Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25895
AGREEMENT INFORMATION AGREEMENT NUMBER 25895 NAME/TYPE OF AGREEMENT DAVID MANCINI & SONS, INC. DESCRIPTION AMENDMENT NO. 2 TO DESIGN -BUILD SERVICES AGREEMENT/AUBURNDALE FLOOD MITIGATION IMPROVEMENTS - D4/FILE ID: 17535/R-25-0208/MATTER ID: 25-3804 EFFECTIVE DATE December 23, 2025 ATTESTED BY NICOLE EWAN ATTESTED DATE 12/23/2025 DATE RECEIVED FROM ISSUING DEPT. 12/23/2025 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 ORt CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Anthony Hansen EXT. 1923 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: David Mancini & Sons, Inc. IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 67,530,343.73 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 - Design -Build Services Agreement NO NO PURPOSE OF ITEM (BRIEF SUMMARY): RFP 23-24-025 - Auburndale Flood Mitigation Improvements - D4 - Increase Capacity of Agreement by $430,343.73 for the raised intersection at SW 32nd Avenue and 2nd Street. COMMISSION APPROVAL DATE: 06/17/2025 FILE ID: 17535 ENACTMENT NO.: R-25-0208 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR/CHIEF PROCUREMENT OFFICER Reviewed and OK to proceed. Fernando V. Ponassi November 5, 2025 Annie Perez CPPO 109:57:18 EST SIGNATURE: ,—DocuSigned by: -.4-;., (Pe.t.e, RISK MANAGEMENT November 5, 2025 David Ruiz, Interim DiI�E6x... 1 09:58:23 EST SIGNATURE: ocuSigned by: t t L-Lb BUDGET OFFICE Amendment increase will be funded from MDC WASD JPA. Lai -Wan E. McGinnis November 19, 2 Marie Gouin 25 116:28:51 EST 55349B495F254B0... Signed by: SIGNATURE: CITY ATTORNEY /s/TMF 25 3804 Matter ID No. 25-2165 December22, 202 George K. Wysong III EST SIGNATURE: 5F6E831796C549b... ,—DocuSigned by: Guru , 00tiSblA 0 ASSISTANT CITY MANAGER/CHIEF FINANCIAL OFFICER December 22, 2025 Erica Paschal Darling, C�Docusigned 1 11:34:30 EST SIGNATURE: `— 776'E 9'FE 662488... by: ei> c� Pao,,Lai ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A `— 5 E85D50AB3 B 54 B C... Barbara Hernandez, MPA N/A SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE December 22, 2025 Asael "Ace" Marrero, AIA_DocuSigned 114:01:32 EST SIGNATURE: by: ',;r - CCF -A D9A D 63B,,A... DEPUTY CITY MANAGER December 23, 2025 Natasha Colebrook-Will,a�ocusigned 110:43:39 EST SIGNATURE: by: Nrk Caac `— CITY MANAGER December 23, 2 Arthur Norieaa V 25 1 11:07:53EST SIGNATURE: 84 B7b0'97=E7fi4115... DocuSigned by: N . � � CITY CLERK December 23, 202b 9 H prL I� ��5: 6:304 EST SIGNATURE: 84B7DII975DEA4-1 B... Signed by: ` = ,'' 18169471A31D411... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 25008 Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 AMENDMENT OVERVIEW DSA TITLE: Amendment No. 2 to the Design -Build Services Agreement for Auburndale Flood Mitigation Improvements — D4 — Project No. 40-B223802 — RFP No. 23-24-025 1. AWARD DELEGATED AUTHORITY: 0 Chief Procurement Officer — Authority level of $ ❑ City Manager — Authority level of $ 0 City Commission — RESOLUTION No. 25-0208 (Expedited List) 2. PROCUREMENT METHOD: 0 RFP/Q 0 ITB 0 SOLE SOURCE 0 PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 0 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 capacity by $430,343.73 for the raised intersection at SW 32nd Avenue and 2nd Street through a JPA with WASD. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? 0 YES ® NO IF YES, WHAT IS THE RESOLUTION NUMBER? 5. WHAT IS THE SCOPE OF SERVICES? The Successful Proposer shall provide installation of a new drainage system, installation of new water distribution system, adjusting road elevations, milling and resurfacing, utility coordination, fire hydrant relocation/installation, site preparation, clearing and grubbing, earthwork, harmonization of intersecting side streets and adjacent properties, reconstruction of driveways and pedestrian accesses, removal of encroachments, signing and pavement markings, landscaping, and all other ancillary components required to deliver a fully functional neighborhood project. The limits of this project are between SW 32nd Avenue and SW 37th Avenue, between West Flagler Street and SW 8th Street. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Resilience and Public Works 7. IS THE AWARDEE THE INCUMBENT? N/A Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? Upon completion of Project. 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? N/A 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Florida Statutes Sec. 287.055, Consultants' Competitive Negotiation Act (CCNA) Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 CITY OF MIAMI DEPARTMENT OF RESILIENCE AND PUBLIC WORKS AMENDMENT NO. 2 TO THE DESIGN -BUILD SERVICES AGREEMENT FOR AUBURNDALE FLOOD MITIGATION IMPROVEMENTS — D4 WITH DAVID MANCINI & SONS, INC. This Amendment No. 2 to the Design -Build Services Agreement (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and David Mancini & Sons, Inc. ("Contractor"), a Florida Profit Corporation, for the provision of Design -Build Services for Auburndale Flood Mitigation Improvements ("Services") is entered into this 23 day of December , 2025. RECITALS WHEREAS, pursuant to the City's Procurement Code Section 18-87 and Request for Proposals ("RFP") No. 23-24-025, the City Manager executed an Agreement with the Contractor on February 12, 2025; and WHEREAS, the Joint Participation Agreement ("JPA") with Miami -Dade County Water and Sewer Department ("WASD") was executed on July 22, 2025, for the raised intersection at SW 32nd Avenue and 2nd Street; and WHEREAS, the City Manager executed Amendment No. 1 on August 22, 2025, to add the Davis Bacon Wages for "Heavy;" and WHEREAS, the current Compensation Limit is insufficient to address the costs associated with the JPA for the raised intersection at SW 32nd Avenue and 2nd Street; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement with Contractor for the project to be successful; and WHEREAS, this Amendment No. 2 to the Agreement increases the existing capacity of the Agreement by Four Hundred Thirty Thousand Three Hundred Forty -Three Dollars and Seventy -Three Cents ($430,343.73), thereby increasing the existing capacity of the Agreement from Sixty -Seven Million One Hundred Thousand Dollars and Zero Cents ($67,100,000.00), to a not -to -exceed amount of Sixty -Seven Million Five Hundred Thirty Thousand Three Hundred Forty -Three Dollars and Seventy -Three Cents ($67,530,343.73); and WHEREAS, Section 18-117, "Economic Stimulus Awards and Agreements," of the Code of the City of Miami authorizes the City Manager to award change orders to construction contracts, without City Commission approval, when the value of the recommended award does not exceed the estimated cost of construction by more than ten percent (10%). NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Contract as follows: Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 Amendment No. 2 to the Design -Build Services Agreement with David Mancini & Sons, Inc. for Auburndale Flood Mitigation Improvements Page 2 SECTION 1 GENERAL TERMS AND CONDITIONS 119. Counterparts, Electronic Signatures This Amendment 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 Amendment shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Amendment (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 Amendment upon request. SECTION 2 SUPPLEMENTAL TERMS AND CONDITIONS 3. Compensation The amount of compensation payable by the City to the DBF shall generally be a lump sum, not -to -exceed fee, based on the line items and amounts established in Exhibit A, attached hereto, which is incorporated into this Agreement; provided, however, that in no event shall the amount of compensation payable to the Consultant by the City, exceed Sixty -Seven Million Five Hundred Thirty Thousand Three Hundred Forty -Three Dollars and Seventy -Three Cents ($67,530,343.73), for both the City of Miami ("COM") and the Miami -Dade County Water and Sewer ("WASD") elements, including Eleven Million Seven Hundred Thirty -Four Thousand Eight Hundred Sixteen Dollars and Thirty -Two Cents ($11,734,816.32) for Phase 1, (Nine Million Seven Hundred Seventy -Six Thousand Seven Hundred Ninety -Three Dollars and Twenty -Six Cents ($9,776,793.26) for Section 2-City, plus Five Hundred Thousand Dollars ($500,000.00) for COM Project No. B-173655, plus Four Hundred Thirty Thousand Three Hundred Forty -Three Dollars and Seventy -Three Cents ($430,343.73), plus One Million Twenty - Seven Thousand Six Hundred Seventy -Nine Dollars and Thirty -Three Cents ($1,027,679.33) for a ten percent (10%) Owner's Contingency Allowance); Fifty -Five Million Seven Hundred Ninety - Five Thousand Five Hundred Twenty -Seven Dollars and Forty -One Cents ($55,795,527.41) for subsequent phases to be determined as funding becomes available (Twelve Million Nine Hundred Thirty -Six Thousand Six Hundred Forty -Nine Dollars and Twenty -Six Cents ($12,936,649.26) for Section 1, Four Million Eighteen Thousand Six Hundred Twenty -Four Dollars and Fifty -Three Cents ($4,018,624.53) for Section 2-WASD, Nineteen Million Seven Hundred Fifty -Four Thousand Fifteen Dollars and Eighty -One Cents ($19,754,015.81) for Section 3, Thirteen Million Five Hundred Thirteen Thousand Nine Hundred Seventeen Dollars and Fourteen Cents ($13,513,917.14) for Section 4, Five Hundred Thousand Dollars ($500,000.00) for right of way enhancement option at SW 36th Avenue, and Five Million Seventy -Two Thousand Three Hundred Twenty Dollars and Sixty -Seven Cents ($5,072,320.67) for a ten percent (10%) Owner's Contingency), on a phased basis, unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall not have any liability, nor will the DBF have any recourse against the City for any compensation, payment, reimbursable expenditures, costs, fees, or charges beyond the compensation limits of this Agreement, as it may be amended from time to time. The Work may never exceed the limitations provided in Section 287.055, Florida Statutes, Consultant's Competitive Negotiation Act, for continuing contracts and other limitations on compensation, as applicable. ALL OTHER TERMS AND CONDITIONS OF THE CONTRACT ARE IN OPERATIVE FORCE AND EFFECT AND REMAIN UNCHANGED. Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 Amendment No. 2 to the Design -Build Services Agreement with David Mancini & Sons, Inc. for Aubumdale Flood Mitigation Improvements Page 3 IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: P "t Name, Title ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) David Mancini & Sons, nc., a Florida Profit Co •oration Signature (GE PrtE o cer, or Manager (Corporate Seal) ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Signed by: • DocuSigned by: s_. -) Nazk A Catet4aaL-W it .4 Si•ned b � 1 "11.. 46706 f3E�41. TOcic.annon, City Cler _T�F��, Art ur onega V, City Manager APPROVED AS TO INSUR REQUIREMENTS: DocuSigned by: L 1 , f g V t AA.G1 b 5349D4o5r2543.0... David Ruiz, Interim Director Risk Management Department APPROVED AS TO LEGAL FORM AND CORRECTNESS: EaD8o7c7uSigned by: tn6rOG 00bisal4Ill ZGE3F George 7.2A8song III City Attorney 25-3804 DSA Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 Amendment No. 2 to the Design -Build Services Agreement with David Mancini & Sons, Inc. for Auburndale Flood Mitigation Improvements Page 4 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of David Mancini & Sons, Inc., a corporation organized and existing under the laws of the State of Florida held on the 15 day of October , 2025 a resolution was duly passed and adopted authorizing (Name) Fabio Angarita as (Title) Vice -President of the corporation to execute agreements on behalf of the corporation and providing 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 WITNESS WHEREOF, I have hereunto set my hand this a� day of D:A0bt' , 20. Secretary: 6 1 Print: 00-ef'Pt. (AOC\ 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. IN WITNESS WHEREOF, I have hereunto set my hand this _ day of 20 Partner: Print: Names and addresses of partners: Name Street Address City State Zip Docusign Envelope ID: 5E EF041 5-D27A-4E5F-A9A3-C2292F1 0E3C4 Amendment No. 2 to the Design -Build Services Agreement with David Mancini & Sons, Inc. for Auburndale Flood Mitigation Improvements Page 5 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. 20 IN WITNESS WHEREOF, I have hereunto set my hand this _ day of Signed: Print: NOTARIZATION STATE OF *--..;f.) SS: a- > COUNTY OF a foregoing instru nt w s ack`irie�before me this A ay of I6j , 202.S by��S , who is personallyknown to me or wh has py uced did not) tak SIGNATU STATE OF ED, STAMPED OR TYPED NAME OF NOTARY PUBLIC as identification and who (did / LEYDIS COLOMINA POWER > MY COMMISSION # HH 502789 fii�2Coa. EXPIRES: July 10, 2028 Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292Fri rk.iriL FILE COPY CLERK OF THE BOARD OF COUNTY COMMISSIONERS MIAMI-DADE COUNTY, FLORIDA CITY OF MIAMI & MIAMI-DADE COUNTY JOINT PARTICIPATION AGREEMENT City of Miami Project No. 40-B223802 Miami -Dade Water & Sewer Department Project No. PCTS 20384 Location: Raised Intersection at SW 32nd Avenue and SW 2nd Street Date of Work: July 2025 to October 2026 THIS AGREEMENT, entered into this 22 day of July , year of 2025 , ("Effective Date"), by and between the City of Miami (the "CITY") and Miami -Dade County (the "COUNTY"), WITNESSETH: WHEREAS, on or about December 18, 2024, the CITY and the COUNTY entered into an Interlocal Master Agreement, which was approved through CITY Resolution R-24-0337 and COUNTY Resolution R-1081-24; and WHEREAS, the Interlocal Master Agreement provides the overall governing terms of the relationship and protocol for the CITY and the COUNTY to follow when they wish to enter into a Joint Participation Agreement ("JPA") in those instances where the CITY intends to engage in a project that involves constructing, reconstructing or otherwise changing or improving a public road (the "Project") and the COUNTY has utility facilities that must be protected, relocated, installed, adjusted or removed within the public road or area that the CITY intends to improve through the Project, NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, and consistent with the terms of the Interlocal Master Agreement, the CITY and COUNTY hereby agree as follows: 1. The CITY shall perform the: X Design X Construction of the Utility Work in connection with its Project located at the raised intersection at SW 32"d Avenue and SW 2nd Street to be performed in or around July 2025 to October 2026. 2. X As indicated in Paragraph 1 above, the CITY is to perform the design work for the Utility Work. Accordingly, consistent with Paragraph (3)(c)(7), the COUNTY shall pay the CITY a lump sum for the awarded bid tabulation of the total design work within forty-five (45) days of the COUNTY's receipt of an invoice from the CITY for the design costs as agreed to base on the design tabulation provided to the COUNTY by the CITY within two (2) weeks of the Mandatory Utility Meeting. Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 3. X As indicated in Paragraph 1 above, the CITY is to perform the construction of the Utility Work. Based on the bid tabulation cost awarded by the CITY and agreed upon by the COUNTY. The COUNTY agrees to pay: (a) 24 % of the total cost of the awarded construction bid tabulation portion of the Utility Work for the mobilization of equipment and maintenance of traffic costs for the Utility Work, (b) 10 % of the estimated total cost of the construction portion of the Utility Work for a Contingency Fund, which fund shall be dedicated to cover changes to the Utility Work during construction, and (c) a prorated share of the administrative costs for the Utility Work, which amount shall be 1% of the total estimated cost of the Utility Work. 4. X As indicated in Paragraph 1 above, the CITY is to perform the design and construction of the Utility Work. Accordingly, consistent with Paragraph (3)(f)(4) of the Interlocal Master Agreement, the COUNTY agrees that payments shall be made to the CITY for the design and construction work in the following manner or at the following times: N/A Lump Sum X Invoice Submittal (City's reimbursement submittals for completed project utility installment work will include certified copies of paid contractor payment requisition and proof of payment) N/A Percentage at completion of phases of construction based on submission of invoice from the CITY and review by COUNTY, which payments shall be made by the COUNTY within sixty (60) days of receipt of CITY invoice Initial Payment of First payment at Second payment at Third payment at Final payment at % at start of Project % of completion % of completion % of completion % of completion 5. N/A As indicated in Paragraph 1 above, the CITY is to perform the construction of the Utility Work and the COUNTY is to pay the CITY for that work in the manner indicated in Paragraph 3; however, for the Utility Work related to this Project, the COUNTY is entitled to reimbursement from . The documentation related to the COUNTY's basis for the reimbursement is attached hereto as Exhibit 1. 6. X As indicated above, the CITY is to perform the construction of the Utility Work; however, the COUNTY will need to complete connection of the Utility Work to the COUNTY's existing system. 2 Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 7. X The COUNTY approved the Utility Design and Construction Costs based on the awarded bid tabulation of $430,343.73, consisting of : (a) Design costs in the amount of $53,900, inclusive of $4,900.00 for 10% Contingency Allowance, and (b) Construction cost in the amount of $376,443.73, inclusive of $3,422.18 for 10% Contingency Allowance. In addition, the COUNTY agrees to pay 1% of the Utility Design and Construction awarded basis bid total as the CITY'S administrative fee, which totals $3,422.22. The COUNTY agrees to reimburse the CITY in the manner indicated in Paragraphs 3 and 4 above. COUNTERPARTS / ELECTRONIC SIGNATURES. This document may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same CONTRACT/AGREEMENT. The parties shall be entitled to sign and transmit an electronic signature of this CONTRACT/AGREEMENT (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/AGREEMENT upon request. (REMAINDER OF THE PAGE INTENTIONALLY LEFT BLANK - SIGNATURES APPEAR ON THE NEXT PAGE) 3 Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 IN WITNESS WHEREOF, the Parties hereto set their hands and official seals the day and year first above written, ATTEST: JUAN FERNANDEZ-BARQUIN CLERK OF THE COURT AND COMPTROLLER BY: caht,tek Clerk Signature Print Name: Olga Valverde — e18183 Date: 07/22/2025 Approved by County Attorney as to form and legal sufficiency C s�{n 1 j 1�31 Z-5 Assistant oOunty Attorney OocuSigned by: C4007b000Cf Todd B. Han1468non City Clerk MIAMI-DADE COUNTY, FLORIDA, BY ITS BOARD OF COUNTY COMMISSIONERS CITY OF MIAMI, a municipal corporation of the State of Florida ,—DocuSIgned by: July 15, 2025 10:56:44 EA-tar�ifi July 14, 2025 1 20:11:31 EDT Date: APPROVED AS TO FORM AND CORRECTNESS: CLocuSlgnedffby: cey,Dfi Risom IUU !%//tl[dh t George 1 ysong III Date: City Attorney signed by: 1!Africia A4 . bias E2E13F0A6D0B412 July 11, 2025 1 10:11:3 #25-1919/PMA Arthuroega V City Manager Date: APPROVED AS TO INSURANCE REQUIREMENTS: �--^ DocuSigned by: Pr l GB* v 273 18214E7 avi'u1Z Date: July 11, 2025 06:58:10 EDT Interim Director, Risk Management 4 Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 JPA City of Miami Project No. 40-B223802 / MD-WASD #20384 Schedule of Values (SOV) Raised Intersection of SW32 Ave & SW 2nd St WASD ENGINEERING RAISED INTERSECTION (AS PER DCP) Bid Item Description Units Preliminary Quantity Unit Price Total Englneermg Design Parfial Section 3 (mtersecfinn of SW 32 Ave & SW 2nd St) (TMs Includes permit set of dawmgs and specs and LOE necessary to certify the pipeline) LS 1 00 $ 19,000 00 $ 19,000 00 TOTAL DESIGN AMOUNT $ 19,000.00 WASD CONSTRUCTION RAISED INTERSECTION (AS PER DCP Bid Item Description Units Preliminary Quantity Unit Price Total Mobillzafion- General Conditions LS 100 $ 57,000 00 $ 57,000 00 3 F & 18" DIP Pipe, Eltfings and Restrainers LF 30].00 $ 247 00 $ 75,829.00 6 F & 18" Resilient Seated Gate Valve, complete with valve box, valve coverand riser pipe Each 2 00 $ ],42g ]8 $ 14,85g.52 8 For construct!. Air Release Valve Assemblies (ARV) Each 100 $ 4,635 39 $ 4,635 39 0 Water Service conversion from rear water services to front water seruces Mho the project's area. For relocation of water service fora house at a specfic address to include all labor, m orals and supplies for the water service relocafion and site restoration work, as required, complete Each 400 $ 3,666 18 $ 14,664 72 11 Fumish and l nstalling a tapping come:Inn to an casfing Water Main (ANY SIZE), including furnishing and installing tapping sleeve, tapping valve, nerplpe, valve box, and valve covercomplete Each 200 $ 19,864 50 $ 39,729 00 3 For cuttng and plugging the east!. (ALLEY/RIGHT OF WAY) (ANY SIZE) water mans, of venous d lameters, as required, to Isolate said mains from the old astribution rystem.(calculated as 2 each, per every 1,200 ff of prop. 8-Inch water main installed). Each 200 $ 14,14g 521 $ 28,293 00 4 Fnmtshing and instating new 1-Inch (SINGLE/DOUBLE)-&- (SHORT/LONG) services and meter boxes complete Each 600 $ 4,599 03 $ 27,594 18 24 For fumishing and installing traffic control for the project, complete.( MOT) LS 100 $ 5,000 00 $ 5,000 00 25 FoalAsbutt LS 100 $ 1,200 00 $ 1,200 00 SUBTOTAL CONSTRUCTION COST $ 268,800.81 25 Construcfion Contingency Allowance (5%of SUBTOTAL C4 SUBTOTAL CONSTRUCTION COST) $ CONSTRUCTION DEDICATED ALLOWANCES 26 For the cost of providing off -duty police officer as required by Ciry of Miami DA 27 For quanfiry adjustments, if ordered by the engineer, 5 % of SUBTOTAL SUBTOTAL CONSTRUCTION COST DA 28 For cost of required permits, fees, Inspectons, impact fees, If authorized by the Engineer, no more than 3%of SUBTOTAL CONSTRUCTION COST DA SUBTOTAL CONSTRUCTION DEDICATED $ TOTAL CONSTRUCTION AMOUNT $ 268,800.81 'TOTAL DESIGN + CONSTRUCTION WASD RAISED INTERSECTION (AS PER DCP) $ 287,800.81 'This /s Me amount that would be deducted when Me JPA for the remaining section 3 /s executed MIAMID MIAMI-DADEECM Qivaterr` WATER AND SEWER DEPARTMENT Date: 6/26/2025 Project ID: 40-B223802/WASD 20384 n ACCEPTED ❑ NOT ACCEPTED Review By: WASD ENGINEERING RAISED INTERSECTION (ACCELERATION/RESEQUENCE) Bid Item Description Units Preliminary Quantity Unit Price Total Engineering Desrgn Partial Secfinn 3 (I ntersernnn of SW 32 Ave & SW 2nd St) (This LOE Is assocated with the acceleafion/resequence efforts to desgn and perrnit the ufility work In this intersection. It Incorpoates the additional permiNng effort needed to design and permit the utility work) LS 1 00 $ 30,000 00 $ 30,000 00 TOTAL DESIGN AMOUNT $ 30,000.00 WASD CONSTRUCTION RAISED INTERSECTION (ACCELERATIONIRESEQUENCE Bid Item Description Units Preliminary Quantity Unit Price Total Additional General Conditions(Acceleration/Resequence) LS 100 $ 20,258 00 $ 20,258 00 6 F & 18" Restent Seated Gate Valve, complete with valve box, valve and riser pipe Each 1 00 $ 7,429 78 $ 7,429 ]8 9 F & I Flushing Valve Outlet Assemblies(FVO's) Each 200 $ 3,000 00 $ 6,000 00 2 Fumishing and Install!. (Mine connecfions (ML Restraint) to the easfing water mans (ANY SIZELIncuang the removal of plugs, thrust blocks a. other fittings as needed, complete Each 200 $ 1g,864a $ ana2g00 SUBTOTAL CONSTRUCTION COST $ 73,016.76 25 Construcfion Confingency Allowance(5% of SUBTOTAL SUBTOTAL CONSTRUCTION COST) C4 $ CONSTRUCTION DEDICATED ALLOWANCES 26 For the cost of providing off -duty police officer as required by City of Mum DA 27 For quanfiry adjustments, if ordered by the engineer,5%of SUBTOTAL SUBTOTAL CONSTRUCTION COST DA 28 For cost of required permits,fees, Inspectons, Impact fees, if authorized by the Engineer, no more than 3 % of SUBTOTAL CONSTRUCTION COST DA SUBTOTAL CONSTRUCTION DEDICATED $ TOTALCONSTRUCTIONAMOUNT $ 73,016.76 TOTAL DESIGN+ CONSTRUCTION WASD RAISED INTERSECTION (ACCELERATIONIRESEQUENCE) $ 103,016.76 JPA SUMMARY -CITY OF MIAMI PROJECT NO. 4043223802 / MD-WASD # 20384 RAISED INTERSECTION OF SW32 AVE & SW2ND ST WASD ENGINEERING RAISED INTERSECTION Description Units Preliminary Quantity Unit Price Total WASD Engmeenng Desgn Raised mteaecfion (As per DCP) LS 1 00 $ 19,000 00 $ 19,000 00 WASD Engmeenng Desgn Raised mteaecfion (Acceleaton/r sequence) LS 1 00 $ 30,000 00 $ 30,000 00 Candngenry 10% $ 4,900 00 TOTAL DESIGN AMOUNT $ 53,900.00 WASD CONSTRUCTION RAISED INTERSECTION Description Units Preliminary Quantity Unit Price Total WASD Construction Raised Intersecfion (As per DCP) LS 1 00 $ 268,804 81 $ 268,804 81 WASD Construction Raised Inteaecfion (AcceleafinnMesequence) LS 1 00 $ 73,4.76 $ 73,4.76 Cnndngenry 10% $ 34,222. TOTAL CONSTRUCTION AMOUNT $ 376,003.73 TOTAL DESIGN + CONSTRUCTION WASD PARTIAL SECTION 113 (INTERSECTION WORK) $ 030,303.73 Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 AC o® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)7i2i2o25 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 Assured Partners 39 N. Duke Street PA 17602 CONTACT Tricia Haenle PHONE FAX (A/C No Ext): 502-708-3154 (A/C, No): E-MLancaster ADDRESS: tricia.haenle@assuredpartners.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Arch Insurance Company 11150 INSURED DAVIMAN-01 David Mancini & Sons Inc. 2601 Wiles Road Pompano Beach FL 33073 INSURERB: XL Specialty Insurance Company 37885 INSURERC: Indian Harbor Insurance Co. 36940 INSURERD: Indemnity National Insurance Company 18468 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1667102349 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE A INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYYZ LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y ZAGLB10437 01 �. 7/1/2025 �j�O V 7/1/2026 4, EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE X LIMIT APPLIESPER: JECT X LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $ 4,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y ZACAT93293 01 7/1/2025 7/1/2026 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ D X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE XS0001895 25 4/1/2025 7/1/2026 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED RETENTION $ $ A 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 Y ZAWCI10468 01 7/1/2025 7/1/2026 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B C Equipment Floater Professional / Pollution UM00155954MA25A PEC005881303 4/1/2025 4/1/2025 4/1/2026 4/1/2026 Ded: $5,000 Each Claim/Aggregate $525,000 $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Miami is included as an Additional Insured on a Primary and Non -Contributory basis on the General Liability, and Auto Liability when required by written contract. 30 day notice of cancellation is included except for 10 days for non-payment of premium. Umbrella follows form and is excess over liability policies contained herein. Waiver of Subrogation applies with respect to Workers Compensation. City of Miami is named as Loss Payee with respects to equipment floater. 30 day notice of cancellation is included except for 10 days for non-payment of premium. Professional Liability Retroactive Date: April 1, 2020 CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2nd Ave, 8th Floor Miami FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 From: Gomez Jr., Francisco (Frank) To: Caseres, Luis; Quevedo, Terry; Aviles, Yesenia Subject: RE: COI -David Mancini & Sons Inc - Exp 07/01/2025 Date: Wednesday, July 2, 2025 3:51:12 PM Attachments: imaoe001.onq image008.pnq imaoe009.pnq image010.pnq imaaeO11.pna image012.pnq imaoe013.onq Hello Luis, The COI is adequate. Thanks, 00C\ sC?P*3 Frank Gomez, PIAM, CPI I 1 �j Property & Casualty Manager d� 7 `�i City of Miami Je Risk Management cO 1\Qsfr 14 N.E. 1StAvenu �or 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> Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 I WIG/ IGJ, V. I I AIYI Detail by Entity Name DIVISION OF CORPORATIONS Sj of �10 2 D2,�rC( � �i;(� an official 5iate of Florida weir.ite Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation DAVID MANCINI & SONS, INC. Filing Information Document Number P10000086044 FEI/EIN Number 27-3716806 Date Filed 10/20/2010 Effective Date 10/20/2010 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 03/23/2015 Event Effective Date NONE Principal Address 2601 Wiles Road Pompano Beach, FL 33073 Changed: 02/03/2020 Mailing Address 2601 WILES ROAD POMPANO BEACH, FL 33073 Changed: 05/15/2017 gistered Agent Name & Address MANCINI, DAVID A, JR. 2601 WILES ROAD POMPANO BEACH, FL 33073 Name Changed: 10/22/2025 Address Changed: 05/15/2017 Officer/Director Detail Name & Address Title Director https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=DAVIDMA... 1/3 Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 I WIG/ IGJ, V. I I AIYI Detail by Entity Name MANCINI, DAVIDA 2601 Wiles Road Pompano Beach, FL 33073 Title President MANCINI , DAVIDA, JR. 1875 N. HIBISCUS DRIVE MIAMI, FL 33181 Title Executive Vice President, Treasurer MANCINI, RICHARD J 2601 Wiles Road Pompano Beach, FL 33073 Title Vice -President Angarita, Fabio 2601 Wiles Road Pompano Beach, FL 33073 Title Secretary WELDON, KIMBERLEY K 2601 Wiles Road Pompano Beach, FL 33073 Annual Reports Report Year Filed Date 2024 03/19/2024 2025 02/07/2025 2025 10/22/2025 Document Images 10/22/2025 --AMENDED ANNUAL REPORT 02/07/2025 --ANNUAL REPORT 03/19/2024 --ANNUAL REPORT 03/01/2023 --ANNUAL REPORT 02/22/2022 --AMENDED ANNUAL REPORT 02/01/2022 --ANNUAL REPORT 01/29/2021 --ANNUAL REPORT 02/03/2020 --ANNUAL REPORT 01/24/2019 --ANNUAL REPORT 01/16/2018 --ANNUAL REPORT 05/15/2017 -- Reg. Agent Change 02/02/2017 --ANNUAL REPORT 01/26/2016 --ANNUAL REPORT 10/15/2015 -- AMENDED 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 https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=DAVIDMA... 2/3 Docusign Envelope ID: 5EEF0415-D27A-4E5F-A9A3-C2292F10E3C4 I WIG/ IGJI V. 1 1 AIYI Detail by Entity Name 03/23/2015 -- Amendment 01/13/2015 --ANNUAL REPORT 09/30/2014 --AMENDED ANNUAL REPORT 01/17/2014 --ANNUAL REPORT 03/13/2013 --ANNUAL REPORT 02/24/2012 --ANNUAL REPORT 02/22/2011 --ANNUAL REPORT 10/20/2010 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=DAVIDMA... 3/3 Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Tuesday, December 23, 2025 4:29 PM Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Darrington, Mario; McGinnis, Lai -Wan Cambridge, Susan; Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Gomez, Marta; Johnson, Antiwonesha Document Distribution - Amendment No. 2 -Design-Build Services Agreement for Auburndale Flood Mitigation Improvements — D4 —RFP 23-24-025 Amendment_No_2_-_RFP_23-24-025_-_Auburndale_Executed 12-23-2025.pdf Good afternoon, 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. Antiwonesha/Marta: You may now close this Matter ID 25-3804 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 David Mancini & Sons, Inc. Design -Build Services Agreement for Auburndale Flood Mitigation Improvements — D4 — Project No. 40-B223802 — RFP No. 23-24-025 12/19/2025 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