shall (absent a prior Amendment with compelling cause approved as an Amendment to this Agreement) have no liability or obligation to pay any amount in excess of the stated Contract Price and Contractor shall have no recourse in that respect except to seek an Amendment to the Agreement. All costs in excess of the Contract Price shall be paid solely by Contractor without reimbursement or additional compensation from Owner. The total contract value is Nine Million Nine Hundred Thousand Dollars ($9,900,000.00), which includes the original contract amount of Six Million Five Hundred Thousand Dollars ($6,500,000.00), Amendment No. 1 amount of Six Hundred Fifty Thousand Dollars ($650,000.00), and Amendment No. 2 amount of Two Million Seven Hundred Fifty Thousand Dollars ($2,750,000.00). SECTION 3: ITB SUPPLEMENTAL TERMS AND CONDITIONS 1.01 Term of Additional Services The Contractor shall have a total of Two Hundred and Eight (208) calendar days to achieve final completion of the project from the date of the Notice to Proceed ("NTP"). The Project Schedule estimates an NTP date of July 1, 2025, which has a completion date of January 23, 2026. 20. Counterparts; Electronic Signatures This Contract may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Contract shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Contract (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Contract upon request. All other terms and conditions of the Contract are in operative force and effect and remain unchanged. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Amendment No. 2 to the Contract with Recreational Design & Construction, Inc. for Virrick Park Aquatic Facility — D2 — Project No. B-40571 IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: in Name, Title ATTE Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: ..D__'o/IcuSig__ned by: Si ned b grf Lur NoV1t r, by: sae prhr2a.. Todd B. Hannon, City Clerk ,%�oF Art urlorlega V, City Manager Recreational Design & Construction, Inc., a Florida profit Corporation r rint � ,44 e Ti e of Author m , ed icer. or Manager (Corporate Seal) CITY OF MIAMI, a municipal corporation of the State of Florida APPROVED AS TO INSURANC REQUIREMENTS: APPROVED AS TO LEGAL FORM AND CORRECTNESS: �DocuSigned by: DocuSigned by: fi '1 (iAutaa rautrot, 00(isat4 Ill ,349_ �,- -4130 Ann Mane -Sharpe, Director .. 8877-6 E9FC882486... George K. Wysong III, City Attorney Risk Management Department 24-3294 FDS riljtc Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Amendment No. 2 to the Contract with Recreational Design & Construction, Inc. for Virrick Park Aquatic Facility — D2 — Project No. B-40571 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I H R Y CERTIFY that at a meeting of the Board of Directors of 741 eir /e, a corporation organized and existing under the laws of the State of , held of the /2- .ay of 20 a esolution was duly passed and adopted au orizing (Name) - „ :s (Tit ) > 1 of the corporation to execute agreements on beha ' of he corporation and roviding that their 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 WITNESSyr/(�-EREOF, I have hereunto set my hand this day of %%19/ 207. Secretary: Print: 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 , 20_, a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their 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. 20 IN WITNESS WHEREOF, I have hereunto set my hand this , day of Partner: Print: Names and addresses of partners: Name Street Address City State Zip Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD AK to me or who h Amendment No. 2 to the Contract with Recreational Design & Construction, Inc. for Virrick Park Aquatic Facility — D2 — Project No. B-40571 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I 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 Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 Signed: Print: STATE OF COUNTY OF rt NOTARIZATION nn ) SS: The foregoiinstrument was acknowledged before me this Sr(day of by .�.Se k Cerro"--L , ho is per nay no oduced as identification and who (did / did not) take a th. SI MATURE OFJ.VQTARY PUBLIC STATE OF PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC • - , SCOTT GREINER MY COMMISSION # HH 378642 EXPIRES: May 20, 2027 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD CRUM&FORSTER' Underwriting Office: New York Line of Business: Contract Surety PREMIUM INVOICE Invoice #: Date: 0001 03/27/25 Bill To: Nielson, Hoover 0 Insured: Recreational Design Policy Number: 606-103355-7 Effective Date: 02/09/22 Expiration Date: 04/21/23 Company: United States Fire & Company Producer #: Due Date: Amount Due: 00927 05/15/25 $17,875.00 and Construction Inc Transaction: AP Endorsement Insurance Co. and Surcharges): $27,500.00 Taxes and Surchages: $0.00 and Surcharges): $27,500.00 Commission: $9,625.00 Net Premium Due: $17,875.00 Commission: 35.00% Bond Amount: $9,900,000.00 Obligee: City of Miami Premium (before Taxes Total Premium (including Taxes Total Comments: Due Date: Please make checks payable to: 05/15/25 United States Fire Insurance Co. Mailing Address: Note: United States Fire Insurance P.O. Box 29897 New York, NY 10087-9897 Amounts are due on the date set forth above, without regard to any other billing arrangement you may have with Crum & Forster. Copy to: Irene Murphy, 973-326-7154 Premium Accounting Department 305 Madison Avenue Morristown, NJ 07962 AGENTS COPY Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD AACRISURE" 4/1/2025 Re: Recreational Design, Virrick Increase in contract price from $7,150,000.00 to $9,900,000.00 To Whom This May Concern, Here is United States Fire Insurance Company's written acknowledgement of the increase in contract price from $7,150,000.00 to $9,900,000.00 as well as the invoice for the additional premium associated with the same. Recall our conversation held on 12/6/2024 because of the significant progression of the project as well as circumstances, we were asked to have their surety (US Fire) simply acknowledge the $7 Million bond included the change order work/additional risk until completion of overall project/scope. This should pacify your request and if you have other questions don't hesitate to give me a call. Nothing contained herein shall serve to alter the rights and remedies of their surety. Sincerely, Jessica Reno Surety Bond Specialist Acrisure.com / Southeast Region 1000 Central Avenue #200 St. Petersburg, FL 33705 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD From: Gomez Jr., Francisco (Frank) To: Ponassi Boutureira. Fernando Cc: Ouevedo. Terry; Rodriguez -Soto. Israel; Montoya. Jose; Badia. Hector; Perez. Jose R.; Hansen. Anthony Subject: RE: ITB No. 20-21-009, Virrick Park Aquatic Facility Project - D2, Project B-40571 Date: Wednesday, April 2, 2025 2:59:56 PM Attachments: image005.onq image007.onq Hello Fernando, hope all is well with you also. I see the $6.5m original bond and rider increasing the value of the bond to $7,150,000. There is also a written acknowledgement from United States Fire Insurance Company's on ACRISURE's letterhead signed by Jessica Reno Surety Bond Specialist confirming the bond increase to $9.9m. The document as provided is acceptable to Risk. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management '4 N.E. lstAvenue end Floor Miami, Florida 33132 (305) 416-1740 Office (305) 416-176o Fax fgomez©miamigov.com "Serving, Enhancing, and Transforming our Community" Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Design / Bu i Id l Div CSI Code 1 01.00 Gen Condition 2 01.89 Shoring & Dewatering 2 02.01 Demolition 2 02.02 Misc Demo Items 2 02.20 Excv & Backfill 2 02.20 Excv & Backfill 3 03.01 Conc Pool Shell Concrete Package 3 03a. Pool Base Slab 3 03b. Pool Walls 3 03.62 Misc Forms 03h. Gunite Subcontractor 03.62 Misc Forms 03.68 Concrete: Misc 3 3 13 13 13 13 13 16 13b. Pool Piping 13c Pool Components 13c. Pool Equipment 13d. Pool Misc 13e. Pool Subcontractors 13f. Pool Electric Virrick Park Pool Upgrade Summary of Costs Description General Conditions Dewatering & Shoring Demolition - Pool Misc Demo Items Excavation - Pools / Site access, Excav Protection Backfill: Foot Wall Misc Including Stone Conc Pool - Earthwork, Fine Grade & Fill 03a. Pool Base Slab + Layout 03b. Pool Walls 03g. Pool Gutter 03h. Gunite Subcontractor 03h. Main Drains Misc Conc Work 13a. Pool Piping 13b. Pool Components Total 13c. Pool Equipment Total 13d. Pool Misc Total 13e. Pool Subcontractors 16.10 Electrical - Pool Page 1 of 39 Date: 10/30/2024 Time: 1:02 PM Best & Final 7 0.22.2024 210,548.00 442,030.08 125,788.00 138,537.00 48,709.00 225, 285.00 43,130.00 140,713.87 113,833.00 24,627.00 31,241.54 7,566.00 120,621.03 58,616.24 113, 200.01 86,304.03 57,185.00 23,450.52 30,069.03 20 Total Cost of the Work $ 2,041,454.35 21 Building Permit Allowance 22 G&L Insurance 25 Fee on Previous Subtotal 2,041,454.35 2,072,076.17 1.50% 2.50% 2,123,878.07 10.00% 30,621.82 51,801.90 2,123,878.07 212,387.81 Subtotal 26 Bond 2,336,265.88 2.30% $ 2,336,265.88 $ 53,734.12 Total Cost $ 2,390,000.00 O:\3_Jobs\021-522 Virrick Park\11 - Estimates\Virrick Pool Replacement\021-522 Virrick Park Pool Replacement 10.29.2024 Page 1 of 10. Docusign Envelope ID: 6773A8FB-0659-434F-BB88-B61 EE55775C7 Div 1 2 2 2 2 2 3 3 3 3 3 3 3 3 Virrick Park Pool Upgrade Summary of Costs Date: 10/30/2024 Time: 1:53 PM cSi Code Description Best & Final 10.22.2024 Itemized Breakouts Item Reference Notes 01.00 Gen Condition General Conditions $ 210,500.00 $ 210,500.00 1. Contractor's general conditions for (5) months' genital conditions. Demolition 01.89 Shoring & Dewatering Dewatering& Shoring- Lump Sum Value / Hard Cost $ 357,000.00 Broken Down Below 2. See Leveling Sheet Page 14 of 39. Dewatering- Lump Sum Value / Hard Cost See on Right $ 307,000.00 2a. Page B - 25 Quote from Griffing Fluid Management- See attachment 02.a- Dewatering analysis. Shoring- Lump Sum Value / Hard Cost See on Right $ 50,000.00 2h. RDC Shoring cost is derived from RDC cost history. This $50,000 is a hard cost value. 02.01 Demolition Demolition - Pool $ 125,700.00 Broken Down Below See Leveling Sheet Page 6 of 39. Access and Site logistics by RDC $ 16,100.00 4. RDC RDC Self Perform Numbers Pool Demolition Contractor $ 109,600.00 5. Page 7 of 39. Demo quotes Pages 7 - 13. 02.02 Misc Demo Items Misc Demo Items $ 138,500.00 Broken Down Below RDC RDC Self Perform Numbers Remove Pool Piping See on Right $ 13,236.00 6. RDC RDC Self Perform Numbers Remove Pump House Floor Section See on Right $ 25,452.00 7. RDC RDC Self Perform Numbers $ Demolition Labor - Self Perform by RDC Forces See on Right $ 41,871.00 8. RDC RDC Self Perform Numbers Concrete Debris Removal / Dumpsters See on Right $ 53,665.00 9. RDC RDC Self Perform Numbers Rental Equipment See on Right $ 2,726.00 10. RDC RDC Self Perform Numbers Small Tools & Equipment Charge See on Right $ 1,550.00 11. RDC RDC Self Perform Numbers Excavation See Leveling Shee Page 6 of 39. 02.20 Excavation & Backfill Excavation -Pools/ Site access, Excavation' Protection $ 48,700.00 $ 48,700.00 12. Pages 27-34 Breakout Numbers from Second Half builders (total Excavation = 02.20 Excavation & Backfill eackfllli Foot Wall Misc Including Stone $ 225,200.00 $ 225,200.00 13. Pages 27- 34 Breakout Numbers from Second Half builders (total Excavation = 03.01 Conc Pool Shell Conc Pool- Earthwork, Fine Grade & Fill $ 43,100.00 $ 43,100.00 14. Pages 27- 34 Breakout Numbers from Second Half builders (total Excavation = Concrete Package See Leveling Sheet Page 34 of 39. 01.8 Setup 01.8a Layout (P3Own Forces) $ 4,800.00 $ 4,800.00 15. RDC RDC Self Perform Numbers 01.8 Setup 01.9b Concrete Washout $ 10,694.00 $ 10,694.00 16. RDC RDC Self Perform Numbers 03a. Pool Base Slab 03a. Pool Base Slab $ 125,206.00 $ 125,206.00 17. Pages 27- 37 Carries numbers from Second Chance Concrete. 03b. Pool Walls 03h. Pool Walls $ 113,800.00 $ 113,800.00 18. Pages 27- 37 Carries numbers from Second Chance Concrete. 03.62 Misc Forms 03g. Pool Gutter $ 24,600.00 $ 24,600.00 19. Pages 27- 37 Carries numbers from Second Chance Concrete. 03h. Gunke Subcontractor 03h. Gunite Subcontractor $ 31,200.00 $ 31,200.00 20. See Leveling Sheet Page 38. Page 39 Cost of Gunite is by the cubic yard, in place. Current gunke charges are $514.46/Cy, including gutter and gradient finishes. Page 39 There is 35.69Cy gunite in the pool Walls and an additional 34.01 Cy in the pool gutters =69.70 Cy @ $514.46/Cy from Southern gunke 03.62 Misc Forms 03h. Main Drains $ 7,500.00 $ 7,500.00 21. RDC RDC Self Perform Numbers 03.68 Concrete: Misc Miscellaneous Conc Work $ 120,600.00 Broken Down Below 22. RDC Broken Down Items 1-16 1. ADA UR Foundation Replacement Inc Above $ 17,592.00 22a. RDC RDC Self Perform Numbers 2. Sowcut at Replacement Slab Inc Above $ 1,640.00 22h. RDC RDC Self Perform Numbers 3. Excavate, Grade & Fill @ Pump Hose Replacement Slab Inc Above $ 8,960.00 22c. RDC RDC Self Perform Numbers 4. Excavate Coral Rock for Replacement Piping Inc Above $ 12,644.00 22d. RDC RDC Self Perform Numbers 6. Drill & Embed Rebar @ Pumphouse Inc Above $ 3,252.00 22f, RDC RDC Self Perform Numbers 7. Fit Construction Joint @ Pumphouse Floor Replacement Inc Above $ 3,012.00 22g. RDC RDC Self Perform Numbers 8. Pour Back @ Pump House Floor Removal Inc Above $ 8,215.00 22h. RDC RDC Self Perform Numbers 9. Replace Housekeeping Pads Inc Above $ 4,543.00 22i. RDC RDC Self Perform Numbers 10. Trowel, Rub & Finish @ HK Pads and Pumproom Floor Inc Above $ 3,915.00 22j. RDC RDC Self Perform Numbers 11. Clean Replacement Slab and Pumproom before Re -Sealing Inc Above $ 642.00 22k. RDC RDC Self Perform Numbers 12. Reseal Pump Room Concrete Floor Inc Above $ 1,460.00 221. RDC RDC Self Perform Numbers 14. Section Labor Inc Above $ 8,597.00 22n. RDC RDC Self Perform Numbers 15. Repairs & Restoration to Existing Inc Above $ 14,900.00 22o. RDC RDC Self Perform Numbers 16. Miscellaneous / Unclassified Concrete Work Inc Above $ 31,228.00 22p. RDC RDC Self Perform Numbers Pool Package O:VJobs \021-522 Virrick Park \11-eeVmatea\Ymck Pool Replacement \021-522 Vrzdck Pads Pool Replacement 10.29.2024 Page lof3. adti 6b 6V 606vL-SLad-adbb-d 6917-9930adbd :al °dolenu3 u6lsnooa Docusign Envelope ID: 6773ABFB-0659-434F-BB88-B61 EE55775C7 Div 13 13 13 13 13 16 20 21 22 Virrick Park Pool Upgrade Summary of Costs Date: 10/30/2024 Time: 1:53 PM CSI Code Description Best & Final 10.22.2024 Itemized Breakouts Item Reference Notes 13b. Pool Piping 13a. Pool Piping $ 105,700.00 Broken Down Below 23. Pool Piping Inc Above $ 54,198.00 23a. RDC RDC Labor and materials from SPC Pool Eq Rm Piping(w/St.Stl. Hardware) -Materials Inc Above $ 2,942.00 23b. RDC RDC Labor and materials from RDC warehouse stock. Pool Equipment Room Hardware Labor Inc Above $ 1,475.00 23c. RDC RDC Labor and materials from RDC warehouse stock. Section Labor Inc Above $ 47,085.00 23d. RDC RDC genral labor for pool techniciaons 13c Pool Components 13b. Pool Components Total $ 113,200.00 Broken Down Below 24. Precision Control Inc Above $ 3,507.26 24a. CES CES CM CES PFD 20-1, page 20 of 4; plus 7%sales tax Filter Control Strainer Inc Above $ 4,799.92 24b. RDC Materials from RDC warehouse stock.. Training and Warrantee Inc Above $ 1,422.00 24c. RDC RDC Labor and materials from RDC warehouse stock. Section Labor Inc Above $ 46,186.82 24d. RDC RDC Labor and materials from RDC warehouse stock. Pool Foreman Inc Above $ 57,284.00 24e. RDC RDC Labor and materials from RDC warehouse stock. 13c. Pool Equipment 13c. Pool Equipment Total $ 119,700.00 $ 119,700.00 Broken Down Below 25. Floor Return Fittings (Waterway #550-9000) Inc Above $ 6,000.00 25a. RDC RDC Labor and materials from RDC warehouse stock. Handrails Inc Above $ 4,100.00 25b. RDC RDC Labor and materials from RDC warehouse stock. Recessed Steps (Spectrum #183013) Inc Above $ 2,300.00 25c. RDC RDC Labor and materials from RDC warehouse stock. Wall Anchor Sockets (SR Smith /WA-100 Inc Above $ 8,400.00 25d. RDC RDC Labor and materials from RDC warehouse stock. Anchor Sockets (KDI Paragon) Inc Above $ 2,800.00 25f. RDC RDC Labor and materials from RDC warehouse stock. Escutcheon Plates (KDI Paragon) Inc Above $ 600.00 25g. RDC RDC Labor and materials from RDC warehouse stock. 20-HP Filter Pump (Pentair -Aurora/ASC) Inc Above $ 16,806.23 25h. CES CES KV400-095-254M plus 7% Sales Tax Filter Pump Strainer (8"x5") Inc Above $ 3,507.26 25i. CES Single Lever Unkage Kit(6")(x2) / ES 50204-5LL Inc Above $ 5,100.00 25j. RDC RDC Labor and materials from RDC warehouse stock. Filter Media (Activated Glass)(140) Inc Above $ 5,424.26 25k. CES CES Item # EM T-Glass Media (page 3) plus 7% sales tax Start -Up Inc Above $ 3,600.00 251. RDC RDC Labor and materials from RDC warehouse stock. Pool Ught Niches (Pentair #78242300) Inc Above $ 7,300.00 25m. Control Center (VFD) (20hp) / Included w/pump pricing Inc Above $ 1,100.00 25n. RDC RDC Labor and materials from RDC warehouse stock. CB Contengency Kit Inc Above $ 475.00 25a. 2-Face Piping Kt(6")(x2) / ES 50206 / Included w/linkage Inc Above $ 4,799.70 25p. CES CES ES 50206, Page 2- 0 plus 7% sales tax CES Factory Site Services Inc Above $ 950.00 CES CES Item OCR FSU Labor & RDC Rental Equipment for CES Installations Inc Above $ 13,837.55 RDC Self perform labor Hardware Attachment @ Concrete Forms Inc Above $ 32,600.00 25q. RDC RDC Labor and materials from RDC warehouse stock. 13d. Pool Misc $ 57,100.00 Broken Down Below 26. Pool Replacement- RDC Self -Perform Labor & Equipment Charge Inc Above $ 40,733.00 26a. RDC RDC Labor and materials from RDC warehouse stock. Miscellaneous Pumping for Rainwater Inc Above $ 1,005.00 26b. RDC RDC Labor and materials from RDC warehouse stock. Testing &Layout Inc Above $ 944.00 26c. RDC RDC Labor and materials from RDC warehouse stock. Distribution Inc Above $ 2,147.00 26d. RDC RDC Labor and materials from RDC warehouse stock. Miscellaneous Fasteners,Settings & Fittings and Freight Charges Inc Above $ 12,271.00 26e. RDC RDC Labor and materials from RDC warehouse stock. 13e. Pool Subcontractors 13e. Pool Subcontractors $ 28,500.00 Broken Down Below 27. ComPao (Collector Tank Re -Work) Inc Above $ 16,500.00 27a. Page 41. Refer to ComPac Quote (Attached) Pool Uner (Renosys) Inc Above $ 12,000.00 27b. Page 42. Refer to Renosys Quote (Attached) 13f. Pool Electric 16.10 Electrical - Pool $ 30,000.00 $ 30,000.00 28. Subcontractor Green Planet Electrical is under contract. Total Cost of the Work $ 2,041,300.00 $ 2,041,300.00 29. Raw Total Building Permit Allowance $ 2,041,300.00 1.50% $ 30,700.00 $ 30,700.00 30. Permit Allowance Building permit costs are included at 1.5% of Cost of the Work Subtotal $ 2,072,000.00 $ 2,072,000.00 31. Subtotal G&L Insurance $ 2,072,000.00 2.50% $ 51,800.00 $ 51,800.00 32. Insurance G&L Insurance is calculated at 2.5% of the previous subtotal. O:VJobs \021-522Virrick Park\ 11-cotimatea7 rock Pool Replacement \021-522 Vrzdck Pads Pool Replacement 10.29.2024 page of 3. adti 6b 6V 606vL-SLad-adbb-d 6917-9930adbd :al °dolenu3 u6lsnooa Docusign Envelope ID: 6773A8FB-0659-434F-BB88-B61 EE55775C7 Virrick Park Pool Upgrade Summary of Costs Date: 10/30/2024 Time: 1:53 PM Die 25 26 C51 Code Description Best & Final 10.22.2024 Itemized Breakouts Item Reference Notes Subtotal $ 2,123,800.00 $ 2,123,800.00 33. Subtotal Fee on Previous Subtotal $ 2,123,800.00 10.00% $ 212400.00 $ 212,400.00 34. RDC Fee 10% Fee on Previous Subtotal Subtotal $ 2336,200.00 $ 2,336,200.00 35. Subtotal Bond $ 2,336,200.00 $ 0.02 $ 53,800.00 $ 53,800.00 36. Surety Bond Bond rate isc2.3%b of total estimate Summary cost. Total Cost $ 2,390,000.00 $ 2,390,000.00 37. Total Cost 1. Change order approval must be within 45 days of this proposal (10/24/2024) to lock in pricing 2. NTP must be within 90 days of this proposal. (10/24/2024) 3. Retainage on the base contract will be released upon NTP for this change order 4. COM to actively assist in Permitting with COM and other outside government agencies. 5. Project schedule is 5 months from NTP and permits. 6. All city, municipality, environmental, health department and county/state/federal permits are reimbursable by the owner to RDC at cost. 7. Hazardous waste excavation, handling, removal and/or remediation is not included. 8. Soil stabilization, liming and/or densification of the site is not anticipated nor included. 9. Dewatering, previously a city specified allowance of $440,000 is now a "hard" RDC quote, with RDC assuming ALL risk. 10. Dewatering discharge, after filtering, is assumed into a local city storm sewer. Trucking of effluent is not included. 11. RDC includes coral rock excavation within our quoted values. 12. Mass sitework, imported fill and excavation includes using on -site native borrow for grading and fill. 13. Pool deck system and/or colored paving is not included within this proposal. 14. Blue concrete, lighting detection and landscaping costs are to be treated as separate items to be negotiated with the COM. 15. Landscape and landscape irrigation work / rework scopes are not included within this proposal. 16. Lightning prediction system is not included. 17. Building permit costs are included as an allowance item of 1.5%, Permits are reimbursable at cost to RDC. 18. Performance and Payment Bond included within the estimated costs at 2.3%. 19. RDC has reduced our fee to the contract allowed 10%. O:VJobs \021-522 Virrick Park \11-B2[®ate2WYmck Pool eepbceme" 021-522 Vrzrck lark Pool eepbxme"t 10.29.2024 Page 3 of3. adti 6b 6V 606vL-SLad-adbb-d 6917-9930adbd :al °dolenu3 u6lsnooa Docusign Envelope ID: 6773A8FB-0659-434F-BB88-B61 EE55775C7 Virrick Park Quote Ledger Trade Contractor Contact Teleohone Cell Phone Email Base Ouote Adjustments Adjustment Total Cost Total Value 17emterhrg GriM Jonathan Mann $175,000.00 3 additional movthe- $330,000 $ 4dd,000.00 Florida Civil Eric Robin Robm99oridacivlwm $570,000.00 S 570,000.00 nathan.a.lann@griffinfuidmanagemetr.com $175,000.00 Sheeting ROC Self Perform Eric Stoinm,C $50,000.00 $50,000.00 ROC Self Perform Eric Eric Javier (786)347-1327 (305) 890-6532 »vier e1¢onzaleundeom net $50,000.00 Add for contractor GCe $ 12,218.00 $ 62,218.00 Glen zalee&Sono Eric Eric Javier (786)347-1327 (305) 890-6532 javie.e®gonzaleaandeove.net $120,000.00 Add for connecter OCe $ 12,218.00 S 132,218.00 Florida Civil Eric Robin Robin2eoridaci,Rcom $159,620.00 $ 159,620.00 Pool Demolition Second Half connectors Joe Gutch $171,700.00 $171,700.00 Qmk Cut Concrete Eric Rick Biwa 95.776-5188 go&2ot®belleoeth.net $79,400.00 Add for Debri Removal $104,500.00 $ 183,900.00 AllCmmty Excavation Eric Paul (954) 965-1255 ALLCouvtvesa5mtoNoa ama4com $83,650.00 Add for Pool Slab Demolition, Dolrle Removal $66.250+ $104,500 $ 188,216.25 Gonzalez&Sore Eric Eric Javier (786)347-1327 (305)890-6532 javier eakeovvleuvdeom net $174,546.00 Add for contactor GCe $13,649.00 $ 188,195.00 Second Half connectors Gina Joe Gutch (305) 796-3411 i0080mhglmmimm 0171,700.00 Add for DAM Removal S104,500.00 $ 276,200.00 Excavation& Stone DR Second Half contactors Second Half Gina Jae Gutch lee Gutch 305 796-3411 r, .. Included w/ Demo .. for DAM Removali. ii ii iiVALUE connectors All County Excavation Eric Paul (954)965-1255 �.. ARCou0NE¢axtonln0Gilmatcm .... $76,550.00 .. Add Rom, name and uvdedaymwt $195,881.00 $ 272,431.00 Florida Civil ®® Robin 8. 34]-1327 (305)890.6532 Ro.4gonzaloclvilwm javiera@gonzalomedanna.net 4120,$269,00.00 5120,000.00 Add forcovnac[orGCq Stone Pill 13619f1]0350 S $307,9269,649.0 S30],999.00 landscaping Rework Bella Fame Yin& ® $38,633.00 338,633.00 B Bella Fame Eric Yin& (305)766-2738 —104,2_9:-• Gt•7'n T T&C Florida Civil Eric Eric Javier Elaine (954)361-1393 mlavdrapee12@gmaLcm S218,000.00 $269,643.00 $ 218,000.00 S 223,430.00 Colored Concrete Pool Deck &Paying ROC Mke Fm& $685,692.00 fee $315,000 carried in bum contact $80,714.00 Second Half contactors Eric Jae Gutch (305)796-3411 imautchAlematcom $231,700.00 Add for conmmnedy-®c RREFI RREFI Homutnd Drainage Eric Nelson (305)-248-9649 305-345-4035 nelemeahomuteedcovcrem coin $272,096.00 add tea.e, leveling tone, gunk, rob. and nadymix RREFI RREFI National Shell Contractors ® (305)890-531 (305) 890.6532 o(Olgowin javiera@gonzalomedanna.net $685,692.00 5828,688.00 Add for covtuter GC,' $58,008.00 685,692.00 $ 886,696.00 Concrete Pool Base Sleb & (.bnite Form Second Half contactors Eric Steinm0C $267,700.00 Lae MS Concrete ($140,480.00) $127,330.00 Second HalfCoatucmn Eric Joe Gutch (305)796-3411 i0080mhglmmimm S267,700.00 add hue, leveling muse, gumte, mbar and readymot $484,321.00 752,021.00 Gonzales Eric Eric Javier 56No Add for wvtactorGG $1T3,296.00 S 805,]56.00 Move National Shell Covbacton Eric Mke Forme mk,�dvatiovalehell.wm Bid No Bid No Bid Concrete Reinforcing pMB Rix Eric Steinmotz $21,644.00 $11,644.00 G.Pmlux Eric Ryan HJalo/ Jahn Cardona 954-922-1429/ navh4duobolk con,/ duhkao*dtobole coin $1,100.00/1, S 21,694.00 P Pflot Reinforcing R1,420/Ton Add forw06acmr GCe S 27,940.44 H Hard. Red No Bid No Bid Swimming Pool ROC Scott(hener Scott Griever $406,261.00 $906,361.00 S Second HalfCoatucmn Gonzalez &Sore Eric Eric Eric Joe Gutch Javier (305)796-3411 i0080mhglmmimm No Bid No Bid No Bid No Bid Collector Tank Re -Work ComPac (Collector Tank Re -Work) $4,274.78 09,870.78 ComPac (Collector Tank Re -Work) $4,274.78 Pool Liner Renoeye $11,685.00 $11,685.00 Rwoeye $11,685.00 Metrical Greco Planet Orlando Palen 786-843-5202 psvplenetelw:t®gm6wm $37,629.00 Add pool bonding $24,640.00 g61,369.00 Replaced smarmed line in -pool and deck Orlando Palen 786-843-5202 786-843-5202 gromplenemmct®gmoilwm $5,429.00 S 5,429.00 Pool Bonding Gavin Planet Orlando Palen $24,640.00 $ 24,640.00 Lightning 9ndlelon system Groan Planet Orlando Palen 786-843-5202 grecvplavemlect®gmadwm $37,629.00 Add pool boding $0.00 $37,619.00 Lightning pnde[eveyeem Thin Lightning Pndmtinv $32,200.00 $ 32,200.00 O73 Jobeb21-522Vkrick Par1011-Eetimatec0Ymick Pool Replacmem1021-522Vhrek Park Pool Replacement 10.29.2024 0 0 0 W. (0 m 10/30/20 4 N 2:05 PM CD CD 0 T 0 Ul T T 0 0 Ul T 0 Page 1 d1. Docusign Envelope ID: 6773A8FB-0659-434F-BB88-B61 EE55775C7 Attachment 2b. Virrick Demolition Leveling Page 6 of 39 Demolition Excavation & Backfill Pools RDC Self Perform $ 86,553.00 Second Half- Joe Gutch $ 109,600.00 Gonzalez $ 183,273.00 All County Excavation $ 83,650.00 Demolition Base Slab $ 12,053.00 $ 109,600.00 $ 183,273.00 Competition Pool $ 83,650.00 Sidewall Removal $ 15,883.00 inc inc inc Removal of Debris $ 58,617.00 inc inc inc Adjustments Add for GCs $ 27,473.00 Total Package I $ 86,553.00 $ 109,600.00 $ 210,746.00 $ 83,650.00 0 10/30/20 0 1:021 W. (0 m CD 0 CD CD 0 T 0 C) m 0) O) 0) d) 0:\3_Jobs \021-522 Virrick Park \11 - Estimates\Virrick Pool Replacement \021-522 Virrick Park Pool Replacement 10.29.2024 Page 6 of 10. Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 7 of 39 . • • st.. • SZCD,II D AL Builders, LLC !• 524 Orton Ave, /1302/ Fort Lauderdale, FL 33304 August 9, 2024 RDC Design Build Eric Steinmetz 3990 N Powerline RD FT Lauderdale, FL 33309 RE: Virrick Park Pool. Replacement 3255 Plaza ST Miami, FL 33131 Eric: Second Half Builders, LLC hereby proposes to furnish all labor and small tools required to perform the below scope of work. Materials and equipment are to be provided by RDC Design Build with the cost of said materials and equipment to be deducted from the below lump sum: Virrick Pool Carpentry & Concrete 1. Furnish & install edge forms. 2. Furnish & install wall forms and pool wire/steel tex to receive gunite (by others) 3. Furnish & install rebar at pool slab and walls. 4. Pump, place, and finish 4,000 psi slab concrete slab. Two hundred sixty-seven thousand seven hundred dollars ($267,700) Anticipated Cost of Materials: Eighty-one thousand dollars ($81,000) Anticipated Cost of Equipment: Two thousand one hundred dollars ($2,100) Notes and Clarifications: 1. Per the written scope of work furnished by RDC concrete is 4,000 psi. If Penetron is required, please add $12,000 to above pool cost. 2. Wage rate compliance is included. 3. Import and export of fill excluded. 4. All debris carted to nearby dumpster provided by others. 5. Corners, offsets, and a benchmark elevation are to be provided by others. 6. All formwork locations and elevations to be verified and accepted by RDC prior to concrete placement, ensuring setback and slope compliance. 7. Due to regular increases from ready -mix suppliers, this price is valid for 30 days from the date of this proposal. Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 8 of 39 SECDND Builders, LLC 524 Orton Ave, #302/Fort Lauderdale, FL 33304 Virrick Pool Deck Carpentry, WWF,& PP&F Labor 1. Furnish & install edge forms. 2. Furnish & install isolation joint & expansion joint 3. Furnish & install WWF 4. Pump, place, and finish 4,000 psi slab concrete deck. Concrete & hardener furnished by RDC. Matt sealer by others. 5. Sawcut as shown. Sealant (if required, by others) Two hundred thirty-one thousand seven hundred dollars ($231,700) Anticipated Cost of Materials (excluding concrete): Twenty-seven thousand dollars ($27,000) Anticipated Cost of Equipment: Nine thousand one hundred dollars ($9,100) Notes and Clarifications: 1. Materials included in cost include formwork, isolation joint, expansion joint, and WWF. Concrete materials and hardener by RDC. 2. Per scope provided by others, matt sealer by others. 3. Wage rate compliance is included. 4. Import and export of fill excluded. 5. All debris carted to nearby dumpster provided by others. 6. Surveying to be provided by others. Virrick Pool Demo, Excavation, & Rock 1. Sawcut & demo existing pool 2. Haul away concrete debris 3. Excavate pool to new depth 4. Export excess fill 5. Import & backfill with rock One hundred seventy-one thousand seven hundred dollars ($171,700) Anticipated Cost of Materials: Forty thousand dollars ($40,000) Anticipated Cost of Equipment: Twenty-two thousand one hundred dollars ($22,100) Notes_and Clarifications: 1. Wage rate compliance included. In the event you have any questions concerning the above proposal, kindly contact the undersigned. Respectfully Submitted, SECOND HALF BUILDERS, LLC `„` 414,,, GENA K BROWN S� v i iii �=o °��_Notary Public -State of Florida Commission # HH 438070 r rr s My Commission Expires °'� ni August 27, 2027 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 9 of 39 oe, SECONDNALF Builders, LLC • 524 Orton Ave, #302/Fort Lauderdale, FL 33304 Joseph Gutch Managing Member Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD "Gonzalez and Sons Equipment, Inc." 14450 NW 1O2nd Avenue, Hialeah, FL 33018 RDC - Virrick Park Page 10 of 39 Page 2 1000 GENERAL CONDITIONS 1010 Equipment Mobilization 1030 Survey & Layouts 1040 OSHA / Project Safety Item Takeoff Quantity Prorate Subcontractor GCs against work items 2000 DEMOLITION 2000 Demolition of Existing Pool (per limits provided) Add subcontractor GCs (prorated) 16.00% 3000 EXCAVATION AND BACKFILL 3005 Excavate & Remove Spoils Offsite 3020 Furnish and Install 3/4" Gravel Sidewall Backfill 3045 Backfill using Excavated Material 3210 Furnish and Install 12" #57 Stone Sub -Slab 3220 Dewatering Add subcontractor GCs (prorated) 16.00% Grand Total Amount 1.00 LS " Concrete Deck with Wire Mesh - white concrete (Burberry Beige) 6012 5" Concre - :: ith Wire Mesh - white concrete (Blue Smoke 6013 5" Concrete Deck with ir- - _ . - white concr- - ite) 6014 5" Concrete Deck with Wire M - • ' - n • a • • - • ck salt finish 6015 5" Concrete 1- ire Mesh - Standard gray broom in • - • onal sawcuts 6 1 - =" " • ncrete Deck with Wire Mesh - Standard gray broom finish - Grid sawcu 1.00 LS nu, 7 ro 174,546 27, 927 $202, 473 194,993 31,198 $226, 191 .00 LS 828, We agree to do the above estimated work for the price of 1,259,001 dollars Signature Signature Print Name Print Name Date Date Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 11 of 39 All County Excavation & Turf, Inc. 1870 N Corporate Lakes Blvd Unit 268177 Weston, FL 33326 US +19549556512 AllCountyExcavationInc@gmail.com Estimate ACE ,*ALL COUNTY 21936 RECREATION DESIGN & CONSTRUCTION 08/29/2024 3990 North Powerline Road Oakland Park, FL 33309 Job: Virrick Park Pool Upgrade 3255 Piazza Street Miami, Florida 33133 DATE AC.y'_'. DESCRIPTION QTY Demolition Demo pool, as per plan @ 20,000sqft Excavate Accepted By Accepted Date This includes Demo, Local Hauling and Disposal on Site -Excavate out pool to the new proposed elevations, as per plan This includes Excavation, Hauling and Export of spoilage -Import 12i inches of #57 Rock for the entire pool floor This includes Rock, Delivery and Install 1 83,650.00 83,650.00 1 76,950.00 76,950.00 $160,600.00 The above prices, specifications, and conditions are satisfactory and are accepted. We are authorized to do the work as specified. Payments will be made as outlined above. A deposit or a signature is acceptance of this document. Page 1 of 1 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 12 of 39 Eric A. Steinmetz From: All County Excavation & Turf, Inc. <quickbooks@notification.intuit.com> Sent: Thursday, August 29, 2024 9:31 AM To: Eric A. Steinmetz; Ahmed Rusho Subject: Estimate 21936 from All County Excavation & Turf, Inc. Attachments: ESTIMATE_21936_from_AII County Excavation & Turf, Inc..pdf ESTIMATE 21936 DETAILS E =. All County Excavation & Turf, Inc. $1 60,600.00 Review and approve Powered by QuickBooks Dear RECREATION DESIGN & CONSTRUCTION, Please review the estimate below. Feel free to contact us if you have any questions. We look forward to working with you. Have a great day, All County Excavation & Turf, Inc. 1 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 13 of 39 Address RECREATION DESIGN & CONSTRUCTION 3990 North Powerline Road Oakland Park, FL 33309 Job: Virrick Park Pool Upgrade 3255 Piazza Street Miami, Florida 33133 Demolition Demo pool, as per plan @ 20,000sgft This includes Demo, Hauling and Disposal 1 X $83,650.00 $83,650.00 Excavate $76,950.00 - Excavate out pool to the new proposed elevations, as per plan This includes Excavation, Hauling and Export of spoilage - Import 12inchees of #57 Rock for the entire pool floor This includes Rock, Delivery and Install 1 X $76,950.00 Total $160,600.00 The above prices, specifications, and conditions are satisfactory and are accepted. We are authorized to do the work as specified. Payments will be made as outlined above. A deposit or a signature is acceptance of this document. 2 Docusign Envelope ID: 6773A8FB-0659-434F-BB88-B61 EE55775C7 Attachment 2b. Dewatering Scope Page 14 of 39 Dewaterin • Dewatering & Shoring Pools RDC Self Perform S 132,000.00 Griffin Fluid Management $ 175,000.00 Gonzalez I Jonathan Mann 786-914-3185 Jonathan.Mann@griffinfluidmanagement.com Base Quote- $ 175,000.00 In & Out Included Monthly Rentals on Equipment One month only Diesel Pump Fuel Not included Frag Tanks & Storage Included Attending Labor Not included Gravel Drains Not included Discharge Permitting costs $ 22,000.00 $ 22,000.00 Monthly Rentals on Equipment $ 34,000.00 $ 34,000.00 ► Monthly Fuel for Griffin $ 20,000.00 $ 20,000.00 ► Griffin weekly alternance $ 5,712.00 $ 5,712.00 ► Attending Labor by RDC $ 9,000.00 $ 9,000.00 ► Sheeting at Pump Locations by RDC $ 6,000.00 $ 6,000.00 ► Gravel & Drainage by RDC $ 9,116.64 $ 9,116.64 ► Trunkage - Full time loader, bobcat and operator, 4 months $ 19,600.00 $ 19,600.00 ► Monthly Fuel for RDC Equipment $ 6,571.36 $ 6,571.36 ► Adjustments Total Package 1 $ 132,000.00 S 307,000.00 0 10/30/20: 0 1:02 P N m 0 0 T 0 C) m rn cn rn T T 0 0 0) cn 0 o_ T 0 O:\3_Jobs\021-522 Virrick Park\11 - Estimates\Virrick Pool Replacement\021-522 Virrick Park Pool Replacement 10.29.2024 Page 7 of 10. Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD G GRIFFIN" FLUID MANAGEMENT FLUID MANAGEMENT September 17, 2024 Recreational Design & Construction, Inc. 3990 N. Powerline Road, Oakland Park, Florida 33309 Attn: Eric Steinmetz Phone: 678-237-1200 Email: esteinmetz@rdcdesignbuild.com Virrick Park Aquatic Center Pools Dear Eric, Hage;lyidManagement Drive 5�06 inton Drive Houston, Texas 77020 Main 713-676-8000 Fax 713-676-8080 Thank you for contacting Griffin. We are pleased to submit our pumping services proposal for the above -referenced project. This proposal outlines the proposed equipment and materials, the price of the system, and any Contractor assistance that will be needed. Project Information The site is in Miami, Florida and the proposed project includes constructing a new pool. Excavation for the pool foundation will extend 12' below the existing ground surface between EL -1 to 2. The anticipated groundwater level is at EL 5 and the soils consist primarily of 1-2' of medium sand overlaying sandy limerock. The assumed project parameters can be summarized as follows: Areas Requiring Dewaterin2: Structure Structure Excavation Surface Excavation SWL Relevant Dimensions Method and EL Depth/Elevation EL Boring Dimensions Pool 65' x 81' 104 LF x 15' deep sheeting on one side. EL -11-14 Depth 12' EL (-1) to 2 EL 2-5 All Borings *bgs - Below Ground Surface Our proposal is based on the information provided, specifically: • Geotechnical Report provided by Dynatech Engineering Corp.; Project Number: Not Provided; Dated: March 6, 2018 • Plans provided by Bliss & Nyitray; Project Number: Not Provided; Dated: March 3, 2021 SCOPE OF SERVICES Based on the provided drawings, Griffin is providing a pumping system to aid in the dewatering/unwatering of the reference project site. The proposed scope of work will include: Initials: Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD G GRIFFIN" FLUID MANAGEMENT FLUID MANAGEMENT Hage;luidManagement Drive 5�'06 inton Drive Houston, Texas 77020 Main 713-676-8000 Fax 713-676-8080 Limited information regarding the permeability of the lower limerock was provided in the goetechnical report. Based on Griffin's experience in the area, dewatering for this site could require 1,500 — 8,000+ gpm depending on the aquifer characteristics. • Equipment: o Two (2) 12T hydraulic submersible pumps w/ power units • 7-8gal/hr diesel fuel or 125HP, 460V, 3 phase power per operating unit o 300 LF of discharge pipe/hose • Six (6) Discharge Hose — Layflat — 12" x 50' • Four (4) Rubber Suction Swing Hose — 12" x 20' o Two (2) — 21K Gal Frac Tank • Installation: o Griffin will mobilize the above equipment and install the initial pumps into the sump casings/excavations (provided by others) and install the discharge hose/pipe to the sediment tank location. o Any pipe burials or required crane assistance will be provided by others. • Removal: o Upon completion of the dewatering Griffin will remove the system and load onto Griffin's truck for return to our yard. o Any earthwork or site restoration required will be completed by others. • Operation and Maintenance: o Upon completion of the installation, Griffin will provide up to one (1) hour of training to the Contractor regarding the system operation. After this training, the Contractor will be responsible for operating and maintaining the equipment unless Griffin is retained to perform these services for the pricing below. o All monitoring of the groundwater, discharge sampling, and permit compliance is to be done by the Contractor. • Permitting Services: o Griffin will apply for and assist with obtaining the following permits: • SFWMD Water Use Permit • Miami -Dade County Class V Dewatering Permit Exclusions & Assumptions • All excavations, filter rock, and advancement of the pumps will be performed by others. • Griffin does not guarantee that Two (2) pumps for the excavation will be sufficient for complete drawdown. Any additional pumps will be provided at additional rental costs. • Adequate site access is provided at the time of mobilization. The Contractor is responsible for providing all operated equipment necessary for the installation of the pumps. • Any cutting of access roads, plating, or pipe burials that may be required to allow access for construction equipment will be the responsibility of the contractor. • No warranties or guarantees regarding the adequacy of this system are made by Griffin. Any additional pumping units required can be provided for an additional cost. • Adequate discharge location to be provided by the Contractor. Multiple disposal wells may be required depending on individual disposal well capacity. • Griffin has not independently verified subsurface conditions and is relying on the continuity and accuracy of the geotechnical report provided. • For this proposal, Griffin has assumed that no treatment of the dewatering discharge will be required. • Subcontractor has not independently verified subsurface conditions and is relying on the continuity and accuracy of the geotechnical report. • All piezometers to be installed by others. • Any fees associated with the permit applications • Performance of soil/water sampling and any associated fees Initials: Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD G GRIFFIN" FLUID MANAGEMENT FLUID MANAGEMENT F age; idfManagement 5 O6 inton Drive Houston, Texas 77020 Main 713-676-8000 Fax 713-676-8080 • Remediation of contaminated soils and/or water unless otherwise proposed under a separate scope. • Additional permitting time for meetings and/or additional services will be billed at the rate of $150/hour. • Permits are generally ready for submission with 1-2 weeks after NTP. Depending on the agency being applied to, another 2-4 weeks of Agency review is typical. Any Requests for Additional Information (RAI) will further delay approval of the permit. Griffin does not guarantee permit approval/issuance within any set timeframe but will provide continual updates regarding the permit status once identified. • Authorization letter from the Owner which states Griffin Dewatering, LLC is authorized to file on their behalf (no permits will be submitted without this Authorization) • Copies of the existing NPDES permit for Small/Large construction sites, unless Griffin has agreed to obtain this per the above scope. • Client shall abide by the permit conditions including all sampling/testing/monitoring/reporting required. Griffm is not responsible for permit compliance and is only assisting the Client in obtaining the approved permit from the appropriate agencies, unless Griffin is retained to perform these services. Attached please find the • Attachment A — • Attachment B — • Attachment C — following: Pricing Contractor's Obligations Terms & Conditions Initials: Docusign Envelope ID: A4FDCE65-461 F-44FD-AD75-7A901 A1 41 4F D IPERIFFIN FLUID MANAGEMENT Griffin Fluid Management Paae Q 31ten Drive Houston, Texas 77020 Main 713-676-8000 Fax 713-676-8080 Griffin Dewatering thanks you for the opportunity to submit this proposal and we look forward to the possibility of working with you on this project. If you have any questions or concerns or would like to discuss this project in more detail, please do not hesitate to contact me. I am frequently in the area and would be happy to schedule a time to meet at your office to review the work plan in greater detail. I can always be reached at 786-914-3185. Sincerely, Jonathan Mann Florida Business Development Manager This proposal for stated services above, along with the attached terms and conditions and any exclusions or exceptions indicated is acceptable. Griffin Dewatering is hereby authorized to perform the stated scope of work as priced. Accepted this day of 24 Name: Title: Company: Signature: Authorized By: 1' Name: ot4c4-i ^6' AlCit.) Company: Griffin Fluid Management Date: 7 / f ',Z / Notarized By ,`D C%- / -Z'/ Title: 9i1- Name: � d � �� f� S Date: / sf JI Signature: Ze.,_44,,,,„ Company: BARBARA A. TOMPKINS Notary Public. State of Florida Commission HH 343045 My comm. expires Feb. 10, 2027 Initials: Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD G GRIFFIN" FLUID MANAGEMENT FLUID MANAGEMENT Ciage;idfnagement 5 O6 inton Drive Houston, Texas 77020 Main 713-676-8000 Fax 713-676-8080 Griffin Dewatering thanks you for the opportunity to submit this proposal and we look forward to the possibility of working with you on this project. If you have any questions or concerns or would like to discuss this project in more detail, please do not hesitate to contact me. I am frequently in the area and would be happy to schedule a time to meet at your office to review the work plan in greater detail. I can always be reached at 786-914-3185. Sincerely, Jonathan Mann Florida Business Development Manager This proposal for stated services above, along with the attached terms and conditions and any exclusions or exceptions indicated is acceptable. Griffin Dewatering is hereby authorized to perform the stated scope of work as priced. Accepted this day of 20 Name: Title: Company: Signature: Authorized By: Name: Date: Title: Company: Griffin Fluid Management Signature: Notarized By : Name: Date: Title: Company: Signature: Initials: Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD G GRIFFIN" FLUID MANAGEMENT FLUID MANAGEMENT Attachment A — Pricing Cage Flkidfnagement 0066 inton Drive Houston, Texas 77020 Main 713-676-8000 Fax 713-676-8080 Base Contract: Per Unit Price Unit Quantity Total 1 Mobilization $ 26,228.00 LS 1 $ 26,228.00 2 Furnish & Installation of Sump System $ 102,879.00 LS 1 $ 102,879.00 3 Monthly Rental $ 17,500.00 Month 1 $ 17,500.00 4 Removal & Demobilization $ 8,743.00 LS 1 $ 8,743.00 5 Permitting (excluding permit fees) $ 19,500.00 LS 1 $ 19,500.00 6 Weir Frack Tank / Sediments remain onsite $ 3,800.00 Month 1 $ 3,800.00 7 Sediment Tank Clean -Out: Per Day / Per Clean -out $ 4,500.00 LS 1 $ 4,500.00 8 Permitting Services (Permit Fees Not Included) $ 19,500.00 LS 1 $ 19,500.00 Base Contract Total: $206,450.00 Optional Pricing: Per Unit Price Unit Quantity Total 1 Additional Monthly Rental $ 17,500.00 Month 3 $ 52,500.00 2 Additional Monthly Rental - Weir Frack Tank / Sediments remain onsite $ 3,800.00 Month 3 $ 11,400.00 3 System Operation and Maintenance (1 operator, M-F, 10 hours per day portal to portal) $ 7,350.00 Week $- 4 Site Specific Training/Standby Time $ 470.00 HR $- 5 Service Technician $ 125.00 HR $- 6 Helper $ 85.00 HR $- 7 Per diem (per man) $ 350.00 Day $- All local, state, and federal taxes and fees are additional to any pricing shown herein. The above costs do not include fuel or temporary power. *Pricing is valid for 90 days Initials: Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD G GRIFFIN" FLUID MANAGEMENT FLUID MANAGEMENT Griffin FluidfManagement 0066 inton Drive Houston, Texas 77020 Main 713-676-8000 Fax 713-676-8080 Attachment B - Contractor Obligations 1. All earth work, including but not limited to, all necessary access/egress accommodating of two -wheel drive construction, line, grade, level right-of-way and work areas. 2. If required, any scaffolding, bracing, mats, plates and/or benches to facilitate the installation and service of the dewatering equipment, construction and maintenance of trenches, berms, dikes, ditches, excavations and all other reasonable and necessary site preparation and protection of work site. 3. Performance of a site survey, which physically indicates by survey stakes the location of all well sites and other equipment and materials to be installed in accordance with this agreement. 4. Removal of surface water, ice, snow and any unusual or unnatural underground and surface obstructions, including concrete. 5. Marking and any necessary relocation or protection of all on -site and surrounding utilities and service lines, above and beneath the ground. Subcontractor will obtain all governmental required utility notification/identification reports from the local "utility locating service". However, Contractor shall provide final verification that all potential underground facilities, of any kind, have been identified and that the location provided by Contractor for Subcontractor's work will not conflict with any such facilities. 6. Provide and maintain as current all permits, licenses (other than Subcontractor's trade licenses), approvals, fees, and authorizations required for the completion of Subcontractor's work, including but not limited to discharge, drilling, and abandonment permits. 7. Provide jobsite security, and all required pedestrian and traffic control, and protection. 8. Provide adequate control of water resulting from or accumulating as perched or trapped water, overtopping water, runoff, seepage, surface water, interface water, and water in any other form, or from a source, not collected by the equipment. 9. Provide all required: monitoring, sampling, testing, containment, treatment, and disposal of discharge water including, if necessary, containment, cleanup (settling and/or turbidity curtains, etc.), and set the discharge so as to not recharge the dewatered areas. 10. Provide protection of adjacent property from, and containment, treatment, and disposal of: all drilling cuttings, excavation spoil, and spent drilling and jetting fluids and all other fluids which are the byproduct of the work. Provide adequate protection of Subcontractor equipment from freezing and flooding conditions. Contractor will be responsible for all expenses resulting from loss or damage to Subcontractor's equipment not caused by Subcontractor or due to standard wear and tear, including the costs of replacement removal, return, and repair. Contractor is responsible for heat tracing or insulation of any kind. 11. Provide adequate and readily accessible water source within 1001f of the work locations, including water meter and/or backflow preventer if required, and/or sufficient water truck support, so as not to impede work progress. 12. Provide suitable electrical power and stand-by power adequate for the equipment. 13. Provide all personnel for operation and maintenance (including start-up and testing) of all dewatering and/or treatment equipment installed including manpower, fuel, electricity, lubricants, fuel tanks, secondary containment, standby power, settlement tanks, all system / site monitoring, removal of waste, changing of filters, flocculent, filter media, additive chemicals, etc. when needed, and all system modifications and/or changes. Initials: Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD G GRIFFIN" FLUID MANAGEMENT FLUID MANAGEMENT Rage FI�Iid� nagement 'Clinton DriveHouston, Texas 77020 Main 713-676-8000 Fax 713-676-8080 14. Provide a suitable excavator, front-end loader, and/or crane, if required, which are manned, fueled, and maintained for Subcontractor's use during all unloading, installations, repairs, modifications, removals, and loading. 15. Provide removal, cleaning, and return of Subcontractors equipment upon completion of usage, including the removal/treatment/disposal of any solids/liquids from any primary or secondary containment vessels and any tanks. If Subcontractor has agreed to perform these activities, then Contractor shall provide on -site all necessary facilities/materials, including any disposal, to accomplish these activities. 16. Provide for restoration of the work site upon project completion, including the abandonment of wells, wellpoints, piezometers, monitoring wells, or other holes, and any remedial or restoration repairs / patching to concrete, asphalt, or other surfaces and grouting. 17. Provide all required sound barriers, walls, or other visual and sound isolation/noise abatement measures. 18. Provide personnel, equipment and materials for any required dust control and access maintenance resulting from any activities of Subcontractor or its Subcontractors/suppliers. 19. Provide all "as -built" drawings and any required review/signature/stamp of a Professional Engineer. 20. Estimate based upon - Normal Working Hours (7:OOam — 3:30pm). 21. Contractor shall notify Subcontractor in writing when the Dewatering shall be terminated. Initials: Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD OpGRIFFIN FLUID MANAGEMENT FLUID MANAGEMENT Rage 4.M tManagement _of inton Drive Houston, Texas 77020 Main 713-676-8000 Fax 713-676-8080 Attachment C - Griffin Dewatering and Affiliated Companies Standard Terms and Conditions A. This agreement, and any offer by any Griffin Company (Griffin) are subject to the following terms and conditions. The terms, conditions, and other provisions of this Agreement constitute the entire agreement between the parties. It is expressly understood it can be modified only in a writing signed by both parties. This Agreement is for the benefit of the named parties only and does not confer a benefit upon any other named or unnamed third party. Griffin objects to and rejects any additional or different terms proposed by Purchaser. B. Unless stated in the Proposal, Griffin is not obligated to satisfy any specific contract specification and will only assume the obligation to supply the equipment and perform the work stated herein. Any additional equipment and/or services required can be provided by Griffin, if mutually agreed to or will be the responsibility of others. No liabilities, warranties, or guarantees, beyond those stated herein, are assumed by Griffin. This nature and scope of services to be provided pursuant to this Agreement and the pricing contained herein are based on the site information referenced in the Proposal. Griffin has not independently verified the conditions affecting the site and Griffin is solely relying on the accuracy and completeness of the information referenced in the Proposal. Purchaser acknowledges that, if conditions are materially different than those shown or presented to Griffin in the site information furnished by Purchaser, Griffin shall be entitled to an equitable adjustment in the Agreement price and schedule. C. The pricing stated in this Agreement will be honored by Griffin for only 30 days from the date the Proposal is submitted to Purchaser for acceptance, unless the parties agree in writing to extend the 30-day period. D. Pricing is based on Griffin's regular rate for labor and normally scheduled business hours 7:00 AM— 3:30 PM Monday through Friday. It is the responsibility of the Purchaser to determine whether federal, state, or local prevailing wage requirements apply and to notify Griffin if prevailing wages apply. If it is later determined that prevailing wages apply, and Griffin was not previously notified by Purchaser, Purchaser agrees to pay the prevailing wage from that point forward, as well as a retroactive payment adjustment to bring previously paid amounts in line with prevailing wages. E. Terms of payment for Services are net 30 days. No retainage shall be withheld from any payments due Griffin unless authorized by Griffm in the Price section of this Agreement. F. All scheduling shall be mutually agreed to, prior to the commencement of the work. Griffin shall be permitted to perform its work in a continual and uninterrupted manner. The Purchaser shall be responsible for all reasonable costs and additional charges associated with any delays or other interferences or impacts ("Delays") to Griffm's work to the extent Griffin is not the cause thereof. G. Griffin shall not accept, or be bound by, any liquidated, indirect, and /or consequential damage. H. To the fullest extent permitted by law, the total aggregate liability of Griffin (and its related corporations and employees) to Purchaser and third parties granted reliance is limited to Griffin's fee, for any and all injuries, damages, claims, losses, or expenses (including attorney and expert fees) arising out of Griffin's services or this agreement. This limitation shall apply regardless of available insurance coverage, cause(s) or the theory of liability, including negligence, indemnity, or other recovery. I. Griffin shall provide at its own expense and shall maintain during the period during which any services are furnished pursuant to this Agreement its standard liability and workers compensation insurance coverage. A Certificate of Insurance will be furnished upon request. This Certificate of Insurance shall not expand Griffin's duty to insure Initials: Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD G GRIFFIN" FLUID MANAGEMENT FLUID MANAGEMENT Rage F„4..dfManagement 0066 inton Drive Houston, Texas 77020 Main 713-676-8000 Fax 713-676-8080 beyond the scope and amount of coverage specifically stated herein. Griffin shall be reimbursed for the costs of any additional coverage requested in excess of its existing policy that Griffin agrees to obtain. Griffin shall not be liable for or required to provide any bond, or costs thereof. J. Purchaser shall indemnify and hold harmless Griffin, its parents, subsidiaries, affiliates, agents, officers and employees from any and all claims, demands, causes of action, damages, costs, expenses, actual attorneys' fees, losses or liabilities, in law or in equity, of every kind and nature whatsoever arising out of or in connection with Griffin's work performed and/or contemplated under this Agreement for, but not limited to, bodily injury, sickness, disease or death, and damage to property of another, including by not limited to the loss of use resulting there from. (All collectively referred to as "Claims") This obligation specifically includes, but is not limited to, the following Claims: • Claims arising out of subsidence and/or settlement at the Project site or adjacent areas; • Claims arising out of the presence of any contaminated, hazardous, or toxic matter located on or near the Project site; • Claims for damage to water wells; • Claims arising out of the failure to treat chemical or other constituents (contaminants) identified in water quality samples for treatment prior to discharge or disposal. • Claims arising out of the operation or use of any Equipment supplied by Griffin pursuant to this Agreement. • Claims arising out of Construction Defects occurring after Griffin's Equipment is removed Purchaser, however, shall not be obligated under this Agreement to indemnify Griffm for Claims arising from the sole negligence or willful misconduct of Griffin. Purchaser further agrees to assume all costs and liability associated with the handling and disposal of any contaminated, hazardous, or toxic matter encountered during the course of the Project. K. Any notices required under the terms and conditions of this Agreement shall be delivered to Griffin at the Griffm office that originated this Agreement and shall not be effective until received by Griffin as required herein. L. This Agreement will be governed by the laws of the state of Texas without regard to its choice of law provisions. Griffin and Buyer agree that any litigation involving this Contract will be brought exclusively in federal or state courts located in Harris County, Texas. each party hereby consents to personal jurisdiction in any federal or state court within Houston, Harris county, Texas and irrevocably waives, to the fullest extent permitted by applicable law and the laws of the state of Texas, any claim or objection that it may now or hereafter have, that venue or personal jurisdiction is not proper with respect to any such dispute. In the event of litigation between the parties to this Agreement to enforce the rights under this section, reasonable attorneys' fees and costs shall be awarded to the prevailing party. M. Unless otherwise mutually agreed herein, Griffin shall not supply or pay operators required to operate the equipment during the Rental Period. All operators shall be competent. If Purchaser assumes the responsibility for the operation of the Equipment, Purchaser acknowledges that it is solely responsible for operation of the Equipment, assumes all risks inherent in the operation and use of the Equipment, and agrees to take all necessary precaution to protect all persons and property from injury or damage while Purchaser is in possession of the Equipment. Griffin includes the cost of up to 2 regular time work hours to train Purchaser personnel in operation/maintenance of Griffin equipment. N. Unless otherwise stated herein, the price assumes that all work will be performed under maximum PPE Level D; no exposure to, or handling of, any contaminated, toxic, or controlled substances has been included; and any site specific health and safety plans, and their implementation (monitoring, reporting, PPE materials, decontamination/cleanup, disposal, etc.), shall be by others. Purchaser shall provide and pay for any special or site - specific training (environmental or otherwise) required for work on the project. Initials: Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD G GRIFFIN" FLUID MANAGEMENT FLUID MANAGEMENT Rage F„b_ofManagement 0066 inton Drive Houston, Texas 77020 Main 713-676-8000 Fax 713-676-8080 O. All Griffin requirements for Purchaser supplied materials, manpower, electric/fuel, equipment, services, etc. are estimates only, and Griffin is not responsible if quantities needed exceed those estimates. P. All drilled and/or jetted holes or excavations shall be to the depth stated in the Scope of Work or terminated due to refusal, whichever comes first and as determined by Griffin Q. Purchaser shall pay Griffin rental for the Equipment for the entire rental period in accordance with the following: a). Minimum Monthly Rental Periods shall not be subject to any deductions. b). The Rental Period commence upon equipment arriving on site and will terminate upon the return of all equipment to the facility designated by Griffin for return, freight prepaid by Purchaser. R. Griffin shall not be liable for any loss, damage or expense resulting from delay or failure in the performance of Griffin's obligations hereunder if such delay or failure is due to acts of God or the public enemy, strikes, labor troubles, fire, explosions, riots, war, governmental orders or restrictions, shortages of materials or labor, delay in transportation, theft, accidents or any other cause which is beyond Griffin's reasonable control. Upon the occurrence of any such event preventing the Griffin from performing all of its then outstanding contracts, the Griffm shall then be entitled to perform such of its contracts as it may select and shall incur no liability to the Purchaser by reason of performing contracts other than this agreement. The Griffin's total liability for damages related to the performance of or failure to perform this agreement shall be limited to the amount of the contract price. IN NO EVENT SHALL THE GRIFFIN BE LIABLE FOR LOSS OF PROFITS BY REASON OF PLANT SHUTDOWN, NON- OPERATION OR INCREASE IN EXPENSE OF OPERATION OF OTHER EQUIPMENT OR FACILITIES OR FOR ANY SPECIAL, INDIRECT OR CONSEQUENTIAL DAMAGES. S. Permit invoice inclusive of agency fees due upon receipt of permit from the agencies listed. T. All documents prepared or furnished by Griffin Dewatering pursuant to this agreement are instruments of Griffin Dewatering's professional services, and Griffin Dewatering shall retain all ownership and property interest therein. Griffin Dewatering grants the client license to use said instruments for the purpose of constructing, occupying, or otherwise implementing the project. Reuse of modification of any such documents by the Client, without Griffin Dewatering's written permission, shall be at client's sole risk, and client agrees to indemnify and hold Griffin Dewatering, its employees and members harmless from any claims, damages, and expenses, including attorney's fees, arising out of such reuse by client or by others acting through client. U. The Job is prepared and conducted to the best of the Griffin Dewatering's Knowledge and Ability. However, no warranty, expressed or implied is given concerning the opinions expressed by Griffin Dewatering regarding the successful completion of this project V. To the fullest extent permitted by law, the total aggregate liability of Griffin (and its related corporations and employees) to Client and third parties granted reliance is limited to Griffin's fee, for any and all injuries, damages, claims, losses, or expenses (including attorney and expert fees) arising out of Griffin's services or this agreement. This limitation shall apply regardless of available insurance coverage, cause(s) or the theory of liability, including negligence, indemnity, or other recovery. Initials: Docusign Envelope ID: 6773A8FB-0659-434F-BB88-B61 EE55775C7 Attachment 2b. Virrick Excavation Leveling Page 26 of 39 Demolition Excavation & Backfill Pools $ - RDC $ 125,700.00 Second Half- Joe Gutch $ 109,600.00 Gonzalez $ 199,373.00 All County Excavation $ 83,650.00 Demolition Access and Site Logistics by RDC $ 16,100.00 Not Included $ 16,100.00 Not Included $ 16,100.00 Not Included $ 16,100.00 Base Slab $ 12,053.00 $ 109,600.00 $ 183,273.00 Competition Pool $ 83,650.00 Sidewall Removal $ 15,883.00 inc inc inc Removal of Debris $ 81,664.00 inc inc inc Adjustments Total Package $ - $ 125,700.00 I $ 125,700.00 $ 109,600.00 $ 199,373.00 $ 99,750.00 Excavation & Backfill Excavation & Backfill Pools RDC $ 317,000.00 Second Half- Joe Gutch Inc w/ Demo Gonzalez $ 221,341.00 All County Excavation $ 160,468.05 Excavation Competition Pool Competition Pool $ 204,742.00 Competition Pool $ 76,950.00 Excavation - Pools / Site access, Excavation Protection $ 48,709.00 Inc w/ Demo Excavation - Pools / Site ac inc Backfill: Foot Wall Misc Including Stone $ 87,693.60 Inc w/ Demo Backfill: Foot Wall Misc Inc! inc Conc Pool - Earthwork, Fine Grade & Fill $ 16,599.00 Not Included $ 40,000.00 $16,599.00 Conc Pool - Earthwork, Fin $16,599.00 Stone Basckfill $ - $ 97,079.35 Not Included $ 97,079.35 Backfill w/ Native $ 50,320.05 Not Included $ 22,100.00 Backfill w/ Native $ 16,599.00 Backfill: Foot Wall Misc $ 16,599.00 Backfill: Foot Wall Misc $ 50,320.05 Adjustments Total Package $ 317,000.00 I $ 317,000.00 $ 159,179.35 $ 221,341.00 $ 160,4613.05 Total Demolition and Excavation Package $ 442,700.00 $ 442,700.00 $ 2613,779.35 $ 420,714.00 $ 260,2113.05 0 10/30/20 0 1:021 W. (0 m CD 0 CD CD 0 T 0 C) m 0) O) 0) d) T T 0 0 U) (0 O_ T 0 0:\3Jobs \021-522 Virrick Park \11 - Estimates\Virrick Pool Replacement \021-522 Virrick Park Pool Replacement 10.29.2024 Page 8 of 10. Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 27 of 39 SZCD,II D AL Builders, LLC !• 524 Orton Ave, /1302/ Fort Lauderdale, FL 33304 August 9, 2024 RDC Design Build Eric Steinmetz 3990 N Powerline RD FT Lauderdale, FL 33309 RE: Virrick Park Pool. Replacement 3255 Plaza ST Miami, FL 33131 Eric: Second Half Builders, LLC hereby proposes to furnish all labor and small tools required to perform the below scope of work. Materials and equipment are to be provided by RDC Design Build with the cost of said materials and equipment to be deducted from the below lump sum: Virrick Pool Carpentry & Concrete 1. Furnish & install edge forms. 2. Furnish & install wall forms and pool wire/steel tex to receive gunite (by others) 3. Furnish & install rebar at pool slab and walls. 4. Pump, place, and finish 4,000 psi slab concrete slab. Two hundred sixty-seven thousand seven hundred dollars ($267,700) Anticipated Cost of Materials: Eighty-one thousand dollars ($81,000) Anticipated Cost of Equipment: Two thousand one hundred dollars ($2,100) Notes and Clarifications: 1. Per the written scope of work furnished by RDC concrete is 4,000 psi. If Penetron is required, please add $12,000 to above pool cost. 2. Wage rate compliance is included. 3. Import and export of fill excluded. 4. All debris carted to nearby dumpster provided by others. 5. Corners, offsets, and a benchmark elevation are to be provided by others. 6. All formwork locations and elevations to be verified and accepted by RDC prior to concrete placement, ensuring setback and slope compliance. 7. Due to regular increases from ready -mix suppliers, this price is valid for 30 days from the date of this proposal. Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 28 of 39 SECDND Builders, LLC 524 Orton Ave, #302/Fort Lauderdale, FL 33304 Virrick Pool Deck Carpentry, WWF,& PP&F Labor 1. Furnish & install edge forms. 2. Furnish & install isolation joint & expansion joint 3. Furnish & install WWF 4. Pump, place, and finish 4,000 psi slab concrete deck. Concrete & hardener furnished by RDC. Matt sealer by others. 5. Sawcut as shown. Sealant (if required, by others) Two hundred thirty-one thousand seven hundred dollars ($231,700) Anticipated Cost of Materials (excluding concrete): Twenty-seven thousand dollars ($27,000) Anticipated Cost of Equipment: Nine thousand one hundred dollars ($9,100) Notes and Clarifications: 1. Materials included in cost include formwork, isolation joint, expansion joint, and WWF. Concrete materials and hardener by RDC. 2. Per scope provided by others, matt sealer by others. 3. Wage rate compliance is included. 4. Import and export of fill excluded. 5. All debris carted to nearby dumpster provided by others. 6. Surveying to be provided by others. Virrick Pool Demo, Excavation, & Rock 1. Sawcut & demo existing pool 2. Haul away concrete debris 3. Excavate pool to new depth 4. Export excess fill 5. Import & backfill with rock One hundred seventy-one thousand seven hundred dollars ($171,700) Anticipated Cost of Materials: Forty thousand dollars ($40,000) Anticipated Cost of Equipment: Twenty-two thousand one hundred dollars ($22,100) Notes_and Clarifications: 1. Wage rate compliance included. In the event you have any questions concerning the above proposal, kindly contact the undersigned. Respectfully Submitted, SECOND HALF BUILDERS, LLC `„` 414,,, GENA K BROWN S� v i iii �=o °��_Notary Public -State of Florida Commission # HH 438070 r rr s My Commission Expires °'� ni August 27, 2027 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 29 of 39 oe, SECONDNALF Builders, LLC • 524 Orton Ave, #302/Fort Lauderdale, FL 33304 Joseph Gutch Managing Member Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 30 of 39 All County Excavation & Turf, Inc. 1870 N Corporate Lakes Blvd Unit 268177 Weston, FL 33326 US +19549556512 AllCountyExcavationInc@gmail.com Estimate ACE ,*ALL COUNTY 21936 RECREATION DESIGN & CONSTRUCTION 08/29/2024 3990 North Powerline Road Oakland Park, FL 33309 Job: Virrick Park Pool Upgrade 3255 Piazza Street Miami, Florida 33133 DATE AC.y'_'. DESCRIPTION QTY Demolition Demo pool, as per plan @ 20,000sqft Excavate Accepted By Accepted Date This includes Demo, Local Hauling and Disposal on Site -Excavate out pool to the new proposed elevations, as per plan This includes Excavation, Hauling and Export of spoilage -Import 12i inches of #57 Rock for the entire pool floor This includes Rock, Delivery and Install 1 83,650.00 83,650.00 1 76,950.00 76,950.00 $160,600.00 The above prices, specifications, and conditions are satisfactory and are accepted. We are authorized to do the work as specified. Payments will be made as outlined above. A deposit or a signature is acceptance of this document. Page 1 of 1 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 31 of 39 Eric A. Steinmetz From: All County Excavation & Turf, Inc. <quickbooks@notification.intuit.com> Sent: Thursday, August 29, 2024 9:31 AM To: Eric A. Steinmetz; Ahmed Rusho Subject: Estimate 21936 from All County Excavation & Turf, Inc. Attachments: ESTIMATE_21936_from_AII County Excavation & Turf, Inc..pdf ESTIMATE 21936 DETAILS E =. All County Excavation & Turf, Inc. $1 60,600.00 Review and approve Powered by QuickBooks Dear RECREATION DESIGN & CONSTRUCTION, Please review the estimate below. Feel free to contact us if you have any questions. We look forward to working with you. Have a great day, All County Excavation & Turf, Inc. 1 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 32 of 39 Address RECREATION DESIGN & CONSTRUCTION 3990 North Powerline Road Oakland Park, FL 33309 Job: Virrick Park Pool Upgrade 3255 Piazza Street Miami, Florida 33133 Demolition Demo pool, as per plan @ 20,000sgft This includes Demo, Hauling and Disposal 1 X $83,650.00 $83,650.00 Excavate $76,950.00 - Excavate out pool to the new proposed elevations, as per plan This includes Excavation, Hauling and Export of spoilage - Import 12inchees of #57 Rock for the entire pool floor This includes Rock, Delivery and Install 1 X $76,950.00 Total $160,600.00 The above prices, specifications, and conditions are satisfactory and are accepted. We are authorized to do the work as specified. Payments will be made as outlined above. A deposit or a signature is acceptance of this document. 2 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD "Gonzalez and Sons Equipment, Inc." 14450 NW 1O2nd Avenue, Hialeah, FL 33018 RDC - Virrick Park Page 33 of 39 Page 2 1000 GENERAL CONDITIONS 1010 Equipment Mobilization 1030 Survey & Layouts 1040 OSHA / Project Safety Item Takeoff Quantity Prorate Subcontractor GCs against work items 2000 DEMOLITION 2000 Demolition of Existing Pool (per limits provided) Add subcontractor GCs (prorated) 16.00% 3000 EXCAVATION AND BACKFILL 3005 Excavate & Remove Spoils Offsite 3020 Furnish and Install 3/4" Gravel Sidewall Backfill 3045 Backfill using Excavated Material 3210 Furnish and Install 12" #57 Stone Sub -Slab 3220 Dewatering Add subcontractor GCs (prorated) 16.00% Grand Total Amount 1.00 LS " Concrete Deck with Wire Mesh - white concrete (Burberry Beige) 6012 5" Concre - :: ith Wire Mesh - white concrete (Blue Smoke 6013 5" Concrete Deck with ir- - _ . - white concr- - ite) 6014 5" Concrete Deck with Wire M - • ' - n • a • • - • ck salt finish 6015 5" Concrete 1- ire Mesh - Standard gray broom in • - • onal sawcuts 6 1 - =" " • ncrete Deck with Wire Mesh - Standard gray broom finish - Grid sawcu 1.00 LS nu, 7 ro 174,546 27, 927 $202, 473 194,993 31,198 $226, 191 .00 LS 828, We agree to do the above estimated work for the price of 1,259,001 dollars Signature Signature Print Name Print Name Date Date Docusign Envelope ID: 6773A8FB-0659-434F-BB88-B61 EE55775C7 Attachment 2b. Virrick Poured Concrete Levelin Page 34 of 39 Concrete Form and Pour RDC Quantity Poured In Place Concrete Form and Pour - Concrete Project Layout Concreter Washout Slab Form & Prep Slab Reber FoB - Concrete Concrete Base Slab Ready Mix Concrete Wall Form, Set Rebar & Prep for Gunite Wall& Gutter Rebar Lump sum Pool Gutter Form Main Drains Gutter Rebar Miscellaneous Concrete Work Total Poured In Place Concrete Package 167.06 Cy Concrete Form and Pour 0 10/30/20 0 1:02I w (0 m CD 0 CD CD 0 T 0 C) m 0) O) 0) d) I T 0 0 O) 0 0 T 0 RDC $ 407,200.00 Second Half- Joe Gutch $ 231,700.00 National Shell No Bld Homestead No Bld FOB Only FOB Only FOB Only $ 4,800.00 $ 10,694.00 $ 34,573.00 $ 35,242.00 $ 55,391.00 $ 88,098.89 $ 21,021.22 $ 24,600.00 $ 7,500.00 $ 4,679.89 $ 120,600.00 $ 407,200.00 Base Bid Not Included Not Included Not Included $ 231,700.00 $ 4,800.00 $ 10,694.00 Incc Base Bid Inc° Base Bid Incc Base Bid Incc Base Bid Incc Base Bid Incc Base Bid Incc Base Bid Incc Base Bid $ 120,600.00 $ 367,794.00 No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid Gunite RDC Quantity Pools RDC Budget =_>> Gunite & Gutter Wall concrete Gunite Gutter Wall concrete Gunite - 3K Add for 5K gunite Add for Miami Dade Location Gunite & Gutter Wall concrete Gunite Gutter Wall concrete Add for Gutter place and finish Add for Steps Fuel Surcharge Adjustments Total Gunge Package $ 31,241.54 35.69 Cy 34.01 Cy 35.69 Cy 34.01 Cy 258 Lf $150.00 Each Gunite In Place RDC $ 31,241.54 Souithem Gunite $ 35,850.139 $ 18,385.76 $ 12,855.78 $ 31,241.54 $275.00 /Cy $30.00 /Cy $150.00 /Cy Total Gunite Cost/Cy 35.69 Cy 34.01 Cy $8.50 /Lf $900.00 Lsum 3.00% $35,850.70 / 69.70 Cy 69.70 Cy VI 5514.36 = $275.00 /Cy $30.00 /Cy $150.00 /Cy 5455.00 /Cy $ 16,238.95 $ 15,474.55 $ 2,193.00 $900.00 Lsum $ 34,806.50 $ 1,044.20 $35.850.70 Lsum = $514.36 /Cy $ 35.850.89 $ 35,850.139 Note: Gunite is a specialized trade performed by Southern Gunite. RDC cannot self-perfrom gunite work We will take a $4,609.15 hit on the gunite. $ 4,609.35 Over Budget I Total Concrete and Gunit PackagePackage 0:\3Jobs \021-522 Virrick Park \11 - Estimates Virrick Pool Replacement \021-522 Virrick Park Pool Replacement 10.29.2024 Page 9 of 10. Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 35 of 39 SZCD,II D AL Builders, LLC !• 524 Orton Ave, /1302/ Fort Lauderdale, FL 33304 August 9, 2024 RDC Design Build Eric Steinmetz 3990 N Powerline RD FT Lauderdale, FL 33309 RE: Virrick Park Pool. Replacement 3255 Plaza ST Miami, FL 33131 Eric: Second Half Builders, LLC hereby proposes to furnish all labor and small tools required to perform the below scope of work. Materials and equipment are to be provided by RDC Design Build with the cost of said materials and equipment to be deducted from the below lump sum: Virrick Pool Carpentry & Concrete 1. Furnish & install edge forms. 2. Furnish & install wall forms and pool wire/steel tex to receive gunite (by others) 3. Furnish & install rebar at pool slab and walls. 4. Pump, place, and finish 4,000 psi slab concrete slab. Two hundred sixty-seven thousand seven hundred dollars ($267,700) Anticipated Cost of Materials: Eighty-one thousand dollars ($81,000) Anticipated Cost of Equipment: Two thousand one hundred dollars ($2,100) Notes and Clarifications: 1. Per the written scope of work furnished by RDC concrete is 4,000 psi. If Penetron is required, please add $12,000 to above pool cost. 2. Wage rate compliance is included. 3. Import and export of fill excluded. 4. All debris carted to nearby dumpster provided by others. 5. Corners, offsets, and a benchmark elevation are to be provided by others. 6. All formwork locations and elevations to be verified and accepted by RDC prior to concrete placement, ensuring setback and slope compliance. 7. Due to regular increases from ready -mix suppliers, this price is valid for 30 days from the date of this proposal. Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 36 of 39 SECDND Builders, LLC 524 Orton Ave, #302/Fort Lauderdale, FL 33304 Virrick Pool Deck Carpentry, WWF,& PP&F Labor 1. Furnish & install edge forms. 2. Furnish & install isolation joint & expansion joint 3. Furnish & install WWF 4. Pump, place, and finish 4,000 psi slab concrete deck. Concrete & hardener furnished by RDC. Matt sealer by others. 5. Sawcut as shown. Sealant (if required, by others) Two hundred thirty-one thousand seven hundred dollars ($231,700) Anticipated Cost of Materials (excluding concrete): Twenty-seven thousand dollars ($27,000) Anticipated Cost of Equipment: Nine thousand one hundred dollars ($9,100) Notes and Clarifications: 1. Materials included in cost include formwork, isolation joint, expansion joint, and WWF. Concrete materials and hardener by RDC. 2. Per scope provided by others, matt sealer by others. 3. Wage rate compliance is included. 4. Import and export of fill excluded. 5. All debris carted to nearby dumpster provided by others. 6. Surveying to be provided by others. Virrick Pool Demo, Excavation, & Rock 1. Sawcut & demo existing pool 2. Haul away concrete debris 3. Excavate pool to new depth 4. Export excess fill 5. Import & backfill with rock One hundred seventy-one thousand seven hundred dollars ($171,700) Anticipated Cost of Materials: Forty thousand dollars ($40,000) Anticipated Cost of Equipment: Twenty-two thousand one hundred dollars ($22,100) Notes_and Clarifications: 1. Wage rate compliance included. In the event you have any questions concerning the above proposal, kindly contact the undersigned. Respectfully Submitted, SECOND HALF BUILDERS, LLC `„` 414,,, GENA K BROWN S� v i iii �=o °��_Notary Public -State of Florida Commission # HH 438070 r rr s My Commission Expires °'� ni August 27, 2027 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Page 37 of 39 oe, SECONDNALF Builders, LLC • 524 Orton Ave, #302/Fort Lauderdale, FL 33304 Joseph Gutch Managing Member Docusign Envelope ID: 6773A8FB-0659-434F-BB88-B61 EE55775C7 Attachment 2b. Gunite Work Page 39 of 39 Gunite Pools Gunite & Gutter Wall concrete Gunite Gutter Wall concrete Gunite - 3K Add for 5K gunite Add for Miami Dade Location Gunite & Gutter Wall concrete Gunite Gutter Wall concrete Add for Gutter place and finish Add for Steps Fuel Surcharge Adjustments Total Package RDC Quantity RDC Budget =_1 $ 31,241.54 35.69 Cy 34.01 Cy 258 Lf $150.00 Each 35.69 Cy 34.01 Cy Gunite In Place RDC $ 31,241.54 Souithem Gunite $ 35,850.139 $ 18,385.76 $ 12,855.78 $ 31,241.54 $275.00 /Cy $30.00 /Cy $150.00 /Cy Total Gunite Cost /Cy 35.69 Cy 34.01 Cy $8.50 /Lf $900.00 Lsum 3.00% $35,850.70 / 69.70 Cy 59.70 Cy tsl 5514.36 = $275.00 /Cy $30.00 /Cy $150.00 /Cy $455.00 /Cy $ 16,238.95 $ 15,474.55 $ 2,193.00 $900.00 Lsum $ 34,806.50 $ 1,044.20 $35.850.70 Lsum = $514.36 /Cy $ 35,850.89 $ 35,850.139 Note: Gunge is a specialized trade performed by Southern Gunite. RDC cannot self-perfrom gunite work We will take a $4,609.15 hit on the gunite. $ 4,609.35 Over Budget 0 10/30/20 0 1:02I w (0 m CD 0 CD CD 0 T 0 C) m 0) O) 0) d) T T 0 0 O) (0 O_ T 0:\3Jobs \021-522 Virrick Park \11 - Estimates\Virrick Pool Replacement \021-522 Virrick Park Pool Replacement 10.29.2024 Page 10 of 10. Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Southern Gunite Inc. PO Box 213218 West Palm Beach, FL 33421 Ph: 561-793-7025 I Fax: 561-793-7028 Lic #CPC 056953 I Email schedule@southerngunite.com Customer Price Agreement — Effective 01/15/2024 RDC Design Yardage price below includes one set of steps (up to 30 LF), one bench and one swim out (up to 12'). $275.00 Gunite per yard @ 3,000 psi 12 yard minimum per job or renovation. $600 setup fee is added to any job that is 12 yards or less. Extras will be charged for renovations over 12 yards (Champagne or Standard Spa, Sunshelf, etc.) $400.00 Standard Spa $750.00 Champagne Spa $1000.00 Custom Spa (Tiered Spillway, Angled Back, Angled Seat, Arm Rest, Lounger) $200.00 Sundeck (up to 75 square feet) $150.00 Additional steps (up to 30 LF) b q" $ 50.00 Additional Bench (Every 6 Ft) Form & Labor - $85.00 per sheet Negative Edge — By Bid Travel charges of $150 per unit will apply to travel to Miami/Dade. Keys Work — By Bid Fuel Surcharge — 3% at $3.00/gal, 4% at $4.00/gal, 5% at $5.00/gal Changes to shell after completion or flashing to stabilize — $600.00 Setup plus yardage High rise or vertical work — By Bid Gutter work $8.50 per linear foot, includes European, rolled and standardgS K Work that requires us to do forming such as Custom Features, Multi Tiered Fountain , Water Features, Waterfall, Caves, Water Slides will have additional time/labor charges Tested/Certified 4000PSI — Additional $15.00/yard Tested/Certified 5000PSI — Additional $30.00/yard Company Authorized Agent 30 7L2U Steve Harter, Southern Gunite, Inc. Date Terms: 20 day net Discount 2% at 10 days NTO at 35 days s / 0 Please confirm receipt of this agreement by signing and sending back. D.t y ��>=317-t3 c.r- / -C Docusign Envelope ID: 6773A8FB-0659-434F-BB88-B61 EE55775C7 Attachment 2b. Pool Subcontractors Gunite RDC Quantity Pools ComPac Tank work Resnos Pool Liner Adjustments Total Package Gunite In Place 0 10/30/20 0 2:04I to (0 m m 0 CD CD RDC ComPac 4,274.78 Resnos 12,000.00 § 4,274.78 12,000.00 § 12,000.00 4,274.78 § 12,000.00 0 0 Oa3_Jobs \021-522 Virrick Park \11 - Estimates\Virrick Pool Replacement \021-522 Virrick Park Pool Replacement 10.29.2024 Page 1 of 1. Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Cm p1\CComP.O.Box-Pac40071 Filtration, Inc. FILTRATION Jacksonvile, FL2203 (904) 356`4 03• FAX QUOTE Bill To Recreational Design & Construction, Inc. 3990 N. Powerline Rd. Fort Lauderdale, FL 33309 Date 08-21-24 Expiration Date 08-22-24 Quote No. 082124-1TA Quote Requested By Scott Greiner Project Name Elizabeth Virrick Park Customer Terms Net 30 Phone (954) 566-3885 Email sgreiner@rdcdesignbuild. Lead Time To Be Determined Quoted By Travis Atkinson Item Descripton QtY Unit Price Ext Price SERVICE CALL SERVICE CALL 1 511.34 511.34 CV12 12" CRANK 12" crank valve up to 5extra height 1' increments 125.00 per ft plus 1 4,389.22 4,389.22 VALVE tax and shipping I LABOR ! Complete labor to install quoted materials (includes mobilization and 1 3,564.36 3,564.36 lodging if required) This quote is valid with the piping completely exposed and adequate work area provided by others Notes This quote is valid with the piping completely exposed and adequate work area provided by others Sub -Total $8,464.92 - Discount $4,190.14 Sales Tax $0.00 Freight $0.00 Total $4,274.78 Sales taxes and/or shipping cost are excluded from this quote unless otherwise specified within the body of this document. Deposits are calculated from the subtotal only. Sales taxes and/or shipping charges will be added to the customer's Final Invoice. Deposits are due prior to manufacturing. Insufficient funds due to returned checks, wire transfers and/or credit cards will be subject to loss of customer discount and will incur a 1.5% finance charge compounded monthly until paid in full. Purchaser agrees that any legal action shall be subject to the laws of the State of Florida with exclusive venue being Jacksonville, Duval County, Florida. In the event of litigation for nonpayment of amounts owed, the prevailing party shall be entitled to recover from the non -prevailing party reasonable costs and attorney fees, including those amounts incurred on appeal. Customer discount will be revoked and charged back to the Final Invoice if not paid within the specified terms. By signing below, the customer agrees to all terms specified within this quote. Customer may use this quote to assign a purchase order number by completing the specified field below. Print Name en( S" c= cam,` Title an,Lc,1 D't Purchase Order Number (optional) , Signature ' �f� Date Obi / I a 9_02 (l 0;�yp1,VB ,p,i RODOLFO LOPEZ MARTINEZ � ;Notary Public -State of Florida F. Commission # HH 276033 My Commission Expires August 20, 2026 '/'�i ,tTlr' O, • P.O. Box 40071, Jacksonville, FL 32203 - Phone (904) 355-4003 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD RenoSys Co Aquatic Renovation Systems, Inc. RenoSys Corporation Change Order #5101 Project/Facility: Virrick Park Project Number: #5101 oration • Increase for 2' depth changes and the additional steps: $11,685.00 Original Contract Value: This CO/Amend Increases Current Contract Value General Contractor: $ 69,215.00 $ 11,685.00 $ 80,900.00 Scott Greiner Recreational Design & Construction, Inc 3990 N. Powerline Rd. Fort Lauderdale, FL 33309 Signature Scott Greiner Date Contractor: Aquatic Renovation Systems, Inc. dba RenoSys Corp. 2825 E 55th Place Indianapolis, IN 46220 Signature Heather Chase, President Date Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD ACOR,D� CERTIFICATE OF LIABILITY INSURANCE ilk.......--- V' DATE (MM/DD/YYW) 04/16/2024 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 policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS 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 Marsh Marsh Affinity a division of Marsh USA LLC. PO BOX 14404 Des Moines, IA 50306-9686 CONTACT Marsh Affinity y PHONE (A/C, o,Ext): 800743-8130 FAX A DRIESS: ADPTotalSource@marsh.com INSURER(S)AFFORDING COVERAGE NAIC # INSURER A : Illinois National Ins Co 23817 INSURED ADP TotalSource CO XXI, Inc. 5800 Windward Parkway Alpharetta, GA 30005 Alternate Employer: Recreational Design & Construction Inc 3990 NW 9TH AVE Fort Lauderdale, FL 333090000 INSURER B : INSURER C: INSURER D: INSURER E: INSURER F: 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 LTR TYPE OF INSURANCE ADDLSUBR INSD WVD POLICY NUMBER POLICYEFF (MM/DD/YYW) POLICY EXP (MM/DD/YYW) LIMITS COMMERCIAL GENERAL LIABILITY r Approved by Terr`, Quevado 11/27/20�L EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ $ CLAIMS -MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES RO JET PER: LOC DUCTS- COMPlOPAGG $ $ AUTOMOBILE — _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESSLIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? YIN NIA WC 088407048 FL 07/01/2024 07/01/2025 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) All worksite employees working for Recreational Design & Constructon Inc paid under ADP TOTALSOURCE, INC.'s payroll, are covered under the above stated policy. Recreational Design & Construction Inc is an alternate employer under this policy. Virrick Park Aquatic Facility 912 SE 13th street CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2ND AVE 6th Miami, FL 33130 ACORD 25 (2016/03) 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 t/ © 1988-2015 ACORD CORPOR ION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD From: Ouevedo, Terry To: Caseres. Luis; Gomez Jr.. Francisco (Frank); Aviles. Yesenia Subject: RE: Approval of COI for ITB 20-21-009, Virrick Park Aquatic Facility Date: Wednesday, November 27, 2024 2:30:08 PM Attachments: image002.pnq image006.onq image007.pnq image003.onq Luis The COI is adequate. Regards, City of Miami Risk Management Department 9th Floor 444 SW 2nd Avenue Miami, Florida 33130 (305) 416-1641 Office (305) 416-1710 Fax TquevedoPmiamigov.com "Seteeiv, gatweiv, aird %an/aaacurg arox eamoffew4 From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Wednesday, November 27, 2024 2:16 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: FW: Approval of COI for ITB 20-21-009, Virrick Park Aquatic Facility Good afternoon , Please review and approve. Best regards, Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD A®C oCERTIFICATE OF LIABILITY INSURANCE DATE /YIY YYI� E(MM/D(MMIDD /18/2025 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 policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS 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 Acentria Insurance, LLC 1607 NW 136th Ave., Suite B-200 Sunrise FL 33323 CONTACT NAME: PHONE FAX (A/C No Ext): 954-735-5500 (A/c, No): 954-735-2852 E-ML ADDRESS: requests@acentria.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Vantapro Specialty Insurance Company 44768 INSURED RECRDES-VC Recreational Design & Construction, Inc. 3990 N Powerline Road Oakland Park FL 33309 INSURERB: AXIS Surplus Insurance Company 26620 INSURER C: Lloyds 0 INSURER D: Ascot Specialty Insurance Company 45055 INSURER E: Palomar Excess & Surplus Insurance Company 16754 INSURER F : Falls Lake Fire and Casualty Company 15884 COVERAGES CERTIFICATE NUMBER: 1840916435 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. INSRL TYPE OF INSURANCE IADDL NSD SUBR WVD POLICY NUMBERPOLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS D X COMMERCIAL GENERAL LIABILITY Y Y ESGL2410002363-02 Approved by Frank Gomez 7/3/2024 04 7/3/2025 17/2025 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ EXCLUDED PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO OWNED �( SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y 5087-0661-04 3/12/2024 4/17/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ E F X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE PES-XS-01-2314 PSX-FF-2300136-00 7/3/2024 7/3/2024 7/3/2025 7/3/2025 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 DED RETENT ON $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ B C Professional Liability Excess Prof Liab-PROJECT SPECIFIC CM004443-05-2024 B0621 PRECR001023 12/11/2024 12/11/2024 12/11/2025 12/11/2025 Prof Liab Limit Exc Prof Liab-PROJ SP (Palm Spr CA -Surf CI) 2,000,000 3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Design/Construction. Subject to the terms, conditions and exclusions of the policy. Certificate Holder is listed as Additional Insured for ongoing and completed operations coverage in respect to General Liability and Additional Insured in respect to Auto Liability coverage when required by written contract. General Liability coverage is primary and non-contributory when required by written contract. Waiver of Subrogation coverage applies in respect to General Liability and Auto Liability coverage when required by written contract. 30-day Notice of Cancellation. 10 day notice of cancellation for non-payment. Excess Liability policy #PSX-FF-2300136-00 is 2nd layer in excess of Excess Liability policy #PES-XS-01-2314. Each policy has a $5,000,000 limit for a total Excess Liability limit of $10,000,000. See Attached... CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2nd Ave 8th Floor Miami FL 33130 United States 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 /j f/- ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD AGENCY CUSTOMER ID: RECRDES-VC LOC #: ACOREP ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Acentria Insurance, LLC POLICY NUMBER CARRIER NAIC CODE NAMED INSURED Recreational Design & Construction, Inc. 3990 N Powerline Road Oakland Park FL 33309 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Excess Professional Liability policy #B0621 PRECR001023 is in excess of Professional Liability policy #CM004443-05-2024 and is for project specific coverage only: for PSSC, LLC project. Is extended by Extended Reporting Form. RE: Permit: PW22001717UP. City of Miami is afforded additional insured status as per the embedded coverages found in the coverage forms when required by written contract, agreement or permit but only as respects to the liability of the insured, pursuant to the terms, conditions, limitations and exclusions of the listed policies. Coverage for the General Liability is on a Primary & Non -Contributory basis. Waiver of Subrogation applies in favor of the additional insured. City of Miami is listed as an additional insured with respect to the general liability and auto liability. Coverage is afforded for contractual liability x.c.0 (Explosion, Collapse and Underground) Hazards. The insurance is on a primary non contributory basis. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD POLICY NUMBER: 5087-0661-04 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Recreational Design & Construction, Inc. Endorsement Effective Date: 3/12/2024 SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization whom you have agreed to include as an additional insured under a fully executed written contract or written agreement, provided that such was executed prior to an "accident", occurrence, loss, injury or damage Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. CA04441013 © Insurance Services Office, Inc., 2011 Page 1 of 1 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT - SCHEDULE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SECTION II — LIABILITY COVERAGE, Paragraph A. Coverage, Subparagraph 1. Who Is An Insured is amended to include the following additional provision: The person(s) or organization(s) shown in the Schedule below is an additional "insured", but solely to the extent that you become obligated to include such person(s) or organization(s) as an additional "insured" under this policy as a result of any written contract or written agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, and solely with respect to liability arising out of the use of a covered "auto". However, the insurance provided will not exceed the lesser of: a. The coverage and/or limits of this policy; or b. The coverage and/or limits required by said written contract or written agreement. Schedule: Person(s) or Organization(s): Any person or organization whom you have agreed to include as an additional insured under a fully executed written contract or written agreement, provided that such was executed prior to an "accident", occurrence, loss, injury or damage SA 00009 00 (10/17) Includes material copyrighted by ISO Properties, Inc., with its permission Page 1 of 1 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY - SCHEDULE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization whom you have agreed to include as an additional insured under a fully executed written contract or written agreement, provided that such was executed prior to an "accident", occurrence, loss, injury or damage Notwithstanding any other provision of this policy to the contrary, the insurance afforded to the person(s) or organization(s) shown in the Schedule above will be primary to, and non-contributory with, any other insurance available to such person or organization in the event a written contract or written agreement you enter into requires you to furnish insurance to such person or organization of the type provided by this policy. SA 00007 00 (10/17) Page 1 of 1 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD POLICY NUMBER: ESGL2410002363-02 COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG20010413 © Insurance Services Office, Inc., 2012 Page 1 of 1 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD POLICY NUMBER: ESGL2410002363-02 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations As required by written contract signed by both parties prior to loss All locations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured isrequired by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or CG20100413 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD POLICY NUMBER: ESGL2410002363-02 COMMERCIAL GENERAL LIABILITY CG20370413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As required by written contract signed by both parties prior to loss All locations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products - completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG20370413 With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD POLICY NUMBER: ESGL2410002363-02 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As required by written contract signed by both parties prior to loss Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD From: Gomez Jr., Francisco (Frank) To: Caseres. Luis; Ouevedo. Terrv; Aviles. Yesenia Subject: RE: Certificate of Insurance for Recreational Design & Construction, Inc. Date: Tuesday, March 18, 2025 2:39:04 PM Attachments: image003.pnq image005.onq Hello Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management �4 N.E. lstAvenue 2nd Floor Miami, Florida 33132 (305) 416-1740 Office (305) 416-176o Fax fgomez©miamigov.com "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Tuesday, March 18, 2025 2:38 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD Subject: RE: Certificate of Insurance for Recreational Design & Construction, Inc. Hi Frank, Please review and approve. Best regards, Lu' Cavrey Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 W (305) 416-1923 g (305) 400-5335 ®Lcaseres@miamigov.com Visit us online "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. From: Gomez Jr., Francisco (Frank) < > Sent: Tuesday, March 18, 2025 12:52 PM To: Caseres, Luis < Yesenia < > Subject: RE: Certificate of Insurance for Recreational Design & Construction, Inc. >; Quevedo, Terry < >; Aviles, Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD DIVISION OF CORPORATIONS JrVEI Ci i of im official S#Nu of Flotilla weinite Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation RECREATIONAL DESIGN & CONSTRUCTION, INC. Filing Information Document Number P93000067336 FEI/EIN Number 65-0439173 Date Filed 09/28/1993 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 06/04/2008 Event Effective Date NONE Principal Address 3990 N POWERLINE RD OAKLAND PARK, FL 33309 Changed: 01/31/2000 Mailing Address 3990 N POWERLINE RD OAKLAND PARK, FL 33309 Changed: 01/31/2000 Registered Agent Name & Address Chaves, Richard R 400 Executive Center Drive 207 West Palm Beach, FL 33401 Name Changed: 01/10/2017 Address Changed: 01/28/2022 Officer/Director Detail Name & Address Title P Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD CERRONE, JOSEPH III 3990 N. POWERLINE ROAD OAKLAND PARK, FL 33309 Title ST CERRONE, JOSEPH, III 3990 N POWERLINE RD OAKLAND PARK, FL 33309 Title VP Cotter, Anthony J 3990 N POWERLINE RD OAKLAND PARK, FL 33309 Title VP AIREY, DERYK JOHN 3990 N POWERLINE RD OAKLAND PARK, FL 33309 Annual Reports Report Year Filed Date 2022 01/28/2022 2023 01/27/2023 2024 02/07/2024 Document Images 02/07/2024 — ANNUAL REPORT View image in PDF format 01/27/2023 — ANNUAL REPORT View image in PDF format 01/28/2022 —ANNUAL REPORT View image in PDF format 01/13/2021 —ANNUAL REPORT View image in PDF format 01/28/2020 — ANNUAL REPORT View image in PDF format 04/02/2019 —AMENDED ANNUAL REPORT View image in PDF format 02/22/2019 — ANNUAL REPORT View image in PDF format 01/22/2018 — ANNUAL REPORT View image in PDF format 01/10/2017 — ANNUAL REPORT View image in PDF format 01/17/2016 —AMENDED ANNUAL REPORT View image in PDF format 01/12/2016 — ANNUAL REPORT View image in PDF format 01/12/2015 — ANNUAL REPORT View image in PDF format 04/08/2014 —AMENDED ANNUAL REPORT View image in PDF format 01/16/2014 — ANNUAL REPORT View image in PDF format 01/28/2013 — ANNUAL REPORT View image in PDF format 06/04/2012 —ANNUAL REPORT View image in PDF format 03/14/2012 —ANNUAL REPORT View image in PDF format 01/12/2011 --ANNUAL REPORT View image in PDF format 02/03/2010 — ANNUAL REPORT View image in PDF format Docusign Envelope ID: A4FDCE65-461F-44FD-AD75-7A901A1414FD 01/30/2009 — ANNUAL REPORT 06/04/2008 — Amendment 01/04/2008 — ANNUAL REPORT 01/04/2007 — ANNUAL REPORT 01/06/2006 — ANNUAL REPORT 01 /11 /2005 -- ANNUAL REPORT 01/07/2004 — ANNUAL REPORT 01/23/2003 — ANNUAL REPORT 02/13/2002 —ANNUAL REPORT 02/03/2002 —ANNUAL REPORT 02/05/2001 — ANNUAL REPORT 01 /31 /2000 — ANNUAL REPORT 02/03/1999 — ANNUAL REPORT 05/01/1998 — ANNUAL REPORT 05/02/1997 — ANNUAL REPORT 06/25/1996 — ANNUAL REPORT 05/01/1995 — ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Tuesday, May 13, 2025 8:52 AM Sagesse, Max; Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; McGinnis, Lai -Wan Cambridge, Susan; Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Reinike- Heinemann, Evelyn; Roberts, Frankeetha Document Distribution - Amendment No 2 - ITB 20-21-009 Virrick Park Aquatic Facility - RDC Inc. Amendment_No_2_to_ITB_20-21-009_Virrick_Park-Executed 05-12-2025.pdf Good morning All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Rei n i ke/Fran keetha You may now close this Matter ID 24-3294 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: First Party: Second Party: Program/Purpose: Effective Date: Best regards, Amendment No. 2 City of Miami Recreational Design & Construction, Inc. Virrick Park Aquatic Facility — D2 — Project No B-40571 05/18/2025 i LuA.- Cc e re k Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ®Lcaseres©miamigov.com 0 "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. 2