Loading...
Agreement w/Ric-Man Int. Inc. CITY OF MIAMI BEACH PROCUREMENT DIVISION Interoffice Memorandum lQ To: Robert Parcher City Clerk Date: February 8, 2007 From: Gus Lopez, CPPO Procurement Director Subject: CONTRACTS FOR ITB NO. 36-05/06 - FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENT PROJECT '" Four (4) copies of the above referenced Contract are attached for the Mayor's signature and execution. The insurance certificate has been approved by Risk Management and the City Attorney has approved the form and language for contract execution. Thank you for your prompt attention to this matter. Gus Lopez, CPPO Procurement Director rm :;"00&,-76iI73 /L7K - 12-/t:,/OC, 00600. CONTRACT AGREEMENT Between CITY OF MIAMI BEACH, FLORIDA and RIC-MAN INTERNATIONAL, INC. for DESIGN/BUILD SERVICES FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF -WAY INFRASTRUCTURE IMPROVEMENT PROGRAM This is an Agreement (the "Agreement") between the CITY OF MIAMI BEACH, FLORIDA, a not for profit corporation of the State of Florida, its successors and assigns, hereinafter referred to as "CITY." AND RIC-MAN INTERNATIONAL, INC., its successors and assigns, hereinafter referred to Pi> "DESIGN/BUILD FIRM," WIT N E SSE T H, in consideration of the mutual terms and conditions, promises, covenants and payments hereinafter set forth, CITY and DESIGN/BUILD FIRM agree as follows: ARTICLE 1 DEFINITIONS AND IDENTIFICATIONS For the purposes of this Agreement and the various covenants, conditions, terms and provisions which follow, the DEFINITIONS and IDENTIFICATIONS set forth below are assumed to be true and correct and are agreed upon by the parties. Whenever the following terms or pronouns in place of them appear in this Agreement the intent and meaning shall be interpreted as follows: 1.00 Bidder: Any individual, firm, or corporation submitting a bid for this Project, acting directly or through a duly authorized representative. 1.01 Change Order: A written document ordering a change in the Contract price or Contract time or a material change in the Work. BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 1 1.02 City: The City (or Owner) shall mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, which is a party hereto and/or for which this Contract is to be performed. In all respects hereunder, City's performance is pursuant to City's position as the owner of a construction project. In the event City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a party to this Contract. 1.03 City Commission: City Commission shall mean the governing and legislative body of the City. 1.04 City Manager: City Manager shall mean the Chief Administrative Officer of the City. 1,05 Construction Documents Phase: The phase in which DESIGN/BUILD FIRM prepares the Construction Documents based upon the approved Design Development Documents. 1.06 Construction Manager: The Construction Manager is the authorized individual or firm which is the representative of DESIGN/BUILD FIRM who will provide construction management services for the Project as more fully detailed in Article 17. 1.07 Construction Manager Representative: An authorized representative of Construction Manager assigned to the Project site to perform services in Article 17. 1.08 Construction Phase. The phase of services which constitutes DESIGN/BUILD FIRM'S administration of the construction of the Project and all activities necessary for the completion of the Project. 1.09 Consultant: The registered architect, professional engineer(s), professional land surveyor, civil engineer, and/or registered landscape architect who has contracted with or who is employed by DESIGN/BUILD FIRM to provide professional services for the design of the Project and who is licensed by the State of Florida to provide said services, 1.10 Contract: This Agreement and all addenda , exhibits, and amendments thereto between the CITY and the DESIGN/BUILD FIRM for this Project, all as defined herein. Contract shall mean the same as Agreement. 1.11 Contract Administrator: The CITY'S Capital Improvement Projects Office Director, or his designee, shall be designated as the Contract Administrator for matters concerning the Agreement. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 2 1.12 Contract Documents: The Agreement approved by the Mayor and City Commission and executed by the Mayor and City Clerk for Design Build Services for the Neighborhood No, 7 - Nautilus Right-of-Way Infrastructure Improvement Project, and any amendments and exhibits thereto; the performance bond and payment bonds; the Plans and Specifications and construction documents, as prepared by the DESIGN/BUILD FIRM in general accordance with the Design Criteria Package; other construction documents such as Critical Path Method and Schedule of Values; and any additional documents the submission of which is required by this Agreement. When reference is made in the Contract Documents to publications, standards or codes issued by associations or societies, the intent shall be to specify the current or adopted edition of such publication or standard including revision and effect on the date of the Contract advertisement notwithstanding any reference to a particular date. 1.13 [ This subsection left intentionally blank] 1.14 Design/Build Firm: RIC-MAN INTERNATIONAL, INC., its successors and assigns, is the Design/Build Firm selected to perform the work pursuant to this Agreement, and is the person, firm or corporation liable for the acceptable performance of, and payment of all legal debts pertaining to, the Project. All references in the Contract Documents to third parties under contract or control of Design/Build Firm shall be deemed to be a reference to Design/Build Firm. The Design/Build Firm will be responsible for the provision, installation, and performance of all equipment, materials, and services offered. The Design/Build Firm is in no way relieved of the responsibility for the performance of all equipment furnished. 1.15 Design Criteria Engineer: Whenever the term DESIGN CRITERIA ENGINEER is used in these documents, it shall be construed to mean the entity responsible for the development of the Design Criteria Package Conceptual Specifications and Plans for the Project, on behalf of the CITY. The DESIGN CRITERIA ENGINEER for this project is Reynolds, Smith and Hills, Inc,(6161 Blue Lagoon Drive, Suite 200, Miami, Florida 33126). The DESIGN CRITERIA ENGINEER shall interact with the DESIGN/BUILD FIRM through the PROGRAM MANAGER. The DESIGN CRITERIA ENGINEER shall also be responsible for reviewing the contract documents and providing construction administration and full time observation services, in support of the CITY and PROGRAM MANAGER, during the design and construction. Specifically, the DESIGN CRITERIA ENGINEER shall: · Provide to the DESIGN BUILD FIRM all available records, drawings, correspondence accumulated during the development of the Design Criteria Package. · Provide technical review services of the Final Topographic Survey. · Provide design and constructability review services of the contract documents at the 60%, 90% and 100% completion stages. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 3 . Attend and participate in Design Progress Review Meetings · Review the permit application packages and provide assistance as necessary with the various regulatory agencies. · Attend and participate in the Pre-Community Design Review Meeting and Community Design Review Meeting. · Attend and participate in the Pre-Construction meeting with residents. · Submit monthly progress report to the PROGRAM MANAGER during the design phase. · Attend and participate in the Pre-Construction Conference with DESIGN/BUILD FIRM, PROGRAM MANAGER, and City. · Review DESIGN/BUILD FIRM Construction Schedule and Construction Permits and provide written comments to the PROGRAM MANAGER. · Attend and participate in Weekly Construction Meetings with DESIGN/BUILD FIRM, PROGRAM MANAGER, and CITY. Prepare and distribute meeting minutes to all attendees and other appropriate parties. · Review and process shop drawings submitted by the DESIGN/BUILD FIRM. · Review and respond to Requests for Information (RFI) and Contract Document Clarifications (CDC) submitted by the DESIGN/BUILD FIRM. · Review and process Requests for Changes to Construction Cost and/or Schedule submitted by the DESIGN/BUILD TEAM. · Provide full-time field observation services to verify general compliance with the intent of the Design Criteria Package and Contract Documents. · Provide assistance with Close-Out services upon notification of Project substantial completion and final completion. Develop "punch list" of items needing completion or correction, attend meetings and participate in field reviews with DESIGN/BUILD FIRM and PROGRAM MANAGER. 1.16 Design Criteria Package: Design Criteria Package shall mean those certain conceptual plans and specifications and performance - oriented drawings or specifications of the Project, and any additional documents referenced in the Design Criteria Package, as prepared by the City's Consultant by Reynolds, Smith and Hills, Inc., and in compliance with the requirements of Section 287.055, Florida Statutes. BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 4 1.17 Design Phase: This phase will consist of the Schematic Design Phase during which DESIGN/BUILD FIRM will consult with the Contract Administrator and prepare Schematic Design Documents consisting of drawings and other documents illustrating the scale and relationship for approval of the CITY. It will also consist of the Design Development Phase which DESIGN/BUILD FIRM will prepare, based on the approved Schematic Design Documents and Design Development Documents. 1.18 Field Order: A written order issued by the Contract Administrator which orders minor changes in the Project but which does not involve a change in the total cost or time for performance. 1.19 Final Completion: The date certified by Contract Administrator that all conditions of the permits and regulatory agencies have been met, all construction, including corrective and punch list work, has been performed, all administrative requirements of the Contract Documents have been completed, and CITY has received from DESIGN/BUILD FIRM a release of all liens, consent of surety, release of claims by DESIGN/BUILD FIRM, corrected as-built drawings, a final bill of materials, executed final adjusting Change Order, final invoice, "before and after" color videotapes, copies of pertinent test results, correspondence and other necessary documentation, including all warranties, guarantees, operational manuals, spare parts, service contracts and tools. 1.20 CONTRACTOR: RIC-MAN INTERNATIONAL, INC., its successors and assigns, is the CONTRACTOR selected by DESIGN/BUILD FIRM to perform the Work pursuant to this Agreement. 1.21 Hazardous Materials: As used in this contract the term "Hazardous Materials" means any chemical, compound, material, substance or other matter that: (a) is a flammable, explosive, asbestos, radioactive nuclear medicine, vaccine, bacteria, virus, hazardous waste, toxic, overtly injurious or potentially injurious material, whether injurious or potentially injurious by itself or in combination with other materials; (b) is controlled, referred to, designated in or governed by any Hazardous Materials Laws; (c) gives rise to any reporting, notice or publication requirements under any Hazardous Materials Laws, or (d) is any other material or substance giving rise to any liability, responsibility or duty upon the City with respect to any third person under any Hazardous Materials Law. 1.22 Hazardous Materials Laws: As used in this Contract, the term "Hazardous Materials' Laws" means any and all federal, state or local laws or ordinances, rules, decrees, orders, regulations or court decisions (including the so called "common law"), including without limitation the Comprehensive Environmental Response, BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 5 Compensation and Liability Act of 1980, as amended (42 U.S.C, 999601 et seq.), the Hazardous Materials Transportation Act, as amended (49 U.S.C. 991801 et seq.), and the Resource Conservation and Recovery Act of 1976, as amended (42 U.S.C. 996901 et seq,), relating to hazardous substances, hazardous materials, hazardous waste, toxic substances, environmental conditions on, under or about the Premises, soil and ground water conditions or other similar substances or conditions. 1.23 Material(s): Material(s) incorporated in this Project or used or consumed in the performance of the work. 1.24 Notice(s) to Proceed: A written document(s) issued by the Contract Administrator informing the DESIGN/BUILD FIRM to officially begin the Project. 1.25 Plans and/or Specifications: The official graphic and descriptive representations of this Project which, upon written approval of CITY, shall become a part of the Contract Documents. 1.26 Project: The DESIGN/BUILD FIRM (DB F) will be responsible for the design, construction, and construction management associated with the work related to earthwork, roadway narrowing, milling and resurfacing, driveway paving, sidewalk construction; water main installation and water services relocation; storm drainage infrastructure installation; roadway lighting and streetscape/planting improvements. A Design Criteria Package has been prepared which includes conceptual specifications and plans for the civil, electrical, mechanical, structural and landscaping disciplines. The Project limits consists of the "Middle Beach" area and bounded by the Surprise Waterway to the north, Biscayne Bay to the west, Pine Tree Drive to the east, and State Road 112/Arthur Godfrey Road (W, 41st Street) to the south, Areas to be affected by the proposed improvements include but are not limited to North Bay Road, Nautilus Drive, Nautilus Court, Michigan Avenue, Jefferson Avenue, Adams Avenue, N. Meridian Avenue, Chase Avenue, Prairie Avenue, Post Avenue, Royal Palm Avenues, Sheridan Avenue, W. 48th Street, W. 47th Street, W. 47th Court, W. 46th Street, W, 45th Street, W 44th Street, W 44th Court, W 43rd Street, and W 42nd Street. The Flamingo Waterway Historic District lies within the boundary of the Nautilus Neighborhood. The neighborhood is divided in two by the Biscayne Waterway. The area to the west of the Biscayne Waterway is commonly known as Nautilus West and the area to the east of the Biscayne Waterway as Orchard Park. 1.27 Program Manager: An authorized representative of CITY assigned to perform the Project Management role as detailed in the Design Criteria Package. HAZEN AND SAWYER, is the Program Manager assigned by the CITY. 1.28 Shop Drawings: Drawings, diagrams and schedules (excluding, however, the CPM Schedule), and other data specially prepared by the DESIGN/BUILD FIRM or its subcontractors, sub-subcontractors, manufacturer, supplier or distributor to illustrate some portion of the work. BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 6 1.29 Subcontractor: The person, firm or corporation having a direct contract with DESIGN/BUILD FIRM and/or Contractor, including one who furnishes material worked to a special design according to the Contract Documents for this Project, but does not include one who merely furnishes material not so worked, 1.30 Substantial Completion: Subject to the requirements of Article 41, the dates certified by the Contract Administrator that all conditions of the permits and regulatory agencies have been met for the CITY'S intended use of each portion of the Project, and all construction has been performed therein in accordance with the Contract Documents so CITY can fully, as opposed to partially, occupy or utilize each portion of the Project for its intended purpose. At a minimum, a Certificate of Substantial Completion is one of the requirements for Substantial Completion. 1,31 Surety: The surety company or individual which is bound by the performance bond and payment bonds with and for DESIGN/BUILD FIRM who is primarily liable and which surety company or individual is responsible for DESIGN/BUILD FIRM'S acceptable performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1,32 Utilities: The public or private systems on the Project site for rendering electrical power, light, heat, gas, water, communication, sewage systems, and the like. 1.33 Work: The completed construction required by the Contract Documents, as permitted, including all labor necessary to produce such construction, and all materials and equipment incorporated or to be incorporated in such construction. ARTICLE 2 [[his Article left intentionally blank] ARTICLE 3 INTENTION OF AGREEMENT It is the intent of the Contract Documents and this Contract to describe a functionally complete Project to be designed and constructed by the DESIGN/BUILD FIRM in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the standard specification, manual, code, laws or regulations in effect at the time of the completion of design. Applicable laws or codes that may be changed after a permit is issued may result in additional compensation should additional work be required on behalf of the DESIGN/BUILD FIRM. BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 7 ARTICLE 4 CONTRACT DOCUMENTS 4.01 The Contract Documents shall be followed as to work, material, and dimensions except when the Contract Administrator may authorize in his/her sole discretion, in writing, an exception. 4.02 Dimensions given in figures are to hold preference over scaled measurements from the drawings; however, all discrepancies shall be decided upon by the Consultant with notice to Contract Administrator. DESIGN/BUILD FIRM shall not proceed when in doubt as to any dimension or measurement but shall seek clarification from the Consultant with notice to Contract Administrator, 4.03 DESIGN/BUILD FIRM shall maintain four (4) copies of the Contract Documents; two (2) of which shall be preserved and always kept accessible at the site to the Contract Administrator or his/her authorized representatives. 4.04 This Contract incorporates by reference the Contract Documents defined in Section 1.12. The documents listed in Section 1,12 have the following order of precedence. beginning with the most important: 1. Change Orders 2. This Agreement (Contract) 3. The Specifications (Approved and Permitted) 4. The Plans (Approved and Permitted) 5. Design Criteria Package 6. Invitation to Bid (ITB) No. 36-05/06 for Design Build Services for Neighborhood No.7 - Nautilus Right-of-Way Infrastructure Improvement Project. ARTICLE 5 SCOPE OF WORK 5.01 DESIGN/BUILD FIRM hereby agrees to complete the Project described by the Contract Documents including furnishing all preliminary study designs, drawings and specifications, job site inspection, administration of construction, engineering, landscape architecture, and land surveying services, labor, materials, equipment and other services necessary to perform all of the work described in the Contract Documents including drawings and addenda thereto for the construction of the Project to be constructed in accordance with the requirements and provisions of the Contract Documents. 5.02 DESIGN/BUILD FIRM agrees to meet with Contract Administrator or designee at reasonable times and with reasonable notice. 5.03 Prior to the final completion of construction services under this Agreement, there shall be established a record set of plans and specifications, on Reproducible Vellum and on CD Rom, noncompressed, formatted in the latest version of AutoCAD, which shall bear the approval of DESIGN/BUILD FIRM and Contract Administrator. Such BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 8 approval shall be indicated by the written signature of both parties. In addition, prior to the commencement of construction services under this Agreement, DESIGN/BUILD FIRM shall submit to the Contract Administrator a CPM Schedule for the planning and execution of the Construction Phase of the Project. 5.04 [Intentionally Omitted] 5.05 Consultant will provide the following services: 5.05,01 Shall perform all of the architectural and engineering services necessary to describe, detail and design the Project in accordance with the Contract Documents; 5.05.02 Design the Project so as to comply with the applicable codes and regulations; 5.05,03 Prepare the Plans and Specifications, as well as review and approve (or take other appropriate action upon) submittals such as shop drawings, product data and samples; 5.05.04 Prepare construction change directives, if necessary, and authorize minor changes in the construction work as provided in this Contract; 5,05.05 Receive and review for compliance with the Contract Documents all written warranties and related documents required hereby to be assembled upon Substantial Completion and issue Certificates for Payment for work performed in compliance with the requirements of the Contract Documents; Consultant shall submit the Plans and Specifications to Contract Administrator for review and approval. Contract Administrator shall expeditiously review and approve the Plans and Specifications in accordance with attached Project Schedule. Contract Administrator's approval of the Plans and Specifications shall not constitute acceptance of design work which does not comply with the Design Criteria Package and/or with the terms of this Contract. The approval of the Plans and Specifications, as modified from time to time, shall constitute a representation by Contract Administrator that the Project, if constructed as required by this Contract, will be sufficient for its purposes and that Contract Administrator will accept the Project. The Plans and Specifications shall include technical drawings, schedules, diagrams and specifications setting forth in detail the requirements for construction of the Project, provide information necessary for the use of subcontractors and those in the building trade and include documents necessary for regulatory agency and other governmental approvals. 5.06 The Program Manager and the Design Criteria Engineer will provide services as noted in the Design Criteria Package (Conceptual Specifications) ARTICLE 6 COMPLETION DATE 6.01 Time is of the essence for the DESIGN/BUILD FIRM'S performance of the Work BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 9 pursuant to this Contract. The DESIGN/BUILD FIRM agrees to complete the Work in accordance with the accepted Project Schedule and to achieve Substantial Completion of the Work, in accordance with this Contract, and within the Contract time. DESIGN/BUILD FIRM acknowledges that failure to achieve Substantial Completion will result in substantial damages to the CITY, such as loss of beneficial use and/or occupancy of the Project. Completion of the Work shall be achieved no later than thirty (30) calendar days after issuance of a Certificate of Substantial Completion by the Contract Administrator for each final designated portion of the Project. 6.02 DESIGN/BUILD FIRM shall be instructed to commence the Work by written instruction in the form of a Purchase Order issued by the City's Procurement Director and Notices to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. DESIGN/BUILD FIRM shall commence scheduling activities, permit applications, and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed, The first Notice to Proceed and Purchase Order will not be issued until DESIGN/BUILD FIRM's submission to CITY of all required documents and after execution of the Contract by both parties. 6.02.01 The receipt of all necessary permits by DESIGN/BUILD FIRM and acceptance of the full Progress Schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of the second Notice to Proceed to morbT e on the Project site and commence with physical construction wo~ /' 20 0;)...) ~ . 6.03 Time is of the1essence throughout his Contract. The Work shall be substantially completed within-1,12u calendar days from the date specified in the second Notice to Proceed, and completed and ready for final payment in accordance with Article 8, within (30) calendar days from the date certified by the Design Criteria Engineer as the date of Substantial Completion of the Project or the designated portions thereof. 6.04 Upon failure of DESIGN/BUILD FIRM to substantially complete the entire Contract within the total specified period of time, plus approved time extensions, DESIGN/BUILD FIRM shall pay to CITY the sum of One Thousand Five Hundred and 00/100 Dollars ($1,500.00) for each calendar day after the time specified in Article 6 (plus any approved time extensions) for Substantial Completion on the entire Project. After Substantial Completion, of each designated portions, should DESIGN/BUILD FIRM fail to complete the remaining work within ten (10) calendar days after said sixty (60) calendar day period for completion and readiness for final payment, DESIGN/BUILD FIRM shall pay to CITY the sum of Two Thousand and 00/100 Dollars ($2,000.00) for each calendar day after said ten (10) calendar day period, for completion and readiness for final payment. The time frame for liquidated damages shall not commence and thus shall be tolled until the Contract Administrator submits the Punch List to the DESIGN/BUILD FIRM. These amounts are not penalties but are liquidated damages to CITY for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 10 the impossibility of precisely ascertaining the amount of damages that will be sustained by CITY as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of DESIGN/BUILD FIRM to complete the Contract on time. 6.05 CITY is authorized to deduct liquidated damages from monies withheld due to DESIGN/BUILD FIRM for the work under this Contract or as much thereof as CITY may, in its sole discretion, deem just and reasonable. The CITY shall first deduct the liquidated damages from the monies referenced in Article 8.02, 6,06 DESIGN/BUILD FIRM shall be responsible for reimbursing CITY, in addition to liquidated damages, for all costs incurred by Design Criteria Engineer and Program Manager in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Design Criteria Engineer and Program Manager construction administration costs shall be pursuant to the contract between CITY and the Design Criteria Engineer / Program Manager, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due to the DESIGN/BUILD FIRM for performance of Work under this Contract by means of unilateral credit change order issued by CITY as costs are incurred by Design Criteria Engineer / Program Manager and agreed to by Contract Administrator. ARTICLE 7 DESIGN/BUILD FIRM'S RESPONSIBILITY 7.01 The parties acknowledge and agree that The DESIGN/BUILD FIRM (DB F) will be responsible for the design, construction and construction management of the water main distribution, sanitary sewer collection, storm water collection/disposal, irrigation, electrical, curb/gutter, sidewalk, road reconstruction and asphalt milling/resurfacing of the Neighborhood NO.7 - Nautilus Right-of-Way Improvement Project (the Project). A Design Criteria Package (DCP) has been prepared by the Design Criteria Engineer, Reynolds, Smith and Hills, which includes conceptual construction drawings and technical specifications. 7.02 DESIGN/BUILD FIRM shall be responsible for applying for and securing all permits and approvals from all governmental authorities having jurisdiction over the Project. All permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Project by DESIGN/BUILD FIRM pursuant to this Agreement shall be secured and paid for by DESIGN/BUILD FIRM. It is DESIGN/BUILD FIRM'S responsibility to have and maintain appropriate certificate(s) of competency, valid for the work to be performed and for all persons working on the Project for whom a certificate of competency is required. 7.03 DESIGN/BUILD FIRM shall be fully responsible for the actions of all its agents, servants, employees, Contractor, subcontractors, sub-subcontractors, material person, pursuant to Chapter 713, Florida Statutes, and persons working for it in conjunction with the design and construction of the Project. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 11 7.04 DESIGN/BUILD FIRM shall be fully responsible for all acts or omissions of its consultants and subcontractors and of persons directly employed by DESIGN/BUILD FIRM'S Contractor, consultants and subcontractors and of persons for whose acts any of them may be liable to the same extent DESIGN/BUILD FIRM is responsible for the acts and omissions of persons directly employed by DESIGN/BUILD FIRM. Nothing in this Agreement shall create any contractual relationship between any consultant or subcontractor and CITY or any obligation on the part of CITY to payor to see to the payment of any monies due to any consultant or subcontractor. 7.05 DESIGN/BUILD FIRM agrees to bind specifically Contractor and every subcontractor and consultant to the applicable terms and conditions of this Agreement for the benefit of CITY, 7.06 Unless otherwise provided herein, DESIGN/BUILD FIRM shall provide and pay for all architecture, engineering, landscape architecture, and land surveying services, materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Project, whether temporary or permanent, and whether or not incorporated or to be incorporated in the Project. 7.07 DESIGN/BUILD FIRM shall at all times enforce strict discipline and good order among its employees, consultants, and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work assigned to him or her. 7.08 DESIGN/BUILD FIRM shall maintain suitable and sufficient security as may be necessary, as may be determined by Contract Administrator. 7,09 DESIGN/BUILD FIRM shall keep itself fully informed of, and shall take into account and comply with, all applicable state and national laws and municipal ordinances and regulations in any manner affecting those engaged or employed in the Project, or the materials used or employed in the Project, or in any way affecting the conduct of the Project, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same and of all provisions required by law to be made a part of this Agreement, all of which provisions are hereby incorporated by reference and made a part hereof. If any specification or contract for this Project is in violation of any such law, ordinance, regulation, order or decree, DESIGN/BUILD FIRM shall forthwith report the same to the Contract Administrator in writing. DESIGN/BUILD FIRM shall cause all its agents, employees, subcontractors and consultants to observe and comply with all applicable laws, ordinances, regulations, orders and decrees. 7.10 In the event of a change after the effective date of this Agreement in any national, state, local or municipal laws, codes, ordinances and regulations which in any manner affects the Project, DESIGN/BUILD FIRM shall advise the Contract Administrator, in writing, and the Contract Administrator, may initiate a Change Order, the purpose of which shall be to bring the Project into compliance with all laws, BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 12 ordinances, codes and regulations as amended or enacted. 7.11 DESIGN/BUILD FIRM shall pay all applicable sales, consumer, use and other taxes required by law in effect at the execution of the Agreement. DESIGN/BUILD FIRM is responsible for reviewing the pertinent State statutes involving State taxes and complying with all requirements. 7.12 CITY shall have the right to inspect and copy, at CITY'S expense, the books and records and accounts of the Design Build-Firm which directly relate to the Project, and to any claim for additional compensation made by the Design Build-Firm, and to conduct an audit of the financial and accounting records of the Design Build-Firm which relate to the Project and to any claim for additional compensation made by the Design Build- Firm. Design Build-Firm shall retain and make available to CITY all such books and records and accounts or portions thereof, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, the Design Build-Firm shall provide CITY access to its books and records subject to this section upon three (3) business days written notice. ARTICLE 8 COMPENSATION AND METHOD OF PAYMENT 8.01 CITY agrees to pay DESIGN/BUILD FIRM, as compensation for its services under the terms of this Agreement, compensation to be computed as described below ("Contract Sum)", This is a Lump Sum Contract:* 8.01 a CITY shall pay to DESIGN/BUILD FIRM for the performance of the Work described in the Contract Documents, the total price stated as awarded (Contract Sum) GRAND TOTAL BASE BID PLUS ADD ALTERNATES OF $27,110,221, 8.01b Payment shall be at the lump sum price stated in the Contract. This price shall be full compensation for all costs, including overhead and profit, associated with completion of all the work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract lump sum should be included in the lump sum price to which the item is most applicable. 8.01 c The CITY reserves the right to request a deductive change order for any ADD ALTERNATE Bid Items values that may be included in 8.01a above, and as reflected in the DESIGN/BUILD FIRM Bid. The value of any deductive change order will be subject to negotiation per requirements specified elsewhere in this document. 8.01d RISK ASSESSMENT PLAN associated Work: It is anticipated that a change order(s) for additional work, generally identified in the DESIGN/BUILD BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 13 Firm Risk Assessment Plan (RAP), will be negotiated and processed by the CITY at the completion of the detailed design effort by the DESIGN/BUILD FIRM. Payment for such items shall be made at unit prices applicable to each integral part of the Work as agreed by the CITY and DESIGN/BUILD FIRM. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the final design Contract Documents. The items to be addressed at that time, will likely include, but are not necessarily limited to, the following: . Risk 1: Additional costs associated with extending certain portions of the conceptual plan stormwater system to service areas within the Stormwater Priority basins which are not currently shown to be serviced adequately, Such costs will likely consist of additional collection and transmission, inlets and manholes, with ancillary installation costs, in excess of the amounts noted to be included in the base bid as a part of the Invitation to Bid and subsequent Addenda, . Risk 2: Additional costs associated with the installation the actual number of additional stormwater disposal wells and stormwater pump stations, along with ancillary installation costs, in excess of the amounts noted to be included in the base bid as a part of the Invitation to Bid and subsequent Addenda. . Risk 3: The CITY is considering the DESIGN / BUILD FIRM's recommendation to design water mains with a minimum 18-inch cover and thicker pipe wall class, in lieu of the standard 3D-inch minimum cover requirement. It is anticipated that a final decision on this issue will be provided by CITY prior to design phase commencement. Any additional costs that may result from muck related items that may be encountered during construction will be addressed on a case by case basis. . Risk 4: Additional costs associated with revisions to the conceptual stormwater design presented in the ITB. As the base bid requires the DESIGN/BUILD FIRM to finalize the conceptual design with a new Design Engineer of Record this Risk allows for adjustments to construction cost that may result from certain modifications to the conceptual design, in excess of the amounts noted to be included in the base bid as a part of the Invitation to Bid and subsequent Addenda. . Risk 5: Additional costs associated with the installation of requisite fire hydrants, above the number shown on the conceptual plans, as necessary to meet permitting requirements. . Risk 6: Additional costs associated with the installation of conflict structure that may be required after the DESIGN / BUILD FIRM has completed its design BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 14 due diligence to identify conflicts between existing and proposed underground improvements as specified in the ITB and subsequent Addenda, . Risk 7: Not applicable . Risk 8: Not applicable. . Risk 9 and 10 (Intentionally Left Blank) . Risk 11: Additional costs associated with the repair of existing water service / aged mains not intended for replacements, but that may suffer inadvertent damage during construction, will be addressed on a case by case basis. . Risk 12: Not applicable 8.02 METHOD OF BILLING AND PAYMENT 8,02.01 During the Design Phase, payments shall be made monthly based upon percentage of completion of final construction plans and specification preparation. Payments will be made no more frequently than monthly. DESIGN/BUILD FIRM may, upon contract execution, submit a request for immediate payment regarding design work and other pre-construction services performed for the Project. The Contract Administrator shall verify completion of the various stages as noted and authorize payment. During the Construction Phase, DESIGN/BUILD FIRM may submit a request for payment thirty (30) calendar days after beginning field operations and every thirty (30) calendar days thereafter. Payment will be based on quantities certified by the DESIGN/BUILD FIRM. DESIGN/BUILD FIRM'S requisition shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by the Contract Administrator. When applicable, the requisition for payment shall be accompanied by a completed certification of work. The certification of work will mean compliance by DESIGN/BUILD FIRM, of those items referenced in Section 01311 of the Conceptual Specifications for the project. 8.02.02 CITY agrees that it will pay DESIGN/BUILD FIRM, within thirty (30) calendar days of receipt of DESIGN/BUILD FIRM'S proper invoice, as provided above, accompanied by an acceptable updated CPM Schedule and as-built drawings, ninety percent (90%) of the total shown to be due on such statement. 8.02.03 Ten percent (10%) of all monies earned by DESIGN/BUILD FIRM, excluding design and professional fees, shall be retained by CITY until the Project is totally completed as specified, and accepted by CITY, except that upon completion of the Construction Documents Phase and approval by CITY of the work performed under such Phase, the Contract Administrator may release the entire amount of the retainage pertaining to the Design Development and Construction Document Phases. After fifty BID NO: 36-05/06 DATE: 06/23106 CITY OF MIAMI BEACH 15 percent (50%) of the remainder of the Project has been completed, the Contract Administrator may reduce the retainage to five percent (5%) of all monies earned subsequent to the Construction Documents Phase. Further, the Contract Administrator may reduce retainage to three and one-half percent (3.5%) of all monies earned subsequent to the Construction Documents Phase after seventy five percent (75%) of the remainder of the Project has been completed, and to two and one-half percent (2.5%) of all monies earned subsequent to the Construction Documents Phase after ninety-five percent (95%) of the remainder of the Project has been completed. Any interest earned on retainage shall accrue to the benefit of CITY. 8.02.04 Undisputed amounts remaining unpaid thirty (30) calendar days after CITY'S receipt of DESIGN/BUILD FIRM'S proper invoice for conforming work shall bear interest at the rate set forth in Section 218.74 (4), Florida Statutes. This section shall not apply if the CITY has a right to withhold any portion of the payment under this Agreement. . 8.03 Upon receipt of written notice from DESIGN/BUILD FIRM that the Project is ready for final inspection and acceptance, the Contract Administrator shall, within ten (10) calendar days, make an inspection thereof. If the Contract Administrator finds the Project acceptable under the Contract Documents and the Project fully performed, a Final Certificate of Payment shall be issued by the Contract Administrator, over his/her own signature, stating that the work required by this Agreement has been completed and is accepted under the terms and conditions thereof. 8,04 Before issuance of the Final Certificate for Payment, DESIGN/BUILD FIRM shall deliver to the Contract Administrator a complete final release of all liens arising out of this Agreement, or receipts in full in lieu thereof, and an Affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Project has been paid, and a consent of the surety to final payment. All warranties, guarantees, operational manuals, and instructions in operation must be delivered to CITY at this time. As built drawings will be completed, a hard reproducible copy and a CD Rom noncom pressed formatted in the latest version of AutoCAD shall be delivered at the time of receiving final payment. A certificate of occupancy will be obtained prior to final payment being made. 8.05 CITY may withhold final payment or any progress payment to such extent as may be necessary on account of: 8.05.01 Defective work not remedied. 8,05.02 Claims filed or written notices of nonpayment indicating probable filing of claims as may be prescribed by law by other parties against DESIGN/BUILD FIRM. 8.05.03 Failure of DESIGN/BUILD FIRM to make payments properly to subcontractors or consultants or for material or labor. 8.05.04 Damage to another subcontractor, supplier, material person as provided for in BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 16 F.S. 713, party, or person not remedied which are attributable to DESIGN/BUILD FIRM, its agents, servants, employees, subcontractors and sub-subcontractors, material person and suppliers. 8.05.05 Liquidated damages pursuant to Article 6 hereof, 8.05.06 As-built drawings not being in a current and acceptable state. 8.05,07 The DESIGN/BUILD FIRM warrants to the CITY that all materials and equipment furnished under this Agreement will be new unless otherwise specified, and that all work will be of good quality and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized by Contract Administrator, may be considered defective. If required by the CITY, the DESIGN/BUILD FIRM shall furnish satisfactory evidence as to the origin, nature and quality of materials and equipment used for the Project. DESIGN/BUILD FIRM shall property store and protect all construction materials. Materials which become defective through improper storage shall be replaced with new materials at no additional costs. The DESIGN/BUILD FIRM'S warranty excludes remedy for damage or defect caused by abuse, modifications not executed by the DESIGN/BUILD FIRM, improper or insufficient maintenance, improper operation, or normal wear and tear under normal usage. When the above grounds are removed or resolved or DESIGN/BUILD FIRM provides a surety bond or a consent of surety satisfactory to CITY which will protect CITY in the amount withheld, payment may be made in whole or in part, as applicable. 8,06 If, after the Project has been substantially corr.pleted, full completion thereof is delayed through no fault of DESIGN/BUILD FIRM, or by issuance of Change Orders affecting final completion, and the Contract Administrator so certifies, CITY shall, upon certification of the Contract Administrator, and without terminating the Contract, make payment of the balance due for that portion of the Project fully completed and accepted. Such payment shall be made as required by law under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 8.07 The making and acceptance of the final payment shall constitute a waiver of all claims by CITY, other than those arising from faulty or defective work, failure of the Project to comply with requirements of the Contract Documents or terms of any warranties required by the Contract Documents. It shall also constitute a waiver of all claims by DESIGN/BUILD FIRM, except those previously made in writing and identified by DESIGN/BUILD FIRM as unsettled at the time of the final application for payment. 8.08 Payment will be made to DESIGN/BUILD FIRM at: Ric-Man International, Inc. 2601 Northwest 48th Street Pompano Beach, Florida 33073 BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 17 ARTICLE 9 ADDITIONAL SERVICES AND CHANGES IN SCOPE OF WORK Without invalidating the Agreement and without notice to any surety, CITY reserves and shall have the right to make such changes from time to time in the character or quantity of the Project as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project may be accomplished by means of appropriate Field Orders and fully executed and approved Change Orders. ARTICLE 10 CITY'S RESPONSIBILITIES 10.01 CITY shall assist DESIGN/BUILD FIRM by placing at its disposal any available information pertinent to the Project including previous reports, laboratory tests and inspections of samples, materials and equipment; property, boundary, easement, rights- of-way, topographic and utility surveys; property descriptions; and known zoning, deed and other land use restrictions. 10.02 CITY shall arrange for access to and make all provisions for DESIGN/BUILD FIRM to enter upon public and private property as required for DESIGN/BUILD FIRM to perform its services. ARTICLE 11 RESOLUTION OF DISPUTES 11.01 To attempt to prevent all disputes and litigation, it is agreed by the parties hereto that Contract Administrator shall first decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the Contract Documents rJnd fulfillment of this Agreement as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Contract Administrator's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 11.02. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of CITY and DESIGN/BUILD FIRM shall be submitted to Contract Administrator in writing within twenty-one (21) calendar days of the discovery of the occurrence. Unless a different period of time is set forth herein, Contract Administrator shall notify DESIGN/BUILD FIRM in writing of the decision within twenty- one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless Contract Administrator requires additional time to gather information or allow the parties to provide additional information. All nontechnical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein, During the pendency of any dispute and after a determination thereof, DESIGN/BUILD FIRM and CITY shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 11.02 In the event the determination of a dispute under this Article is unacceptable to BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 18 either party hereto, the party objecting to the determination must notify the other party in writing within twenty-one (21) calendar days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) calendar days after receipt of written determination as provided in this section, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to avoid litigation. The mediator shall be mutually agreed upon by the parties. The mediation shall be non-binding. 11,03 Pending final resolution of a claim, including mediation, unless otherwise agreed in writing, DESIGN/BUILD FIRM shall proceed diligently with performance of the Contract and the CITY shall continue to make payments in accordance with the Contract Documents. 11,04 Any mediator used shall be certified in accordance with Florida law. Mediation will be conducted in Miami-Dade County. ARTICLE 12 [This Article left intentionally blank] ARTICLE 13 [This Article left intentionally blank] ARTICLE 14 [This Article left intentionally blank] ARTICLE 15 SECURITY DESIGN/BUILD FIRM shall provide a Project security program to protect work, stored products and construction equipment from theft and vandalism, and to protect premises from entry by unauthorized persons. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final inspection and acceptance, DESIGN/BUILD FIRM shall replace same without cost to CITY. ARTICLE 16 INSPECTION OF PROJECT 16.01 The Contract Administrator or designee shall at all times have access to the Project, and DESIGN/BUILD FIRM shall provide proper facilities for such access, and such access shall be in accordance with the visitor's rules. 16.01,01 Should the Contract Documents, instructions, any laws, ordinances, or any public authority require any work for the Project to be specially tested or approved, DESIGN/BUILD FIRM shall give to the Contract Administrator timely notice of readiness of the work for inspection, If the testing or approval is to be made by an authority other BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 19 than CITY, timely notice shall be given of the date fixed for such testing. Inspections shall be made promptly, and, where practicable, at the source of supply. Within a reasonable time from execution of this Agreement, CITY shall provide a letter document listing the areas of work the CITY will inspect. If defined work for the Project should be covered up without required inspection/approval, it must, if required by the Contract Administrator, be uncovered for examination and properly restored at DESIGN/BUILD FIRM'S expense. 16,01.02 Reexamination and retesting of any work for the Project may be ordered by the Contract Administrator; and if so ordered, such work must be uncovered by DESIGN/BUILD FIRM. If such work is found to be in accordance with the Contract Documents, CITY shall pay the cost of reexamination, retesting and replacement. If such work is not in accordance with the Contract Documents, DESIGN/BUILD FIRM shall pay such cost. 16.02 The payment of any compensation, regardless of its character or form, or the giving of any gratuity or the granting of any valuable favor by DESIGN/BUILD FIRM to any Inspector other than its consultant, is forbidden, and any such act on the part of DESIGN/BUILD FIRM will constitute a breach of this Agreement. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 20 ARTICLE 17 SUPERINTENDENCE AND SUPERVISION 17.01 The orders of the CITY are to be given through the Contract Administrator, whose instructions are to be strictly and promptly followed in every case, provided that they are in accordance with this Contract. DESIGN/BUILD FIRM shall keep on the Project during its progress a competent supervisor who shall serve as the Construction Manager, and any necessary assistants. 17.02 Contracting Manager shall prepare, on a daily basis, and keep on the Project site, a bound daily report log setting forth at a minimum, for each day: the weather conditions and how any weather conditions affected progress of the work, work performed, equipment utilized for the work, any idle equipment and reasons for idleness, visitors to the Project site, labor utilized for the work, and any materials delivered to the Project site. The bound daily report log shall be available for inspection by the Contract Administrator or designee at all times during the Project. 17.03 If DESIGN/BUILD FIRM, in the course of the Project, finds any discrepancy between the Contract Documents and the physical conditions of the site, or any errors or omissions in the Contract Documents including drawings (plans) and specifications, it shall be a DESIGN/BUILD FIRM duty to immediately inform the Contract Administrator, in writing; and the Contract Administrator will promptly verify the same. Any work done prior to or after such discovery will be done at DESIGN/BUILD FIRM'S sole risk, subject to the provisions of Article 34. It should be recognized that this is a Design/Build Project. Any errors or omissions shall be corrected without claim for time and/or funds. 17,04 DESIGN/BUILD FIRM shall coordinate, supervise and direct the Project competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Project in accordance with the Contract Documents. DESIGN/BUILD FIRM shall be solely responsible for the design, preparation of construction documents, means, methods, techniques, safety, sequences and procedures of construction. DESIGN/BUILD FIRM shall give efficient supervision to the work, using DESIGN/BUILD FIRM'S best skill, attention, and judgement. ARTICLE 18 CITY'S RIGHT TO TERMINATE AGREEMENT 18.01 If DESIGN/BUILD FIRM fails to begin the design and construction of the Project within the time specified, or fails to perform the Project with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Project, in accordance with the Contract Documents and schedules, or shall perform the work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Project, except for excused delays in accordance with this Agreement; or if DESIGN/BUILD FIRM shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or shall not carry on the Project in accordance with the Contract Documents, CITY shall give notice in writing to DESIGN/BUILD FIRM and its surety of such delay, neglect or default, specifying the same. If DESIGN/BUILD FIRM, within a BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 21 period of ten (10) calendar days after such notice, shall not proceed in accordance therewith, then CITY may, upon written certificate from the Contract Administrator of the fact of such delay, neglect or default and DESIGN/BUILD FIRM'S failure to comply with such notice, terminate the services of DESIGN/BUILD FIRM, exclude DESIGN/BUILD FIRM from site and take the prosecution of the Project out of the hands of DESIGN/BUILD FIRM, as appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable. In such case, DESIGN/BUILD FIRM shall not be entitled to receive any further payment until the Project is finished. In addition, CITY may enter into an agreement for the completion of the Project according to the terms and provisions of the Contract Documents or use such other methods as in its opinion shall be required for the completion of the Project in an acceptable manner. All damages, costs and charges incurred by CITY shall be deducted from any monies due or which may become due to said DESIGN/BUILD FIRM. Actions will be instituted to recover on the posted bonds, In case the damages and expense so incurred by CITY shall be less than the sum which would have been payable under this Agreement, if it had been completed by said DESIGN/BUILD FIRM, then DESIGN/BUILD FIRM shall be entitled to receive the difference. If such damages and costs exceed the unpaid balance, then DESIGN/BUILD FIRM shall be liable and shall pay to CITY the amount of said excess. 18.02 If, after Notice of Termination of DESIGN/BUILD FIRM'S right to proceed, it is determined for any reason that DESIGN/BUILD FIRM was not in default, the rights and obligations of CITY and DESIGN/BUILD FIRM shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause as set forth in Section 18.03 below. 18.03 The performance of work under this Agreement may be terminated in writing by CITY for convenience upon ten (10) business days from the date of DESIGN/BUILD FIRM'S receipt of the written notice to DESIGN/BUILD FIRM (delivered by certified mail, return receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case, DESIGN/BUILD FIRM shall be paid for all work and reimbursables executed, and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by DESIGN/BUILD FIRM relating to commitments which had become firm prior to the termination. Payment shall include reasonable profit for services actually performed in full prior to termination date, but shall exclude all lost profits, indirect or special, or other damages. 18.04 Upon receipt of Notice of Termination pursuant to Sections 18.01 or 18.03 above, DESIGN/BUILD FIRM shall promptly discontinue all affected work unless the Notice of Termination directs otherwise and deliver to CITY within seven (7) calendar days of termination all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. Compensation shall be withheld until all documents are provided to CITY pursuant to this Article. ARTICLE 19 DESIGN/BUILD FIRM'S RIGHT TO STOP WORK OR TERMINATE BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23106 22 CONTRACT If the Project should be stopped under an order of any court or other public authority for a period of more than ninety (90) calendar days, through no act or fault of DESIGN/BUILD FIRM or of anyone employed by DESIGN/BUILD FIRM, or if the Contract Administrator should fail to review and approve or state inwriting reasons for non approval of any estimate for payment within twenty (20) calendar days after it is presented, or if CITY fails to pay DESIGN/BUILD FIRM within thirty (30) calendar days after approval and certification by the Contract Administrator of any proper statement certified by DESIGN/BUILD FIRM accompanied by the required update of the CPM Schedule, then DESIGN/BUILD FIRM may, upon seven (7) calendar days prior written notice to CITY and the Contract Administrator, stop work until payment is made, or terminate this Agreement and recover from CITY payment for all work executed and any expense sustained plus reasonable termination expenses. ARTICLE 20 "OR EQUAL" CLAUSE 20.01 Whenever a material, article or piece of equipment is identified in the Contract Documents including drawings (plans) and specifications by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, it is intended merely to establish a standard, and, unless it is followed by words indicating that "no substitution is permitted," any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the material, article or equipment so proposed is, in the opinion of the Contract Administrator: 20,01.01 At least equal in quality, durability, appearance, strength and design; 20.01.02 Performs at least equally the function imposed in the general design for the Project; 20,01.03 Conforms substantially, even with deviations, to the detailed requirements for the items as indicated by the Plans and Specifications; and 20.01,04 Carries the same guaranty or warranty of the specified equipment. All substitution requests will be made via written request which shall be attached to a shop drawing and/or Change Order which shall be attached to a detailed description of the specified item and a detailed description of the proposed substitution. A comparison letter itemizing all deviations from specified items must be included for the Contract Administrator to properly evaluate substitution, Failure to provide the deviation comparison sheet shall automatically deny the request. Any changes, inclusive of design changes, made necessary to accommodate substituted equipment under this paragraph shall be at the expense of DESIGN/BUILD FIRM or subcontractor responsible for the work item. BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 23 20.02 Contract Administrator's written consent will be required as to acceptability, and no substitute will be ordered, installed or utilized without Contract Administrator's prior written acceptance which will be evidenced by either a Change Order or an accepted shop drawing. CITY may require DESIGN/BUILD FIRM to furnish at DESIGN/BUILD FIRM'S expense a speGii::1 performance guarantee or other surety with respect to any substitute. ARTICLE 21 PLANS AND SPECIFICATIONS CITY, through its Contract Administrator, shall have the right to require DESIGN/BUILD FIRM to modify the details of these drawings (plans) and specifications, to supplement said plans with additional plans, drawings or additional information as the Project proceeds which are within the specific intent and stated scope of the Project and which do not cause increase in Contract Price or Contract time, all of which shall be considered as part of the Contract Documents at no additions! cost to the CITY. All plans, general and detail, are to be deemed a part of this Agreement, and the plans and specifications and Agreement are to be considered together, and are intended to be mutually complementary, so that any work shown on the plans, though not specified in the specifications, and any work specified in the specifications though not shown on the plans, is to be executed by DESIGN/BUILD FIRM as part of this Agreement. Figured dimensions are to prevail over scale. All things which in the opinion of the Contract Administrator may reasonably be inferred from the Agreement and plans as developed by DESIGN/BUILD FIRM and approved by CITY are to be executed by DESIGN/BUILD FIRM under the terms of the Agreement; and the Contract Administrator shall determine whether the detail plans conform to the Contract Documents, except as may be otherwise determined by the Contract Administrator. In the event the work requested under this section expands the scope of the Project, DESIGN/BUILD FIRM may seek a Change Order pursuant to Article 37. ARTICLE 22 DESIGN/BUILD FIRM TO CHECK DRAWINGS AND DATA DESIGN/BUILD FIRM shall take measurements and verify all dimensions, conditions, quantities and details shown on the drawings, schedules, or other data. Failure to discover or correct errors, conflicts or discrepancies shall not relieve DESIGN/BUILD FIRM of full responsibility for unsatisfactory work, faulty construction, or improper operation resulting therefrom nor from rectifying such condition at DESIGN/BUILD FIRM'S own expense. DESIGN/BUILD FIRM will not be allowed to take advantage of any error or omissions. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 24 ARTICLE 23 WARRANTY DESIGN/BUILD FIRM warrants to CITY that all materials and equipment furnished for the Project will be new unless otherwise specified and that all work for the Project will be of good quality, free from faults and defects and in conformance with the Contract Documents. The standard of quality shall be at least that employed by similarly qualified Design/Build Firms that are duly qualified and licensed to perform similar projects, All work for the Project not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If materials or equipment is improperly stored and becomes altered as a result of such improper storage, DESIGN/BUILD FIRM shall replace said materials with new materials at no additional cost. DESIGN/BUILD FIRM shall be responsible for proper storage and safeguarding of all materials, If required by the Contract Administrator, DESIGN/BUILD FIRM shall furnish satisfactory evidence as to the kind and quality of materials and equipment. The warranty requirements set forth in the Contract Documents as herein defined shall govem warranty terms and conditions for all warranty items expressed or implied. The DESIGN/BUILD FIRM'S warranty period under this Article shall be one (1) year from the date of Substantial Completion of each portion of the Project. However, this section shall not abridge the times or impede the rights and remedies afforded the CITY against other entities or persons under the Contract Documents, or by law. ARTICLE 24 SUPPLEMENTARY DRAWINGS 24.01 When, in the opinion of DESIGN/BUILD FIRM and/or CITY, it becomes necessary to explain more fully the work to be done, or to illustrate the Project further to show any changes which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by the Consultant and submitted by DESIGN/BUILD FIRM to the Contract Administrator for review and written acceptance. 24.02 The authorized supplementary drawings shall be binding upon DESIGN/BUILD FIRM with the same force as the Contract Documents. Where such supplementary drawings require either less or more than the estimated quantities of work, appropriate adjustments shall be made pursuant to Change Order. ARTICLE 25 DELIVERY AND STORAGE OF MATERIALS AND PARTIAL PAYMENT THEREFOR 25.01 The CITY shall not be responsible for any payment and/or reimbursement for stored materials, either on or off site, except unless approved in writing by the CITY, following the DESIGN/BUILD FIRM's written request. ARTICLE 26 GENERAL WORKMANSHIP 26.01 Articles, materials, and equipment specified or shown on drawings shall be new and shall be applied, installed, connected, erected, used, cleaned. and conditioned for proper forming, as per the manufacturer's directions. DESIGN/BUILD FIRM shall, if BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 25 required, furnish satisfactory evidence as to kind and quality of the materials. Should materials arrive to the jobsite new and be improperly stored and deteriorate from new condition, the materials shall be replaced at no additional cost to CITY. 26.02 DESIGN/BUILD FIRM shall apply, install, connect, and erect manufactured items or materials according to recommendations of manufacturer when such recommendations are not in conflict with the Contract Documents. If there is conflict between manufacturer recommendations and the Construction Documents, Contract Administrator shall be notified and participate in the corrective actions. ARTICLE 27 DEFECTIVE WORK 27.01 Contract Administrator shall have the authority to reject or disapprove work for the Project which Contract Administrator finds to be defective, Defective work is defined as work not in accordance with the Contract Documents, in violation of code, installed in violation of the manufacturer's written instructions where the installation has caused new materials to be detrimentally affected where the life expectancy of the material installed is reduced, or otherwise installed in a non-worklike manner. If required by Contract Administrator, DESIGN/BUILD FIRM shall promptly either, as directed, correct all defective work or remove it from the Project site and replace it with non-defective work, DESIGN/BUILD FIRM shall bear all costs of such removal or correction. 27.02 If, within one (1) year after Substantial Completion, any work is found to be defective or not in accordance with the Contract Documents, DESIGN/BUILD FIRM shall correct it promptly without cost to CITY, after receipt of written notice from CITY to do so unless CITY has given DESIGN/BUILD FIRM a Written acceptance of such conditions. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which DESIGN/BUILD FIRM might have under the applicable state law, 27.03 Should DESIGN/BUILD FIRM fail or refuse to remove or correct any defective work performed for the Project or to make any necessary repairs in an acceptable manner and in accordance with the requirements of this Agreement within a reasonable time, indicated in writing, CITY shall have the authority to cause the unacceptable or defective work to be removed or corrected, or make such repairs as may be necessary to be made at DESIGN/BUILD FIRM'S expense. Any expense incurred by CITY in making these removals, corrections or repairs, which DESIGN/BUILD FIRM has failed or refused to make shall be paid for out of any monies due or which may become due to DESIGN/BUILD FIRM, or may be charged against the bond or guaranty, Continued failure or refusal on the part of DESIGN/BUILD FIRM to make any or all necessary repairs promptly, fully, and in acceptable manner shall be sufficient cause for CITY to declare this Agreement forfeited, in which case CITY, at its option, may purchase materials, tools, and equipment and employ labor or may contract with any other individual, firm or corporation, or may proceed with its own forces to perform the work. All costs and expenses incurred thereby shall be charged against the defaulting DESIGN/BUILD FIRM; and the amount thereof deducted from any monies due, or which BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 26 may become due to DESIGN/BUILD FIRM, or shall be charged against the bond or guaranty. Any special work performed, as described herein, shall not relieve DESIGN/BUILD FIRM in any way from his responsibility for the work performed by it. 27.04 Failure to reject any defective work or material shall not in any way prevent later rejection when such defect is discovered or obligate Cny to final acceptance. ARTICLE 28 SUBCONTRACTS DESIGN/BUILD FIRM shall, at such times as DESIGN/BUILD FIRM decides which subcontractors will perform the various portions of the work, promptly notify the Contract Administrator in writing of the names of subcontractors for the Project and identify the portion of the work for the Project each will perform. DESIGN/BUILD FIRM shall have a continuing obligation to notify the Contract Administrator of any change in subcontractors. Notification of the names of subcontractors shall not relieve DESIGN/BUILD FIRM from the prime responsibility of full and complete satisfactory performance of all contractual obligations. ARTICLE 29 SEPARATE CONTRACTS 29.01 CITY reserves the right to let other contracts in connection with this Project, provided it does not interfere with DESIGN/BUILD FIRM'S work or schedule. DESIGN/BUILD FIRM shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall property connect and coordinate this work with them subject to provision of acceptable insurance coverage, including DESIGN/BUILD FIRM and Contractor, as an additional insured, CITY will request that its separate contractors coordinate their activities With the work of the DESIGN/BUILD FIRM. 29.02 If any part of DESIGN/BUILD FIRM'S work depends for proper execution or results upon the work of any other contractor or the CITY, DESIGN/BUILD FIRM shall inspect and promptly report to the Contract Administrator any defects in such work that render it unsuitable for such proper execution and results. DESIGN/BUILD FIRM'S failure to so inspect and report shall constitute an acceptance of the other contractor's work as fit and proper for the reception of DESIGN/BUILD FIRM'S work, except as to defects which may develop in other contractor's work after the execution of DESIGN/BUILD FIRM'S work. However, DESIGN/BUILD FIRM shall not be responsible or liable to CITY for any work performed by any other separate contractor not under the auspices or control of DESIGN/BUILD FIRM. 29.03 To insure the proper execution of its subsequent work, DESIGN/BUILD FIRM shall inspect the work already in place and shall at once report to the Contract Administrator any discrepancy between the executed work and the requirements of the Contract Documents. ARTICLE 30 USE OF COMPLETED PORTIONS BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23106 27 30.01 Following substantial completion of each portion of the Project, CITY shall have the right to take possession of for maintenance and/or for use of any completed or partially completed portions of the Project; however, prior to any possession, a punch list will be issued for the area to be occupied. Such possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such possession or use delays the Project, DESIGN/BUILD FIRM may be entitled to a reasonable extension of time and/or an increase in the Contract Sum, as determined by Contract Administrator. 30.02 In the event CITY takes possession, the following shall occur: 30,02.01 CITY shall give notice to DESIGN/BUILD FIRM at least thirty (30) calendar days in advance on intent to occupy a designated area. 30.02.02 DESIGN/BUILD FIRM shall bring the designated area to point of Substantial Completion, When DESIGN/BUILD FIRM considers that the designated area of the Project is substantially complete, DESIGN/BUILD FIRM shall so notify the Contract Administrator in writing and shall prepare for submission to the Contract Administrator a list of items to be completed or corrected. The failure to include any items on such list does not alter the responsibility of DESIGN/BUILD FIRM to complete work on the designated area in accordance with the Contract Documents. The Contract Administrator shall conduct an inspection to determine that the designated portion of the Project is substantially complete. The Contract Administrator will then instruct DESIGN/BUILD FIRM to deliver to CITY a Certificate of Occupancy pertinent to the designated portion, which Certificate of Occupancy shall be issued by the appropriate authority having jurisdiction over the Project. The Contract Administrator and DESIGN/BUILD FIRM shall agree on the time within which DESIGN/BUILD FIRM shall complete the items listed. 30.02.03 Upon issuance and acceptance of Certificate of Substantial Completion, CITY will assume full responsibility for maintenance, utilities, subsequent damages of CITY and public, adjustment of insurance coverage's and start of warranty for occupied area. DESIGN/BUILD FIRM shall remain responsible for all items listed to be completed or corrected as submitted to Contract Administrator as required in Substantial Completion process. 30.02.04 If CITY finds it necessary to occupy or use a portion or portions of the Project prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by CITY and DESIGN/BUILD FIRM and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. This insurance shall not be canceled or lapsed on account of such partial occupancy or use. Consent of DESIGN/BUILD FIRM and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 28 ARTICLE 31 CONSTRUCTION AREA 31.01 DESIGN/BUILD FIRM shall use areas approved by the Contract Administrator for deliveries and personnel. Contract limits of construction area are indicated on the concept drawings as issued by the Contract Administrator, Equipment, material and personnel shall be in conformance with this Contract. 31.02 To provide for maximum safety and security, DESIGN/BUILD FIRM shall erect and maintain all necessary barricades, and any other temporary walls and structures as required, and boarding or fencing to protect life and property during the period of construction. ARTICLE 32 LANDS FOR WORK CITY shall provide as indicated in the Contract Documents, the lands upon which the Project is to be performed, rights-of-way and easements for access thereto and such other lands as are designated for the use of DESIGN/BUIl.D FIRM. No claim for damages or other claim other than for an extension of time shall be made or asserted against CITY by reason of any delay arising as a result of any failure of CITY to provide such lands on the date needed by DESIGN/BUILD FIRM. The provisions of Article 40 shall apply herein. ARTICLE 33 LEGAL RESTRICTIONS AND TRAFFIC PROVISIONS DESIGN/BUILD FIRM shall conform to all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and DESIGN/BUILD FIRM'S general operations. DESIGN/BUILD FIRM shall also conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the written consent of the proper authorities. ARTICLE 34 DAMAGE TO EXISTING FACILITIES, EQUIPMENT OR UTILITIES 34.01 Existing utilities have been shown in the Contract Documents insofar as information is reasonably available; however, it will be DESIGN/BUILD FIRM'S responsibility to verify such information and to preserve all existing utilities whether shown in the Contract Documents or not. If utility conflicts are encountered by DESIGN/BUILD FIRM during construction, DESIGN/BUILD FIRM shall give sufficient notice to the owners of the utilities so that they may make the necessary adjustments. 34.02 DESIGN/BUILD FIRM shall exercise care and take all precautions during excavation and construction operations to prevent damage to any existing facilities, equipment, or utilities. Any damage caused by DESIGN/BUILD FIRM shall be reported immediately to the Contract Administrator and such work shall be repaired and/or replaced by DESIGN/BUILD FIRM in a manner approved by CITY, All costs to repair and/or replace any damage to existing facilities, equipment, or utilities, as shown on documents issued under Article 4 herein shall be the sole responsibility of DESIGN/BUILD FIRM, and such repair or replacement shall be performed expeditiously BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 29 without cost to CITY. 34.03 DESIGN/BUILD FIRM shall provide that type of required protection for finished work at all times and protect adjacent work during cleaning operations, and make good any damage resulting from neglect of this precaution: 34.04 Protection of work shall include protecting of work that is factory finished, during transportation, storage, during and after installation. Where applicable and as required, DESIGN/BUILD FIRM shall close off spaces of areas where certain work has been completed to protect it from any damages caused by others during their operations. 34.05 DESIGN/BUILD FIRM shall store materials and shall be responsible for and shall maintain partly or wholly finished work during the continuance of the contract and until the final acceptance of the structure, If any materials or part of the work should be lost, damaged, or destroyed by any cause or means whatsoever, the DESIGN/BUILD FIRM shall satisfactorily repair and replace the same at DESIGN/BUILD FIRM'S own cost. The DESIGN/BUILD FIRM shall maintain suitable and. sufficient guards, if necessary, and barriers, and at night, suitable and sufficient lighting for the prevention of accidents. The determination of necessity will be made by the Contract Administrator. 34.06 To all applicable sections where preparatory work is part of work thereon, DESIGN/BUILD FIRM shall carefully examine surfaces over which finished work is to be installed, laid or applied, before commencing with the work. DESIGN/BUILD FIRM shall not proceed with said work until defective surfaces on which work is to be applied are corrected satisfactorily to the Contract Administrator. Commencement of work shall be considered acceptance of surfaces and conditions. 34.07 It will be the DESIGN/BUILD FIRM'S responsibility to preserve all existing utilities within the Project limits or as otherwise effected by DESIGN/BUILD FIRM. If utility conflicts are encountered by the DESIGN/BUILD FIRM during construction, sufficient notice shall be given to their owners so that they may make the necessary adjustments. Damage to any utilities, which in the opinion of the CITY is caused by negligence on the part of the DESIGN/BUILD FIRM, shall be repaired at the DESIGN/BUILD FIRM'S expense, ARTICLE 35 CONTINUING THE WORK DESIGN/BUILD FIRM shall carry on the Project and adhere to the progress schedule during all disputes or disagreements with CITY. No work shall be delayed or postponed pending resolution of any disputes or disagreements. The provisions of this Article shall be subject to all other applicable provisions of this Agreement. ARTICLE 36 FIELD ORDERS AND SUPPLEMENTAL INSTRUCTIONS 36.01 The Contract Administrator shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the Contract Documents to BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 30 Construction Manager and ordering minor changes in contract execution, providing the Field Order involves no change in the total cost of the Project or the time of performance. 36.02 The Contract Administrator shall have the right to approve and issue to Construction Manager supplemental instructions to Construction Manager setting forth written orders, instructions, or interpretations concerning the Agreement or its performance, provided they make no major changes in Contract execution and involve no change in the total cost of the Project or the time of performance. ARTICLE 37 CHANGE ORDERS (CHANGES IN QUANTITIES OF WORK) 37,01 Changes in the quantity or character of work within the scope of this Project which are not properly the subject of Field Orders or supplemental instructions, to include all changes resulting in changes in the total cost of the Project or the time of performance, shall be authorized only by Change Orders issued by the Program Manager and approval by the Contract Administrator. 37.02 DESIGN/BUILD FIRM shall not start work on any alteration requiring an increase in price or extension of time for completion until a Change Order setting forth the adjustments is approved by the Contract Administrator, except for the provisions of . Section 37,03, which governs disputed Change Order items. 37.03 In the event satisfactory adjustment cannot be reached for any item requiring a Change Order, CITY reserves the right, at its own option, to either terminate the Agreement as it applies solely to the items in question and make such arrangements as may be deemed necessary to complete the item in question, or submit the matter in dispute to the Contract Administrator for resolution as set forth in Article 11 herein. During the pendency of the dispute resolution, DESIGN/BUILD FIRM shall proceed with the work set forth within the Change Order on a time and materials basis, which DESIGN/BUILD FIRM shall adequately document pending final resolution of such dispute(s). 37.04 On approval of any Change Order increasing the price, DESIGN/BUILD FIRM shall ensure that the applicable Performance and Payment Bonds and Guarantees, to the extent applicable under the provisions of Article 50 hereof, are each increased so that it reflects the total amount of the Project as increased. 37.05 Proposed Change Orders shall be prepared by the Project Manager on forms provided by the Contract Administrator. When submitted for approval, they shall carry the signature of the Contract Administrator and the Project Manager. ARTICLE 38 VALUE OF CHANGE ORDER WORK 38.01 The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Sum shall be determined in one of the following BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 31 ways: 38.01.01 Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved, subject to the provisions of Article 37 herein. 38.01.02 By mutual acceptance of a lump sum which includes a DESIGN/BUILD FIRM'S fee for overhead and profit and includes any Design, Contractor and subcontractor fees. 38,01.03 On the basis of the "cost of the work," determined as provided in Sections 38.02 and 38,03, plus a DESIGN/BUILD FIRM'S fee and a Contractor fee for overhead and profit which is determined as provided in Section 38.4 of this Agreement. 38.02 The term "cost of work" means the sum of all costs necessarily incurred and paid by DESIGN/BUILD FIRM in the proper performance of the Project. Except as otherwise may be agreed to in writing by the Contract Administrator, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any other costs whatsoever. 38.02.01 Payroll costs for employees in the direct employ of DESIGN/BUILD FIRM in the performance of the Project under schedules of job classifications agreed upon by the Contract Administrator and DESIGN/BUILD FIRM. This may include additional costs for on-site project manager, project engineer, project superintendent, and assistant project superintendent, as related to the Change Order work. Payroll costs for employees not employed full time on the Project shall be apportioned on the basis of their time spent on the Project. Payroll costs shall include, but not be limited to, s...laries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and forepersons at the Project site, The expenses of performing the work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by the Contract Administrator. Insurance and benefits will be based on single time. 38.02.02 Costs of all materials and equipment furnished and incorporated in the Project, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to DESIGN/BUILD FIRM unless CITY deposits funds with DESIGN/BUILD FIRM with which to make payments, in which case the cash discounts shall accrue to CITY. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to CITY, and DESIGN/BUILD FIRM shall make provisions so that they may be obtained. 38.02.03 Payments made by performed by subcontractors. BID NO: 36-05/06 DATE: 06/23/06 DESIGN/BUILD FIRM to subcontractors for work The term subcontractor shall include architects and CITY OF MIAMI BEACH 32 engineers employed for services specifically related to the Project. If required by the Contract Administrator, DESIGN/BUILD FIRM shall obtain competitive bids from subcontractors acceptable to DESIGN/BUILD FIRM and shall deliver such bids to CITY who will then determine which bids will be accepted. If the subcontract provides that the subcontractor is to be paid on the basis of cost of the work plus a fee, the subcontractor's cost of the work shall be determined in the same manner as DESIGN/BUILD FIRM'S cost of the work. Whenever a subcontractor is involved, a complete and separate breakdown must be submitted by the subcontractor for its portion of work, All subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable, 38.02.04 Costs of special consultants, including, but not limited to, testing laboratories, surveyors, lawyers and accountants, employed for services specifically related to the Project. 38.02.05 Supplemental costs including the following: 38.02.05.01 Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Project, and cost less market value of such items used but not consumed which remain the property of DESIGN/BUILD FIRM, 38.02.05,02 Rentals of all construction equipment and machinery and the parts thereof whether rented from DESIGN/BUILD FIRM or others in accordance with rental agreements approved by the Contract Administrator and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Project. Late charges, penalties, restocking charges and similar assessments in said agreements will not be recognized by the CITY as a supplemental cost, unless such charges were incurred and actually assessed against the DESIGN/BUILD FIRM due to performance of the work at the request of the Contract Administrator. 38.02.05,03 Sales, use, or similar taxes related to the Project, and for which DESIGN/BUILD FIRM is liable, imposed by any governmental authority. 38.02.05.04 Deposits lost for causes other than DESIGN/BUILD FIRM'S negligence, royalty payments and fees for permits and licenses. 38.02.05.05 The cost of utilities, fuel and sanitary facilities at the site. 38.02.05.06 Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, express postage and similar petty cash items in connection with the Project. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 33 38.02.05.07 Cost of premiums for additional bonds and insurance required because of changes in the Project. 38.03 The term "cost of the work" shall not include any of the following: 38.03.01 Payroll costs and other compensation of DESIGN/BUILD FIRM'S officers, executives, principals (of partnership and sole proprietorships), general managers, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by DESIGN/BUILD FIRM whether at the Project site or in DESIGN/BUILD FIRM'S principal or branch office for general administration of the Project and not specifically included in the agreed-upon schedule of job classifications referred to in Section 38.02.01 all of which are to be considered administrative costs covered by DESIGN/BUILD FIRM'S fee. 38,03.02 Expenses of DESIGN/BUILD FIRM'S principal and branch offices other than DESIGN/BUILD FIRM'S office at the Project site. 38,03.03 Any part of DESIGN/BUILD FIRM'S capital expenses, including interest on DESIGN/BUILD FIRM'S capital employed for the Project and charged against DESIGN/BUILD FIRM for delinquent payments. 38.03.04 Cost of premiums for all bonds and for all insurance whether or not DESIGN/BUILD FIRM is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the Project. 38.03.05 Costs due to the negligence of DESIGN/BUILD FIRM, any subcontractors, any consultants of DESIGN/BUILD FIRM, or anyone directly or indirectly employed py any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective or nonconforming work, disposal of materials or equipment wrongly supplied and making good any damage to property. 38,03.06 Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 38.02. 38.04 DESIGN/BUILD FIRM'S fee allowed to DESIGN/BUILD FIRM for overhead and profit shall be determined as follows: 38.04.01 A mutually acceptable fixed fee which shall not exceed percentages set forth below; or if none can be agreed upon, 38.04.02 A fee based on the following percentages of the various portions of the cost of the work: 38.04.02.01 For costs incurred under Sections 38.02, 38.02.01 and 38.02.02, DESIGN/BUILD FIRM'S fees shall not exceed ten percent (10%). BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23106 34 ~. 38.04.02,02 For costs incurred under Sections 38.02.03 or 38.02.04, DESIGN/BUILD FIRM'S fee shall not exceed five percent (5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the subcontractor as a fee for overhead and profit shall not exceed ten percent (10%); and 38.04. 02.03 No fee shall be payable on the basis of costs itemized under Sections 38.02.05 and 38.03. 38.05 The amount of credit to be allowed by DESIGN/BUILD FIRM to CITY for any such change which results in a net decrease in cost will be the amount of the actual net decrease. When both additions and credits are involved in anyone change, the combined overhead and profit shall be figured on the basis of the net increase, if any. 38.06 Whenever the cost of any work is to be determined pursuant to Sections 38.01 through 38.03, DESIGN/BUIl.D FIRM will submit in a form acceptable to the Contract Administrator an itemized cost breakdown together with the supporting data. 38.07 Where the quantity of work with respect to any item that is covered by a unit price is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order may be issued to adjust the unit price, if warranted. 38.08 Whenever a change in the work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no-change-in-cost, DESIGN/BUILD FIRM shall promptly submit to the Contract Administrator an estimate substantiated by a complete itemized breakdown. 38.08.01 Breakdown shall list quantities and unit prices for materials, labor, equipment and other items of cost. 38.08.02 Whenever a change involves DESIGN/BUILD FIRM and one or more subcontractors or consultants and the change is an increase in the Contract Price overhead and profit percentages for DESIGN/BUILD FIRM and each subcontractor or consultant shall be itemized separately. 38.09 Each Change Order must state within the body of the Change Order whether it is based upon unit price, negotiated lump sum, or "cost of work." ARTICLE 39 CHANGE OF CONTRACT TIME OR CONTRACT PRICE 39.01 The Contract time set forth in Article 6 or the Contract Sum to be paid to DESIGN/BUILD FIRM may only be changed by a Change Order. Any claim for an extension of the Contract time or for an increase in the fee to be paid to DESIGN/BUILD FIRM shall be based on written notice delivered by the party making the claim to the Contract Administrator promptly (but in no event later than seven (7) business days BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23106 35 after the occurrence of the event giving rise to the claim and stating the general nature of the claim), Notice of the extent of the claim with supporting data shall be delivered within twenty-one (21) calendar days after such occurrence (unless Contract Administrator allows, in writing, an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract time or for an increase in the Contract price to be paid to DESIGN/BUILD FIRM shall be decided by the Contract Administrator in accordance with Article 11. No claim for an adjustment in the Contract time or for an increase in the fee to be paid to DESIGN/BUILD FIRM will be valid if not submitted in strict accordance with the requirements of this Article. , ,~ ".,1 39.02 The Contract time will be extended in an amount equal to time lost due to days beyond the control of and through no fault or negligence of DESIGN/BUILD FIRM if a claim is made therefore as provided herein. Such delays shall include, but not be limited to, acts or neglect by CITY, or by any employee of CITY, or any separate contractor or consultant employed by CITY, fires, floods, labor disputes, epidemics. abnormal weather conditions or acts of God. 39.03 The DESIGN/BUILD FIRM shall provide. within the Project schedule, rain day allotment for this project. ARTICLE 40 NO DAMAGES FOR DELAY NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN.EXTENSION OF TIME. SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS. DESIGN/BUILD FIRM shall not be entitled to an increase in the Contract . . Sum or payment or compensation . of any kind from CITY for direct, . indirect, consequential, impact or other costs, expenses or damages, including, but not limited to, costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable. or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable, provided, DESIGN/BUILD FIRM hindrances or delays due solely to fraud, bad faith or active interference on the part of CITY or its agents, Otherwise, DESIGN/BUILD FIRM shall be entitled only to extensions of the Contract time as the sole and exclusive remedy for such resulting delays, in accordance with and to the extent specifically provided above. The specific application of this Article to other provisions of this Agreement shall not be construed as a limitation of any sort upon the further application of this Article. Ten Dollars ($10.00) of DESIGN/BUILD FIRM'S fee is acknowledged as separate and independent consideration for the covenants contained in this Article, ARTICLE 41 SUBSTANTIAL COMPLETION When DESIGN/BUILD FIRM considers that the Project, or a designated portion thereof, which is acceptable to CITY, is substantially complete, DESIGN/BUILD FIRM shall so BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 36 notify the Contract Administrator in writing and shall prepare for submission to the Contract Administrator a thorough list of items to be completed or corrected, together with a schedule for completion of all items. The failure to include any items on such list does not alter the responsibility of DESIGN/BUILD FIRM to complete all work in accordance with the Contract Documents. The Contract Administrator, Project Manager and other specialty engineers shall conduct a joint inspection to determine that the Project or designated portion thereof is substantially complete. The Contract Administrator will then instruct DESIGN/BUILD FIRM to prepare and deliver to the Contract Administrator a Certificate of Substantial Completion which shall establish the date of Substantial Completion for that portion of the Project. After review of the Certificate by the Contract Administrator, CITY shall either accept or reject the Certificate. Acceptance of Substantial Completion by CITY and its Contract Administrator shall be based upon compliance with the Contract Documents and applicable codes, laws, rules, and regulations having jurisdiction over this Project. DESIGN/BUILD FIRM shall have ninety (90) days to complete the items listed therein. Warranties required by the Contract Documents and submitted in appropriate form to the Contract Administrator along with the request for Substantial Completion shall commence on the date of Substantial Completion of that portion of the Project. The Certificate of Substantial Completion shall be submitted to CITY through the Contract Administrator and DESIGN/BUILD FIRM for their written acceptance of the responsibilities assigned to them in such Certificate. ARTICLE 42 SHOP DRAWINGS AND SCHEDULE OF VALUES 42.01 DESIGN/BUILD FIRM shall submit Shop Drawings for all equipment, apparatus, machineiY, fixtures, piping, wiring, fabricated structures and manufactured articles. The purpose of a Shop Drawing is to shoW the suitability, efficiency, technique of manufacture, installation requirements, details of the item and evidence of its compliance or noncompliance with the Contract Documents. 42.02 DESIGN/BUILD FIRM shall submit to the Contract Administrator within thirty (30) calendar days following the application for a building permit a complete list of preliminary data on items for which Shop Drawings are to be submitted. Approval of this list by the Contract Administrator shall in no way relieve DESIGN/BUILD FIRM from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. 42.03 After the approval of the list of items required in Section 42.02, DESIGN/BUILD FIRM shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers. 42.04 DESIGN/BUILD FIRM shall thoroughly review and check the Shop Drawings and each and every copy shall show DESIGN/BUILD FIRM'S approval thereon. 42.05 If the Shop BID NO: 36-05/06 DATE: 06/23106 Drawings show or indicate departures from the Contract CITY OF MIAMI BEACH 37 requirements, DESIGN/BUILD FIRM shall make specific mention thereof in its shop drawing submittal and a separate letter. Failure to point out such departures shall not relieve DESIGN/BUILD FIRM from its responsibility to comply with the Contract Documents, Contract Administrator shall determine acceptability of change and in considering said change, may require data, technical comparisons, cost comparisons, quality comparisons and/or calculations to determine the equality of deviations. Contract Administrator is not obligated to accept deviations. 42.06 No work called for by Shop Drawings shall be done until the said Drawings have been furnished to and accepted by the Contract Administrator or his Designee, Contract Administrator shall respond to Shop Drawings pre-approved by Consultant with objections or acceptance within ten (10) business days of receipt. Acceptance is for design intent only and shall not relieve DESIGN/BUILD FIRM and Consultant from responsibility for fit, form, function, quantity or for errors or omissions of any sort on the Shop Drawings. 42.07 No acceptance will be given to partial submittal of Shop Drawings for items which interconnect and/or are interdependent. It is DESIGN/BUILD FIRM'S responsibility to assemble the Shop Drawings for all sllch interconnecting and/or independent items, check them and then make one submittal to the Contract Administrator along with DESIGN/BUILD FIRM'S comments as to compliance, noncompliance, or features requiring special attention. 42.08 If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall' be typewritten or lettered in ink. Catalog sheet with multiple options shall be highlighted to depict specific perti"ent data including options. 42,09 DESIGN/BUILD FIRM shall submit to Contract Administrator six (6) copies. Resubmissions of Shop Drawings shall be made in the same quantity until final acceptance is obtained. 42,10 Contract Administrator's acceptance of the Shop Drawings as approved by DESIGN/BUILD FIRM will be for general compliance with the plans and specifications design intent and shall not relieve DESIGN/BUILD FIRM of responsibility for the accuracy of such Drawings, nor for the proper fittings and construction of the work, nor for the furnishing of the materials or work required by the Contract and not indicated on the Drawings. 42,11 DESIGN/BUILD FIRM shall keep one set of Shop Drawings marked with the Contract Administrator's acceptance at the Project site at all times. 42.12 At least thirty (30) calendar days prior to the commencement of construction, the DESIGN/BUILD FIRM shall submit a schedule of values to the Contract Administrator. DESIGN/BUILD FIRM shall submit to the Contract Administrator a separate Schedule of Values for demolition, abatement, and site work thirty (30) calendar days prior to BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23106 38 commencing such portion of the work. The schedule will be typed on 8-1/2" x 11" white paper listing: Title of project, location, project number, architect, contractor, contract designation, and date of submission. The schedule shall list the installed value of the component parts of the work in sufficient detail to serve as a basis for computing values for progress payments during the construction. The table of contents of the specifications shall establish the format for listing the component items. Each line item will be identified by the number and title of the respective major section of the specifications. For each line item, DESIGN/BUILD FIRM shall list the sub-values of major products or operations under the item. Each item shall include the proportion of DESIGN/BUILD FIRM'S overhead and profit. For any items for which progress payments will be requested for stored materials, the value will be broken down with: 42.12.01 The cost of materials delivered, unloaded, properly stored and safeguarded, with taxes paid; and 42.12.02The total installed value. ARTICLE 4:~ FIELD ENGINEERING 4301 The DESIGN/BUILD FIRM shall provide and pay for field engineering services required for the Project. This work shall include the following elements: 43.01,01 Survey work required in execution of the Project. 43,01.02 Civil, structural or other professional engineering services specified, or required to execute the DESIGN/BUILD FIRM'S construction methods. 43.02 The survey completed by DESIGN/BUIL.D FIRM will identify the qualified engineer or registered land surveyor, acceptable to the CITY, and he or she shall be retained by the DESIGN/BUILD FIRM at the outset of this Project. 43.03 The survey will locate and protect control points prior to starting site work, and wili preserve all permanent reference points during construction, 43.03.01 No changes or relocations will be made without prior written notice to the Contract Administrator. 43.03.02 A report shall be made to the Contract Administrator when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations. 43.03.03 The surveyor shall be required to replace Project control points which may be lost or destroyed. The surveyor shall be duly registered as a surveyor or mapper, as required by state law. 43.03.04 Replacements shall be established based upon original survey control. BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 39 ARTICLE 44 FIELD LAYOUT OF THE WORK AND RECORD DRAWINGS 44.01 The entire responsibility for establishing and maintaining a line and grade in the field lies with DESIGN/BUILD FIRM. DESIGN/BUILD FIRM shall maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, struC'tures, underground utility access portals, handholds, fittings and the like and shall deliver these records in good order to the Contract Administrator as the work is completed. These records shall serve as a basis for "record" drawings. The cost of all such field layout and recording work is included in the prices bid for the appropriate items. 44.02 DESIGN/BUILD FIRM shall maintain in a safe place at the site one record copy of all Drawings (Plans), Specifications, Addenda, written amendments, Change Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to Contract Administrator for reference. Upon completion of the Project, these record documents, samples and Shop Drawings shall be delivered to Contract Administrator. 44.03 At the completion of the Project, the DESIGN/BUILD FIRM shall tum over to the CITY a set of reproducible drawings (Mylars) and a complete set of all drawings in the latest version of the AutoCAD format on floppy disk not compressed which accurately reflect the "as built" conditions of the new facility. All changes made to the construction documents, either as clarifications or as changes, will be reflected in the plans, The changes shall be submitted on Mylar at least monthly to the ContrGlct Administrator. These "as built" drawings on Mylar and the latest version of the AutoCAD format media must be delivered F.nd found to be acceptable prior to final payments. ARTICLE 45 SAFETY AND PROTECTION 45.01 DESIGN/BUILD FIRM shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. DESIGN/BUILD FIRM shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 45.01.01 All employees on the Project and other persons who may be affected thereby; 45.01.02 All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 45.01.03 Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 45.02 DESIGN/BUILD FIRM shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 40 property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. DESIGN/BUILD FIRM shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in Sections 45.01.02 and 45.01.03 above, caused directly or indirectly, in whole or in part, by DESIGN/BUILD FIRM, any subcontractor or consultant or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by DESIGN/BUILD FIRM; however, DESIGN/BUILD FIRM shall not be liable for injury or damage caused by CITY, its employees, consultants or its separate contractors. DESIGN/BUILD FIRM'S duties and responsibilities for the safety and protection of the Project shall continue until such time as all the Project is completed and the Contract Administrator has issued a notice to DESIGN/BUILD FIRM that the Project is acceptable except as otherwise provided in Article 30. 45.03 DESIGN/BUILD FIRM shall designate a responsible member of its organization at the Project site whose duty shall be the prevontion of accidents. This person shall be DESIGN/BUILD FIRM'S Project Representative unless otherwise desi9nated in writing by DESIGN/BUILD FIRM to CITY. ARTICLE 46 PAYMENT OF TESTS BY DESIGN/BUILD FIRM Except when otherwise specified in the Contract Documents, the expense of all tests and test reports shall be borne by DESIGN/BUILD FIRM, ARTICLE 47 PROJECT SIGNAGE Please refer to Section 01580 in the ConceptLal Specifications for Project Signage information. ARTICLE 48 CLEANING UP AND REMOVAL OF EQUIPMENT 48.01 DESIGN/BUILD FIRM shall at all times keep the Project site free from accumulation of waste materials or rubbish caused by DESIGN/BUILD FIRM'S operations. At the completion of the Project, DESIGN/BUILD FIRM shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If DESIGN/BUILD FIRM fails to properly maintain the area of the Project, CITY may do so; and the cost thereof shall be charged to DESIGN/BUILD FIRM, 48.02 CITY'S Right to Clean-Up If a dispute arises between DESIGN/BUILD FIRM and separate contractors as to responsibility for cleaning up, CITY may clean up and charge the cost thereof to the contractors responsible therefore, as the Contract Administrator shall determine to be just. This provision is solely for cleaning. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 41 48.03 Removal of Equipment In case of termination of this Agreement before completion for any cause whatever, DESIGN/BUILD FIRM, if notified to do so by CITY, shall promptly remove any part or all of DESIGN/BUILD FIRM'S equipment and supplies from the property of CITY, failing which CITY shall have the right to remove such equipment and supplies at the expense of DESIGN/BUILD FIRM. ARTICLE 49 [Note: This Article is intentionally left blank] BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 42 ARTICLE 50 BONDS AND INSURANCE DESIGN/BUILD FIRM shall furnish, or cause to be furnished, on or before fifteen (15) days after execution of this Agreement, the following: 50.01 Performance Bond and Payment Bond (Surety): 50.01.01 A performance bond and payment bond of the form and containing all the provisions attached hereto and made a part hereof, Payment and Performance bonds may be in the form of dual obligee bonds from the General Contractor in the amount of the contract between the DESIGN/BUILD FIRM and the General Contractor, naming the CITY and DESIGN/BUILD FIRM as dual obligees. DESIGN/BUILD FIRM shall provide payment and performance bonds in the remaining amount of the Contract Sum naming the CITY as the obligee on those bonds. 50.01.02The Bonds shall be in the amount of one hundred percent (100%) of the Contract amount guaranteeing to CITY the completion and performance of the Project covered in this Agreement as well as full payment of all suppliers, material persons, laborers, or subcontractors emploYtld pursuant to this Project. Such Bonds shall be with a surety company which is qualified pursuant to Section 50.03, 50.01.03 Such Bonds shall continue in effect for one year after completion and acceptance of the Project with liability equal to one hundred percent (100%) of the Contract price, or an additional bond shall be conditioned that DESIGN/BUILD FIRM will, upon notification by CITY, correct any defective or faulty work or materials which appear within one year after completion of the Contract. -OR- 50.02 Performance and Payment Guaranty: 50.02.01 In lieu of a performance bond and payment bond, DESIGN/BUILD FIRM may furnish an alternate form of security which may be in the form of cash, money order, certified check, cashiers check or irrevocable letter of credit. Such alternate forms of security shall be for the same purpose and shall be subject to the same conditions as those applicable above and shall be held by CITY for one year after completion and acceptance of the Project. 50.03 Qualifications of Surety: 50.03.01 A separate performance bond and payment bond must be executed by a surety company of recognized standing, authorized to do business in the state of Florida as surety, having a resident agent in the state of Florida and having been in business with a record of successful continuous operation for at least five (5) years. 50.03.02 In addition to the above-minimum qualifications, the surety company must BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 43 meet at least one of the following additional qualifications: 50.03.02.01 The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 CFR Section 223.10 Section 223.111). Further, the surety company shall provide CITY with evidence satisfactory to CITY, that such excess risk has been protected in an acceptable manner, 50.03,02.02 The surety company shall have at least the following minimum ratings in the latest revision of Best's Insurance Report: Size Amount of Bond Ratings Category . 500,001 to 1,020,000 1,020,001 to 2,000,000 2,000,001 to 5,000,000 5,000,001 to 10, 000, 000 10,000,001 to 25,000,000 25,000,001 to 50,000,000 50,000,001 or more B+ B+ A A A A A Class I Class II Class III Class IV Class V Class VI Class VII 50.03.03 For projects which do not exceed Five Hundred Thousand Dollars ($500,000,00), CITY shall accept a Performance Bond and Payment Bond from a surety company which has twice the minimum plus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a current valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code. The Certificate and Affidavit so certifying (Form 00622) should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 50.04 INDEMNIFICATION OF CITY 50.04.01 In consideration of Twenty-five Dollars ($25.00), separately acknowledged by DESIGN/BUILD FIRM, and other valuable consideration, DESIGN/BUILD FIRM shall indemnify and save harmless CITY, its officers, agents and employees, from or on account of any injuries or damages, received or sustained by any person or persons during or on account of any construction activities of DESIGN/BUILD FIRM or any of its subcontractors, consultants, agents, servants, or employees connected with the Project; or by or in consequence of any negligence of DESIGN/BUILD FIRM or any of its subcontractors, consultants, agents, servants, or employees (excluding negligence of CITY), in connection with the construction activities of the DESIGN/BUILD FIRM or any BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 44 of its subcontractors, consultants, agents, servants, or employees connected with the Project; or by use of any improper materials or by or on account of any act, error or omission of DESIGN/BUILD FIRM or any subcontractor, consultants, agents, servants or employees, except to the extent caused by CITY, DESIGN/BUILD FIRM agrees to indemnify and save harmless CITY against any claims or liability arising from or based upon the violation of any federal, state, CITY or city laws, bylaws, ordinances or regulations by DESIGN/BUILD FIRM, its subcontractors, agents, servants or employees (excluding negligence of CITY). DESIGN/BUILD FIRM further agrees to indemnify and save harmless CITY from all such claims and fees, and from any and all suits and actions of every name and description that may be brought against CITY on account of any claims, fees, royalties, or costs for any invention or patent, and from any and all suits and actions that may be brought against CITY for the infringement of any and all patents or patent rights claimed by any person, firm, or corporation. This consideration is separate and distinct from any other consideration received by DESIGN/BUILD FIRM, 50.04,02 DESIGN/BUILD FIRM further agrees to indemnify, save harmless and defend CITY, its agents, servants and employees, from and against any claim, demand or cause of action of whatever kind or nature arising out of any negligent conduct or misconduct of DESIGN/BUILD FIRM not included in Section 50.04.01 above and for which CITY, its agents, servants or employees, are alleged to be liable. 50.04.03 The indemnification provided above shall obligate DESIGN/BUILD FIRM to defend a~ its own expense to and through appellate, supplemental or bankruptcy proceedi~' or to provide for such defense, at CITY'S option, any and all claims of liability a d all suits and actions of every name and description that may be brought against C TY which may result from the operations and activities under this Agreement whether the construction operations be performed by DESIGN/BUILD FIRM, its sUbcontraictors, its consultants or by anyone directly or indirectly employed by any of the above, ' 50.04.04 The execution of this Agreement by DESIGN/BUILD FIRM shall obligate DESIGN/~UILD FIRM to comply with the foregoing indemnification provision. 50.05 IN$URANCE I I DESIGN/~UILD FIRM shall provide, or cause to be provided, pay for, and maintain in force at ~II times during the Project, such insurance, including Workers' Compensation Insuranc~, Employer's Liability Insurance, Comprehensive General Liability Insurance, and shall I require DESIGN/BUILD FIRM to provide, pay for and maintain in force at all times du~ing the Project, Professional Liability Insurance, as will assure to CITY the protectio~ contained in this Agreement. Builder's Risk Insurance is governed by the provisions of Section 50.05.05. Such policy or policies shall be issued by companies approved to do business in the state of Florida, and having agents upon whom service of process may be made in the state of Florida. DESIGN/BUILD FIRM shall specifically protect CITY by naming CITY BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23106 45 as an additional insured under the Comprehensive General Liability Insurance Policy hereinafter described. 50.05.01 Professional Liability Insurance with limits of liability provided by such policy not less than Three Million Dollars ($3,000,000.00) each claim to assure CITY the indemnification specified in Section 50.04. Such policy may carry a deductible; however, any deductible shall not exceed One Hundred Thousand Dollars ($100,000,00) for each claim. The Certificate of Insurance for Professional Liability Insurance shall reference the applicable deductible and the Project. 50.05.02 Workers' Compensation Insurance to apply for all employees in compliance with the ''Workers' Compensation Law" of the state of Florida and all applicable federal laws. In addition, the policy(ies) must include: Employer's Liability with a limit of $100,000.00 each accident. 50.05.03 Comprehensive General Liability with minimum limits of Two Million Dollars ($1,000,000,00 primary and excess of $1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability Policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: Premises and/or Operations. Independent Contractors, Products and/or Completed Operations. The DESIGN/BUILD FIRM shall maintain in force until at least three (3) years after final completion of the Project coverage for Products and Completed Operations, including Broad Form Property Damage. Explosion, Collapse and Underground Coverage's. Broad Form Property Damage. Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement. Personal Injury Coverage with Employees and Contractual Exclusions removed with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Notice of Cancellation and/or Restriction--The policy(ies) must be endorsed to provide the CITY with thirty (30) days notice of cancellation and/or restriction. . BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 46 50.05.04 Business Automobile Liability with minimum limits of Three Hundred Thousand Dollars ($300,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability Policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: Owned vehicles. Non-owned and hired vehicles. 50.05.05 An All Risk Builder's Risk Insurance Policy will be provided by CITY for this Project. The Builder's Risk Certificate of Insurance is issued with a Ten Thousand Dollar ($10,000.00) deductible per claim. In the event a claim occurs for this Project, DESIGN/BUILD FIRM will pay fifty percent (50%) or Five Thousand Dollars ($5,000,00) expenditure for its portion of the deductible. 50.05.06 Notice of Cancellation, Expiration and/or Restriction: The policy(ies) must be endorsed to provide the City of Miami Beach, Florida, with thirty (30) calendar days notice of cancellation, expiration and/or restriction, to the attention of the Risk Manager, 1700 Convention Center Drive, Miami Beach, Florida 33139. 50.05.07 DESIGN/BUILD FIRM shall furnish to the Contract Administrator Certificate(s) of Insurance evidencing the insurance coverage's required herein prior to final award by the Board. Such certificate(s) shall reference this Agreement. CITY reserves the right to require a certified copy of such policies upon request. All certificates shall state that CITY shall be given thirty (30) calendar days' prior written notice of cancellation and/or expiration, 50.05.08 DESIGN/BUILD FIRM shall provide to CITY a Certificate of Insurance or a copy of all insurance policies required under this Article. The City's Risk Manager reserves the right to require certified copies if requested. Endorsements and certifications shall state CITY is to be given thirty (30) calendar days' written notice prior to expiration or cancellation of the policy. ARTICLE 51 NO DAMAGES FOR DELAY No claim for damages or any claim, other than for an extension of time, shall be made or asserted against CITY by reason of any delays except as provided herein. DESIGN/BUILD FIRM shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from CITY for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 47 damages by DESIGN/BUILD FIRM for actual delays due solely to fraud, bad faith or active interference on the part of CITY, Design Criteria Engineer and Program Manager, Otherwise, DESIGN/BUILD FIRM shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. ARTICLE 52 EXCUSABLE DELAY; COMPENSABLE: NON-COMPENSABLE Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of CONTRACTOR or its subcontractors, suppliers or vendors is Excusable Delay. CONTRACTOR is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay, CONTRACTOR shall document its claim for any time extension as provided in Article 39 hereof. Failure of CONTRACTOR to comply with Article 39 hereof as to any particular event of delay shall be deemed conclusively to constitute a waiver, abandonment. or relinquishment of any and all claims resulting from that particular event of delay.. Excusable Delay may be compensable or non-compensable. (a) Compensable Excusable Delay. Excusable Delay is cornpensable when (i) the delay extends the Contract Time; (ii) is caused by circumstances beyond the control if the CONTRACTOR or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the pari of CITY or its agents. In no event shall CONTRAC~OR be compensated for interim delays which do not extend the Contract Time. CONTRACTOR shall be entitled to direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by CONTRACTOR shall be limited to the actual additional costs allowed pursuant to Article 38 hereof. CITY and CONTRACTOR recognize and agree that the amount of CONTRACTOR's precise actual indirect costs for delay in the performance and completion of the Work is impossible to determine as of the date of execution of the Contract Documents, and that proof of the precise amount will be difficult. Therefore, indirect costs recoverable by the CONTRACTOR shall be liquidated on a daily basis for each day the Contract Time is delayed due to a Compensable Excusable Delay. These liquidated indirect costs shall be paid to compensate CONTRACTOR for all indirect costs caused by a Compensable Excusable Delay and shall include, but not be limited to, all profit on indirect costs, home office overhead, acceleration, loss of earnings, loss of productivity, loss of bonding capacity, loss of opportunity and all other indirect costs incurred by CONTRACTOR. The amount of liquidated indirect costs recoverable shall be $1,000 per day for each calendar day the Contract is delayed due to a Compensable Excusable Delay. BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 48 (b) Non- Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of CONTRACTOR, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the CITY or Criteria Engineer / Program Manager, or (ii) is caused jointly or concurrently by CONTRACTOR or its subcontractors, suppliers or vendors and by the CITY or Criteria Engineer / Program Manager, then CONTRACTOR shall be entitled only to a time extension and no further compensation for the delay. ARTICLE 53 MISCELLANEOUS 53.01 ROYALTIES AND PATENTS All fees, royalties, and claims for any invention, or pretended invention, or patent of any article, material, arrangement, appliance or method that may be lIsed upon or in any manner be connected with the construction of this Project or appurtenances, are hereby included in the prices stipulated in this Agreement for said Project. 53.02 DATUM All elevations are referred to as U.S.C.E. MLW Bay Datum. 53.03 RIGHTS OF VARIOUS INTERESTS Whenever work being done by CITY'S forces or by other contractors is contiguous to work covered by this Agreement, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 53.04 ASSIGNMENT This Agreement shall not be assigned or subcontracted as a whole or in part without the written consent of the City, nor shall DESIGN/BUILD FIRM assign any monies due or to become due to it hereunder, without the prior written consent of the Contract Administrator. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 49 53.05 NO INTEREST Any monies not paid by CITY when claimed to be due to DESIGN/BUILD FIRM under this Agreement shall not be subject to interest. However, the provisions of CITY'S prompt payment ordinance, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes, as such relates to the payment of interest, shall apply to valid and proper invoices, 53.06 OWNERSHIP OF DOCUMENTS Drawing, specifications, design, models, photographs, computer AutoCAD disks, reports, surveys, and other data provided in connection with this Agreement and for which CITY has rendered payment, are and shall become and remain the property of CITY whether the Project for which they are made is executed or not. If this Agreement. is terminated for any reason prior to completion of the work, CITY may, in its discretion, use any design and documents prepared hereunder for the purpose of completing the Project, provided that CITY has paid for same; and provided further that if such termination occurs prior to completion of documents and/or through no fault of DESIGN/BUILD FIRM; DESIGN/BUILD FIRM shall have no liability for such use; and provided further that any reuse without the written verification or adaptation for the specific purpose intended will be without liability or legal exposure to the DESIGN/BUILD FIRM. At the completion of the Project, as part of the Project closeout, copies of all drawings on AutoCAD disks shall be transmitted from DESIGN/BUILD FIRM to the Contract Administrator within seven (7) calendar days of termination of this Agreement in addition to the Jecorddrawing. The provisions of this clause shall survive the completion of this Agreement and shall thereafter remain in full force and effect. Any compensation due to DESIGN/BUILD FIRM shall be withheld until all documents are received as provided herein. Notwithstanding the foregoing, the CITY retains ownership. of any and all documents provided to the DESIGN/BUILD FIRM and has full use thereof without any further payment. 53.07 RECORDS DESIGN/BUILD FIRM shall keep such records and accounts and require any and all architects, consultants and subcontractors to keep records and accounts as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of the Project pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. BID NO: 36-05/06 DATE: 06/23106 CITY OF MIAMI BEACH 50 53.08 NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT DESIGN/BUILD FIRM shall not unlawfully discriminate against any person in its operations and activities in its use or expenditure of the funds or any portion of the funds provided by this Agreement and shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act in the course of providing any services funded in whole or in part by CITY, including Titles I and 11 of the (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. DESIGN/BUILD FIRM'S decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully or appropriately used as a basis for service delivery, DESIGN/BUILD FIRM shall comply with Title I of the Americans with Disabilities Act regarding nondiscrimination on the basis of disability in employment and further shall not discriminate against any employee or applicant for employment because of race, age, religion, color, gender, sexual orientation, national origin, marital status, political affiliation, or physical or mental disability. In addition, DESIGN/BUILD FIRM shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, termination, rates of pay, other forms of compensation, terms and conditions of employment, training (including apprenticeship), and accessibility. DESIGN/BUILD FIRM shall take affirmative action to ensure that applicants are employed and employees are treated without regard to race, age, religion, color, gender, sexual orientation, national origin, marital status, political affiliation, or physical or mental disability during employment. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, termination, rates of pay, other forms of compensation, terms and conditions of employment, training (including apprenticeship), and accessibility. DESIGN/BUILD FIRM shall not engage in or commit any discriminatory practice in violation of the CITY'S Human Rights Act in performing the Scope of Services or any part of the Scope of Services of this Agreement. 53.09 NO CONTINGENT FEE DESIGN/BUILD FIRM warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for DESIGN/BUILD FIRM to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely BID NO: 36-05/06 DATE: 06/23106 CITY OF MIAMI BEACH 51 for DESIGN/BUILD FIRM, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the Contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. 53.10 ALL PRIOR AGREEMENTS SUPERSEDED: AMENDMENTS The Contract Documents incorporate and include all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in the Contract Documents. Accordingly it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written, It is further agreed that no modification, amendment or alteration in the. terms or . conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. . . 53.11 NOTICES Whenever either party desires to give notice unto the other, it must be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified; and the place for giving of . notice shall remain such until it shall have been changed by written notice in compliance . with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice, to wit: FOR CITY: Jorge E. Chartrand, CIP Director Capital Improvement Projects (CIP) Office 777 17th Street, Suite 201 Miami Beach, Florida, 33139 FOR DESIGN/BUILD FIRM: David A. Mancini, President Ric-Man International, Inc 2601 Northwest 48th Street Pompano Beach, Florida, 33073 53.12 TRUTH-IN-NEGOTIATION CERTIFICATE Signature of this Agreement by DESIGN/BUILD FIRM shall act as the execution of a truth-in-negotiation certificate stating that wage rates and other factual unit costs supporting the compensation of this Agreement are accurate, complete, and current at BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 52 .' .~ the time of contracting. The original Contract price and any additions thereto shall be adjusted to exclude any significant sums by which CITY determines the Contract price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such Contract adjustments shall be made within one (1) year following the end of this Agreement. 53,13 INTERPRETATION The parties hereto acknowledge and agree that the language used in this Agreement expresses their mutual intent, and no rule of strict construction shall apply to either party hereto. The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as "herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to the particular sentence, paragraph or section where they appear, unless the context requires otherwise. Whenever reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as CI whole, including all of the subsections and subparagraphs of sLlch Section or Article, unless the reference is expressly made to a particular subsection or subparagraph of such Section or Article. 53.14 RECYCLED CONTENT In support of the Florida Waste Management Law, DESIGN/BUILD FIRM is encouraged to supply any information available regarding recycled material content in the products provided. CITY is particularly interested in the type of recycled material used (such as paper. plastic, glass, metal, etc,); and the percentage of recycled material contained in the produ<::t. CITY also requests information regarding any known or potential material content in the product that may be extracted and recycled after the producthas served its intended purpose. 53.15 PUBLIC ENTITY CRIMES ACT In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes. a p~son or affiliate who is a contractor, consultant or other provider, who has been pi ced on the convicted vendor list following a conviction for a Public Entity Crime, may no submit a bid on a contract to provide any goods or services to the CITY, may not submit a bid on a contract with the CITY for the construction or repair of a public building or public work, may not submit bids on leases of real property to the CITY, may not be awarded or perform work as a contractor supplier, subcontractor or consultant under a contract with the CITY and may not transact any business with the CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section shall result in cancellation of the CITY purchase and may result in debarment. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 53 53.16 APPLICABLE LAW AND VENUE This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall be in Miami-Dade County, Florida. BY ENTERING INTO THIS CONTRACT, DESIGN/BUILD FIRM AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF THE PROJECT. DESIGN/BUILD FIRM SHALL SPECIFICALLY BIND ITS PROJECT TEAM MEMBERS AND ANY AND ALL SUBCONTRACTORS TO THE PROVISIONS OF THE CONTRACT. [Intentionally left blank] BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 54 IN WITNESS WHEREOF, the parties have set)i1e1 h /ds and seals the day and year first above written. ATTEST: _llnuA6 Ecv ~ Robert Parcher, City Clerk IAMI BEACH, FLORIDA DBF MUST EXECUTE THIS CONTRACT AS INDICATED BELOW. USE CORPORATION OR NONCORPORATION FORMAT, AS APPLICABLE. [If incorporated sign below] ATTE.ST: /~ ( / DESIGN/BUILD FIRM .__i,._~. c.. ~___~~_b~~ ~.~0Q. \ (Nan , . Corporation) By: (Corporate Seal) ~VI'_~__ ~(\\ (Print Name and Title) Gle_day o€t-~, 2ofl'::f: [If not incorpowted sign below] DESIGN/BUILD FIRM WITNESSES: -~p-_.'-"----"----- --.---.------.---.---- (Name of Firm) -----------.-- By: . ------ (Signature) (Print Name and Title) __day of _ ,20_ CITY REQUIRES FIVE (5) FULLY-EXECUTED CONTRACTS, FOR DISTRIBUTION. APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ?Jtt ID7 ,)-' Date BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 55 C' INVITATION TO BID FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF -WAY INFRASTRUCTURE IMPROVEMENT PROJECT ITB # 36-05/06 CITY CLERK BID OPENING: August 15, 2006 Gus lopez, CPPO, Procurement Director PROCUREMENT DIVISION 1700 Convention Center Drive, Miomi Beoch, Fl 33139 www.miomibeochfl.gov F: \PURC\$ALl \Roman \bid~ \06 \36-05-06 \ITB-3 6-05.06_ doc CITY OF MIAMI BEACH 1 (9 MIAMIB.EACH COMMISSION ITEM SUMMARY Condensed Title: A Resoluijon Accepting the City Manager's Recommendation Relative to the Ranking of Contractors Pursuant to Invitation to Bid (ITB) No, 36-05106 for Design/Build Services for Neighborhood No.7 - Nautilus Rieht-of-Wav Infrastructure Imorovement Proiect. Ke Intended Outcome Su orted: . Ensure Well-Desi ned Quali Ca ital Pro'ects Issue: I Shail the City Commission adopt the Resolution? Item SummarY/Recommendation: The City of Miami Beach requires the services of a Design/Build Firm for the design and construction of the Neighborhood No.7 - Nautilus Right-of-Way Improvements Project (the 'Project"). The DesignlBuild Firm (DBF) wiil be responsible for the design, construction, and construction management associated with the work related to earthwork, roadway narrowing, milling and resurfacing, driveway paving, Sidewalk construction; water main Instailation and water services relocation; storm drainage infrastructure instailatJon; roadway i1ghting and streetscapelplantinglmprovements. A Design Criteria Package has been prepared which includes conceptual specifications and plans for the clvil, electrical, mechanical, structural and landscaping disciplines, BidNet Issued bid notices to 206 prospective bidders, resulting In 50 proposers requesting the ITB document, which resulted in the receipt of bids from the foilowing Contractors: . Lanzo Construction Company Florida; . Magnum Construction Management Corporation (MCM); and . Ric-Man International, Inc. The City Manager via Letter to Commission (LTC) No. 207-2006, appointed an Evaluation Committee (the 'Committee') consisting of the foilowlng individuals: . Karen Rivo, Neighborhood Leadership Academy, Miami Beach Resident (Chair) . Sara Gutierrez, General Obligation Board Oversight Board . Fernando Vazquez, PE, City Engineer, CMB Public Works Department . Keith Mizeil, Project Manager, Capital Improvement Projects Office (CIP) . Jo Admundsson, Neighborhood Leadership Academy, Lakevlew Home Owners Association Member On September 18, 2006, the appointed City Manager Committee convened and ranked ail three bidders accordingly: 1) Rlc-Man International, Inc, 2) Lanzo Construction Company Florida 3) Magnum Construction Management Corporation (MCM) ACCEPT THE CITY MANAGER'S RECOMMENDATION AND AUTHORIZE NEGOTIATIONS. Advisory Board Recommendation: IN/A Financlal'lnformatlon" . Source of Amount Account Approved Funds: 1 I I 2 OBPI Totel FlnanclallmDact SummarY: City Clerk's OffIce Legislative TraCking: I Gus Lopez, ext 6641 SI n-Offs: Oepa GL City Manager JMG ummary.doc e MIAMI BEACH 514 AGENDA ITEM DATE R7D lo-ll...()(, . e MIAMI BEACH City of Miami Beach, 1700 Convention Cenler Drive, Miami Beach, Florida 33139, www.miamibeachR.gov COMMISSION MEMORANDUM FROM: Mayor David Denner and Members of the City Commission Jorge M. Gonzalez, City Manager \ ~ October 11, 2006 U TO: DATE: SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TOP RANKED CONTRACTOR OF RIC-MAN INTERNATIONAL, INC., THE LOWEST AND BEST BIDDER PURSUANT TO INVITATION TO BID (ITB) NO. 36-05/06, FOR DESIGNIBUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF -WAY INFRASTRUCTURE IMPROVEMENT PROJECT; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE AN AGREEMENT WITH RIC-MAN INTERNATIONAL,INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE SECOND RANKED CONTRACTOR OF LANZO CONSTRUCTION COMPANY. ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. ANALYSIS The City of Miami Beach requires the services of a Design/Build Finn for the design and construction of the Neighborhood No.7 - Nautilus Right-of-Way Improvements Project (the "Project"), The Design/Build Firm (DBF) will be responsible for the design, construction, and construction management associated with the work related to earthwork, roadway narrowing, milling and resurfacing, driveway paving, sidewalk construction; water main installation and water services relocation; stonn drainage infrastructure installation; roadway lighting and streetscape/planting improvements. A Design Criteria Package has been prepared which includes conceptual speCifications and plans for the civil, electrical, mechanical, structural and landscaping disciplines. The work to be perfonned under this Contract shall consist of providing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, Including fuel, power, water, and essential communications, and perfonning all work, or other operations required for the fulfillment of the Contract In strict accordance with the Contract Documents. The work shall be complete, and all work, materials, and services not expressly Indicated or called for in the Contract Documants which may be necessary for the complete and proper design and construction of the work in good faith shall be provided by the Design/Build Finn, The Project Location Area as shown on the attached Location Map (Attachment "A") is located in the "Middle Beach" area and bounded by the Surprise Waterway to the North, Biscayne Bay to the West, Pine Tree Drive to the East, and State Road 1121Arthur Godfrey Road (W. 41 st Street) to the South. Areas to be affected by the proposed improvements include but are not limited to North Bay Road, Nautilus Drive, Nautilus Court, Michigan Avenue, Jefferson Avenue, Adams Avenue, N. Meridian Avenue, Chase Avenue, Prairie 515 Commission Memo Invnetion to Bid (ITB) No. 36-05/06 for OeslgnlBulld Slrvlcos for Neighborhood NO.7 - Neutllus Right-of-Wey Infrestructure Improvement Project. October 11. 2005 Pege 2 of 11 Avenue, Post Avenue, Royal Palm Avenue, Sheridan Avenue, W. 48th Street, W. 47th Street, W. 47th Court, W.46th Street, W. 45th Street, W 44th Street, W 44th Court, W 43rd Street and Court, and W 42nd Street. The Flamingo Waterway Historic District lies within the boundary of the Nautilus Neighborhood. The neighborhood is divided in two by the Biscayne Waterway. The area to the West of the Biscayne Waterway is commonly known as Nautilus West and the area to the East of the Biscayne Waterway as Orchard Park, Areas not included in the proposed improvements include, SR907/Alton Road, Pine Tree Drive, and W, 42nd Street (between Prairie Avenues and Pine Tree Drive.) The proposed improvements to be performed for this project are based upon the Basis of Design Report for Neighborhood No.7 - Nautilus prepared by Reynolds, Smith and Hills, Inc. SCOPE OF SERVICES The Basis of Design Report (BOOR) was developed with input from the residents through two (2) Community Design Workshops and City staff and was approved by the City of Miami Beach City Commission. The proposed improvements include but are not limited to: 1, Streetscape Improvements o Roadway Milling and Resurfacing o Landscaping within the Right-of-Way o Sidewalk Extensions (ADA ramps) o Damaged Sidewalk Replacement o Lighting Upgrades (Nautilus West) o Lighting Upgrades (Orchard Park) o Driveway Apron Restoration o Swale Reclamation o Removal of Encroachments o Street Narrowing o Addition of Speed Table o On-Street Parking Improvements o Specialty Project Improvements a. Reconfiguration of W. 42nd Street between Michigan Avenue and Meridian Avenue b. Reconfiguration of the intersection of Prairie Avenue/Chase Avenue 2. Stormwater Improvements The Improvements to the stormwater system are limited to the 3 priority drainage basins in the Nautilus Neighborhood as identified in the City of Miami Beach Comprehensive Stormwater Management Master Plan. o Design and installation of approximately 16,330 L.F. of HOPE and RCP conveyance pipe ranging in size from 18-inch through 60-inch. o Design and installation of approximately 92 inlets and 74 drainage manholes. o Design and installation of approximately 55 gravity drainage wells and 10 pressurized drainage wells. o Design and installation of 2 stormwater pumping stations. The proposed improvements listed above represent a summary of the current design approach as shown on the Conceptual Plans and Specifications, However, the DesignlBuild Firm shall be responsible for satisfying the City's design criteria and verify compliance with the requirements set forth in Section 01000 of the Design Criteria Package prepared by ReynoldS Smith and Hills, Inc. 516 Commission Memo Invitation to Bid (ITB) No. 36-05106 for OeslgnlBulld Services for Neighborhood No. 7 - Nautilus Right-of-Way Infraslnlcwre Improvement Project. October 11, 2006 Paga3of11 A detailed description of the recommended improvements and required level of service are identified in the Section entitled "Professional Services". 3. Water Systems Improvements . Design and installation of approximately 17,500 L.F. (Priority 2) of new 8-inch DIP water main. . Design and installation of approximately 16,444 L.F. (Priority 3) of new B-inch DIP water main. . Design and relocation of approximately 172 water meters and service lines from near easements to the sidewalks thru trenchless technology. ITa PROCESS AND CONTRACTOR EVALUATION On June 23, 2006, the City's Procurement Division issued Invitation to Bid (ITB) No. 36- 05/06 for Design/Build Services for Neighborhood No. 7 - Nautilus Right-of-Way Infrastructure Improvement Project, The purpose ofthis ITB is to obtain bids from qualified General Contractors to provide all DesignlBuild services for Nautilus Neighborhood No, 7. A non-mandatory Pre-Bid meeting was held on July 20, 2006 at the City of Miami Beach City Hall. Prospective bidders were provided information as to the Scope of Work, the Evaluation Criteria, Best Value Procurement, and of all required documentation to be submitted with their bid. BidNet issued bid notices to 206 prospective bidders, resulting in 50 proposers requesting the ITBdocument, which resulted in the receipt of bids from the following Contractors: . Lanzo Construction Company Florida; . Magnum Construction Management Corporation (MCM); and . Ric-Man Intemational, Inc, The City Manager via Letter to Commission (LTC) No, 207-2006, appointed an Evaluation Committee (the "Committee") consisting of the following individuals: . Karen Rivo, Neighborhood Leadership Academy, Miami Beach Resident (Chair) . Sara Gutierrez, General Obligation Board OVersight Board . Femando Vazquez, PE, City Engineer, CMB Public Works Department . Keith Mizell, Project Manager, Capital Improvement Projects Office (CIP) . Jo Admundsson, Neighborhood Leadership Academy, Lakeview Home Owners Association Member On September 18,2006, the Committee convened, the Committee was provided Scope of Work information by Mr. Bert Vidal of Hazen and Sawyer, the City's Program Manager, Procurement Division provided evaluation surveys on all three (3) firms and Ms. Sarah Goodridge, PhD student, of Florida Intemational University provided insight on "Best Value Procuremenf and recommended questions (see Attachment No. B) that could be used during the evaluation of the Contractors, The Committee also discussed the Evaluation Criteria, which was used to evaluate and rank the Contractors. The Evaluation Criteria was articulated in detail in the Bid Document as well other Addenda issued by the City's Procurement Division, The Evaluation Criteria used by the Evaluation Committee is as follows. 517 Commission Memo Invitation 10 Bid (ITB) No. 36-05106 for OesignlBulld Services for Neighborhood No. 7 - Nautilus Right-of-Way Infrastructure Improvement Project October 11. 2006 Page 4 of 11 -'<"+-~- EVALUATION COMMITTEE EVALUATION/SELECTION PROCESS The Committee will utilize a two-step process pursuant to Section 287.055 (9) (c)(2), Florida Statutes. The first phase will consist of the qualitative criteria listed below. The second phase will consist of qualitative and quantitative criteria (overhead and profit percentage) as addressed below. The Evaluation Committee shall base its recommendations upon the following qualitative evaluation criteria and quantitative (overhead and profit percentage) criteria, A maximum of 100 points may be assigned to a bidder in each of the phases, Phase 1: The Evaluation Committee shall first evaluate each bidder based on the qualitative criteria no less than three bidders. The ranked bidders shall proceed to the next evaluation step (Phase 2), and shall keep the points allocated by the Committee during Phase 1. Phase I: Qualitative Criteria Maximum Points 100 Risk Assessment Plan 40 Past Work Performance Evaluation Surveys 35 Qualifications of Firm 25 Maximum Point Total 100 points Phase 2: The Committee utilized the following qualitative and quantitative criteria for each firm, The Committee shall interview the personnel of no less than three bidders. The interview process was worth 45 points. After the Evaluation Committee submit their ranking of the Phase 2 qualitative criteria, the sealed price proposals (including the bidder's overhead and profit percentage) of the ranked bidders was opened by the City's Procurement Director publicly. The quantitative evaluation (Phase 3) of the Bid was based on the bidder's cost proposal and overhead and profit. The maximum points for quantitative criteria, is 35 points. The Evaluation Committee shall add the qualitative and quantitative point totals for the ranked bidders, The Evaluation Commillee will recommend and rank the three (3) bidders. Phase 2: Qualitative Criteria Maximum Points 45 Interview of Personnel 45: (Only additional points added to Phase 1 scores) Phase 3: Quantitative Criteria Maximum Points 35 Cost Proposal to include Overhead & Profit. Maximum PointTotal180 points The Committee was able to discuss the above criteria in length. they proceeded to score the Qualitative Phase I which included the Risk Assessment Plan; Past Work Performance Evaluations Surveys; and the Qualifications of the Firm. After the Committee provided their scores for Phase I, the Committee proceeded to the Qualitative Phase 2, Personnel Interviews, which included a small Presentation by each Bidder, followed by 45 minute interviews, were the Lead Designer and the Construction Project Manager of each Contractor were questioned extensively. 518 Comml&8ion Memo Invitation to Bid (ITB) No. 36-05106 for DeslgnlBulld Services for Nelghbo<tlood No.7 - Nautilus Rlght-of.Way InfraslnJcllJre Improvement Project October 11, 2006 Page 60f11 Upon completion of the Qualitative Phase 2, the Evaluation Committee carried over the scores for the Qualitative Phase 1 and added their score for Phase 2, the tabulation of Qualitative Phases 1 and 2 are as follows: QUALITATIVE PHASE 1 SCORES Evaluation Committee Member Company Karen Rlvo Keith Sara Fernando Jo (Chair) Mizell Gutierrez Vazquez Admundseon Lanzo Construction Comoanv Risk Asseesment Plan 13.3 22 24 20 34 Past Work Performance 25 23 28 25.5 25 Qualifications of Firm 25 19 17 13,5 19 TOTALS: 63.3 64 69 59 78 MCM COI'D. Risk Assessment Plan 25.3 19.3 19.3 24 38.6 Past Work Performance 28 28 25 28.4 29 Qualifications of Firm 9 21 17 14.5 18 TOTALS: 82.3 68.3 61.3 66.9 83.6 Rlc-Man International. Inc, Risk Assessmant Plan 18.6 22.6 31.3 28.6 21.3 Past Work Performance 30 32 30 30.75 32 Qualifications of Firm 25 25 25 18 21 TOTALS: 73.6 79,6 86.3 77.35 74.3 QUALITATIVE PHASE 2 SCORES Evaluation Committee Member Company Karen Rlvo Keith Sara Femando Jo (Chair) Mizell Gutierrez Vazquez Admundsson Lanzo Construction ComDanv Parsonnellntervlew I 31,5 I 18.9 I 22.5 15,3 I 33.3 MCM COI'D, Personnel Interview I 39.6 r 22.95 I 29.7 I 35.77 I 36 Rlc-Man Intematlonal Inc. Personnel Interview I 42.3 I 34,65 I 42.3 I 44.55 I 40.5 Company Karen Rlvo (Chair) Keith Mizell Sara Gutierrez Fernando Vazquez Jo Admundason Lanzo Construction Com n Phase 1 Phase 2 Rlc-Man International Inc. Phase 1 Phase 2 519 Commission Memo Invllation 10 Bid (ITB) No. 36-05/06 for Deslgn/Bulld Services for Neighborhood No.7 - Nautilus Right-aI-Way Infrastructure Improvement Project October 11, 2006 Pege60tll Immediately after the completion of the Qualitative Criteria scoring by the Committee the Procurement Director publicly opened the sealed price proposalS and sealed overhead and profit percentages, The bid price as well as the Overhead and Profit are as follows for all three bidders: Lanzo Construction Company MCM Corp. Rio-Man International, Inc, Bid Price:$27,142,025.00 15% overhead and 10% profit Bid Price:$42,305.025.00 5% overhead and 10% profit Bid Price:$27,110,221.00 10% overhead and 12% profit The Evaluation Committee discussed scoring options and opted to score based on each members judgment as to the bid price and their evaluation of the overhead and profit margins, it was logical to the Committee that the lowest bid should receive the highest score of the 35 points allotted for Quantitative Phase III, The other 2 bidders would receive proportionate scores based on each member's judgment. The following are the Quantitative scores: QUANTITATIVE PHASE 3 SCORES Evaluation Committee Member Karen Keith Sara Fernando Company Rlvo Jo Admundaaon (Chalrl Mizell Gutierrez Vazquez Lanzo Conatructlon COmDany Bid Price - OVerhead/orofit I 18 125 133 112.53 120 MCM Com, Bid Price - OVerhead/orofit 10 5 128 0 18 Rlc-Man International Inc. Bid Prica - OVarhead/orofit 135 132 132 112.57 35 Upon completion of the Quantitative Phase 3 scoring the Committee added both .the Qualitative and Quantitative score to arrive at a final grand total score which was used to rank and three bidders. FINAL SCORE Qualitative & Quantitative Evaluation Committee Member Karan Keith Rlvo (Chair) Mizen Sara Gutierrez Fernando Vazquez Jo Admundaaon Company Lanzo Conatructlon Com n QualltaUve 94.8 QuanUtative 18 82.9 25 111.3 20 3 520 Commission Memo Invitation to Bid (ITB) No. 36-05106 for OeslgnlBulld Services for Neighborhood No.7 - Nautilus Rlght-of-Wey Infrastructure Improvement ProjecL October 11. 2006 Pege70fll Upon completion of the Qualitative and Quantitative scoring the Committee alTived at consensus and ranked accordingly: LEGEND: ~IC-Man In~matiOnal, Inc. 5 First place scores = TOTAL 5 Ranked 1 st }t'nzo Con~ction Company 3 Second place scores=6 + 2 Third Place scores=6 = TOTAL 12 Ranked 2nd MCM Com. (Ranked 3rd\ 2 Second nlace scores=4 + 3 Third Dlace scores=9 = TOTAL 13 RIC-MAN INTERNATIONAL, INC. The RIC-MAN Intemational TEAM is composed of the following: . RIC-MAN International, Inc. - Prime Contractor . A & P Consulting Transportation Engineers, Corporation - Prime Designers . Chen and Associates - QA/QC and MOT Design . Rosenberg Design Group - Landscape Design . Geosol, Inc. - Geotechnical Engineering . Polaris 3 Surveyors and Mappers - Surveying Services The following highlights RIC-MAN Intemational, Inc.'s TEAM commibnent and accomplishments: . Past experience in DesignlBuild Projects. The RIC-MAN Team just recently successfully completed one of the largest renovation and reconstruction roadway projects for the City of Miami Beach. The Washington Avenue Project from 5110 Street to Lincoln Road, This project was completed ahead of time and within bUdget. . Past experience In Neighborhood Infrastructure Improvement Projects. RIC-MAN international has completed more than 6 neighborhood infrastructure improvement projects, . Design and Construction Project Management expertise, with the necessary support to maintain technical progress and implement manpower adjusbnents as required as required by the City during the length of the contract. . They will provide a results-oriented team with highly qualified Engineers and Contractors, . Contract coordination; as shown in the Washington Avenue project, keeping on- going communication through-out the life of the project with the City of Miami Beach Project Manager and Hazen and Sawyer the City's Program Manager. . APCTE's commitment to this project by assigning Mr. Carlos M. GiI-Mera, PE., one of the Principal's of APCTE as the Design Project Manager, Mr, Mera will be involved from the Notice to Proceed (NTP) throughout the design and Into the construction phase. REFERENCES: The City's Procurement Division secured a Kroll Financial Data Report which shows that RIC-MAN International, Inc, has been in business since 1982 as a General Contractor in the State of Florida, Their Tradeline and Financial Status is stable, and there are no Public Records Filings (Lawsuits) or any complaints through the Beller Business Bureau. 521 Commission Memo Invitation to Bid (ITB) No. 36-05/06 for Oesign/Bulld Services for Neighborhood No. 7 - Neutilus Right-of-Way Infrastructure Improvement Project October 11, 2006 Page 8 of 11 The following references are provided by previous clients of RIG-MAN Intemational. Inc, Mr. Dan Pollio, Project Manager City of Plantation Tumpike and Sunrise Boulevard Project "I would have no problem in working with Ric-Man in any other project I oversee" Mr. Pat McGregor, Project Manager Broward County, Florida Washington Park Watermain Replacement and Stormsewer Improvements "Worked well with residents to minimize complaints" Mr, Russell White, Public Services Manager City of Tequesta, Florida Watermain Replacement and Drainage System Improvements "I would hire them again" Mr. Steve Lucas, Project Manager, Suffolk Construction Streetscape Improvement Projects "Excellent Contractor, Albert Dominguez was always helpful" CONCLUSION The Administration recommends approval of the attached Resolution accepting the recommendation of the City Manager pertaining to the Ranking of Bids raceived, authorizing the Administration to enter into negotiations with Top-Ranked Contractor of Ric-Man International, Inc., the Lowest and Best Bidder pursuant to Invitation to Bid (ITB) No. 36- 05/06, for Design/Build Services for Neighborhood No. 7 - Nautilus Right-of-Way Infrastructure Improvement Project; and should the Administration not be able to successfully negotiate an Agreement with Ric-Man International, Inc., authorizing the Administration to enter into negotiations with the second-ranked Contractor of Lanzo Construction Company, T:IAGENOA\2006\ocl1106IRegularllTB-36-05-06A-Nautilus-MEMO.doc 522 Commission Memo Invitation to Bid (ITB) No. 36-05/06 for Design/Build Services for Neighborhood No.7 - Neutilus Right-of-Way Infrastruc:tura Improvement Project. October 11, 2006 Page9of11 ATTACHMENT "A" w W 511 ST. .0: .- -- . ... ~ - - N.t.S-. _. -_ - - - - - - . - - -- - BISCA YNE . - - - - BAY - - - ~I-: f ~-l. Q; - - - W. :57 ST. -z .- <( - -?; ~ NEIGHBORHOOD No. 7 - NAUTIlUS ROW IMPROVEMENlS PRD.ECT CITY OF MIAMI BEACH LOCA TlON MAP 523 Commission Memo Invitation to Bid (ITB) No. 36-lJ5I06 for OeslgnlBulld Selvlces for NeighborhOOd No.7 - Nautilus Right-of-Way Infrastructure Improvement Project Octobar 11, 2006 Paga10 of 11 DB PM Ouestions September t 8, 2006 ATTACHMENT "8" IDterview IDstmetioDs Give questions to the person being interviewed at the beginning of the interview session. Repeat eaclJ question twice. Ask clarification questions if the interviewee docs not answer the question to the satisfaction of the interviewers. Refrain the answering of questions to the interviewed person. If more than one key person is interviewed, keep the se<:ond individual outside of the interview room Wltil it is their turn. Rate the interviewed penon with the accompanying rating sheet. Answers should be short. Instruct the interviewed person that the interview time is only 20 minutes. JDtvvlew Time 20 minutes maximum Ouutloq. t. Are you comfortable with the tact that your answers here in this intcrview will become a part of your quality control plan and contract? 2. What design-build experience qualifies you to work on this project? 3. What similar projects have you worked on? 4. What is unique about this project? 5, What will you do differently on this project than previous projects that shows personal and company continuous improvement? 6. What will you do differently from other contractors on Ibis project? 7. What are your personal goals on this project? 8. From studying the requirements oflbis project, what do you see as the five largest risks in this project, and how will you minimize the risk8? 9. How will you verify and justify the prices for the contract using baselines, other project costs, best value bids? 10. How will you select your critical subcontractors? 11. Me you willing to select your critical subcontractors based on best value and not low price? 524 Commission Memo Invitation to Bid (ITB) No. 36-05106 for DesignlBulld Services for Neighborhood No.7 - Nautilus Right-of-Way Infrastructure Improvement Project October 11, 2006 Page 11 of 11 12, How will you minimize the chance of change orders once the contract is awarded? 13. Are you willing to do a prep1anning and quality control plan before tbe start of the project, and before I1OI\Struction begins? 14. Are you wiI1in& to take control of the project, and minimize the risk of nonperfonnance of all participants, even the ones who you do not have direct control over? ] S. Are you willing to send in a weekly risk report listing status and unfureseen risks, measuring your performance based on your own schedule and cost plan, and identifYin8 the best methods to minimi7-ll the risk? 16. Do you undenitand that the quality control plans (schedule, milestones, prioritized list of risks and minimization of risks, and QA plan) will be in your contract? 17. Are you willing to minimize the risk ofnolipClfu.w4I1ce of participants who are beyond your control, which includes proper coordination and preplanning? 18. Draw out the major activities during the design-build project with approximate time frames. Also identify the major decision points and risks in the project. You have _ minutes to answer this question. 525 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP RANKED CONTRACTOR OF RIC-MAN INTERNATIONAL, INC., THE LOWEST AND BEST BIDDER PURSUANT TO INVITATION TO BID (ITB) NO. 36"()5/06, FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO. 7 - NAUTILUS RIGHT-DF -WAY INFRASTRUCTURE IMPROVEMENT PROJECT; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE AN AGREEMENT WITH RIC-MAN INTERNATIONAL, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE SECOND RANKED CONTRACTOR OF LANZO CONSTRUCTION COMPANY; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS. WHEREAS, the City requires the services of a Design/Build Firm (DBF) for the design and construction of the Neighborhood No, 7 - Nautilus Right-of-Way Improvements Project (the .Project"); and WHEREAS, the DBF will be responsible for the design, construction, and construction management associated with the work related to earthwork, roadway narrowing, milling and resurfacing, driveway paving, sidewalk construction; water main installation and water services relocation; storm drainage infrastructure installation; roadway lighting and streetscape/planting improvements; and WHEREAS, the proposed improvements to be performed for this Project are based upon the Basis of Design Report for Neighborhood No.7 - Nautilus, prepared by the City's NE consultant, Reynolds, Smith and Hills, Inc.; and WHEREAS, ITB No, 36-05/06 was issued on June 23, 2006 with a Pre-Bid meeting held on July 20, 2006; and WHEREAS, BidNet issued bid notices to 206 prospective bidders, resulting in 50 proposers requesting the ITB document, which resulted in the receipt of bids from the following contractors: . Lanzo Construction Company Florida; . Magnum Construction Management Corporation (MCM); . Ric-Man International, Inc.; and WHEREAS, the City Manager via Letter to Commission (LTC) No. 207-2006, appointed an Evaluation Committee consisting of the following individuals: . Karen Rivo, Neighborhood Leadership Academy, Miami Beach Resident (Chair) . Sara Gutierrez, General Obligation Board Oversight Board . Femando Vazquez, PE, City Engineer, CMB Public Works Department . Keith Mizell, Project Manager, Capital Improvement Projects Office (CIP) . Jo Admundsson, Neighborhood Leadership Academy, Lakeview Home Owner Association Member; and 526 WHEREAS, on September 18, 2006, the Committee convened and were provided the Project scope of work information by Mr. Bert Vidal of Hazen and Sawyer, the City's Program Manager; and WHEREAS, the Committee utilized a two-step selection process, as required for design-build contracts pursuant to Section 287.055 (9) (c) (2), Florida Statutes; with the first phase consisting of the qualitative criteria, and the second phase consisting of qualitative and quantitative criteria (overhead and profit percentages); and WHEREAS, the Evaluation Committee evaluated each bidder utilizing the following qualitative criteria and assigned points: Phase I: Qualitative Criteria . Risk Assessment Plan 40 points . Past Work Performance Evaluation Surveys 35 points . Qualifications of Firm 25 points . Maximum Point Total 100 points; and WHEREAS, after the Committee had ranked all three (3) bidders as part of the Qualitative Phase 1, the ranked bidders proceeded to the next qualitative evaluation step, the Personnel Interviews (Phase 2), worth 45 points, and kept the points allocated by the Committee during Phase 1; and WHEREAS, immediately after the completion of the Qualitative Criteria scoring (Phase 1 and 2) by the Committee, as part of the Quantitative Criteria (Phase 3), worth 35 points, the Procurement Director publicly opened the sealed price proposals and sealed overhead and profit percentages, which are as follows: . Lanzo Construction Company Bid Price:$27,142,025,OO 15% overhead and 10% profit . MCM Corp, Bid Price:$42,305,025.00 5% overhead and 10% profit . RiG-Man International, Inc. Bid Price:$27,110,221.00 10% overhead and 12% profit; and WHEREAS, upon completion of the Quantitative Phase 3 scoring, the Committee added both the qualitative and quantitative scores to arrive at a final grand total score which was used to rank the three (3) bidders; and WHEREAS, upon completion of the qualitative and quantitative scoring the Committee arrived at consensus and ranked accordingly: RiG-Man Intemational, Inc. (Ranked 1st) Lanzo Construction Company (Ranked 2nd) MCM Corp. (Ranked 3rd); and WHEREAS, the City Manager has reviewed the Evaluation Committee's recommendation, and recommends that the Mayor and City Commission accept the 527 Committee's recommendation, relative to the ranking of firms pursuant to ITB No. 36- 05/06. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission accept the recommendation of the City Manager pertaining to the ranking of bids pursuant to Invitation to Bid (ITB) No. 36-05/06, for Design/Build Services for Neighborhood No.7 - Nautilus Right-of-Way Infrastructure Improvement Project; authorize the Administration to enter into negotiations with the top-ranked contractor, Ric-Man International, Inc., as the lowest and best bidder; and should the Administration not be able to successfully negotiate and Agreement with Ric-Man International, Inc., authorizing the Administration to enter into negotiations with the second ranked contractor of Lanzo Construction Company; and further authorizing the Mayor and City Clerk to execute an Agreement upon conclusion of successful negotiations. PASSED and ADOPTED this _ day of ,2006. ATTEST: MAYOR CITY CLERK APPROVED AS TO FORM & lANGUAGE & FOR EXECIJTI()N 4:J:~ T:IAGENDA120061oc11106\RegularlITB-36.Q5-06A-Nautilus-RESD.doc 528 OFFICE OF THE CITY ATTORNEY ~ tfJ1Oum;~ F L o R D A JOSE SMITH City Attorney - Telephone: (305) 673-7470 Facsimile: (305) 673-7002 COMMISSION MEMORANDUM DATE: October 11, 2006 TO: MAYOR DAVID DERMER MEMBERS OF THE CITY COMMISSION CITY MANAGER JORGE GONZALEZ FROM: JOSE SMITH D __U CITY ATIORNEY~ . SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, REAFFIRMING THE CITY OF MIAMI BEACH'S CULTURAL AND BUSINESS EXCHANGE PROGRAM WITH CIllNA AS SERVING A PUBLIC PURPOSE, AND AUTHORIZING THE ACCEPTANCE OF DONATIONS MADE TO THE CITY FOR Tms CITY PROJECT AND FURTHER ACCEPTING FUTURE DONATIONS FOR THIS PURPOSE, SUBJECT TO RATIFICATION BY THE MAYOR AND CITY COMMISSION; AND AUTHORIZING THE CITY MANAGER OR IDS DESIGNEE TO MAKE SUCH EXPEDITURES AND/OR REIMBURSEMENTS FROM THE AFORESTATED DONATIONS, AS WELL AS FUTURE DONATIONS, IN FURTHERANCE OF AND CONSISTENT WITH THE AFORESTATED CULTURAL AND BUSINESS EXCHANGE PROGRAM. The Miami Beach City Commission has authorized Vice-Mayor Jerry Libbin to work on a cultural and business exchange program with China, which program is to involve minimal use of City personnel and be at no expense to the City. The City Commission authorized this exchange program in Order to promote art, cultural, educational and business/tourism exchanges between the City of Miami Beach and Beijing, in recognition of the public benefit resulting therefrom. The attached resolution formally reaffinns the public purpose for this cultural and business exchange Agenda Item 1700 Convention Center Drive - Fourth Floor - Miami Beachi Date 529 R7E {o- 1l-oC, e MIAMI BEACH City of Miami leach, 1700 Convenlion Cenler Drive, Miami Beach. Florida 33139, www.miomibeochfJ.gov PROCUREMENT Division Tel: 305-673.7490, Fox: 305-673.7851 INVITATION TO BID (ITB) NO. 36.05/06 ADDENDUM NO.1 August 9, 2006 FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT .OF. WAY INFRASTRUCTURE IMPROVEMENT PROJECT Is amended as follows: I. CHANGE: The deadline for receipt of bids from August 15, 2006 to August 24,2006 at 3:00 p.m. II, ADD: The Design Build Firms that will be shortlisted by the Evaluation Committee shall be prepared for interviews on August 30. 2006, All key staff shall attend. The key staff include, an Officer of the Design Build Firm, the Lead Construction Manager (the person in the field) and the Lead Design Effort Manager (the lead person from the lead design firm responsible for COOrdinating the entire design effort) III. A subsequent Addendum (No, 2) will be issued to answer questions from prospective bidders, Contractors/Firms are required to acknowledge receipt of this Addendum NO.1 on Bid Page 158, "Acknowledgement of Addenda", CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director je F:\PURCI$ALLIRomanlblds\06UTB 36-05-06A 1.doc We ore committed 10 providing excellelll public service and 50fety 10 011 who /ivtt, work. and ploy in aUI ~.jb(anf, Ilopicol. hiSloric commllnity. <e MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT Division Tel: 305-673.7490, Fax: 305-673-7851 INVITATION TO BID (ITB) NO. 36-05/06 ADDENDUM NO.2 August 15, 2006 FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF- WAY INFRASTRUCTURE IMPROVEMENT PROJECT is amended as follows: I. Final deadline for questions in reference to this bid has been scheduled for August 17,2006 by 5:00 p.m. II, In response to requests for additional information received from prospective Contractors by the Administration, the subject ITB is hereby amended as follows: 1. Q. In your Invitation to Bid package for the Design/Build Services for Neighborhood No. 7- Nautilus project it lists that the construction contractor must hold prequalification from the Miami Dade Business Development Department in the following categories: 1. Grading 2. Drainage 3. Paving 4. Fencing 5. Grassing, Seeding, and Sodding 6. Landscaping 7. Pavement Markings and Roadway Signing However, DBD only pre qualifies CBE firms for those categories. Only small firms have those pre qualifications. Most large construction firms will not have those pre qualifications from DBD. Please review this requirement and advise me if there will be any changes to this requirement. A, The bidder must submit documentation with its bid that the Construction team members are certified or licensed by the State of Florida Department of Business and Professional Regulation, for the categories listed above. 2. Q. As we understand it now, we provide the reference list of our former clients and their representative/contact and then forward to them the survey form and profile tab. This is where we are confused. The profile tab looks like it is for the subcontractors used on the job. If so, are we to contact each of the subcontractors or is the client supposed to do this. And once said contact is made, what information are we supposed to obtain? Are we looking for the surveys from the subs/vendors or are we looking for completed client surveys from them. We simply do not understand this process. Please clarify. A. For each team component that the City has requested past performance information on, a reference list and profile should be submitted to the City. The profile tab should identify the role the individual will perform and be completely filled out. ~\,<:" -:He, :.""N;;,':l,:c,1' \" i)Ie'''''C.',;;':; /J..,;'lr','i; p,:H; . .,-,}'(.',', (";")'(1" -""'.1',:1.'); i',-'(J.'CUI ""':1.",,;( ,-"10ml:nil\ The former client should be forwarded the appropriate performance evaluation survey (designer or contractor) with the name of the project, name ofthe former client's representative, the name ofthe company(s), and or individual(s) in the appropriate places. After completing the rating the former client should forward the performance evaluation survey directly to the City of Miami Beach, Procurement Department. 3. Q. To what extent can we rely on the Conceptual Documents during the Bid Process? For example, during final design by the DB firm it is determined that a substantial increase in injection wells is required. Would the City accept change orders for the increase? A, As noted under Section 01000, Article 2(a), the conceptual Stormwater drawings show 55 gravity drainage wells and 10 pressurized drainage wells. The Bidder's price should be based on this quantity of wells. However, it should be noted that the design drawings are conceptual in nature and it is the responsibility of the DB Firm to review, revise and finalize the design to meet specified performance criteria and jurisdictional permitting requirements as per Section 01000, Article 1.02(2)(a), Any adjustments to construction cost that may arise from a final design which deviates from the conceptual plan will be addressed in accordance with requirements of the Agreement 4. Q. Spec section 02662 (Part 1.02, paragraph C,) indicates, "Not all existing water and fire service connections to be installed or transferred are shown on the conceptual drawings. Can the City include an allowance forthis cost since there is not enough time to verify and locate all the connections and transfers prior to bid date? A. Bidders shall assume that each individual parcel of property requires one service connection. 5. Q. Please review and advice the attached Request for Information (RFI) No.1. Please clarify the following comments/questions with the City of Miami Beach: a) It is our interpretation that the Equal Benefit Ordinance doesn't apply to Engineering, Architect and Surveying according to page 24. Is our interpretation correct? A, The City's Equal Benefits Requirements Ordinance does not apply to the acquisition of professional architectural, engineering, landscape architectural, or survey and mapping services procured pursuant to Chapter 287,055, Florida Statutes (the Consultants' Competitive Negotiation Act (CCNA)). The CCNA exemption to the City's Equal Benefits Requirements applies for the selection of the aforementioned professional services. Since this Invitation to Bid (ITS) is not for the acquisition of said professional services pursuant to the CCNA requirements, the City's Equal Benefits Requirements Ordinance applies. We are commilled !,"" (),'.)v"..kJf_: "',','f',,'P;d t.)lJ-,I'" "";.i ;>(l'p.'i .'c', "~if V.,'}I;', CI,'j,.~ ':"'U: in ,~lI,' 'v.;i.,',-I,'i,'. 11",cJ,'coi h':..;I,)r;( -,-,:>n,munil/ b) On page 26: "Declaration Non Discrimination in contracts and benefits". Does this declaration apply to this project only or all other City's Projects? A. Only to this project, c) Please clarify the following aspect: On page 33 (first paragraph): "A staffing plan has illustrated the key elements of the organizational structure proposed to accomplish the management, design, construction, inspection and administrative services". Also, on page 75 (paragraph 1 .15): The DESIGN CRITERIA ENGINEER shall also be responsible for reviewing and providing construction administration and full time observation services, in support of the city... "Does Design Build Firm need to provide "inspections" or is the City responsible for this aspect? A. The City will provide a full-time Resident Project Representative for observation services through the DCE to monitor general compliance with the intent of the design by the DB Firm, However, the DB firm shall provide its own inspection and testing services as necessary to meet specified contractual and jurisdictional Agency requirements. d) Are there any addendums to this project? We have checked on the web site of City of Miami Beach and there are no addendums as of July 28, 2006. A. This is Addendum No, 2, Addendum No, 1 was issued on August 9, 2006. e) Is the City providing sign seal survey and CADD files to be used for the final design? A. As noted in Section 01000, Article 1.02D(1)(a) the City will provide a signed and sealed survey. As noted under Volume 2, Attachment B this final signed and sealed survey set and an electronic copy can be obtained from the City's Procurement Office upon request; please contact the Procurement office at 305.673.7490, Please note thatthe Design-Build firm shall review and amend and provide an updated signed and sealed survey, as needed to meet the requirements of the scope of work specified in the DCP. f) Attachment A-1 is missing from the provided Design Criteria package. Please request from the City. A. As noted in Volume 2, Attachment A-1, please contact the City's Procurement Office at 305.673.7490 to obtain a copy of the Design Standards Manual. g) Plan Sheet No. PG&D 058 is missing from the provided Design Criteria package. Please request from the City. A. Please note that there is no Drawing No. PG&D 058. h) Attachment B sign seal survey and electronic file are missing from the provided Design Criteria package. Please request from the City. A. Please reference the response to Item 5e) above, \I'Ve ale committed ,',:" 1.".,)\,,6,".'-1 2.'.~..t",',"e!.;1 puh,i,',- 'el\.;(:~' ";r 'j -'n,'"+,, ',) <.:,1 .....h, '-".'''' D,' .j I'iil:"' ,'/1 our ',',hri),', I",p',:(:,' l1i,"IOI'( ,:,"n,!'H/nil\ i) Is the City providing all the Right-of-Way required to construct the project, such as easements shown on Attachment C-3? A. Right of Way will be made available to the DB Firm in accordance with the requirements set for in the DCP, particularly with regard to construction sequencing restrictions noted in Section 01010. Any easements required for the performance of the work shall be the responsibility of the DB Firm. The City may assist the DB Firm in acquisition of such easements at its own discretion. j) Under Attachment 0-2 Water Service Relocations: If the property owner does not provide authorization, then what would the contractor needs to do? Also, is the City providing signal seal surveys indicating easements? A, Section 15180, Article 1.01 applies to the procedures thatthe DB Firm is to follow with respect to acquiring water service relocation authorizations from non-responding residents Once the DB Firm has demonstrated due diligence in complying with these requirements, in the opinion of the City, but still is unsuccessful in procuring requisite releases, the City will assist the DB Firm with this effort, A listing of all authorizations received to date is noted in Attachment D-2, Any easements required for the performance of the work shall be the responsibility of the DB Firm. The City may assist the DB Firm in acquisition of such easements at its own discretion. k) The provided survey is missing topographic elevations, east of Biscayne Waterway. Is City providing missing information or would that be part of the Design Build team responSibility to acquire? A, This is a Design-Build Firm responsibility. Please reference Section 01000, Article 1.020(1 )(a) for further details, I) Please clarify a discrepancy in the Evaluation Criteria between page 36 of RFP and page 23 of Design Criteria package. A. Cannot find a Page 23 of the Design Criteria Package. Is this referencing Page 23 of the ITB? If so, there is no reference to evaluation criteria on that page. m) Please clarify a discrepancy in the Schedule of Bid Prices between RFP and the Design Criteria package. A, The Schedule of Bid Prices shown on Page 57 of the ITB appears correct. We are unaware of any other Schedule of Bid Prices document in the Design Criteria Package. Utilize the Schedule of Bid Prices Form in the ITB, page 57. n) Is City providing benchmark and baseline information? A. Please reference Section 01000, Article 1.02D(1)(a) for clarification. VVe are commiJ/ed I,' "rC....iLIer':_! ",,'ie',' ,.:,,,j"', "~','\'I<" (H'~.~' :',~l't"r\ '-','0. ,,', (~i" ",Ir,n(1!, II,_-,';.;.,cui, /1!"Ic'lic e':l.'lII'I,ml!) 6. Q. The specification section 00300 (Instruction to bidders) under item 18 indicate that "All bidders shall complete and return, with their bid, the "Declaration: Non discrimination... .. firm does not discriminate in the provision of Benefits between employees with Domestic Partners....." Does this also apply to the subcontractors? A, No. This applies only to the Design Build Firm that the City will enter into a Contract/Agreement with. 7. Q. Will Conceptual design AutoCAD files be available on Bid Net in order to quantify the project cost? A, The City's Procurement has pdf files for all AutoCad drawings and the Conceptual Specifications, please contact the Procurement Department at 305,673,7490, 8. Q. Spec Section 02713 (Water Distribution System) does not address inspections. Who will inspect the Water Main? A. Please reference the response to Item 5c) above. 9. Q. Please provide the scope of services from RS & H (DP) during the Design Build process. A, The City is of the opinion that the role of the DCE is clearly defined throughout the DCP, If more detail is required, please provide specific item(s) for clarification. 10. Q. Reference list Excel is not available from BidNet as indicated on page 38 of the specifications. A. Please see the Excel Reference List. (Attached). If you prefer to download the excel file for the reference list, it will be attached to BidNet as an attachment. 11. Q. How will the value of Risk Assessment be evaluated in the Bid? A. The Risk Assessment Plan will be anonymously rated by the evaluation committee in the first evaluation committee meeting. The scores received for the Risk Assessment Plan, the Performance Evaluation Surveys, and the Qualifications of the Firm will carry over to Phase 2 of the Qualitative Criteria, with the only additional score to be received for Phase 2 being that of the scores received for the Interview process, which has a maximum of 45 points. 12. Q. Is the Professional Liability Insurance Project Specific or General? A. The Professional Liability Insurance is "Project Specific". Please see Article 50, Paragraph 50,05,01, Page, 116 of the Bid Documents. 13. Q. As of today, we have submitted a total of 11 RFI's (RFI #4 with 14 questions from ConsulTech) and are awaiting response. Also, we still have not still received the addendum as mentioned during the pre-bid conference, nor has the "Reference List" been made available on Bid Net as stipulated in the RFP. It was also mentioned in the pre-bid that the auto CADD files would be made available on Bid Net. This would facilitate quantifying the project for a more accurate price for the City. VVe ore con-'lIii,'.'t'n i, iCil-'\'riJ"'n ",v..,;..rieli (.,:,()iil ,J.'Jr::,C;:",:,_ " "I' \.'.c"f., di':..-i ;.-,:'i.h ili OrJ 'iiL,(I,'1; ',:',(_,i,:(),'. 11:..';,::,'( ,:':lnl'7Kil!:,,,. As time is very short and we are dealing with a procurement process new to all parties, we respectfully request a time extension for the bid package submission. A. The deadline for receipt of bids is August 24, 2006, at 3:00 p.m as noted in Addendum No.1. Please reference response to Item 7, 14. Q. How can I obtain a digital copy of the presentation showed at the meeting? A. The presentation is available for viewing and/or downloading at the Following websiteaddress: http://www.miamibeachfl.gov/newcity/depts/purchase/bidintro.asp 15. Q. How can I obtain a copy of the attendance sign in sheet? A, A copy of the Sign-In Sheet is included in this Addendum, (Attached) 16. Q. Need clarification in the process regarding the performance evaluation surveys. A, For each team component that the City has requested past performance information on, a reference list and profile should be submitted to the City, The profile tab should identify the role the individual will perform and be completely filled out, The former client should be forwarded the appropriate performance evaluation survey (designer or contractor) with the name of the project, name of the former client's representative, the name of the company(s), and or individual(s) in the appropriate places. After completing the rating the former client should forward the performance evaluation survey directly to the City of Miami Beach, Procurement Department. For short listed firms the individuals interviewed must have submitted the required past performance information. 17. Q. Volume 2A ofthe Design Criteria Package shows Attachment A-1 (General ROW Program Design Standard Manual), A-2 (Comprehensive Stormwater Management Master Plan), A-3(Water System Master Plan), A-4 (Basic of Design Report Nautilus Neighborhood No.7) and Attachment B (Topographic Survey). These attachments have a note that indicates to contact Hazen and Sawyer, P.C. at 305.532.9292 to obtain a copy; however, they have responded that we must contact Mr. Gus Lopez from City of Miami. Due to the cone of silence ordinance we are hereby requesting copies of these attachments. A, An electronic copy of the Manual was delivered to Procurement, and is available upon request; please contact the City's Procurement office at 305,673.7490. 18. Q. Spec section 01000 (Professional Services) paragraph 1.02-D-3-c (page 01000- 5) reads "....The Design/Build Firm shall coordinate its effort with the Design Criteria Engineer, Program Manager and the City in obtaining the consent of the registered owner of the properties prior to commencing work. However, should the owner decline to consent what plan of action is the contractor to take? A, Please reference the response to Item 5j above. VVe (lIe corr;-mi,lje.l' ,\:.' ("-"', ,ii',C; e.\(,,"lipn' I:Jl+,I,,' S2r',_',i(:e (:;:I;-j :,(j,I,-.!:-,. ),,' ()I', ,,-,','; "1\'''' ,h',"- lllJrJ i'in\- )1)( viL,,:::! !r,)~)icu/ hh!c)lic ,',,'!(nmLllliry 19. Q. Spec Section 01010 (Summary of Work) paragraph 1.06-D-3 (page 01010-4) reads, "In no case shall more than 200 linear feet of roadway in a phase be under construction at one time in the right of way." Does this mean we are to complete a 200' section in its entirety (ie. Drainage, water main, injection wells, landscaping, lighting, milling, paving and marking)? A, All work must be completed (with the exception of the final lift of asphalt and landscaping), before moving on to the subsequent 200-ft section, However, multiple work crews will be considered as noted in Section 01010. The final lift of asphalt and landscaping shall be installed to establish substantial completion for a complete phase. 20. Q. Under the Invitation to Bid (Table of Contents item 00600: Contract) page 82, Article 6 Completion Date, paragraph 6.03 indicates that the work must be substantially completed within 1,120 calendar days and completed 30 days after substantially accepted from the Design Criteria Engineer. . In addition, Spec Section 01010 (Summary of Work) paragraph 1.06-E (page 01010-6) reads:"Substantial Completion...shall be achieved within 1,120 calendar days of the Notice-to-Proceed. Also, paragraph 1.06-F (page 01010- 6)reads: "Final Completion... shall be achieved within 1,210 calendar days ofthe Notice-ta-Proceed. Therefore, there are 1,180 calendar days to substantial completion and 30 days for Final Completion or there are 1 ,120 calendar days to substantial completion and 90 days for Final Completion. A, Substantial completion for the entire project is in 1120 calendar days. Establishment of Substantial Completion by phase may be considered as noted in Section 01010. 21.Q. DoesCCNAapply? A. Only the requirements set forth in Section 287.055 (9), Florida Statutes. 22. Q. Must CCNA criteria be included in the qualitative section? A, Pursuant to Section 287.055 (9), Florida Statutes, the City must award design-build contracts in accordance with the procurement laws, rules, and ordinances applicable to the City. The qualitative criteria will be based on the criteria stated in the Bid Documents, (Risk Assessment Plan, Performance Evaluation Surveys, and Qualifications of Contractor & Key Personnel) 23. Q. How does the sunshine law affect the timing of the bid opening? And the opening of the risk assessment plans? A. The Government in the Sunshine Laws allows for any individual to attend any duly notice public meeting including the bid opening. However, the City may elect to exercise an exemption to the Public Records Act, whereby 10 days after the bid opening, or when a decision is made, the review, inspection, or photocopying of records will not be permitted. 24. Q. Can we schedule the first committee meeting with in 10 days to ensure the anonymity of the RAPs? A. Yes, it is anticipated that the Evaluation Committee will convene on August 29, 2006. V\/e are corr:r'l,::I",d I,' 1)1,.1\'",0';,)(,' ",.\C8;';'ei,' ::"~iHi,- ,,'t",,-,,-,<,;,- nn,:!' ,:o/,cl\ ',' oil \,.,.~r~, (I,',.,:i ph-Ii :1: ~)I.',' ,/;hrnn{ I:,y,':co,' hi.<lc'IIC c",ml)'(JIlily 25. Q. Can the bid bond be released for all other bidders besides the short listed or should we wait until the commission accepts the committee recommendation? A, 1) Bid Bonds will not be released prior to the conclusion of the initial Evaluation Committee Meeting. 2) Based on the Evaluation Committee's recommendation, bid bonds may be released to all firms not recommended for short listing. 3) Those firms not recommended by the Evaluation Committee/City Manager to the City Commission for negotiations and possible contract award, may also request that the City release their bid bond. 4) Should the City Commission approve the recommendation of more than one firm for negotiations, bid bonds will not be released to the remaining recommended firms, until negotiations are successful and the City has executed a contract with the top-ranked or subsequent ranked firm. 26. Q. Will Hazen & Sawyer participate by presenting their analysis of the requested information in the ITS? (Equipment, personnel, etc.) A. Yes, Hazen & Sawyer has assisted in developing the questionnaire, and will sit in on the interviews, However, they will limit their input to explaining and assisting the Evaluation Committee in understanding the questionnaire. Because many of the Firms that will be teaming with contractor's on this bid, are direct competitors of Hazen & Sawyer, they will only offer standard general consultation discussions regarding scope. 27. Q. Who are the contractor personnel that Hazen & Sawyer would recommend be interviewed? A, 1) The Lead Construction Manager (the person in the field), and 2) The Lead Design Effort Manager (the lead person from the lead design firm responsible for coordinating the entire design effort). NOTE: This is a revision to the information provided in Addendum No.1, whereby an Officer of the Design Build Firm would also be interviewed, This is no longer the case. 28. Q. The water services relocation sketch of the property located on 910 West 471h street (sheet 76 of 172) is missing the water line dimension on the west side of the property A. Any missing/incomplete data in the conceptual document shall be provided by the DB Firm, The DB Firm shall assume all Design Engineer of Record responsibilities as noted in Section 01000 to result in a permittable and constructible design. 29. Q. The paving marking Sheet 223 of 419 (Details) indicates that (under the major/minor intersections) we will have (on the minor street) a stop/street rare signs installed at both corners (above stop sign - see R 181 sheet 3). However, there is no reference for the stop sign (R 181 on sheet 3, not issued) and there is no marking or symbol indicating the location of the major/minor intersections signs. A, Please reference the response to item 28 above, VVe are CO[HTI,"ie(~' ,f,', !'r'~\'in'''i.:.-; t".\cel,'er,r ('L..bi,.- _<"",...,'Ct'e 0,""1 :".~,i<"ly k! u;,' '.v,r.,,) ':.,\."" 'c',"_'IJ ",,0' (Jlu\,' III Ol,1 \'Jh,nrl;, 1('Y!lcui, h:Sloric C(,(J,nJ,J'li!', 30. Q. The paving marking Sheet 223 of 419 (Details) indicates under the minor intersection note the following: "if the street runs north/south, the street name sign will be installed on northeast corner above stop sign. If thru street runs east/west, the street name sign will be installed on northwest corner, above stop sign" Is the intent to re-use the existing signs since there is no location of sign on the pavement marking plans or do we need to provide new signs? (If so, please indicate sizes.) A, As noted in Section 01010, the CMB Parking Department provides and installs its own signage (Section 01010-1,06D (16). However, all other signage and pavement markings are the DB Firm responsibility, Proper permitting and coordination of all signage removals and installations is also a DB Firm responsibility. 31. Q. The paving marking sheet 223 of 419 (Details) indicates under note (**) the following: "In case where the street dead ends and have no intersecting streets, a warning sign outlet street? (Please advice and indicate size(s).) A, Please reference the response to Item 30 above. 32. Q. Bid Item #5 is for the Design and Construction of Irrigation System in remote areas (4 locations). However, there is only exhibit 01000-1 which only shows an aerial photo. Is there a scope of work (area(s) to include irrigation system) and a limit of work for each location (streets and avenues boundaries)? A. This item is intended to require the DB Firm to plan, design, permit and construct irrigation systems for the four noted target areas. 33. Q. Specification Section 01012 (N.I.C. Items), under paragraph 1.02-A indicates that section "Professional Services" (spec section 01000) specifies the new Irrigation System. However, spec section 01000 only provides exhibit 01000-1 which only shows an aerial photo. A. See response to Item 31 above. 34. Q. Specification section 01000 - Professional Services under paragraphs 1.02-B-4 indicates "the existing Cobra Head fixtures located in the Orchard Park area shall be removed, stored and relocated..." and paragraphs 1.02-B-4b indicates, "Currently the Conceptual Plan includes approximately 15 additional Cobra Head fixtures....." However, the plans only show 3 existing Cobra Head Fixtures to be relocated and 15 proposed FPL cobra head light to be installed by FPL. Please clarify quantities on the removal of Cobra Head fixtures and if this scope of the work if to be performed by FPL in its entirety. A, Please reference Section 01000, Article 1.02 (D)(4)(a)(b). Refer to the Demolition drawings (DM001 thru DM055) of the Conceptual Plans for the location and quantity of existing Cobra Head fixtures to be removed. The DB Firm shall coordinate the removal and relocation of the existing Cobra Head fixtures with FP&L. Any missinglincomplete data in the conceptual document shall be provided by the DB Firm. The DB Firm shall assume all Design Engineer of Record responsibilities as noted in Section 01000 to result in a permittable/constructible design. vVe ole comUii:ih~' j,' ",", ;d,"!} "'.\C",f,'PI,i ,pub "t'-,""il! e :J:'o' :',oi"'k I, il"" -,vh._, li".,,_ ,.,',)r~. n""j riih ;n :.)li.' 'v;h'OIli. I(,,'plcui. h"s!(v:c cL,illililmiry 35. Q. Specification Section 01000, under paragraph 1.02-D-3-e indicates that an additional 16,444 linear feet of 8" DIP (not shown on the current Conceptual Drawings) are to be included by the Design IBuild Firm. Should this be included as an Allowance? A, A graphic illustrating the general location of the mains to be designed, permitted and constructed by the DB Firm is included in Volume 2, Attachment D-3. The Bidder should include its proposed cost for this work in its base bid price. An allowance will not be considered, 36. Q. Article 25 (Delivel)l and storage of materials and partial Payment therefore) states "The City shall not be responsible for any payment andlor reimbursement for stored materials, either on or off site, except unless approved in writing by the CITY, following the DESIGNIBUILD FIRM'S written request." Therefore, please accept this RFI #25 as our written request. A. The CITY will pay for stored materials. Article 25 is revised to read as follows: "The City shall reimburse the DB Firm for stored materials. Suitable storage on site or within a bonded warehouse must be provided by the DB Firm to qualify for payment", 37. Q. Volume 1, Volume 2 and the Invitation to Bid each has a section "Qualification Statement Submission", please advice which is the correct "Qualification Statement Submission". A. We reviewed the noted documents and found reference to "Qualification Statement Submission" on Page 31 of Volume 1 and also on Page 31 of the ITB. They appear to be identical, Also, we could not find a "Qualification Statement Submission" in Volume 2. III. Please note that the Design Criteria Package is amended as follows: Volume 2, Division 1, SECTION 01010 - SUMMARY OF WORK, ADD the following paragraph after Item 1.05B : C. 63rd Street Flyover Demolition by FDOT. The DB Firm's attention is directed to the fact that FDOT commenced demolition of the 63rd Street Flyover on May 31 , 2006 and the work is scheduled to be completed within 13 months by August 2007. Work on the Nautilus ROW project is expected to commence in August 2006 and is scheduled to be completed within 40 months by December 2009. The work being completed on the Nautilus project may be impacted by east/westbound traffic trying to take shortcuts to either avoid this area or to go past it. The DB Firm shall conduct its operations so as to cause minimal impacts to east/westbound traffic with the work restrictions as noted below. General Note: Mosttrafficwill back up south of the f1yover, along the northbound lane of Alton Road. Traffic will try to find shortcuts to either avoid this area or go past it. Traffic may take shortcuts and may be impacted by the following ROW improvements: Shortcut from Alton Road, East on W. 41st Street, North along Pine Tree Drive or Collins Ave. No planned ROW improvements proposed on 41 st Street. V\/e Ole comn """'0' 1,,-' i~l{w,di';,'''; ",\:.-;:,,','PI1,' i'uhf,;: -:,o:,':U': unrt AJit",':> IU e," .....i;.., ii-,'''' 1,1<,,1:, "ti(f i1ioV ,'r, cO .' v,h'nn,: I(,,'p,;:ol h;,.;I<'ric ,.-,_-,n;.'11l;11,'1')' Shortcut from Alton Road, east on 47th Street, north along Pine Tree Drive. ROW improvements proposed on W. 47th Street may impact volume of traffic on Alton Road. ROW improvements include milling and resurfacing, landscaping, watermain and stormwater drainage. No work proposed on Pinetree Drive. No road closures. MOT will include one lane open at all times. This work is specific to Phase 1 of a three phase project. Short cuts from Alton Road, west onto Bay Road. Proposed ROW improvements on North Bay Road are part of Phase 2. IV, Clarification: Performance Evaluation Surveys to be submitted shall be for projects that are completed and substantially completed, as long as completed project responses account for 50% or more of the total project responses. The Surveys shall indicate the Project name, whether the project is completed or substantially completed, as well as the date the substantial and/or the final completion was achieved. V. Clarification: Prospective bidders shall submit the Performance Evaluation Surveys to their clients that they have provided Construction Services and to their clients that they have provided ArchitecVEngineering and/or Design Build Services. VI. Attached please see Commission Memorandum dated October 15,2003. This is the process utilized for the Washington Avenue Improvements Phases 2, 4 and 5. (This is for Informational Purposes Only). VII. Attached please find an Evaluation Survey for AlE Services. Please forward this Survey to all clients for which your firm provided AlE Services as part of a previous Design-Build project or Design project. The scores on this Survey will be added to the score for the Construction Survey that was previously attached in Bid Document to be returned to the City by your clients to arrive at an overall score for past performance. VIII. Additional Addendum will follow with further answers to bidder's questions, Contractors/Firms are required to acknowledge receipt oflhis Addendum No.2 on Bid Page 158, "Acknowledgement of Addenda". CITY OF MIAMI BEACH ~ Gus Lopez, CPPO Procurement Director je F:\PURC\$ALL\Roman\bids\06\ITB 36.0S.06A2.doc i..V", "ee ::c"'n:.,,,;,','8:1' ,I,' ;')iOVIC:!"+,' ~>.\'J;:l.it. i" ,PUhli'- _,,:,,n,;e0 one' ,'cic.r\, ic.:! of.' '.vi,,-, ,';'_'.0 -,.",;,,1.. (l::d 1_,10:\' in our ",'biLlf1.!.. Jrc,~')!col. h!slt)I'(' ,:oml1lurliJy NAUTILUS DESIGN-BUILD Additional Information reauested from bidders: 1. To be considered responsive, firms are required to submit a listing of their past projects to verify their experience in these areas: -stormwater system improvements: including pump stations, outfalls and resurfacing - water main improvements: including rear property service relocation work - right of way and targeted landscaping improvements: new street lighting enhancements and encroachments - underground utility locations and conflict avoidance coordination - community involvement and information activities processes - procuring all required regulatory permits - project phasing and identifying residential impacts through complete process - final design and construction of urban streetscape andlor public infrastructure redevelopment projects (projects must be over $1 Million). The projects should be itemized on the project qualifications format and cover sheet provided. (Attached) The same project can be identified in more than one category. The name of the project, the project cost, and date the project was completed are required. For each area of qualification on the coversheet bidders must insert the total number of projects listed that verify experience in each area. 2. Enclosed within the sealed cost proposal, bidders are required to submit their overhead and profit percentage. Additional format: 060814_ Qualifications_Bidder _Spreadsheet Chanae: The evaluation procedure has been modified. EVALUATION COMMITTEE SELECTION CRITERIA I SELECTION PROCESS EVALUATION SELECTION CRITERIA An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Bid in accordance with the requirements herein. If further information is desired, Bidders may be requested, through the City's Procurement Director, to make additional written submissions or to make oral presentations to the Evaluation Committee. The Evaluation Committee will utilize a two-step process pursuant to Section 287.055 (9) (c) (2), Florida Statutes. The first phase will consist of the qualitative criteria listed below. The second phase will consist of qualitative and quantitative criteria (overhead and profit percentage) as addressed below. The Evaluation Committee shall base its recommendations upon the fOllowing qualitative evaluation criteria and quantitative (overhead and profit percentage) criteria. A maximum of 100 points could be assigned to a bidder in each of the phases. ". \", i~" '-"".Ct;:.';tc,~' .',~ i'ic-''' rei:.';,':" ,~.\(-,",.,:.:" ,. "';U~i - r}: ;,~' :<."!ic-'."', ,', ,,-. :"eo. .,-..,";.. ,~1'''1 ;_',fiT,- "L'r vib((1:1,I, Ilclpicoi "~,;SIOIlt: :-'_,I1~nl(Jnil\ Phase 1: The Evaluation Committee shall first evaluate each bidder based on the qualitative criteria no less than three bidders (in the event that there are less than three firms the Committee shall rank accordingly). Those ranked bidders shall proceed to the next evaluation step (Phase 2) and shall keep the points allocated by the Committee during Phase 1. Phase I: Qualitative Criteria Maximum Points 100 Risk Assessment Plan 40 Past Work Performance Evaluation Surveys 35 Qualifications of Firm 25 Maximum Point Total 100 points Phase 2: The Evaluation Committee shall assess the following qualitative and quantitative criteria for each firm. The Committee shall interview the personnel of no less than three bidders (in the event that there are less than three firms the Committee shall interview accordingly). The interview process shall be worth 45 points. After the Committee submits their ranking of the Phase 2 qualitative criteria, the sealed price proposals (including the bidder's overhead and profit percentage) of the ranked bidders will be opened by the City's Procurement Director publicly. The quantitative evaluation (Phase 3) of the Bid will be based on the bidder's cost proposal and overhead and profit. The maximum points for quantitative criteria, is 35 points. The Evaluation Committee shall add the qualitative and quantitative point totals for the ranked bidders. The Evaluation Committee will recommend and rank no less than three (3) bidders, for award to the City Manager (in the event that there are less than three firms the Committee shall rank accordingly). Phase 2: Qualitative Criteria Maximum Points 45 Interview of Personnel 45: (Only additional points added to Phase 1 scores) Phase 3: Quantitative Criteria Maximum Points 35 Cost Proposal to include Overhead & Profit. Maximum Point Total 180 points VI,'", ni", Ci_,-,'nrni,'IPC!' !i.~ 1-'10',:0'.;'19 ~,\r.:eiipnl PI}i~/;:- .<'.?""r(~! :):1.,-/ ,',0/,01\ ,,-, ",,_1,' \\')';, o:,d r!O'\ in 01;,' ,/ih,{]nl.. I,",l{ilcnl, /",I.,:kxic (:,.)l1)mdn,!'y Diaaram of the Evaluation Process: PHASE 1: 1s' COMMITTEE MEETING PHASE 2: 2nd COMMITTEE MEETING S H o R T L I S T Clarification: Risk assessment plans should identify any risk to the project in terms of cost, time or quality. Bidders should assume the project will be awarded within budget when developing their Risk Assessment Plan. The Risk assessment plan is like a high level business plan. It will regulate the selected best value contractor's contract. If a contractor thinks that the project scope cannot be done within the budget, the contractor must submit the following: 1. How the contractor knows the project is not within scope. This would include high level cost estimate on major components based on previous projects. 2. Potential ways to bring the project within budget. 3. Problems that would occur within the current budget (ex. Equipment would be lower quality and may require a high level of maintenance, what contractor would be forced to value engineer, what residents and CMB would be forced to endure if contractor had to finish within time, current budget, and expectation or requirement etc.) If bidders have ideas which would add value to the project, these ideas shall be listed as "Value Added Options" within the risk assessment plan. Bidders should also quantify the impact of Value Added Options in terms of cost, time, or quality in their Risk Assessment Plans. Vv'e ore COrr"TJ;,'le,~' ,"-' r,,',-',::i:!,::i(; t":J:"i,""" "","c-,ice Gr,.:-j :',01",.'\. ()i: "".'!:'.' V.-i)!!, o.':d r.it!:-: ,I,' G.:! ",1)'0";.' !I\)(!,'cn/. ;'"i,')';(" '-ci,;,rqii";/V <9 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel, 305.673.7490, fa" 305-673.7851 INVITATION TO BID NO. 36-05/06 FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENT PROJECT QUALIFICATIONS COVERSHEET Name of Firm: Please enter the total number of projects that you have completed that have required experience in each of the areas below. NUMBER OF PROJECTS SPECIFIED AREA OF QUALIFICATION IN SPECIFIED AREA Experience with stormwater system improvements, including oumo stations outfalls and resurfacina. Experience with water main improvements, includin9 rear orooertv service relocation work. Experience with right of way and targeted landscaping improvements, new street lighting enhancements and encroachments. Experience with underground utility locations and conflict avoidance coordination. Experience with community involvement and information activities orocesses. Experience with procuring all required regulatory permits. Experience in project phasing and identifying residential imnacts throuah comolete orocess. Experience in the Final Design and Construction of urban streetscape and/or public infrastructure redevelopment oroiects Inroiects must be over $1 Million). QUALIFICATIONS: PROJECT DETAILS Name of Firm: Instructions: Please enter the details for each project. For each qualification criteria please enter '"YES" or '"NO'" in the appropriate cell for that project. Use additional sheets if needed and continue numbering your Drojects. PROJECTINR1. .' PROJECT 1 PROJECTZ PROJECU PROJECT 4 " . PROJECT & PROJECT~ , '.. ,'. ;; .",'.' it. PATE COr.'P 0 .. ; '. ; ,., V'i" .... tCi . pROJECT,QOSr '.' ; . ~ B<l'I"~!jW~i;~ . 'Y'''''l',~.. '.. ".~Iog( PUlT1'.:~:..\"to!O~.) '. r8llll,.ll1'a ;ftr'v",(" .i.....i.,.'..f B<perle~~~~~' j , .." ;...."..,<+;.,>.-.,,/ :';ii/>F',"S"~'i"t,< >ic kr\>fqv~~"~~~'ft.'. propertY' .8rvc."rebca~wc:irk. B<perleno."vlthl1l1h\l'f w~~ I largottd l!n<la<'IP~",' ".' ""r..~.~'.~~~1ll)g en~~::l',"~,'<~:,..*,,;' encroacbn-.:ntf;", ".. ...... ,.. " ",per~~il\\.~~I1l~I)!!,,; i utlllY~~:~~P9"~t,,':: ~{; avoldance cooi'tltiiation.; . EXperle~Y(~',~~ ilVolver('llintlll1,clIIlJerOlltlon_ actlv/UM/proeea...; ,':!' B<....iall<i.wil!l~~ requlrecUegUlatOty . "'per~,,~.~Iog""!l ,',-...;;\'< ',: " .. " :,,-,.<', .....,.ylog,..~""'""" throuah~ pioe:.... Experience, In.... Al8JDMIgn and CanlitucUon of urban: streetscape llOdi9i:^,puble Infrastructure f"8dftek)prreot' projects (projeCta rrust be over $1Mlionl. 'V\i"" ,lit" cnrr;rni:.'d) ,I", P:c'>,I"!"1:::; c'.\C~,nenl ,e,!,:1";, ':"':"'(,;- c:;ni_~' ~"OJt-li \) <.ii, \'\,h,..~ \,\",',J. ,],"jd rio" in Uli.' 'i;h,-nn,' I'c!{;;,~nl' ""o'SIc),i;,: c:'Jl]i)!c!r1il} lD ,..,. MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305.673.7490 ,Fex: 305.673.7851 PERFORMANCE EVALUATION SURVEY QUESTIONNAIRE (A/E SERVICES) Project Name/I.D.: To: (Name of person completing survey) Fax: Phone: Subject: Past Performance Survey of: (Name of Company) (Name of Individuals) Rate each of the criteria on a scale of J /0 10, with 10 representing that you were very satisfied (and would hire the }irm/individual again) and 1 representing that you were very unsatisfied (and would never hire thefirmlindividual again). Please rate each of the criteria to the best of your knowledge. If you do not have sufficient knowledge of past performance in a particular area, leave it blank. Client Name: Project Name: Completion Date: Project Cost: NO CRITERIA UNIT 1 Ability to meet the customers expectations (1-10) 2 Ability to manage costs (minimal design & construction change orders) (1-10) 3 Abiiity to maintain the project schedule (completed on time or early) (1-10) 4 Comfort level in hiring the firm/individual again based on performance (1-10) 5 Ability to increase value (quality of design) (1-10) 6 Ability to identify and minimize the user's risk (1-10) 7 Ability to close out (proper documents, assisting contractor to perform) (1-10) 8 Leadership ability (minimized the need of owner direction) (1-10) Please fax the completed survey, no later than the due date and time specified in the solicitation, to the attention of Roman Martinez at FAX 305-673-7851 or e-mail to RomanMartinez@miamibeachfl.gov. Thank you for your assistance. VI,',," n'f' ::nl1l(lIi:i",(l' ,',-, p,',_"",!cf,:',,",' ;-,::,,";-,1':,:,,;1, ,,1',,',-,' ,'f';",,-;ef' e,','ill' ",uie" I,) uii '" '.'",,-,.'~, ,J "l r:.'o-', 0[;,' VIl""Jn.' 11,~p:(--:.l", ;',:slc)"'. "'-'n~mlir;,-!\-, Please Fill out only one of the forms below. II this reference list is for a company, please use the Company form on top. IIthis reference list Is for and indi'oidual, please put their information In the second form below. DO NOT fill out both. Remember there must be a separate excel file for each indi'oidual participating in the process. Company Company Name: Type: Point of Contact: Phone Number: Fax Number: Email: (General Contractor, Mechanical OR Individual Name: Type: Company Name: Phone Number: Fax Number: Email: (Project Manager, Site Superintel VVe ore commilled 10 provid1n,q ;,;.'.celiAn,' pd;,I,:c .'",,' ,.-,," (:nd JJi<?i,.- ,I,) 0,',' evh," .I~,.'". \\:}:l.. ,~.'rd rb" <11 01.'.'- \'.d)((Jfl,I, ;r'J,o,icol 11,'.,101,'( c,-'mmUni,'j , : T LIST OF REFERENCE PROJECTS . << .. PHONE FAX . DATE COST OF CODE FIRST NAME LAST NAME.. CLIENT NAME PROJECT NAME COMPLETED NUMBER NUMBER lMMlDDIYVVvl PROJECT 001 002 003 004 005 006 007 006 009 010 011 012 013 01' 015 016 017 01. 019 020 02' 022 023 02' 025 List of reference projects: For a company the minimum number of references is one and the maximum number of references is 25. For an indi'v'idual the minimum number of references is one and the maximum number is 10. Please fax these forms to the attention of Roman Martinez at 305.673~7851 and send electronic copy to Roman Martinez, romanmartinezl'Rlmiamibeachl'l.nov. I. V", 0'.- (',,-,mn11I,,-0' Ie' pl,'V'i.l'ir~9 8.\ceflE:'n! {willie _':'0, ..,'ce (""el ';UiC'i\. I,) 0..'/ '.-\-,:,,_, :,.,'''' -,,(, ,l:~d I ,,'i~,. In ()Iif '.';hnI1,:' Ir,y;icnl. hidollc cc'JJlIl7)(JI1II~ RESOLUTION NO. 2003-25380 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH RIC-MAN INTERNATIONAL, INC., AS THE LOWEST AND BEST BIDDER PURSUANT TO INVITATION TO BID (ITB) NO. 22.02/03. FOR DESIGN/BUILD SERVICES FOR WASHINGTON AVENUE IMPROVEMENTS PHASES 2, 4 AND 5; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH RIC-MAN INTERNATIONAL, INC.. AUTHORIZING THE ADMINISTRATION TO REJECT ALL REMAINING BIDS. WHEREAS, I nvitation to Bid No. 22-02/03 for Design/Build Services for Washington Avenue Improvements Phases 2, 4, and 5 (the "Bid") was issued on April 23, 2003 with an opening date of September 16, 2003; and WHEREAS, a Design Criteria Package (DCP) was prepared by the City's Project Manager, Hazen & Sawyer, which includes conceptual construction drawings and technical specifications for the civil, electrical, and landscaping disciplines; and WHEREAS, the successful bidder/design buUd firm (DBF) will be responsibleforthe design, construction and construction management of the water main distribution, sanitary sewer collection, storm water collection/disposal, irrigation, electrical, curb/gutter, sidewalk, road reconstruction and asphalt milling/resurfacing of the Washington Avenue Improvements; and WHEREAS, five (5) proposals were received by the City in response to the Bid, from the following firms: . Burkhardt Construction, Inc. . Central Florida Equipment . Danella Construction Corp. MCM Engineers and General Contractors Ric-Man International, Inc,; and WHEREAS, an Evaluation Committee was appointed by the City Manager consisting of the following individuals: . Fred Beckmann, Committee Chair, Director, Public Works Department Brad Judd, Director, Property Management Division Ronnie Singer, CIP Office, Community Information Manager Alex ROlandelli, CIP Office, Senior Capital Projects Coordinator Carla Dixon, CIP Office, Capital Projects Coordinator Richard Finvarb, City of Miami Beach Resident/Property OWner . Charles O. Cannello, Hazen and Sawyer, Deputy Program Manager and Design Criteria Professional (non-voting member); and WHEREAS, the Committee based its recommendations upon a qualitative (evaluation criteria) and quantitative (price) criteria. A maximum of 100 points could be assigned to any Bidder, with a maximum of 60 points for the qualitative criteria and 40 points for the quantitative criteria; and WHEREAS, the Committee convened on September 26, 2002 and evaluated proposals, listened to presentations, and provided a question and answers session to all the finns, and afterwards ranked the firms as follows: . First: Burkhardt Construction, Inc, . Second: Ric-man Intemationallnc. . Third: Central Florida Equipment . Fourth: MCM Engineers and General Contractors . Fifth: Danella Construction Corp. ; and WHEREAS, on the quantitative portion of the selection process the Committee agreed to only open the price proposals for the top three ranked flnns pursuant to the process enumerated in the Bid; and WHEREAS, the ranking of the first, second and third place flnns were detennined by adding the qualitative score to the quantitative score for each company; the final ranking detennined by the Committee is as follows: . First: Ric-Man International . Second: Central Florida Equipment . Third: Burkhardt Construction, Inc.; and WHEREAS, the City Manager has reviewed the Evaluation Committee's recommendation, and herein recommends that the Mayor and City Commission enter into negotiations with Ric-Man International, Inc., the lowest and best bidder; and should the Administration not be able to negotiate an agreement with Ric-Man International, Inc., authorizing the Administration to reject all remaining bids: and NOW, THEREFORE, BE IT DUL. Y RESOL.VED BY THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission herein accept the recommendation of the City Manager and authorize the Administration to enter into negotiations with Ric-Man Intemational, Inc. as the lowest and best bidder pursuant to Invitation to Bid (ITB) No. 22-02/03, for Design/Build SelVices for Washington Avenue Improvements Phases 2, 4 and 5; and should the Administration not be able to negotiate an agreement with Ric-Man Intemational, Inc., authorizing the Administration to reject all remaining bids. PASSED and ADOPTED this ~ day, of ,2003, ~p~ CITY CLERK ~/lSlO FORM & I.ANGlMGE & FOR EXECU110N T:'lAGENDA\2003\oCt'$603vegular\WashingtonAveneueReso,doC ~ IO;l cJJ 1:("' CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY ~ - Conden.ed Title: A Resolution of the Mayor and City Commission to Accept the City Menegefs Recommandllllon and Authorize the Admlnlstrlltion 10 enter into Negotiations with Ric-Man International, inc., lowest and besl Bidder, Pursuanllll Bid 22-02103 for Ceslnn-Bulld Services for Washinaton Avenue Imorovements PIl.sas 2 4 and 5. Issue: Shall the City Commission Approve the Managefs recommendation. Item Summarv/Recommendatlon: Design Build Finn (DBF) will be responsible for the design, construction and conslNction management of the water main distribution. s.nttery sewer collection, storm water coIlec1ion I disposal, ilTigatiOn, elactrical, curb I gutter, sidewalk, road reconstruction end asphelt milling I resurfecing of the Washington Avenue Improvements (the ProJect), The Project limits consist of the Washington Avenue corridor from 5th to Lincoln Road. A Design Criteria Package (DCP) was prepared by the City's Projact Manager, HaZlln & Sawyer, which includes conceptual construction drawings and technical specifications for the civil, electrical, and landscaping disciplines. An Evaluetion CommlUee (the 'Committee') appointed by the City Manager met on September 26"' . 2003, The Commtttee based ns recommendetions upon. qualilatlve (evaluation criteria) and quantitative (price) criteria. A maximum of 100 points could be assigned to any Bidder, with a maximum of, respectively, 60 poInls for the qualitative criteria end 40 points for the quantitative criteria. TIle Committee reviewed tha materials submitted by each respondent, heard presentations from each firm, and then ranked all firms. Immediately after ranking ali firms the Committee agreed to open the top 3 firm's price proposals and the Procurement Director procaeded In doing so, TIle following Is the final tally of all points for the top 3 finns and the ranking of \hOee firms, Bur1<hardt Central Florida Ric-Man Qualttative: 56 43.66 53.50 QuanUlative: 10.92 39.40 83.06 (2) 40.00 93.50 (1) TOTALS: 66,92 (3) Advisory Board Recommendation: I Financial Information' Soure. of Amount Account Approved Fund.: 1 D 2 3 4 Finance DeDi. Total City Clerk'. Omee Legl.latlve Tracking: I Gus Lopez, Exl 6641 SI n.()ffs: Departm.nt Director GL T~ RC Manaller City Manall.r JMG T:\AGE ~503\r9gulllf\W8ahaveawardlum.CIoC AGENDA ITEM DATE R.7t $-15" -(}!J CITY OF MIAMI BEACH CITY HAlL 1700 CONVENTION CENTER DRIVE MIAMI BEACH. FLORIDA 33139 www.miamlbeechfl.gov COMMISSION MEMORANDUM Subject: Mayor David Denner and Members of the City Commission Jorge M. Gonzalez ~ ~ City Manager ,#- 0 A RESOLUTION F THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH RIC.MAN INTERNATIONAL, INC., LOWEST AND BEST BIDDER; PURSUANT TO INVITATION TO BID (ITB) NO. 22002/03, FOR DESIGNlBUILD SERVICES FOR WASHINGTON AVENUE IMPROVEMENTS PHASES 2, 4 AND 5; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH RIC-MAN INTERNATIONAl, INC., AUTHORIZING THE ADMINISTRATION TO REJECT ALL REMAINING BIDS. Date: October 15, 2003 To: From: ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. ANALYSIS The City has been pursuing the improvement of Washington Avenue in recognition of its status as one the City's most important pedestrian and vehicular thoroughfares. A Master Plan consistin~ of five phases of improvements was developed; Phase 1 , covering the area from 11111 to 5 Streets and consisting of sidewalk replacement, roadway and drainage improvements, and the planting of coconut trees was completed several years ago. Phase 3. consisting oflhe reconstruction of the median from 6111 to 16111 Streets to include shade trees, irrigation, and landscaping, was also completed, Planning for remaining phases 2, 4, and 5 has been underway for some time. The City has determined that a design-build approach would be the best method for expediting the completion ofthese remaining phases ofthe project. The City's typical process begins with the City hiring an AlE firm to plan and design a project and then a construction firm to build the project. Under the design-build approach, one project consultant team with both design and construction expertise and qualifications prepares construction documents and constructs the project. For the Washington Avenue Improvement Project, the Design Build Firm (DBF) will be responsible for the design, construction and construction management of the water main distribution, sanitary sewer collection. storm water collection I disposal, Irrigation, electrical, curb I gutter, sidewalk, road reconstruction and asphalt milling I resurfacing of the Washington Avenue Improvements (the Project). The Project limits consist of the Washington Avenue corridor from 5th Street to Lincoln Road, Commission Memo BID 22~2!03 - Design-Build Services for Washington Avenue Improvements Pheses 2, 4 end 5 Oclober15,2003 Page 2 of 8 A Design Criteria Package (DCP). required by State Statute in a design/build process, for the Project was prepared by the City's ROW Improvements Program Manager, Hazen & Sawyer, The DCP includes conceptual construction drawings and technical specifications for the civil, electrical. and landscaping disciplines, The City has obtained a number of required project permits from the Miami-Dade Department of Health for water main construction, from the Miami-Dade Department of Environmental Resources Management for storm water treatment, and from the State of Florida Department of Transportation for construction on state right-of-way. Remaining construction design tasks include the revision I incorporation of the City's master Division 1 technical specifications; sanitary sewer gravity collector replacement at 6th and 8th Streets; revision I modifications to the existing conditions along the project limits, curb I sidewalk modifications at the intersection of Washington Avenue and Espanola Way to incorporate "bump-outs"; landscaping plan revisions to the Washington Avenue median between 5th and 6th Streets; and plan revisions to accommodate the City's construction sequence restrictions. Invitation to Bid No, 22-02103 (the "bid") was issued on April 23, 2003 with an opening dale of September 16, 2003. A pre-proposal conference to provide Information to firms considering submitting a response was held on May 8, 2003. This Bid was Issued simultaneously on DemandStar by Onvia and BidNet. DemandStar issued bid notices to 846 prospective proposers, resulting in 63 proposers requesting Bid packages. BidNet issued notices to 15 prospective proposers, resulting in 13 proposers requesting bid packages. These two efforts resulted in the receipt of five (5) proposals, by firms, in response to the Bid proposal (in alphabetical order): . Burkhardt Construction, Inc. . Central Florida Equipment . Danella Construction Corp. . MCM Engineers and General Contractors . Ric-Man International, Inc. The City Manager via Letter to Commission (LTC) No. 208-2003, appointed an Evaluation Committee ("the Committee") consisting of the following individuals: . Fred Beckmann. Committee Chair, Public Works Department Director . Brad Judd, Property Management Division Director . Ronnie Singer, CIP Office, Community Information Manager . Alex Rolandelll, CIP Office, Senior Cepital Projects Coordinator . Carla Dixon, CIP Office, Capital Projects Coordinator . Richard Flnvarb, City of Miami Beach Property Owner . Charles O. Carreno, Hazen and Sawyer, Deputy Program Manager and Design Criteria Professional (non-voting member) On September 26. 2003, the Committee convened and was provided with the project overview and background information by Mr. Charies O. Carreno, Deputy Program Commission Memo BID 22-02!03 _ Design-Build Services for Washington Avenue Improvements Phases 2, 4 and 5 October 15, 2003 Page30f8 Manager and Design Criteria Professional, Additionally, the Committee was provided with references secured by the Procurement staff for each individual firm, They discussed the following Bid evaluation criteria and the corresponding weights. The Committee based its recommendations upon a qualitative (evaluation criteria) and quantitative (price) criteria. A maximum of 100 points could be assigned to any Bidder, with a maximum of 60 points for the qualitative criteria and 40 points forthe quantitative criteria, The Qualitative criteria and weights which were used to evaluate and rank the respondents were: . Qualificetions e Availability . Past Work . References 25 Points 5 Points 20 Points 10 Points All five firms provided presentations followed by question and answer sessions. During deliberations, the Committee members discussed their individual scores and ranking of the five firms and arrived at the following Committee ranking: Burkhardt Central Florida Danella MCM Enalneers Ric-Man Fred Beckmann 53 (1) 36 (3) 23 (5) 31 (4) 51 (2) Brad Judd 51 (2) 49 (3) 39 (5) 45 (4) 57 (1) Ronnie Singer 60 (1) 48 (3) 30(5) 40 (4) 55(2) Alex Rolandelli 58 (1) 46 (3) 32 (5) 43(4) 51 (2) Carta Dixon 54 (2) 53 (3) 41 (5) 49(4) 56 (1) Richard Finvarb 60 (1) 30 (3) 25 (4) 25 (4) 51 (2) RANKINGS (1 ) (3) (5) (4) (2) QUALITATIVE EVALUATION SCORING AND RANKING RESULTS: . First: Burkhardt Construction, Inc. 336=56 (Points) . Second: Ric-Man International Inc. 321 =53.5 (Points) . Third: Central Florida Equipment 262=43.66 (Points) . Fourth: MCM Engineers and General Contractors 233=38.83 (Points) . Fifth: Danella Construction Corp. 190=31,66 (Points) On the Quantitative portion of the selection process the Committee agreed to only open the price proposals for the top three ranked firms pursuant to the process enumerated in the Bid, Immediately after the Qualitative portion of the process was completed, the Procurement Director publicly opened the sealed Price Proposals for Burkhardt Construction, Inc., Commission Memo BID 22-02/03 - Design-Build Services for Washington Avenue Improvemenls Phases 2. 4 and 5 October 15, 2003 Page 4 018 Central Florida Equipment and Rlc-Man International Inc., the top three ranked firms. The Committee then ranked the 3 firms according to the bid amount. As stated in the bid documents, only the Bidder with the lowest bid price would receive the full 40 point total. The remaining ranked bidders would be allotted a point total based upon a methodology to be determined by the Evaluation Committee. The Evaluation Committee decided to rank No.2 and No.3 bidders in the following manner: (1) Rlc-Man is the lowest bidder at $13.300,000 and received the full 40 points (100% = 40 points). Remaining points would be assigned according to a percentage amount that would indicate how far off was the bid amount from the lowest bidder. (a) The No. 2 bidder Central Florida Equipment had a bid price of $13.477,245 which is 101.5%, which would equal 1.5 difference in price from the No.1 bid price. (b) The No.3 bidder Burkhardt Construction had a bid of$22,971 ,560 which was 172.70%, which would equal 72.70 difference in price from the No.1 bid price. (2) The amount differentials for No.2 and No.3 bidder were then deducted from the 100% which gave us an amount of 98.5% for the No.2 bidder and 27.3% for the No.3 bidder. (3) These two amounts wens then multiplied by 40 which provided the sum of the points accessed for Bidder No.2, Central Florida with 39.40 points and Bidder No. 3, Burkhardt Construction with 10.92 points. The following is the breakdown and the points assessed for each bid: Ric-Man Intemational Central Florida Equipment Burkhardt Construction, Inc., $13,300,000.00 $13,477,245.00 $22,971,560.00 40 Points 39.40 Points 10.92 Points The points were added to the Qualitative portion and the total points were then tallied as follows: Burlkhardt Central Florida Ric:-Man Qualitative: 56 43.66 53.50 Quantitative: 10.92 39.40 40.00 TOTALS: 66.92 83.06 93.50 RANKING: (3) (2) (1) Commission Memo BID 22-02/03 _ Design-Build Services for Washington Avenue Improvements Phases 2. 4 end 5 October 15, 2003 Page 5 of8 As indicated, the top-ranked firm was Ric-Man. The following is a summary of Ric-Man's proposed project team, personnel, sample projects, and references as provide in their bid. RECOMMENDED PROJECT TEAM QUALIFICATIONS AND EXPERIENCE SUMMARY Rlc-Man Intarnational, Inc. Ric-Man Intemational, Inc. is a general contractor that specializes in roadway and underground construction. They have accumulated approximately 20 years of experience working on various projects In South Florida. Founded in the Pompano Beach area in 1983. Ric-Man International, Inc. employs 90 people. The staff includes experienced graduate engineers and building construction managers with local design-build experience. Each project Is staffed with an experienced project manager with a proven history of performance for the company. PBS&J Post, Buckley, Schuh, and Jernigan, Inc. is Ric-Man's proposed engineering and design sub-consultant. PBS&J is ranked by Engineering News-Record among the nation's 5th largest design firms and is ranked 151t1 in the transportation category. The company was founded in the Miami area In 1960 and since has established presence throughout Florida. Having 25 Florida offices and encompassing 1.200 qualified professional personnel PBS&J brings strong resources that can be utilized to provide a successful design-build project for the City of Miami Beach. TEAM PERSONNEL (Summary): . David Mancini: Mr. Mancini will provide oversight management for the Washington Avenue Project. Mr. Mancini is the Pnssident of Ric-Man International, Inc. and has more than 27 years of experience in streetscape and underground utility projects. Ronald Bell: As Project Manager, Mr. Bell will provide day-to-day management of the project. He will also serve as the primary point of contact with the City personnel. Mr. Bell is the Director or Operations for Ric-Man International, Inc. He is a certified General Contractor with more than 30 years of experience and expertise in estimating. scheduling, project supervision, cost analysis, and damage evaluation. Remo Lafrate: Remo Lafrate will serve as the designated underground utility superintendent. Currently, Mr. Lafrate coordinates and supervises construction operations for Ric-Man's sanitary sewer, water mains, storm sewers, and pump stations, among other things. Mr. Lafrate's experience encompasses more than 38 years. Patricia Carney, P.E. (PBS&J): is the designated design manager. She will provide hands-on direction to the design group for this design-build project. Ms. Camey has more than 13 years experience In the design and management of major water, wastewater, and storm sewer facility projects. Commission Memo BID 22.02/03 _ Design-Build Services for Washington Avenue Improvements Phases 2, 4 and 5 October 15, 2003 Page 8 of8 CONCLUSION The Administration recommends that the Mayor and City Commission adopt the attached nssolution which authorizes the Administration to enter into negotiations with Ric-Man International, Inc.. lowest and best Bidder; pursuant to Invitation to Bid (ITB) No. 22-02103, for Design/Build Services for Washington Avenue Improvements Phases 2, 4 and 5; and should the Administration not be able to negotiate and Agreement with Ric-Man Intemational, Inc., Authorize the Administration to reject all remaining Bids. T:\AGENOA\2003\od1M3\regular\WashingtonAvenueAnalMemo,doe CITY OF MIAMI BEACH PRE-BID SUBMITTAL CONFERENCE SIGN-IN SHEET DATE: RFP NO: July 20, 2006 ITB No. 36-05/06 DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF -WAY INFRASTRUCTURE IMPROVEMENT PROJECT mLE: NAME (PLEASE PRINT) V,',,-\or b. MUlO", , ~(+ V : do", \ -;;.;:i\h-lU?1 ~~'i)IN.. :ebe> "0~ ~1S.e-\\o BeV1 ch en (l..Al\I1o~ C~'> 1L'U/C.f\ GPidb ) /d/l Jj~e~ <1 tI AS wI> Jl5/)$ r: . t.-;;P0Afl. tdJ lltJrY11'< '\2...S~ H b(0\C3t...V"lii L."b.OLl~ 'D1lz.\V~ ~"2.~ \h l ~l-\ 17L- . \ 2.. b ~~ ~v.."?",,l!IJ r ~ N lIJ'll+ell k..6 ~t..6-'t, 'H... 7?178 PHONE# ,e(,-~"tS-z.z..I'l ;} \2 Bb - 386 ~oz y 81,. '?SB81 ~) -'b3>~~ ct-\e;1,,) M1 J /tlreJe.,'...!e.s 1~. L/ "z. 0 L.::r AJc..oc-;oJ 'F-l> I 'II). '/.0 4q:~. }J.:J;:.,6,M;r ~eAcM,"PL '3aI3~ 1500 c. ~-rs "10 I po,) a~ OL (c.""J l!>L\I'>(l, ';u \'fC. ",/00 C 0 (1j(l a>....." l.6-.{. Fl... '?,'?' I :; C It'dI2Li.A.J s.tJSE. ~ '2/ "l/ iJ t# ,11- b,J .e. 0 }ff'/~ ./,/ y:::: / .3.3/72 OV5o,/l/ 1 eL rI- 10'5'1[) NW t2.i 5i 'Sv,~ 10 I fA I.e.,." ,)~33177.- Q () t) ... '-{tiS> tl'lOO 6~) 477- '7$75 ~ :'/-1 seA 186. <..f<:t9. z.aoo .,"') (/ 7""- l/ Ip;.- ~3CW (d~a) +77- J~7~ (~5) (305)<. '5'1Q-BJ 'I- ) :J1I1- 3143> -----_.._~._------ CITY OF MIAMI BEACH PRE-BID SUBMIlTAL CONFERENCE SIGN-IN SHEET RFP NO: July 20, 2006 ITB No. 36-05/06 DATE: mLE: DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF -WAY INFRASTRUCTURE IMPROVEMENT PROJECT NAME (PLEASE PRINT) COMPANY - ADDRESS (PLEASE PRINT) PHONE# FAX# fU~ ""J V /I' dtfl/ .~~ .1"'L..- ffJ'-.. 9~.... W //f#-I 1'(1 t,if I'I'JNd A~lIcClI yu-' y~",,,, I/) V'Tor' ~71? rjl) h '" t-IYI (J - tfoe...,r-t:"",-"",.."J- ::JO~. :J D$". -C//if (, ?J. (,7) ?lJq~ 7<($"\ CITY OF MIAMI BEACH PRE-BID SUBMITTAL CONFERENCE SIGN-IN SHEET DATE: July 20, 2006 RFP NO: ITS No. 36-05/06 mLE: DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF -WAY INFRASTRUCTURE IMPROVEMENT PROJECT NAME (PLEASE PRINT) COMPANY - ADDRESS (PLEASE PRINT) PHONE# FAX# i-~/fcmMtleZ- tltJ/?MI't/-:/; rll/f" CtJr :!!1l.F-9.?9<pm .3"tiS:: &9-t37?c l/4.tZ'S~ A 51: 't%-?~-If~ V,llfrNI1~Z#C 1l(,1l~,P .AI": ki~/t'~h rC. ~;1t:J/tf' Mc.M C()fl.p, ~~. ~M.15~'?J 3OS.e63. 7~z.7 Brtva /'le.'[)oAlAt1; bWI ~ 10Vl.. ~1'. Z~p frAz.: ,vl1~1 f/..... ~").7 CITY OF MIAMI BEACH PRE-BID SUBMmAL CONFERENCE SIGN-IN SHEET RFP NO: July 20, 2006 ITS No. 36-05/06 DATE: TITLE: DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF -WAY INFRASTRUCTURE IMPROVEMENT PROJECT NAME (PLEASE PRINT) COMPANY - ADDRESS (PLEASE PRINT) PHONE# FAX# 1itW &.(/~ $('. ~6 ;5eI.> 11#1/1 tv/&1/! ~t?t? MIo/ 5f'-I. 7.5%7757 '?5'ir7?P~ #//U1A~ -Ft."/<1-O (g MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.rniomibeochfl.gov PROCUREMENT Division Tel: 305-673.7490. Fox: 305-673.7851 INVITATION TO BID (ITB) NO. 36-05/06 ADDENDUM NO.3 August 16, 2006 FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF- WAY INFRASTRUCTURE IMPROVEMENT PROJECT is amended as follows: I. Attached are answers to questions from prospective bidders in reference to the above subject ITB: 1. Q. Invitation to Bid Section 00100, paragraph 3 (page 13) states: " Design and relocation of approximately 172 meters......". Volume 2, Section 01000, paragraph 1.02-D-3-b indicates:.......There are 172 residence affected by the relocation of the service points........... However, paragraph 1.02-D-3-a indicates:.... ...In addition, the conceptual plans include fire hydrant assemblies, tie-in ofthe proposed 8-inch DIP water line to the existing at various locations, and 190 service connections? Therefore. there are 190 service connections and only 172 residence connections shown on the documents, Where are the additional 18 service connections? A. As the Design-Build Firm, you shall be responsible for finalizing the documents, the additional 18 connection shall be field verified required. 2. a. Does the City of Miami Beach require a specific Bid Bond Form or is the Surety Company's standard form acceptable? Please advice... A. Although there is a form in the ITB document for the bidders convenience, bidders may use the standard form that will be provided by their Surety Company. 3. Q. Specification Section 02510 (Concrete Sidewalk, Curb and Gutter, and Valley Gutter, under paragraph 1.03 (Reference Standards) makes reference to Miami- Dade County Public Works Manual and FDOT standards. However, sheet 173 of 419 shows five different types of concrete curb and gutters which are not addressed to any legend on the drawings. Please advice... A. As the Design-Build Firm is required to complete the design to meet permittable requirements of jurisdictional agencies, it shall assign requisite curbing as required to meet this intent of the DCP. \..'\i" nrt" ',-,:'mmi,'.'dl I", "',."I(!rr;r; ("\.::",iih";;' (;,J~i;,- :.,",'....;,_.cc (lId :<:;lel" ,',;J ,J,',' \'._.',,; ,-:,',U; ,',1V ;,' ;)1,: y'ihnn! [,,-:p:eu! [,:.;101'(' c'~.';1'''lJn':ly 4. a. In section 01000, paragraph 3e, references to include the design and construction of an additional 16,444 LF not shown in the Conceptual Drawings. How many service connections will be required for these additional water lines? Please advice.... A. The additional water mains to be included are illustrated in Attachment 0-3. The Design-Build Firm shall assume that one service connection is required to each property that fronts the main. 5. Q. Sheet 137 of 419 shows proposed brick pavers and specification section 01000- Professional Services (page 01000-8, paragraph e) refers to a speed table constructed of brick pavers (located just north of W. 44th Court on North Meridian Avenue) which shall be 12 feet long by the entire width ofthe roadway. Are there other locations? Also, sheet 173 of 419 (Detail), shows sections for concrete paver sidewalks and cross walks. Is the intent to use Brick Pavers or Concrete Pavers for proposed pavers shown on Sheet 1377 Please clarify? Also, no specification for concrete or brick pavers has been provided. Please provide spec(s), including material manufacturer, color(s) pattern(s), etc. A. All pavers shall comply with the Design Standards Manual Details CMB ST- 4 and ST -5 as applicable. 6. a. ITB has Schedule of Bid Prices (page 57 in the bid document) that includes six (6) items/. However, Volume 2 includes Schedule of Bid Prices with (5) items, please advice which one is to be included with our bid response. A. The Schedule on Page 57 is the correct bid form to be used and returned to the City in a Sealed Envelope as instructed in the bid documents. 7. Q. Is the Design-Build Firm to provide new sidewalks and driveways, since nothing is shown, on all new building/residence under construction or renovation? Or, do properly owners have to provide their own sidewalks and driveways? A. The Design-Build Firm shall be responsible for all required improvements within the Right-of-Way. 8. a. Some of the new proposed driveways have existing car security gate access controls. Will these devices require relocation, or will they be done by the property owner? A. Attachment F-2 discusses procedures to be followed by the Design-Build Firm in addressing encroachments. Section 01000-1.02 D6 references these requirements. 9. Q. Given the number of potential responses you might receive for any given Consultant, how should we identify the appropriate specialty on the survey form and should our reference numbering designate for which specialty the survey is being submitted? A. All the specialties can be listed on a single reference sheet for a reference is more than one specialty was used. You do not need multiple reference forms. Specialties have to be listed on a sheet. Very similar to the project manager and site superintendent on the same project with both their names and the contractor name being listed on the same sheet. VVe ore commilled Ie' pl,."""_'!III,''-'' ,,;,\C;ciit'ni j.Jli~~/.:~- ';,'f'c,ce U,",'O' :<:11<,,", ""'J il;,' 'i,',!:' "".-"., 11-,),". ,:Ifld ;~In\, il~ our ',..-ib'D.'),', 1<'{):ci.Ji, h,sloric C,)J)I,'))iHli1r 10. Q. Can a single set of survey data for a specific specialty be applied to multiple primes? A. Yes, a single set of survey data for a specific specialty can be applied to multiple primes. 11. Q. Generally, regarding the submission of the electronic documents, our understanding is that we must submit one Profile and Reference List (for each specialty). How should we identify the electronic documents to differentiate the specialties? A. You may differentiate the specialties by listing the specialties on the reference form. 12. Q. With regard to the individual excel files, we are interpreting the instructions to mean that we must create a separate blank excel spreadsheet file (not worksheet) for each client listed on the reference list. Are we then to e-mail all of the files (up to 25 separate excel files) for each specialty? A. You need a separate reference listfor each specialty. You then submitthe lists. 13. Q. Item #6 of the Schedule of Prices Bid is "Public Information Component (Section 01005 of the Conceptual Specifications)". However, the table of content (Volume 2) of the Conceptual Specifications does not include section 01005. Please provide section 01005 with all the requirements that the Design/Firm should price for item #6. A. The requested Section is provided under ~ivision 1 of the DCP. The Section was inadvertently left out of the Table of Contents (TOC). Please add to the TOC. 14. Q. Specification 01000 - Professional Services, paragraph 1.02-D-5-c states: "Existing Damaged Sidewalks Replacement and New ADA Ramps. The DESIGN/BUILD FIRM shall include the replacement of damaged sidewalks flags in the design documents. Sidewalks shall be considered damaged and scheduled for replacement when cracks larger than 1/8-inch or difference in elevations due to crack within a flag or between flags higher than 1/8-inch, or missing chunks of materials are observed." Are all these quantities of sidewalk replacement identified on the conceptual drawings or is there additional sidewalk replacement due to cracks or difference in elevations? If so, please provide quantities or indicate the location in order to quantify them. A. Bidders shall assume that a total of 38,000 square feet of sidewalk are to be replaced under the base bid of the project. 15. Q. Invitation to Bid section 00305 paragraph C (page 33, second paragraph) reads: "The Bidder must submit documentation acceptable to the City that the Final Design team member is pre-qualified under Miami-Dade County Department of Business Development for the following categories: We ore comrn:iit"'1' ,\' ,:,,,o,,':dinc; e.\c,:ei,'enl pud,,: ;e,',...'e o("..i g;,1t?,\ ,;,) ni.' ',vi-" i.v'", \.\,--,d, "n,"J'i,'\J)' 0(,1 'i,'her:.,. ,'I(i(;,',:ol, h ;i,XI(: c,~n':~)(m;l'.' 0101 - Transportation Planning - Urban Area & Regionai Plan 0302 - Highway Systems - Highway Design 0304 - Highway Systems - Traffic Engineering 0309 - Highway Systems - Signing. Pavement Marking, Channel 0310 - Highway Systems - Lighting 0601 - W & S System - Water Distribution and Sanitary Sewage 0602 - W&S - Major Water & Sewer Pumping Facility 1001 - Environmental Engineering - Stormwater Drainage Design 1600 - General Civil Engineering Any Design-Build Firm not identifying pre-qualification with all of the above identified groups shall be deemed non-responsive to the requirements stated in this ITB. The Bidder must submit documentation acceptable to the City that the Construction team member is pre-qualified under the Miami-Dade County Department of Business Development for the fOllowing categories: Grading Drainage Paving Fencing Grassing, Seeding, and Sodding Landscaping Pavement Markings and Roadway Signing" We checked with the Miami Dade County Department of Business Development (DBD) for this certification. The DBD only qualifies consultants and subcontractors for Disadvantaged Business Enterprise (DBE), Small Business Enterprise (SBE) and other small business related status. This project does not have any DBE or CSBE goais. Please clarify if the City of Miami Beach is looking for consultants and subcontractors to possess valid, current licenses to perform work in Miami Dade only. A. The bidder must submit documentation with its bid that the Construction team members are certified or licensed by the State of Florida Department of Business and Professional Regulation, for the categories listed above. 16. Q. According to spec section 01000 (Professional Services) paragraph 1.02-3-e. it is our understanding that the Design/Build Firm shall include the additional cost for the design and construction of 16.444 LF of 8" DIP water lines. This cost ( part of the base bid) will also include the additional surveying services, service connections and relocation of existing meters. Please confirm. A. Yes it does. 17. Q. Invitation to Bid section 00315 attachment 2 (page 42) is a City of Miami Beach standard letter for the Performance Evaluation for this project. This letter states under bold letter: Please return this questionnaire to Roman Martinez by close of business day August 22, 2006 or earlier...." However, the new bid date is August 24, 2006. Please re-issue this signed letter with the correct date via addendum. A. The new scheduled deadline for submission of Evaluation Performance Surveys is August 25, 2006 by 5:00 pm. We ore commillef1' ),:, p;(l"i:d'.'i.'.~' ,".'.(e__/,I"!,, p:,bii:_- ,'o,,"...;c'" no":' ;.(d,-I-,' \'1 (),' -,vi.;,; I:\t' \\,)r~. '-Ind plU', ,.,.'1;)(1';: "I':i!)ICOI. h",:!,x;( ,'c!:i"l!icJ;),')" Contractors/Firms are required to acknowledge receipt of this Addendum No.3 on Bid Page 158, "Acknowledgement of Addenda". CITY OF MIAMI BEACH ~ Gus Lopez, CPPO Procurement Director je F:\PURC\$ALL\Romanlbids\06\ITB 36.0S-Q6A3.doc 1.'Ii,> .l'ee ~.o",,',',::i;~d !'.' i_'I'_"dn'",!:; ,'.\O"i/i_"',1 ('iJhi,,: ::",,,.iU'e ui'ci ,ool",I\, .',) 0_",' ',~.',I;.-, iJ',e \'1;,:'1;', m,d rio:,.. in our V;/),Oll,1, h~l~!icoi.. hISlol,r: communU'y' G MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT Division Tel: 305-673-7490. Fox: 305-673.7851 INVITATION TO BID (ITB) NO. 36-05/06 ADDENDUM NO.4 August 17, 2006 FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF- WAY INFRASTRUCTURE IMPROVEMENT PROJECT is amended as follows: I. To provide a logical and consistent evaluation of Performance Surveys for each Design-Build firm submitting a bid on this project, please provide Performance Evaluation Surveys for the following entities and/or individuals: . The Design Build Team (General Contractor & Design Firm) . The Pre-construction Project Leader (Individual) . The Construction Project Manager (Individual) . The Lead Designer (Individual) Please provide an Excel Project List for each of the above entities and/or individuals. The DesiCln-Build Team's Excel Proiect List can be shared by the General Contractor and the Design Firm or can be submitted separately. To further clarify, the City should receive 4 separate Excel Project Listings, one for the Design Build Team (Price Contractor and Design Firm), one for the Pre- Construction Project Leader, one for the Construction Project Manager and one for the Lead Designer. If you are a Consultant (Design Firm) who is part of a Design-Build Team, please provide the name of the Design-Build Contractor (Prime Contractor) in parenthesis on all Performance Surveys and on the Excel Project Listings. II. Attached are the answers to questions from prospective bidders in reference to the above subject ITB: 1. Q. In addendum #3, answer to question 13 states that section 01005 (Public Information) is included. However, we have search all sets received from T- Square and can not find it. Please provide. A. Attached please find section 01005 (Public Information) 2. Q. In Addendum #2. answer to question no. 33 refers to the response in item No. 30 that is related to paving markings. The irrigation specification is missing from the conceptual specification. please provide the specs. A. There were no Irrigation Specifications provided in the DCP. However, the Design / Build Firm is to provide Irrigation Specifications based on the City's Design Standards Manual, Specification Section 02810 - entitled Irrigation System, found in Appendix F. \.'V,~ ,"J(t', cc;.:,;o(i,i,'i",)' Ie" i ,'",\.',_I"l,q ,",\c,,,iieni pL;hJic; "c':'.,'('''' c'!,d _,~)ie:'i .'c-.' (J'" ',\-1''-, ;\-e, \'n-"~, ,1.'1d rinr' ~n Oil' ,.-ihiu:;;, II'Opicol, h";/,'iI( ,',.'in,,')),;I;;'I:, III. Clarification: The Performance Evaluation Survev Form that was issued on the original Bid document found on page 45 can be used by the Prime General Contractor and individuals who are part of a Design-Build Team. The Performance Evaluation Survev Form attached to Addendum No.2 can be used by Design Consultants and individuals who are part of the Design-Build Team. As stated in item No.1 of this Addendum, Design Consultants please make sure that the name of the Design-Build Prime Contractor is on the Performance Evaluation Survey forms being submitted to the City. Contractors/Firms are required to acknowledge receipt ofthis Addendum NO.4 on Bid Page 158, "Acknowledgement of Addenda". CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director je F:\PURC\$ALL \Romanlblds\06\iTB 36.05-06A4.doc . V'/t;? llri" L.<~:::.']l;,'!(:"," I,' :':"'" J,;.;!:; c':,.(",,'ii>"" ,','.d ,;u!e', ,'L..' \'.\~,i. ,:l:lc! plo', :'r :1~f()!;:, ,II'," iicOi, 11;~:.I,,-.,ri,' ,-, "lilill"'!) SECTION 01005 PUBLIC INFORMATION / LIAISON SERVICES PART 1 - GENERAL 1.01 THE REQUIREMENT A The CONTRACTOR shall procure the services of a RJblic Relations Firm to provide labor, supplies, and essential communications as may be required for the fulfillment of the intent of the public information /Iiaison phase of the WORK, in strict accordance with the Contract Documents. B. The goal of these services shall be to allow the CONTRACTOR to maintain stakeholders up to date prior to, during and after the CONTRACTOR's implementation of rear water service relocations as noted in the contract documents. C. Stakeholders as the term is used herein shall include and refer to CITY representatives, property owners and residents affected by the rear easement water service relocation WORK. 1.02 SERVICES TO BE PROVIDED A. The CONTRACTOR shall develop and implement an effective and successful public information /Iiaison program to perform the following functions: 1. Ensure that, working in concert with CITY representatives, all required authorizations / releases are received from affected property owners. 2. Meet with individual affected stakeholders to review the proposed installation procedures, address stakeholder concerns, and establish a general understanding and level of comfort with stakeholders as to what to expect before, during and after construction. Such efforts shall include a walkthrough of the proposed routing of new water service lines with stakeholders and a CONTRACTOR's representative, to establish agreement as to pre-existing conditions and like and kind return of the finished project. to the satisfaction of the stakeholder. 3. Follow-up with stakeholders on any required warranty work and/or complaint resolution that may result from the WORK until resolved by the CONTRACTOR. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - Proposed Public Information Componenet on ROW Projects: 07-02-03 Addendum NO.4 01 005-1 eMS WASH. A VE. PH. 2. 4. 5 (9 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT Division Tel: 305.673.7490, Fox: 305-673.7851 INVITATION TO BID (ITB) NO. 36-05/06 ADDENDUM NO.5 August 21,2006 FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF- WAY INFRASTRUCTURE IMPROVEMENT PROJECT is amended as follows: I. Clarification: The original RFQ Contract for the Nautilus Neighborhood No.7 which was awarded to Reynolds Smith and Hills does not preClude any sub-consultant from participating in any given team providing a bid under this Invitation to Bid for Design-Build Services. Inasmuch as this change does not materially affect the bid document, proposers are not required to acknowledge this addendum to be deemed responsive. CITY OF MIAMI BEACH ~ Gus Lopez, CPPO Procurement Director je F:\PURCI$ALL IRomanlbldsl0611TB 36-05.06A6.doc ',.'\/,0 (1,'''' (.. ,)'....,.,'!'en' I;~ i ie",,"i).;",'! ,c.\c",U",n,' pl;h,i;c _'':''1')(8 (;,'ei ;;(J,i,OI:, k) ,if "".r",-' ::\,0. \"l'r~, (1:1(1 i~I'U,. :/., our "/lh(J!~:. /(;)(;'0)", 1115,'0"':(: ,','mmunil). cg MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeochfl.gov PROCUREMENT DIVISION Tel, 305-673-7490. Fa" 305-673-7851 PUBLIC NOTICE INVITATION TO BID (ITB) 36-05/06 FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT- OF-WAY INFRASTRUCTURE IMPROVEMENT PROJECT Sealed bids will be received by the City of Miami Beach Procurement Division, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 15th day of August 2006 for Design/Build Services for Neighborhood NO.7 - Nautilus Right of Way Infrastructure Improvement Program for the City of Miami Beach. Scope of Services The City of Miami Beach requires the services of a Design/Build Firm for the design and construction of the Neighborhood No. 7 - Nautilus Right-of-Way Improvements Project (the "Project"). The Design/Build Firm (DBF) will be responsible for the design, construction, and construction management associated with the work related to earthwork, roadway narrowing, milling and resurfacing, driveway paving, sidewalk construction; water main installation and water services relocation; storm drainage infrastructure installation; roadway lighting and streetscape/planting improvements. A Design Criteria Package has been prepared which includes conceptual specifications and plans for the civil, electrical, mechanical, structural and landscaping disciplines. The work to be performed under this Contract shall consist of providing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water, and essential communications, and performing all work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The work shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the completion and proper design and construction of the work in good faith shall be provided by the Design/Build Firm. ANY BID(S) RECEIVED AFTER 3:00P.M. ON AUGUST 15, 2006, WILL NOT BE CONSIDERED AND WILL BE RETURNED TO THE BIDDER UNOPENED. THE RESPONSIBILITY FOR SUBMITTING THE SUBMITTAL PACKAGE BEFORE THE STATED TIME AND DATE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. THE CITY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY MAIL, COURIER SERVICE, INCLUDING U.S. MAIL, OR ANY OTHER OCCURRENCE. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 7 The City will not be responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. A Pre-Bid Conference is scheduled for 10:00 a.m. on July 20, 2006 at the following address: City of Miami Beach, City Hall- City Manager's Large Conference Room, 1700 Convention Center Drive, Miami Beach, Florida. A Bid Guaranty of 5% of the bid amount will be required with the Bid. The successful bidder will also be required to furnish Performance and Payment Bonds, each in the amount of one hundred (100%) percent of the Contract amount. The City of Miami Beach has contracted with BidNet and is utilizing a central bid notification system created exclusively for state and local agencies located in South Florida. This South Florida Purchasing system allows for vendors to register online and receive notification of new bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.govbids.com/scripts/southfiorida/public/home 1.asp. If you do not have Internet access, please call the BidNet(r) support group at 800-677- 1997 extension # 214. Plans and specifications are available for this bid but must be ordered through T- Square Miami, Phone No. (305) 324-1234. The attached order form on page 11 of the Bid package must be completed and returned to T-Square Miami before prospective bidders will receive the requested Design Criteria Package; Conceptual Plans and Specifications. Attendance (in person or via telephone) to this Pre-RFQ submission meeting is encouraged and recommended as a source of information but is not mandatory. Consultants interested in participating in the pre-RFQ submission meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America) (2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by the star (*) key). Consultants who are interested in participating via telephone, please send an e-mail to romanmartinez@miamibeachfl.gov expressing your intent to participate via telephone. The City of Miami Beach reserves the right to accept any proposal deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal. The City of Miami Beach may also reject any and all proposals. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSAL IS SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389. BID NO: 36-05106 DATE: 06/23/06 CITY OF MIAMI BEACH 8 YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSAL is SUBJECT TO THE FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CiTY OF MIAMI BEACH WEBSITE: http://www . miamibeachfl. qov/newcitv/depts/purchase/bidintro. asp . CONE OF SILENCE -- ORDINANCE NO. 2002-3378 . CODE OF BUSINESS ETHICS -- RESOLUTION NO. 2000-23879. . DEBARMENT PROCEEDINGS -- ORDINANCE NO. 2000-3234. . PROTEST PROCEDURES -- ORDiNANCE NO. 2002-3344. . LOBBYIST REGISTRATiON AND DISCLOSURE OF FEES -- ORDINANCE NO. 2002-3363 . REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS - ORDINANCE NO. 2005-3494 Sincerely, ~ Gus Lopez, CPPO Procurement Director BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 9 ~ MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miomibecchfl.gov PROCUREMENT DIVISION Tel: 305-673-7490. fax: 305.673-7651 Bid No. 36-05/06 INVITATION TO BID (ITB) FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF -WAY INFRASTRUCTURE IMPROVEMENT PROJECT NOTICE TO PROSPECTIVE BIDDERS NO BID If not submittin9 a bid at this time. please detach this sheet from the bid documents, complete the information requested. and return to the address listed above. NO BID SUBMITTED FOR REASON(S) CHECKED ANDIOR INDICATED: Our company does not handle this type of product/service. We cannot meet the specifications nor provide an alternate equal product. Our company is simply not interested in biddin9 at this time. Due to prior commitments, I was unable to attend pre-proposal meeting. OTHER. (Please specify) We do _ do not _ want to be retained on your mailing list for future bids for this type or product andlor service. Si9nature: Title: Company: Note: Failure to respond, either by submitting a bid or this completed form, may result in your company being removed from our vendors list. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 10 C.O.D Order T-SQUARE AITN:CARMEN DAVILA FAX 305-324-8040 PHONE 305-3241234 EX. 320 CITY OF MIAMI BEACH BID # 36-05/06 INVITATION TO BID FOR DESIGNIBUlLD SERVICES FOR NEIGHBORHOOD NO.7 _ NAUTILUS RIGHT-OF -WAY INFRASTRUCTURE IMPROVEMENT PROJECT Authorized by : Roman Martinez Fax: 305.324.8040 Volume 3 - ConceDtual Plans 111x17) Volume 2 - ConceDtual SDecifications 18.5 x 11) Volume 2A - Attachments 18.5 x 11) Survey (22 x 34) $ $ $ $ $ *Any other copies or reproductions are additional to this price Price per SQ.FT $ full size/ half size $--"er first copy & _ second copy Total (MINIMUM ORDER FOR FREE DELIVERY $20.00 PER DELIVER) COMPANY NAME. ORDER BY: Bill to: COD T-Square Acct# 613204 Cash: Credit Card # Visa:_ Amex:_Master:_Other: Ex. date In the name of: Authorization signature Ship TO: City State zip code Phone: _-_-_Fax:_ -_ -_ Contact name Title Received by: shipped by: UPS # FED EX # Received by: shipped by: UPS # FEDEX # Next day air _ Next day air saver _Ground _Second day air AM _Second air Three day select Handling charge $ Order received by T-Square: Titie: ANY QUESTION AT T -SQUARE PLEASE CALL 305-324-1234 ASK FOR: Rusty James = VP Production Carmen Elena Davila = Sales Manaaer = Ext. 202 = Ext. 320 If you already have an account with T-Square please use your account # the order. Thank you for your business. to place BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 11 00100. 1. GENERAL INSTRUCTIONS TO BIDDERS: General: The following instructions and those set forth in Section 00300 herein are given for the purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and weight with other portions of the Contract Documents and strict compliance is required with all the provisions contained in the instructions. Bidders shall note that various paragraphs within these bid documents have a [ ] box which may be checked. If the box is checked. the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. 2. Scooe of Work: The City of Miami Beach requires the services of a Design/Build Firm for the design and construction of the Neighborhood NO.7 - Nautilus Right- of-Way Improvements Project (the "Project"). The Design/Build Firm (DBF) will be responsible for the design, construction, and construction management associated with the work related to earthwork, roadway narrowing, milling and resurfacing, driveway paving, sidewalk construction; water main installation and water services relocation; storm drainage infrastructure installation; roadway lighting and streetscape/planting improvements. A Design Criteria Package has been prepared which includes conceptual specifications and plans for the civil, electrical, mechanical, structural and landscaping disciplines. The work to be performed under this Contract shall consist of providing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water, and essential communications, and performing all work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The work shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper design and construction of the work in good faith shall be provided by the Design/Build Firm. PROPOSED PROJECT IMPROVEMENTS The proposed improvements to be performed for this project are based upon the Basis of Design Report for Neighborhood NO.7 - Nautilus prepared by Reynolds, Smith and Hills, Inc. The Basis of Design Report was developed with input from the residents through two (2) Community Design Workshops and City staff and was approved by the City of Miami Beach City Commission. The proposed improvements include but are not limited to: 1. Streetscape Improvements . Roadway Milling and Resurfacing . Landscaping within the Right-of-Way . Sidewalk Extensions (ADA ramps) BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 12 . Damaged Sidewalk Replacement . Lighting Upgrades (Nautilus West) . Lighting Upgrades (Orchard Park) . Driveway Apron Restoration . Swale Reclamation . Removal of Encroachments . Street Narrowing . Addition of Speed Table . On-Street Parking Improvements . Specialty Project Improvements a. Reconfiguration of W. 42nd Street between Michigan Avenue and Meridian Avenue b. Reconfiguration of the intersection of Prairie Avenue/Chase Avenue 2. Stormwater Improvements The Improvements to the stormwater system are limited to the 3 priority drainage basins in the Nautilus Neighborhood as identified in the City of Miami Beach Comprehensive Stormwater Management Master Plan. . Design and installation of approximately 16,330 L.F. of HDPE and RCP conveyance pipe ranging in size from 18-inch through 60 inch. . Design and installation of approximately 92 inlets and 74 drainage manholes. . Design and installation of approximately 55 gravity drainage wells and 10 pressurized drainage wells. . Design and installation of 2 stormwater pumping stations. The proposed improvements listed above represent a summary of the current design approach as shown on the Conceptual Plans and Specifications. However, the Design/Build Firm shall be responsible for satisfying the City's design criteria and verify compliance with the requirements set forth in Section 01000. A detailed description of the recommended improvements and required level of service are identified in the Section entitled "Professional Services". 3. Water Systems Improvements . Design and installation of approximately 17,500 L.F. (Priority 2) of new 8-inch DIP water main. . Design and installation of approximately 16,444 L.F. (Priority 3) of new 8-inch DIP water main. . Design and relocation of approximately 172 water meters and service lines from near easements to the sidewalks thru trench less technology. BID NO: 36-05106 CITY OF MIAMI BEACH DATE: 06/23/06 13 I / ~ w w. ;ul ST. <( t:l w. 50 '" o [;i W. 49 I u LAKEVIEW DRIVE < .. N.T-.S.. - . W. 47 ST. W. 46 ST. .- -BISCAYNE --. . . BAY . >-- _1. )c .m-- ~ .!(.r Q.-~ W. 37 Sr . .. z . <l: . 6 ..Z -_ -::-::--:--~0~~-:~ ~ NEIGHBORHOOD No.7.. NAUTILUS ROW iMPROVEMENTS PROJECT CITY OF MIAMI BEACH LOCA TION MAP - BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 14 3. Location of Work: The Project Location Area as shown on the attached Location Map is located in the "Middle Beach" area and bounded by the Surprise Waterway to the north, Biscayne Bay to the west, Pine Tree Drive to the east, and State Road 112/Arthur Godfrey Road (w. 4151 Street) to the south. Areas to be affected by the proposed improvements include but are not limited to North Bay Road, Nautilus Drive, Nautilus Court, Michigan Avenue, Jefferson Avenue, Adams Avenue, N. Meridian Avenue, Chase Avenue, Prairie Avenue, Post Avenue, Royal Palm Avenues, Sheridan Avenue, W. 48th Street, W. 47th Street, W. 47'h Court, W. 46th Street, W. 45th Street, W 44th Street, W 44th Court, W 43rd Street, and W 42nd Street. The Flamingo Waterway Historic District lies within the boundary of the Nautilus Neighborhood. The neighborhood is divided in two by the Biscayne Waterway. The area to the west of the Biscayne Waterway is commonly known as Nautilus West and the area to the east of the Biscayne Waterway as Orchard Park. Areas not included in the pro;osed improvements include, SR907/Alton Road, Pine Tree Drive, and W. 42" Street (between Prairie Avenues. and Pine Tree Drive.) 4. Abbreviations and Svmbols: The abbreviations used throughout the Bid Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. 5. ITB Timetable: The anticipated schedule for this ITB and contract approval is as follows: ITB issued Pre-BID Conference Deadline for receipt of questions Deadline for receipt of BIDS Evaluation process Recommendation to City Commission Contract Award Projected Project Initiation Start Date June 23, 2006 July 20,2006 at 10:00 a.m. August 4, 2006 at 5:00 p.m. August 15, 2006 at 3:00 p.m. August, 2006 September, 2006 October, 2006 October, 2006 5. Bid Packaae Submission: An original and ten copies of complete Bid Packages must be received by 3:00 p.m. on August 15, 2006, and will be opened on that day at that time. The original and all copies must be submitted to the Procurement Division in a sealed envelope or container stating on the outside, the Bidder's name, address, telephone number, ITS number, title, and due date. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH IS 00200. DEFINITIONS Please refer to Section 00600, Contract, Article No.1 - "Definitions and Identifications", on page 73 of the Bid Package. BID NO: 36-05/06 VA TE: 06/23/06 CITY OF MIAMI BEACH 16 00300. INSTRUCTIONS TO BIDDERS: 1. Examination of Bid Documents and Desian Criteria Packaae. and Site: It is the responsibility of each Bidder before submitting a Bid, to: 1.1. Examine the Bid Documents and Design Criteria Package. 1.2. Visit the site to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work, 1.3. Take into account federal, state and local (City and Miami-Dade County) laws, regulations, ordinances that may affect costs, progress, performance, furnishing of the Work, or award, 1.4. Study and carefully correlate Bidder's observations with the Bid Documents and Design Criteria Package. 1.5. Carefully review the Bid Documents and Design Criteria Package and notify the City's Procurement Director in writing of all conflicts, errors or discrepancies in the Bid Documents and Design Criteria Package of which Bidder knows or reasonably should have known. The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that, without exception. the Bid is premised upon performing and furnishing the Work required by the Bid Documents and Design Criteria Package and that the Bid Documents and Design Criteria Package are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 2. Pre-Bid InterDretations: Only questions answered by written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All questions about the meaning or intent of the Bid Documents and Design Criteria Package are to be directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of Addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the Bid Documents. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. There shall be no obligation on the part of City or the City's Procurement Director to respond to questions received less than ten (10) calendar days prior to bid opening. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 17 3. Submittina Bid Packaaes: All bid packages must be received in the Procurement Division, City of Miami Beach, 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, before the time and date specified for bid opening, enclosed in a sealed envelope, legibly marked on the outside: BID FOR: INVITATION TO BID (ITB) 36-05/06 FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF - WAY INFRASTRUCTURE IMPROVEMENT PROJECT BID/CONTRACT NO.: 36-05/06 4. Printed Form of Bid: All bid packages must be made upon the blank BidlTender Form (Section 00400, pg. 51 included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with the directions on the bid form. 5. Bid Guarantv: All bid packages shall be accompanied by either an original 5% bid bond of the bid amount executed by a surety company meeting the qualifications for surety companies as specified in 00600 CONTRACT, Article 50, pg. 113, General Conditions, or by cash, money order, certified check, cashier's check, Bid Guaranty Form, Unconditional Letter of Credit (Section 00410, pg. 58), treasurer's check or bank draft of any national or state bank (United States), in the amount of 5% of the bid amount payable to City of Miami Beach, Florida, and conditioned upon the-successful Bidder executing the Contract and providing the required one-hundred percent (100%) Performance Bond and Payment Bond and evidence of required insurance within fifteen (15) calendar days after notification of award of the Contract. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security of the successful Bidder shall be forfeited to the City of Miami Beach as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract,-provide the required Performance Bond, Payment Bond and Certificate(s) of Insurance, -within fifteen (15) calendar days after notification of the award of the Contract, or failure to comply with any other requirements set forth herein. The time for execution of the Contract and provision of the Performance Bond, Payment Bond and Certificate(s) of Insurance may be extended by the City's Procurement Director for good cause shown. Bid Securities of the unsuccessful Bidders will be returned after award of Contract. 6. Acceptance or Reiection of Bids: The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within ninety (90) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 18 expiration of ninety (90) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of ninety (90) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Division prior to award of the Contract by the City Commission. 7. Determination of Award: The City Commission shall award the contract to the lowest and best bidder. In determining the lowest and best bidder, in addition to price, there shall consider the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgement, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 8. Evaluation: An interim performance evaluation of the successful Design-Build Firm may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. I neither situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the successful Design-Build Firm. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful Design-Build Firm for future bids with the City. 9. Contract Price: The Contract Price is to include the furnishing of all labor, materials, equipment including tools, services, permit fees, applicable taxes. overhead and profit for the completion of the Work except as may be otherwise expressly provided in the Bid Documents. The cost of any item(s) of Work not covered by a specific Contract unit price or lump sum price shall be included in the Contract unit price or lump sum price to which the item(s) is most applicable. 10. Postponement of Date for Presentina and Qpenina of Bids: The City reserves the right to postpone the date for receipt and opening of bids and will make a reasonable effort to give at least seven (7) calendar days written notice of any such postponement to each prospective Bidder. 11. Qualifications of Bidders: Bidder must have adequate organization, facilities, equipment, and personnel to ensure prompt and efficient service to City. In determining a Bidder's responsibility and ability to perform the Contract, City has the right to investigate and request information concerning the financial condition, experience record, personnel, equipment, facilities, principal business location and organization of the Bidder, the Bidder's record with environmental regulations, and the claims/litigation history of the Bidder. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 19 12. Addenda and Modifications: The City shall make reasonable efforts to issue addenda within seven (7) calendar days prior to bid opening. All addenda and other modifications made prior to the time and date of bid opening shall be issued as separate documents identified as changes to the Project Manual. 13. Prevailina Waae Rates: The provisions of the City of Miami Beach Ordinance No, 94-2960 shall not apply to this bid. 14. Occuoational Health and Safetv: In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: 14.1. The chemical name and the common name of the toxic substance. 14.2. The hazards or other risks in the use of the toxic substance, including: 14.2.1. The potential for fire, explosion, corrosion, and reaction; 14.2.2. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and 14.2.3. The primary routes of entry and symptoms of overexposure. 14.3. The proper precautions. handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. 14.4. The emergency procedure for spills, fire, disposal, and first aid. 14.5. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. 14.6. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 15. Environmental Reaulations: The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The nonsubmission of any such documentation shall be deemed to be an affirmation by the Bidder that BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 20 there are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. 16. Protested Solicitation Award: Bidders that are not selected may protest any recommendation for Contract award in accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes procedures for resulting protested bids and proposed awards. Protests not timely made pursuant to the requirements of Ordinance No. 2002-3344 shall be barred. 17. Financial Stability and Strenath: The bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or services required herein. Bidders shall submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the bid submittal is from a co venture, each Bidders involved in the co venture must submit financial statements as indicated above. Any Bidders who, at the time of bid submission, is involved in an ongoing bankruptcy as a debtor, or in a reorganization. liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over all or a substantial portion of the property of the Bidders under federal bankruptcy law or any state insolvency, may be declared non-responsive. 18. Eaual Benefits Ordinance Bidders are advised that this Bid and any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Ordinance No. 2005-3494, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Ordinance")." The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. All bidders shall complete and return, with their bid, the "Declaration: Non- discrimination in Contracts and Benefits" form contained herein. The City shall not enter into any contract unless the bidder certifies that such firm does not discriminate in the provision of Benefits between employees with Domestic Partners and employees with spouses and/or between the BID NO: 36-05/06 DATE: 06123/06 CITY OF MIAMI BEACH 21 Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his designee determines that the successful bidder Contractor shall complete and return the "Reasonable Measures Application" contained herein, and the Cash Equivalent proposed. It is important to note that bidders are considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Following this page please find a Q & A of the major points of the proposed Ordinance. Additionally, the following documents need to be returned to the City with your bid: . Declaration: Nondiscrimination in Contracts and Benefits Form . Reasonable Measures Application Form BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 22 PROPOSED EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-128 of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: . Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.). . Contracts valued at over $100,000. . Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 23 . Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: . The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts). . The City contract is not competitively bid. . The City contract is valued at less than $100,000. . The contractor has less than 51 employees. . The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners. . The contractor is a religious organization, association, society or any non profit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society. . The contractor is another government entity. The following City contracts are not covered by the Ordinance: . Contracts for sale or lease of City property. . Development Agreements. . Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development . Cultural Arts Council grants . Contracts for professional AlE. landscape AlE, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act". . Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: . Emergency contracts. . Contracts where only one bid response is received. . Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 24 The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? . City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the issued bid documents. . At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits. along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract. . The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance. . The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an employee with the "Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: . Breach/default under the contract. . Termination of the contract. . Monies due under the contract may be retained by the City until compliance is achieved. . Debarment of contractors from City work, as prescribed by the City Code. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 25 & .... CITY OF MIAMI BEACH DECLARATION: NONDISCRIMINATION IN CONTRACrS AND BENEFITS Section 1. Vendor Information Name o/Company: R;c.. f..-IaA I,....\.. \ _Name ofCompsnYCOnlaotPerson~V C Ma.rri "';..l.. Phone NUmber:qSI./.I.j;;K.,. 10 'fLFax Number: 'iS4. ~..:.olO.mail O/l'!"T"~i!tl ~ IPl..r.,4IQU . V ~ Vendor Number (if known):. ___________ FederallD or Social SecuJily NU'nber: sq. c'l3n () 3. ~ _t:; _'__ Approximate Number of Employees in the U.S.: l (:) ~_____ Are any of your employees covered by a collective bargaining agreement or uoic.'f1 trust fund? _ Y es.~ Union name(s}: p/A -._-----_._.-._-_._._---_.~-_..._. Section 2. ComplIance Questions QUl!Istion 1. Nondiscrimination - Protftded Classes I" , .0.. Does your =ompany agree to not discriminate 3gain:Fot ~'Cur employef'!s. sppiicanls 1')( emplo\'men1, f!rr,ploy~s of ~he City, (.Or members of the public on !.tle bBSi:<;; (If ihe fact (lor pen::eptlnn of.a pur;on's rnembers.hip in U'le ~!egQrjl!'S listed be-low') Piea.$3 note: a .YES" nn~wer means your company agrees it will not disr.rtmlnate; a .NO. lins;wer Ir.~ans YOIJr ool"pany refusoti to agree that it \'lrill not dl$Cfimfnate. Plea$(!' answer yes or no to -(l3ch C3~egory. Race Color Creed Religion National origin Ancestry Age Height ~e. .. No ~$S_.No y'fes_ No !!yes_ No ,....yes No ~Ves - No ~e. - No ;t.-es: No s.,)( Sexual Orientation Gender identflv (transgender status) t DOI'OOGtic paltner status i Marital status Disability AIDSlHIV Slalu. , Weight ~.S_No vYcs No ':;;;'es - No ~'Y.s ~ No !!'Ves _ No ~es _No ....-yes No ?'ves = No B. Does your company agret! to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion or the conlraCl you have with the City? Please note: you must answer lhis queslion, even if you do not intend to enter into any subcontrads. (veS_No BID NO: 36-05/06 DATE: 06123/06 CITY OF MIAMI BEACH 26 , '. 1'} "'_ J~,..::~.."'-'" - J /,3\;, ThEJ HARTFoRD .-....--------... May 2, 2006 David Msncini Ric-Man International, Inc. 2601 NW 48thSt Pompano, FL 33073 GA-o 1 7669 Ric-Man International,lnc. 401(k) Profit Sharing Plan IRS Annual Reports (Form 5500) for the Plan Vear Ending December 31, 2005.. ~, Dear Plan Sponsor: 1):'" We arc pleased to provide you the enclosed Form 5500 report!. for your review and submission to 'EBSA'. A copy oftbose repom will also be pl.ced on our internet sire for your plan. Vou may access it under the 'Transactions' section of the home page in an option entitled 'Plan Vea.. End'. Plesse note: '1\;,t d, . The d..~Jin.', for the filing is the end of the 7th lIlOnth following the plan yeat end do'" \.dJcss you file for an ex1ension. It is your respomibiJity to co,nplete the tiling befort, the dCIldJint. . For your ctmvenieuee, we la.ve also enclosed a Form 5558, Applicati,,,, for Filing Extension, which you may USe if you detennine it is neces'Ill)I tr, add two and a half months to your filing deadline. (Please refer to the additional enclosed material for filing !ltructiOD.3). . Thf'.se rr.p/;JflS are prepared on a 'cash' acr.ounting basis. . &ch page e","tlli", a b" codIng feature that allows the fonns to be resd electronicaUy. This meS1ls any changes to the form. must be sent back 10 us !"r recording. If any revisions ate needed, please tetum all pages of each affected Schedule to US as SOon as possible. Pl....e highlight or lDark your revisions in red ink to enable us to more readily rccogniu your instructions. We will print new orisiUllIs an& rcturn those to you. , .:""~ 1;tl,~ "'.;4.1 ,. We have inserted additional instructionallnaterisl within the reports to bell' guidc you through the filing process. Please review this information very carefulIy. As always, yeu may contact me at (800) 874-2502 if! may offer you any additionsla..istance. Sincerely, Janet Egbarin Plan Manager Hartford Life Insuranc:r Companies Retirement Plan Solutions 200 Hopmeadow SITe" Simsbury CT 06089 Mailing Address: P.O. Box: 1583 Hartford, CT 06144.1 583 Eileen Nace From: Sent: To: Subject: mgbrown2@bellsouth.nel Thursday, August 17,2006 1:44 PM Eileen Nace Domestic Partners Hi Eileen, Can you use this E-mail from SafeGuard? From: "Crystal Rodriguez" <CrystalR@safeguard.net> Add to Address Book Date, 2006/08/17 Thu PM 01:38:19 EDT To: <mgbrown2@be11south.net> Subject: Ric Man International Mike, Per your voice mail question regarding Domestic Partner eligibility, yes, Rie man International does currently have that benefit written into their contract. Please let me know if you should need anything else. Crystal ROdriquez, Business Development Director SafeGuard Dental & Vision 150 South Pine Island Road, Suite 250 954-358-5100 Ext. 225 954-358-5101 Fax crystalr@safeguard.net 1 GREATER MIAMI CHAMBER OF COMMERCE MODEL CODE OF BUSINESS ETHICS STATEMENT OF PURPOSE Th. Or.at.r Miami Chamber 01 Commeree ("GMCC') se.ks 10 croal. and auslain .n ethical busin.ss e1imall for fts members and Ihe communfty by Idopllng a Codl 01 Buslno.. Ethics. The GMCC l_alS fts members to incorporatl Ihl principiIS .nd pracllcls outlin.d here In their Individual cod.. 01 oIhlc:a which will guide lhe~ rll.lionohl", wllh cullom...., clionts and .uppllers. This Mod.1 Codl cln and ahould bl pt'omlnlntly displayed at all buslnlSs locallons and may be Incorporatod Inlo matkollllll matorlals. Th. GMCC b.lIov.. Ihet Ita memb.... should USI Ihi. Cod. IS a mod.1 'or th. develapm.m of their organizations' buslnesl codes of ethics. ThIs Model Cod. II I It_me" 01 pri"cjpl.. to help g~d. d.dsions and adionl based on resped lor the importance allthical bUline" standordl in "'. community. The GMCC believes'" e.doption (I' e meaningM code acllhicl ilthl fllpanllbilityal rNery bulin... end prolessional orqenilslion. pamDUanee with Government Rules & Reaulations . w. will properly mslntoin al records snd posl alllic.nses and certificate! In pt'ominlnl pleclS laslly s.on by our employ'" and custom.rs: In dealing with government agencies and emploV8Gs. we will conduct business in eccord.ne. with ell ~pllcabl. rullS end reguletlons and l, Ihe open; w. will repart contract IrrOllulartlies and other Improper or unlawlul business prlCllces '0 Ih. Elhlcs Commission, tho omce of Inopeelor Gonerol or approprlltl law enforcement aulhoritiell. . RG.enJltmt:nl. SlIleclion & CnmDen!l.t1o"_~j!(! and Sugplht,.. ~Ii;i .1' w. will avoid confJ"tcts or interest nnd dl!\closu such c..",flicls when identified; Gifts which conlpromilo the integrity of . business transuc"jon nrtl Uil.CC~pt(lb!.; WlI wlU nol kick back sny porlion oIa conlract payment to employeeo or the other contractlna party or accapl such s kickback. . Busln..s AccountinG All our finsncial lransactlon. will be properly end fairly reco,ded in appropriate books of account, and the,. wiD be no "orf the bookli" trl1l5.clions or secret accounts. Promotion and Sales of Product!!; and Services, Our produa. will comply wllh all applic.~I. ..roty snd quality standards: We will promote Bnd advertiso our business and its products Of servicns in a manner which is not misleading Bnd does not falsely disparage our cornpetitor$: Doina Business with the Government Bm NO: ~51G6 DATE: 06123106 CITY OF MIAMI BEACH 172 We will conduct business with government agencies and employees in a manner which avoids even the appearance of impropriety. Efforts 10 curry political iavoritism are unacceptable; Our bids will be competilive, appropriate 10 the bid documents and arrived at independently: Any challenges to cantrac~5 awarded will have a substantive basis and net be pursued merely because we are th~ unsuccessful bidder; We will. to the best of our ability. perform governmenl contracts awarded al the price and under tha terms provided for In the contract. We will not submil innated invoices for goods provided or services performed under such cantrlcls, and claims will be made only for work actually performed. We will abide by all contracting and subcontracting regulations. W. wiil not, directly or Indirectly, offer to give a bribe or otherwise channel kickbacks from contracts awarded, to government officials, th.ir family members or business associates. We will not seek or expect preferential treatment on bids based on our participation in political campaigns. Public Life ond Politic.1 Camoaians We encourage all employees to participate in community life, public service and the political process; We encourage all employees to recruit, support and elect ethic-al and qualified public officialfJ and en9ag~ them in dialogue and debate about business and community issues: Our contributions to polilical parties. commitleas or individuals will only ba made in accordance with applicable law and will comply with all requirements for public disclosure. All contributions made on behalr or the business must be reported to senior company management: . We will not contribute to the campaigns. of persons who are convicted felons or those who do net sign the Fair Campaign Practices Ordinance. We will no~ knowingly disseminate false campaign information or support those who do. -ere. MAN ~ '1:::(t";b~) Company Name o orate Officer e.ll\c \<1."'" Date BID NO: 36-OSl06 DATE: 06/23106 CITY OF MIAMI BEACH 173 I have attached the following documents as evidence of common residence and joint financial responsibility. These documents are dated no later than 12 calendar months before the date of this affidavit. . Residence -anyone of the following: copy of mortgage document or lease showing both names, copies of drivers' licenses, passports, or tax returns showing the same address; and . Financial responsibility - anyone of the following: copy of statement from joint bank account, credit cards with same account number, a beneficiary designation form for a retirement plan or life insurance policy signed and completed to the effect that one Domestic Partner is beneficiary of the other, wills which design ales the other as primary beneficiary. DEPENDENT CHILD(REN) OF DOMESTIC PARTNER _ CERTIFICATION Domestic Partner Dependent Child(ren) Last Name First Name MI Last Name First Name MI Last Name First Name MI Last Name First Name MI ------. -..---.--- --.,.-- We hereby certify that the above named chiid(ren) of the DOlllestic Partnership meet ali (;f~he eligibility requirements listed I:dow for coverage "Older the group I.ealth pian. . The above listed child(ren) reside with us and the Domestic Partner b .-esponsib!e for the child(ren)'s well being; or the Domestic Partner is required to pmvide coverage for the child(ren) by court orJer; or . The child(ren) 'l"alilies as the Domestic Partner's dependent(s) for tax purposes under th" federal glJidelines. (Attach a copy of the federal income tax retllm); and . The child(ren) meet and continue to meet the eligibility requirements as outlined in the Dependents Eligibility Class and Extension Of Eligibility For Certain Dependent Children Subsections of the Contract. I further acknowledge and understand: I have an obligation to submit to the Contractholder an Affidavit OfTerminatioIl Of Domestic Partnership within 10 days of when Domestic Partnership eligibility requirements are no longer met or within 10 days of the death of my Domestic Partner, Coverage of your Domestic Partner will terminate on the date of death of the Domestic Partner or on the last day of the first month that the Domestic Partner al1(lIor Domestic Partner's eligible dependent child(ren) fails to continue to meet all of the applicable Domestic Partnership eligibility requirements. Blue Cross and Blue Shield of Florida, Illc. has no legal obligation to extend COBRA benefits to Domestic Partners nor the Domestic Partner's dependent child(ren). 18708.01.07/99SR 2 I cannot file another Affidavit of Domestic Partnership for a new Domestic Partner until at least 12 calendar months after a Statement of Death or Termination of Domestic Partnership has been filed. Any fraudulent statement, omission or concealment of facts, misrepresentation, or incorrect information contained in this Affidavit of Domestic Partnership may result in my being responsible for reimbursement ofany expenses paid by BCBSf, or in denial of the claim or cancellation or rescission of coverage under this Contract. r affirm that the information provided above is true and complete to the best of my knowledge. Signature of Certificate holder Signature of Domestic Partner Date Date Signature of Notary Public Date (SEAL) 1870S01.07/99SR 3 +v B1ut'Cmss B111t'Shi..lcl of FIOI'iclil A' ......~<~.;.~- \'... ,", ,"_, to.... ~."" ......,~. ,. ,.,.. h..- , BlueOptions For Large Groups Benefit Summary Plan 1748 with BlueScript Pharmacy Program With the BlueOptions Network Advantage Plan, you have the freedom to choose between convenient, affordable care from your in-network Physician, or other providers for care as you see fit In order to take advantage of lower out.of-pocket costs, simply choose an in-network provider. Benefits for Covered Services Member Calendar Year Deductlbles In-Network (Per Individual' Family Aggregate) Out-of-Network (Per Individual' Family Aggre9ate) Coinsurance Percentage Paid by Plan In-Network Providers Out-aI-Network Providers Physician Office Selvices Paid by Plan In-Network Family Physician In-Network Specialist (no referral needed) Allergy Injections per visit Note: Physician Office Services provided by any provider o'iher than an In-Network Family Physician or Specialist are subject to the Calendar Year Deductible and Coinsurance. Hospitalization Paid by Plan Inpatient Hospital Facility Services Per Admission . Option 1 . Option 2 . Option 3 . Out-aI-Network Outpatient Hospital Facility Per Visit . Option 1 . Option 2 . Option 3 . Out-of-Network Physician Services at Hospital and Emergency Room . In-Network Physician Services at Locations other than Office. Hospital and Emergency Room . In-Network Family Physicians . In-Network Specialists Emergency Room Facility Services Per Visit (waived il admitted) . In-Network . Out-ol-Network Note: Out-ol-Network Physician Services at Hospitals, Emergency Rooms and Locations other than Office are subject to the Calendar Year Deductible and Coinsurance. 63239-1004 $0' $0 $500' $1,500 100% 60% 100% after $10 Copayment 100% after $20 Copayrn€r~ 100% after $10 Copayrnc)nt 100% after $250 Copaymenl 100% after $500 Copayment 100% after $750 Copayrnent 100% after $750 Copayment 100% after $100 Copayment 100% after $200 Copayment 100% after $300 Copayment 100% after $300 Copayment 100% 100% after $10 Copayment 100% after $20 Copayment 100% after $50 Co payment 100% after $100 Co payment 1 of 3 +tJ n1l1CCI'OSS mllcShil'ld or FI/lI'ida ..',....,".~'....l.:..'".,' ~. \-.:...:.,..."."l'.....":,..4,-.-......,. BlueOptions For Large Groups Benefit Summary Plan 1748 with BlueScript Pharmacy Program Additional Benefits and Features BlueScript Prescription Drug Program In the event your Group has purchased pharmacy coverage from Blue Cross and Blue Shield of Florida. you'lI find a Pharmacy Program information sheet enclosed. Please review it carefully, as you'll find it contains an overview of your benefits and how to utilize them. This is not an insurance contract or Benefit Booklet. The above Benefit Summary is only a partial description of the many benefits and services covered by Blue Cross and Blue Shield of Florida. Inc.. an independent licensee of the Blue Cross and Blue Shield Association. For a complete description of benefits and exclusions, please see Blue Cross and Blue Shield of Florida's BlueOptions Benefit Booklet and Schedule of Benefits; its terms prevail. 63239-1004 3013 BlueScript Pharmacy Benefits Your Prescription Drug Benefit Plan - 15/30/50 (mail order avaiiable) The plan your employer is offering you includes a Prescription Drug benefit plan through BlueScript" - our Pharmacy Program. With a large network of Par1icipating Pharmacies statewide and nationally. you can obtain Prescription Drugs at a location convenient to you. You may also be able to receive more savings on Prescnptlon Drugs by purchasing your Drugs through the mail order program. Benefit Details: Deductible . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 0 Preferred Generic Prescription Drugs. . . . . . . .$15 ($30 mail order) Preferred Brand Name Prescription Drugs . . . . . . . .$30 ($60 mail order) Non-Preferred L~~:_~~ipti()n Dr~~:...~_.. . .$50 ($100 mail o~~er) Advantages of our Pharmacy Prograrn: With our BlueScript Pharmacy Program. you'll ",ceive coverage lor Preferred Generic Prescription Drugs. Preferred Brand Name Prescription Drugs and Non-Preferred Prescriptron Dnugs. easy access to Participating Pharm8Cies throughout Florida and access to National Network Pharmacies which have over 50,000 Participating Pharmacy locations. Plus. you should always receive negotiated discount rates -tv BJueCross BlueShield of Florida "~Ir"""-~""" .""'c'O................._....... Save by purchasing Preferred Prescription Drugs: By purchasing Prescription Drugs listed on our Preferred Medication List, you can reduce your out-ol-pod.et costs. These Prescnptlon Drugs will cost you less than Dnuys that are not on the list. For even greater savings, YOIJ will pay a low Copayment for Generrc Prescription Drugs that appear on the Prelerr(2d Medication List. The Preferred Medication List. which is part of the Medrcatlon Gurde. will be delivered in your 'nernbel package alter you enroll. When reviewing the Preferred Medicatron List With your doctor!s), ask them to conSider a Drug from the Preferred Medication List. particularly a Preferred Generic Prescription Drug; it will save YOIl rnoney. The National Pharmacy Network: Tn,~ Natl~nal F'harrnacy Network rnr;ludes 50.00{) chain and Independent Pharmacies across the United Stoles, and !S Intended to supplement our statewldl~ nei.work. These l'>Jationa! Network. Pharmacies ara cont.~acted '1.0 piovide Prescriptiun Drug service;; to our members traveling or resrding outside of Florida. You pay on", the negotiated cost for Prescrrption Drug.; acquired at Participating Pharmacies. and In most cases is not the full cost of the Drug. then file a claim for reimbursement. Simply present your momber I D card at the time of purchase. Save through the convenient mail order program: If you are taking. or plan on taking, Prescription Drugs for more than a three.month period. the mail order program offers you a convenient and cost-effective way to fill these Prescriptions. ThiS program allows covered members taking Prescription Dnugs to receive up to a full gO.day supply for one Mail Order Copayment. Prescrrption Drugs ordered through thiS program are provided by Walgreens Healthcare Pius, a subsidiary of Walgreens Co. 63351-110t1SU BlueComplements"" Discounts and more for Blue Cross and Blue Shield of Florida, Inc. and Health Options, Inc. members. As part of our ongoing commitment to bringing expanded choices and greater value to your health plan. we are pleased 10 offer a program of discounted products and value-added serVices called BlueComplements. BlueComplements is available to you automati- cally as a plan member at no additional premium cost. And you can access the services through. out Florida and. wherE) available, nationwide. This program includes: Healthy Alternatives....: Discounts on alterna- tive care. Enjoy discounts on thousands of alter- native medicine products and provider services through this complementary alternative medicine discount :Jrogram provided by American Specialty Health Networks. Inc. (ASH Networks). Receive discounts of up to 25% on the custom- ary fees for acupuncture, chiropractic and massage therapy. You'lI also receive up to 45% discounts and free standard shipping on vita- mins, herbal supplements. sports nutrition reme. dies, fitness products, yoga, pilates. health-relat- ed books, tapes and videos, and more when visiting 'Mv Stor~' at the Healthyroads website. In order to take advantage of the discounted wellness product offerings. you may call ASH Networks toll-free at 1-877-335-2746 to order products or request a free catalog. 'Healthy Alternatives is administered by ASH Networks which has been awarded full accredita- tion by URAC. Vision Oneo: Discounts* on vision care. Receive comprehensive vision care with significant savings on eye exams and eyewear. Membi'lrs pay $35 for eye exams and receive up to 60% off retail prices for frames and lenses. Offered through Cole Managed Vision. +, BlueCrossBlueSbield of Florida "".......-a-.-..... .....c:-_....__ Visit participating optical departments at Sears. JCPenney Optical, Pearle Vision Centers and other independent vision care centers through- out Florida. To locate participating providers, please call Cole Managed Vision's toll.free number for members of Blue Cross and Blue Shield of Florida at 1-800.793-8622. HEARx*: Discounts on hearing products, Learn more about hearing loss and understand your options for improved hearing in a program administered by HEARx, the largest hearing cars organization accredited by the Joint Commission of Accreditation of Healthcare Organizations {JCAHOI. BCBSF members receive free hearing examinations - a savings of 25% off the retail price of any hearing aid purchased at HEARx cellters, or special promotional prices that provide even greater savings. Find out what you may be missing. Since this is a discount program through HEARx, it is not a benElfit of your health care plan. Call HEARx toll-free at l-BOO.731-3277 TruVision"'*: Laser vision correction services. Explore the possibilities of life without glasses or contact lenses with affordable laser vision cor- rection services from TruVision with surgeons across the country credentialed in refractive sur. gery. Services include a discounted fee of $895 per eye and now Custom LASI K is also available at an additional fee. TruVision offers 12 months. no interest financing upon approved credit. For more information. call toll-frea 1-877-747-2020 to schedule a pre-operative exam or to receive a free telephone screening to determine if you are a good candidate for LASIK or Custom LASIK. Question 2. Nondiscrimination - Equal Benefits for Employees with Spouses and Employees with Domestic Partners Questions 2A and 28 should be answered YES even if your employees must some or all of the cos1 of spousal or domestic partner benefits. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? ~Yes_No 8. Does your company provide or offer access to any benefits to employees with (lame or opposite 5)X) domestic partners. or to domestic partners of emptoyees? ~ Yes ._No .,.he term Domestic Partner shall mean any two (2) IdlJrts of the same or different &eX, who have registered as domesti<:: partners with a government body pursuant to &late or local law authorizing such registration. or wilh an internal registry mainlalned by the employer of at least one of the donlestic partners. A Contractor may institute an internal registry to allow for the provision of equal benefits to employees with domestic partner who do not register their partnerships pursuant to a govemmenlal body authorizing such regislration, or who are located in a jurisdiction where no such govemmental domestic partnetShip exists. A Contractor that institutes such registry shall not impose criteria for registration that are more stringent than those required for domestic partnership registration by the City of Miami Beach If YOU answered ~NO" to both Questions 2A and 28. go to Section 4 (al the bl)tlom of this page), complete and sign the form. filling in all items requested. lLm.~Jed "YES" to either or bOlh Questions 2A and 28. please contil'llJe to Question 2C bekJw Question 2. (continued) C, Please cheek all benefits that apply to your answers above and Iisl in the ~oth,'!!r" section any additional benefits not already specified Note: some benefi1s are proviUed to empluyees because lhey have a spouse or domestic partner, such as bp.:reavell1ent leave; other benefits are provided directly to the spouse Of domestic partner, such as medical insurance. .----;] BENEFIT Y(ls'Qr Yes 'fN Emptoyees No, this Benefit Documentation of this Employeos with with Domestic I. Not OfIersd Benefit is Submitted Spouns Partners -- with this FOlm Heollh ....... tr 0 -~-- Dental .v 0 0/ VISion V" " 0 ......... Retlremen1 (Pension, ..... r 0 .....- 4ll1(k).ote.) Bereavement c 0 y 0 Fami Leave a [) rY [) Parental Leave 0 0 0 -- Employee Assistance 0 0 ..... 0 Proaram Reioclltion & Travel 0 0 ...... e Complny Discount, 0 0 ..... [) Facilili.. & Ev,,"ts Credit Union I 0 [) "" / 0 Child Care I n [) .... " Other pni/LSIJ"I-)"'. IY V 0 '" , BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 27 Note: If you can not offer a benefit in a nondiscriminatory manner because of reasons outside your control, (e,g., there are no insurance providers in your area willing to offer domesUc partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent. submit a completed Reasonable Measures Application with all necessary attachments, and have your application approved by the Ctty Manager. or his designee. Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked In Question 2C. Without proper documentalion, your company cannot be certif5ed as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the ehgibilily section of your plan document; to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist. attach an explanation. Have you submitted supporting documentation for each benefit offered? !VeS_No Sedion 4. Executing the Document I declare under penally of perjury under the laws of the Slate of Florida that the foregoing is true and corrf.ct, and that.1 am authorized to bi~~c~~ entity contractu~IIY. I.! _ ". Execu this ayof V '-.....~. in the year ~DIo. atl'-c..'01~v10 FL.- City Stale &.0\ hL..) 4Efl-'5T Mailing Address cc;c.;/,I Ie> t-OlYf-Y--/Y10 '1if".:cl) 8 '330J 3 , City. State. Zip Code Name 01 Signatory (please prinl) Co,-p ~-L.tC-e";A""'( I Tttle BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 28 .. BlueCross BlueShield of Florida An Il'MteptlNlenl Lie.,... of lh, Blue CrOll and Blue Shield Anociltion AFFIDAVIT OF DOMESTIC PARTNERSHIP I, , submit this Affidavit to the Contractholder and declare to establish as my Domestic Partner (as defined below) for the purpose of applying for coverage under the Blue Cross and Blue Shield of Florida, Inc. 's Contract with the Contractholder. "Domestic Partner" means a person of the same or opposite sex with whom the employee (herein, Certificateholder) has established a Domestic Partnership. "Domeslic Partnership" means a relationship belween a Certificateholder and one other person of the same or opposite sex, who meet all of the following eligibility requirements: I. both individuals are each other's sole Domestic Partner and intend to remain so indefinitely; and 2. individuals are not related by blood to a degree of closeness (e.g, siblings) that would prohibillegal marriage in the state in which they legally reside: and 3. both individuals are unma'Tied, at least 18 years of age, and are mentally competent to consent to the Domestic Pa.tnership; and 4. both individuals are financially interdependent and have resided together continuously in the same residence for at least 12 calendar months prior to applying for coverage under the Blue Cross and Blue Shield of Florida, Inc.'s Contract and intend to continue to reside together indefinitely; and 5. the Certificateholder has completed and submitted this notarized Affidavit Of Domestic Partnership to the Contractholder and the Contractholder has approved this Affidavit of Domestic Partnership. I affirm that we are Domestic Partners and meet the Domestic Partnership eligibility requirements and reside together at: (street address) (city, state, zip). I 8708.01.07/99SR b SafeGuard nt1\TAt "V1SI0.... SAFEHEAL TH LIFE INSURANCE COMPANY Post Office Box 30930 Laguna Hills, CA 92654-0930 GROUP ACCIDENT AND HEALTH PPOllndemnity Master Policy The Policyholder is: Ric Man International Policy Nur"ber: 156421 Safe Health Life Insurance Company ("S'nfeHealth") Insures; subject to the provisions, limitations and other terms contained herein, certain .eligible employees and tMir eligible dependents, and agrees to pay the benefits described herein upon receipt of due written proof of loss covered by this Policy. CONSIDERATION. This Policy is issued in consideration of the payment of premiums specified herein, of the statements and a9reements contained in the application of the Policyholder and of the individual applications of the insured.' ADDITIONAL PAGES. The provisions, limitations and other terms set forth in this Policy are a part of this contract as fully as if appearing over the signature hereto. IN WITNESS WHEREOF - SafeHealth has caused this Policy to be executed effective at 12:01 A.M., Standard Time on November 1, 2004, at the address of the Policyholder for an initial term of one year. This Policy may be renewed thereafter as herein provided. If the insured has any questions or would like information about coverage. or needs assistance in resolving complaints, it may call SafeHealth at 800-880-1800. SHL.DENTAL.PPO-MP 03.'04 TABLE OF CONTENTS PAGE SECTION J -. DEFINITIONS ........................................................................................................................ 1 SECTION II - ELIGIBILITY, EFFECTIVE DATE AND TERMINATION OF COVERAGE ............................ 2 A. Eligibility.......................................... .......................................................................................... 2 B. Eligibility for Medicaid Not Considered .................................................................................... 2 C. Effective Date of Coverage ................................................................................... .................... 2 D. Dependent Coverage and Effective Date of Coverage for Dependents................................... 2 E. Lale Enrollee......................................................................................................................... ... 3 F. Termination of Coverage................................................................ ........................................... 3 G. Cancellation of Policy.................... ....................... .... ........ ......................... ..... ........................... 4 SECTION 111- PREMIUMS ........................................................................................................................... 5 A. Payment of Pnsmiums...............................................................................................................5 B. Grace Period ............................................................................................................................. 5 C. Employee or Dependent Covered by This Policy in Error ........................................................ 5 D. Premium Ar.ijustmenls ............. ............................................ ................................................... 6 E. Change in Premium Rates........................................................................................................6 SECTION IV - PAYMENT OF BENEFITS .................................................................................................6 A. Benefits Payable ..................................................................................................................... 6 B. Deductible ......................................................................... ......... '" ............... ............................. 6 C. Benefit Maximum ......................................................................................................................6 D. Expenses Incurred ..............................................................,.....................................................6 E. Covered Expenses... ..... ... .............. .............. ................ ............... ........ ................................ ...... 7 F. Exclusions and Umitalions...................................................................................................... l G. No Loss - No Gain.....................................................................................................................7 H. Late Applicant Limitations ......................................................................................................... 7 I. Notice and Proof of Claim ......................................................................................................... 7 J. Payment of Claims ...... ........ ............ .... ....:................................ ..................... .... ....... ................. 8 K. Procedures for Review of Claims Which are Denied in Whole or in Part................................. 8 L. Necassary Dental Care............................................................................................................. 8 M. Covered Benefits....................................................................................................................... 8 N. Recovery of Benefits Paid By Mislake...................................................................................... 8 O. Benefits Available From Other SourceJ - Subrogation ............................................................ 9 P. Treatment Outside of the United Stales......................... ..........................................................9 Q. Assignment of Benefits ................................................. ......................................... .................9 SHL-DENT Al.PPO.MP ('1/('4 SECTION V - COVERED SERVICES AND MATERIALS AND EXCLUSIONS AND LIMITATIONS ........ 10 A. Covered Services and Materials ............................................................................................. 10 B. Exclusions and Limitations...................................................................................................... 10 C. Alternate Procedures .............................................................................................................. 10 D. Pre-Determination of Benefits................................................................................................. 10 SECTION VI- COORDINATION OF BENEFITS (COB)...........................................................................10 SECTION VII - STANDARD PROViSiONS................................................................................................11 A. Entire Contract. Changes and Incontestability ...................................................................... '11 B. Waiver of Rights..........................,...........................................................................................11 C. Legal Actions ... ...... ....... ......................................... ....... ....... ...............,.... ......................... ....... 11 D. Physical Exam........................................................................................................................ 11 E. Right of Recovery................................................................................................... ................. 12 F. Tenm of Policy .........................................................................................................................12 G. Notice of Claim ........................................................................................................... ............. 12 H. Proof of Loss ........................................................................................................................... 12 I. Grievances And Appeals......................................................................................................... 12 J. Right to Examine Records ........................................................................................ ............. 13 K. Conformity with State Stlltutes................................................................................................13 L. Policy Non-Participation ..........................................................................................................13 M. Certificates ................................................................................................. ............................ 13 N. Waiver of Rights ............ ............................................................................................ .............. 13 O. Binding Arbitration .................................... ............. ................................... .............. ........... ...... 13 SECTION VIII.. CONTINUATION OPTIONS ............................................................................................ 13 A. Federal COBRA (Policyholders with 20 or more Employees) ................................................ 13 B. State "Cal-COBRA" (Policyholders with less than 20 employees) ........................................ 15 C. Extension of Benefits .............................................................................................................. 17 SECTION IX - STATEMENT OF ERISA RIGHTS..............................................................................,....... 17 SECTION X - FAMILY AND MEDICAL LEAVE CONTINUATION............................................................. 16 SHl.O:NTAl-PPO-MP ii 01/(14 SECTION I -- DEFINITIONS GENERAL DEFINITIONS "Benefit Year" - A Benefit Year for each Covered Person, is the consecutive twelve-month period of coverage, starting on the date such person first became covered under this Plan, and each consecutive twelve-month period of coverage thereafter. "Calendar Year" - Shall mean the 12 month period commencing at 12:01 A.M. on January 1st and ending at 12:01 A.M. on the following January 1st and each subsequent 12 month periOd thereafter. "Contract Year" - Shall mean the 12 month period commencing at 12:01 A.M. on the date of execution of the contract between the Organization and SafeHealth and ending at 12:01 A.M. on the following 12 month anniversary thereafter. . "Covered Expenses" - Covered Expenses under this Plan shall be only those that are Medically Necessary and which are included in the Covered Expense sections of this Plan. Expense is considered to be Incurred on the date service is rendered or supplies am furnished. Except as indicated un de, Dental Expense Benefits. "Covered Person or Individual" - Shall mean an Eligible Covered Person or Eligible Dependent whose coveraga under this Plan is in force with respect to any covered benefits. "Dentist" - A licensed graduate of a recognized dental facility having received a diploma as a D.D.S., D.M.D. or L.D.S., which entitles him to treat teeth and the associated tissues of mouth. "Oent.al Hygienist" - Shall mean a qualified dental hygienist who has taken and passed a course in dental hygiene under a recognized dental facility, and has received a diploma as a qual;fted denial hygienist. "OGnturist" - A dental technician specializing in making and fit[jng dentllra. as a direct s91vice to the pUblic rather than through a licensed dentist. "Eligibility" - Shall mean any person upon becoming a Covered Person of the Policyholder Insurance Trust, or any person becoming employed by a covered employer Is eligible to apply for Insurance under this Plan, subject to underwriting rules and requirements of the Insurance Company. "Injury" - Injury wherever used in this Plan, means bodily Injury of a Covered Person caused by an accident occurring while this Plan is in force and resulting directly and independently of all other causes in eXpenses covered by this Plan when said expenses are incurred while this Plan is in force as to the Covered Person. "Insured" - Shall refer to the Covered Person eligible to subscribe to the benefits provided under this Plan. Eligibility will be determined by the employer or Organization. Insured Is sometimes referred to as "Covered Person". "Medically Necessary" - With respect to each service or supply, the term "Medically Necessary" shall be defined as those services or supplies which meet all the criteria listed herein: 1, It Is rendered for the treatment or diagnosis of a covered injury or illness: and 2. it is appropriate for the symptoms. consistent with the diagnosis. and is otherwise in accordance with generaily accepted medical/dental practice and professionally recognized standards: and 3. it Is the most appropriate suppiy or level of service needed to provide safe and adequate care. SHL.OE~T AL-PPO-M? 03.'(14 "Organization" The employer or other entity which has contracted with SafeHealth to insure benefits under this Plan. "Plan" - Shall mean the Insurance coverage provided by this Policy to a Covered Person. "Provider" - means any licensed dentist, denturist, or other professional provider of services which are reimbursable under this Policy. "Sickness" - Sickness wherever used in this Plan, means a condition or an episode, other than Injury, marked by a pronounced deviation from the Covered Person's normal well state. causing expense covered by this Plan when said expenses are Incurred while this Plan is in force as to the Covered Person. "SafeHealth, We, Us, Company, Insurance Company" - Shall mean SafeHeallh Life Insurance Company. SECTION II . ELIGIBILITY, EFFECTIVE DATE AND TERMINATION OF COVERAGE The following provisions set forttl the general eligibility provisions under this Policy. A. Eligibility The persons eligible to apply for Insurance under this Policy are the employees or Covered Persons of the POlicyh<Jlder; . who are actively at work for the Policyholder (or in the case of associations, are Covered Persons of the association) on the date it becomes a Polic}'holder; or . who become employed by this Policyholder (or in the case of associations, when they become Covered Persons) after it becomes a Policyholder and who have been actively at work for this Policyholder for the Waiting Period specified by this Policyholder. The term employee may include Individual proprietors, partners, officers, and managers. If a spouse or child is covered as an eligible employee, he or she may not be covered under the Policy as a dependent. If both husband and wife are covered as eligible employees, an eligible child may be insured as the dependent of only one of them. B. Eligibility for Medicaid Not Considered SafeHealth shall not consider the availability or eligibility for medical assistance under Medicaid, when considering eligibility for coverage or making payments under this Policy. C. Effective Date of Coveraga SafeHealth may impose an inlllal eligibility requirement for a Covered Person that must be satisfied before som,~ or all coverage becomes effective under the Policy. In order for coverage to become effective, a written and signed enrollment application must be received by SafeHeallh and any required premiums must be paid. SafeHealth must receive such enrollment application within 30 days of the date that each eligible person becomes eligible for coverage. If SafeHealth does not receive It within 30 days. such person will be considered a late enrollee. D. Dependent Coverage and Effective Date of Coverage for Dependents Your Organization is responsible for determining dependent eligibility. In the absence of such a determination, SafeGuard defines eligible dependents to be; . The lawful spouse or domestic partner of the Covered Person. if the Organization provides such coverage. SHL.DENTAL-PPO-MP 2 {}]104 . The children or grandchildren of the Covered Person up to age 25 for whom he or she provides care (including adopted children, foster children, step-children, or other children for whom the Covered Person is required to provide dental care pursuant to a court or administrative order.) . Children who are incapable of self-sustaining employment due to developmental disability or physical handicap and who are dependent on the Covered Person for their support and maintenance; and . Other dependents If the Organization provides benefits for these dependents. Newborn children and newbom adopted children are covered from birth. Legally adopted children. foster children, and step-children are covered from the day they ara placed with the employee. Safe Health will also honor any court ordered coverage for any other dependents. If a claim is denied due to a handicapped child having reached the age of 25, the policyholder shall establish that the child Is and continues to be disabled. Addition or deletion of Dependents will be allowed only during open enrollment unless there is e change in family status such as marriage. birth, adoption. death, divorce, or acquiring or losing coverage due to a change in the spouse's enrollment status. To enroll dependents, a written enrollment application must be delivered to Safe Health and any required premiums must be paid. SafeHealth must receive such enrollment application within 30 days of the date that the dependent become eligible for coverage, otherwise the dependent will be considered a late enrollee. E. Late Enrollee An employee or dependent who does not enroll during the initial 30-day enrollment period will be considered a "late enrollee". A late enrollee will not be eligible to enroll until the next open enrollment period. Charges not covered due to this provision are not considered Qovered services. If an employee or dependent enrolls after the initial 30-day enrollment period, he or she will not be considerelj a late enmllee in the following situations if he or she was covered under another dental plan during his or her initial enrollment period and; a) certified during his or her initial enrollment period that coverage under another dental plan was the reason for declining enrollment; b) has lost or will lose coverage under another dental plan as a result of: i) termination of employment of the parson; II) change in employment status of the person; iii) termination of the other plan's coverage; Iv) cessation of an Policyholder's premium contribution toward an employee's or dependent's coverage; or v) death of a spouse, or divorce; and c) requests enrollment within 30 days after termination of coverage under another dental banefit plan; or d) a court orders coverage be provided for a spouse or child of an insured employee and request for enrollment under this plan is made within 30 days of the issuance of the court order: or e) he or she is employed by a Policyholder that offers mulliple dental plans and the empioyee elects a different plan during an open enrollment period. F. Termination of Coverage Coverage will automatically terminate on the earliest of the following dates: 1. the date this Policy is canceled; 2. the date that premiums are not paid. subject to the grace period; SHL-D=NT AL.??O.M? 3 03,'(,.:2 3. the date that employees are no longer in an employee class that is eligible for coverage under the Policy or no longer meet the definition of employee: 4. the date that the employee enters active duty with the armed forces of any country: 5. the last day of the month in which and employee is no longer employed on a full-time basis by the Policyholder; or 6. the last day of the month in which the employee's employment with the Policyholder terminates: 7, the date a Covenad Person becomes covered under another dental plan which is sponsored by the Policyholder; 8. upon notice from Safe Health if SafeHealth determines that a Covered Person has performed an act or practice that constitutes fraud or made an Intentional misrepresentation of material fact under the terms of coverage; 9. upon notice from SafeHealth if a Covered Person permits any other person to use his or her identification card to obtain services under this dental plan: . 10. upon notice from SafeHealth if a Covensd Person assaults or threatens bodily Injury to one of SafeHealth's employees or an affitiate or an employee of a provider; 11. on the last day of the month that a Covered Person no longer works or lives Within the selvice area; or , 12. the first premium due date that follows the date a Covered Person's empioymen, status changes and either he or she become employed less than full time or his or her active work for the Policyholder ends, except when Note A or Note B below applies. Note A: If active work ends because an injury or sickness disables the insured so that he or she Is unable to engage in hislher occupation. this Insurance may be continued during that disability until U1S premium Is no longer paid. Coverage for disabled employees wifl be permitted only if the employer has rules regarding the length time it will continue coverage for disabled employees. Note B: If active employment ends because of a temporary lay off, coverage may be continued whUe the layoff or leave continues until the earlier of (1) the first premium due date that falls on or that next follows the 60th day after the date the Insured was last actively at work; or (2) the end of the last month for which pnsmium was paid. Coverage for employees on layoff or leave may be continued only If the employer has rules regarding the length of time It will continue coverage for employees on layoff or leave. Dependent coverage will automatically temlinate on the earliest of the following dates: 1. the date that a Covered Person's coverage terminates: 2. the date that a required contribution or payment for dependent premiums is not made; 3. the last day of the month in which a dependent no longer meet the definition of dependent; or 4. the date that a dependent enters active duty with the armed forces of any country. je ~; G. Cancellation of Policy Except as prohibited by iaw. the Policy and all of the insurance ends on the earliest of the following: SHL.DENTAL.?PO.M~ 4 (lj/04 . The date the premium is not paid when due. Unless the Policyholder gives written notice to Safe Health to end the Policy, the grace period applies. . The first premium due date after the Policyholder gives SafeHealth 45 days written notice to end the Policy. If the Policyholder does not give advance notice and the Policy ends because the premium is not paid, the grace period applies. . The first premium due date after SafeHealth gives the Policyholder 45 wrlllen notice to end the Policy if Safe Health determines the Policyholder has performed an act or practice that constitutes fraud or made an intentional misrepresentation of material fact under the terms of the coverage. . The first premium due date after Safe Health gives the Policyholder 45 written notice to end the Policy if the Policyholder materially changes Its nature of business. . The first premium due date after SafeHealth gives the Policyholder 45 written notice to end the Policy if Safe Health determines the Policyholder has failed to comply with Policyholder contribution or group participation provisions. . The premium due date that SafeHealth cancels the Policy. SafeHealth must give the Policyholder advance written notice of at least 45 days before the Policy is to be canceled. SECTION III - PREMIUMS A. Payment of Premiums '~ ", :j,~ Premiums are due on or before the first day of the month. If a Covered Person's coverage becomes effective on the 16th day of e month or later, or terminates on the 15th day of a montll or before. no premium will be cllIe for that month for that person. The mo~lhly premium is set forth on the face stlnet or this Policy. B. Grace Period If the premium Is received by $afeHealth within 31 calendar days of the premium due date, the gr:JUp coverage will continue In force. If the premium is nol received by SafllHealth within 31 calendar days of the premium due date. SafeHealth will mail e notice to the employer at least 45 days prior to the date rhe policy wHI terminate. If the premium is not received by lhe date stated in the notice, the pOlicy will tanninate. The Covered Person is ,'espons/ble for any dental expenses whir.h lTIay have been in':urred during the grace period in Ule event 01 lermination of this policy for non-payment, even If flle Empioyer does not notify Covered Parson of the termination. C. Employee or Dependent Covered by This Policy In Error Any person enrolled in error or In violation of this policy is not entitled to any benefits. SafeHealth will make proper adjustment to cover any premiums paid under such circumstances. SafeHealth may recover any benefits paid while enrolled in error. SafeHeallh's may deduct amount paid by mistake from future benefits of the employee or from any dependent of the employee's family. SafeHeallh shall have the right, upon notice, to examine the employer's records, including payroll records, with respect to eligibility and monthly premiums under this Policy. The employer Shall have the right, upon notice, to examine our records pertaining tv employer with respect only to enrollment. eligibility and receipt of monthly premiums under this Policy. SHL-OENTAL.PPO-MP 5 03104 D. Premium Adjustments Refunds in connection with the retroactive or unreported termination of a Covered Person's coverage under this policy will be limned to the 2-month period prior to the date the request for refund was made. If a retroactive termination refund is given, the Employer must: (1) repay SafeHealth the amount of any claims incurred and paid after a Covered Person's adjusted termination date: and, (2) assume full responsibility for the terminated Covered Person's unpaid claims, If any. E. Change In Premium Rates SafeHealth reserves the right to change premium rates: however, such premium rate shall not be changed without 45 days advance written notice from SafeHealth to the policyholder. Notice shall be sent by Safe Health to the last known address of policyholder. SafeHealth guarantees that it will not increase the premium rates during the Initial contract year. SECTION IV - PAYMENT OF BENEFITS This provision of dental benefits Is subject to all of the terms end provisions of this policy. Services rendered before the effective date of this policy will not be covered. A. Benefits Payable If you, while Insured under the Dental Expense Benefits of this Policy, incur expenses for any Dantal Procedure covered in the accompanying Summary of Benefits attached as Exhibit A and inc:orporated herein by refe'ance, and If such procedure is performed by a Dentist who is not a member of the Participating Panel of Dentists of SafeHealth lif!, Insurance Company, while this insurance is in fOl'C<3, fJH I.: Company will pay the p~rcllntage shown in toe Summary of Benefits for such expenoes incurred In 'i" excess of the Deductible. subject to €lny applicable Waiting Period and the Exclusions and limitations . ".J,l,>, section of the Summarf of Benefits and not to exceed the Benefit Maximum for all procedures as shown U In the Summary of Benefits. B. Deductible The Deductible Is the Amount of Covered Dental Charges to be incurred bl' a Covered Person in each Calendar Year or Contract Year before benefits will be payable toward Covered Dental Charges he or she Incurs during the rest of that year. No benefits under this Policy will be paid toward Covered Charges used to meet the Deductible. The Deductible amount for each Covered Person during each Calendar Year or Contract Year is as shown In the Summary of Benefits. No deductible credits will be allowed for dental expenses Incurred prior to the effective date of your coverage under this Policy. C. Benefit Maximum The maximum amount payable for all Covered Dental Procedures for each Covered Person shall not exceed In the aggregate. the Benefit Maximum shown in the Summary of Benefits, during each Calendar Yaar. D. Expenses Incurred Expenses will be considered to have been Incurred on the date the dental service is rendered. However. certain treatment can take time to complete; therefore, work is considered to have begun as follows: . For dentures. when the impression is taken. . For fixed bridges. crowns or gold restorations, when the tooth is first prepared. SHl-DENTAl-PPO.MP 6 0:)/04 . For root canal treatment, when the tooth is opened. Orthodontia Expenses: Payment for orthodontia treatment, if applicable, will be made in equal installments. Installments will be paid at the end of each quarter during the course of treatment. Payments will stop If coverage ends. If treatment stops before completion, benefits will only be paid for services received. E. Covered Expenses Except as excluded under the Exclusions and Limitations, expenses covered hereunder are the charges for the dental services and supplies listed in the Summary of Benefits. The benefit is intended to cover treatment that is customarily given by Dentists throughout the country to eliminate oral disease and to replace missing teeth. The Company will compare the charge for each traatment with the charges for comparable treatment made by the other Dentists In the area. Covered Expenses are charges which are not more than the amount customarily charged by the majority of Dentists in your area, as determined by the Company. In most cases. the Dentlsrs charges will be well within the range of prevailing fees in the area. Howevar, If the Dentist's charge is more than the customary charges dete/mined by the Company. you will have to pay the difference. Of course, unusual dental complications will be taken into consideration. The possibility of an elternate treatment can also affect the amount of the Covered Expense. See Altemate Procedures for how this works. F. Exclusions and Limitations The Exclusions and limitations for this Policy are lisled on the Summary of Benefits, attached as Exhibit A and incorporated herein by reference. G. NtI Loss - No Gain If Insured has had continuous group denial coverage for the previtlus 12 months, the Company wm apply any deductible or co-insurance payments credited by the previous carrier in the calculation of its allowable charges. tl. Late Applicant limitations Any person who applies for coverage after hislher eligibility date is subject to at first year benefit limitation of$100.00. This applies to all levels of coverage: Preventivo, General and Major. t. Notice and Proof of Claim Written notice of any claim should be given to SafeHealth within 180 days. Notice may be given to Safe Health at SafeHealth life Insurance Company, Post Office Box 30930 Laguna Hills, CA 92654- 0930. SafeHealth will furnish the Policyholder forms for filing proof of loss, if applicable. A written proof of claim within the relevant time period will also suffice. Such written proof must cover the occurrence, the character and the extent of the loss. Safe Health will respond to submitted claims as follows; 1. Expedited Claims will be decided upon no later than 72 hours following receipt of the claim. If additional infonmation is needed to make a detemnination, SafeHealth will notify the Covered Person within 24 hours following receipt of the claim. SHL .DENT AL .PPO-MP 7 (.3i04 2. Pre-Service Claims. A Covered Person may, but is not required to, request a pre-traatment estimate of payment for proposed services. A pre-treatment estimate of payment will be decided upon no later than 15 days following receipt of the claim. If additional informal/on is needed to make a determination, SafeHealth will notify the Covered Person within 15 days following receipt of the pre-treatment estimate. 3. Post-Service Claims will be decided upon no later than 30 days following receipt of the claim. If additional informallon is needed to make a determination, SafeHealth will notify the Covered Person within 30 days following receipt of the claim. The Covered Person will have up to 45 days to provide the edditlonallnformation. SafeHealth will make a final determination within 15 days fOllowing receipt of the additional information. or within 15 days of the end of the 45-day period if the Covered Person has not responded. J. Payment of Claims Benefits will be paid directly to the Covered Person, if applicable, unless otherwise directed, for covBred services. SafeHealth cannot require that services be rendered by a particular provider. Any accrued benefits unpaid at the lime of death of a Covered Person may, at SafeHealth's option, be paid to the estate 01 the Covered Person estate. All other benefits will be payable to the Covered Person. Any accrued benefits unpaid at death will be paid to the estate of the Covered Person, except as may be proviped in any specific benefits of this Certificate, or on any attached Certificate Riders or Endorsements. K. Proceduros for Roview of Claims Which are Denied in Whole or in Part Within 60 days after a Covered Person or hlslher beneficiary received a written notice of denial of a claim. he or she may: 1. Request, In writing, to review the claim. 2. Review pertinent documents. 3. Submit issues alld documents, in writing. to us. SafeHealth will reply no later than 30 days after the receipt of a request for review. In the event special circumstances require an extension of time for processing a decision will be made as soon as possible but no later than 60 days after the receipt of a request for review. T,he decision made upon review shall be in writing and shall inClude specific reasons for the determination, with specific raferences to the pertinent plan provisions on which determination is besed. L. Necessary Dental Care Benefits will be allowed only for the expense of services and supplies, which, In the Judgment of SafeHealth, are Necessary Dental Care. Although a provider may prescribe a service or supply, it does not make the charge a covered expense. M. Covered Benefits Except as excluded under the Exclusions and Limitations, covered benefits are iisted in the Schedule of Benefits. N. Recovery of Benefits Paid By Mistake SafeHealth will have the right to recover the payment from the person paid or anyone else who benefiled from it, including a provider of services if: SHL-DE:NT..6.l-PPO_MP 8 03/04 1. SafeHealth makes a payment to which a Covered Person is not entitled under this policy; or 2. SafeHealth pays a person who is not eligible for Benefits at all. SafeHealth's right of recovery Includes the right 10 deduct the amount paid by mistake from future benefits of the employee or from any dependent. O. Benefits Available From Other Sources - Subrogation Situations may arise in which a Covered Person's dental expenses are the responsibility of a source other than SafeHealth. SafeHealth may have a legal right to recover the costs of dental expenses from a third party. For example, the Covered Person may be entmed to care or reimbursement from a government agency or program, Including care for military service related conditions if such care is reasonably available. The fOllowing rules will apply in such situations. "Injured person" under this section. means a Covered Person who sustains compensabla injury. "SafeHealth's dental expenses" means the expenses incurred and the reasonable value of the Benefits provided by SafeHealth for the care or treatment of the injury sustained. If the injured person was Injured by an act or omission of a third party giving rise to a claim of legalliabi/ity against the third party, SafeHealth will have the right to recover its dental expenses from the third party. This right is commonly referred to as subrogation. SafeHealth will be subrogated to and may enforce all rights of the Injured person to the extent of SafeHeailh's dental expenses. SafeHealth's equitable and contractual rights of subrogation are limited in accordance with Oregon law. The injured person and his or her agents must cooperate fully with Safe Health in its erfOf1s to collect SafeHealth's dental expense.;. This cooperation will include, but is not limited to, supplying Safe Health with information about any defendants and/or insurers related to the Injured person's claim. The InJunsd person and his or her agents will pem,1t SafeHealth to Intervene in any action flied against any third party. The injured person or his or her agents will do nothing to prejudice SafeHealth's subrogation rights SafeHealth will not pay any attorneys' fees or collection costs to attorneys representing the injured person where it has retained its own legal counselor acts on its own behalf to represent its Interests, unless there is a written fee agreement signed by SafeHealth prior to any collection efforts. When reasonable collection costs have been incurred with SafeHealth's prior written agreement to recover Safe Health's dental expenses, there will be an equitable apportionment of such coUectlon costs between SafeHeallh and the injured person subject to a maximum responsibility of SafeHealth equal to one-third of the amount recovered on behalf of Safe Health. This provision does not apply to occupationally Incurred disease. sickness and/or injury. SafeHealth will not recover anything under this section until the Covered Person !las recovered all damages sustail1ed in connection with the injury, P. Treatment Outside of the United States No benefits are payable for dental services and supplies obtelned outside Ihe United States, except for covered charges incurred for emergency treatment, and then only up to the maximum benefit allowance as shown In the Schedule of Benefits. Payment is based on United States currency. Q. Assignment of Benefits No Benefit, right or interest under this polley can be assigned or transferred except to a provider. SafeHeallh will pay benefits to a Covered Person unless an esslgnment of benefits is signed. If no assignment of benefits is assigned. all benefits will be paid to the Covered Person. SHL-DENTAL-PPQ.MP 9 031(14 SECTION V .. COVERED SERVICES AND MATERIALS AND EXCLUSIONS AND LIMITATIONS A. Covered Services and Materials Please nsfer to the Schedule of Benefits attached as Exhibit A, B, Exclusions and limitations Please refer to the Schedule of Benefits attached as Exhibit A. C. Alternate Procedures There Is often more than one way customarily used by Dentists to treat a dental problem. Different materials or procedures may be used to correct the seme problem. For example, a tooth could be repaired with an amalgam filling. That same tooth could also be repaired with a more expensive cap (crown) or gold filling. The Company will allow as Covered Expenses only the least expensive services and supplies which are appropriate and meet acceptable dental standards, You and the Dentist may decide that you want the more expensive treatment. If so, you must pay the charges which ana greater than the Covered Expense for the less expensive tnaatment. Because the Company has this Alternate Procedures provision, it is Important for you to use Pre-Determln~tion of Benefits. It will tell you how much the Company will pay for treatment. D. Pre-DetermInation of Benefits This is a way of telling you ahead of time how much will be paid for dental work. It will help to avoid surprises. Many times dental work is likely to cost more than $300. If so. you should ask the Dentist to file for Pre-Determination of Benefits with the Company. Most Dentists know about this procedure. Here Is how It works: . Get a dental claim form from your employer. Give it to your Dentist. The Dentist will tell the Company what work needs to be done. This work is called the "\reabnent plan." . The Dentist lists the services and charges on the claim form and sends ~ to the Company. . The Company tells you and the Dentist what amount the benefrt will pay. You should discuss the treatment plan with the Dentist before the worl< is done. If the Dentist changes the treatment plan, the amount of payment may change. If the Dentist makes a major change, a new denta'j claim form should be sent to the Company. If you do not use Pre-Determination of Benefits, payment will be based on whatever Information the Company has about the case. SECTION VI - COORDINATION OF BENEFITS (COB) We coordinate our benefits with those who may be entitled to from other policies. This prevents duplication of payment if a Covered Person is covered by another group insurance plan, no fault automobile insurance or a government program, not including Medicare or Medicaid. The combined benefits from all policies may pay up to. but no more than, the tolal covered expense. If there Is a Policy primary to this one, it will pay first. Then, this Policy will pay the difference between the primary policy payment and the usual and customary fee that SafeGuard pays its contracted dental care providers, but no more than it would have paid if lhere were no other coverage. SHL-OENTAc-PPO-MP 10 OJ/04 Which Policy Is Primary? The Policy which covers a person as an employee is primary for that person. For exampla, if e Covered Person is covered under his or her spouse's Policy, that Policy is primary for tha spouse and secondary for the Covered Person and this Policy Is primary for the Covered Person and secondary for the spouse. For dependents covered by both parents' Policies, the parents' birthdays will be used to determine which Policy Is primary. The parent whose birthday falls first In the time of year will be primary for the children. For example, if the mother's birthday is In June and the father's in July of that same year, the mother's Policy will be primary for the children. However, if the other Policy does not use this birthday rule. the father's Policy will be primary for the children. In the case of divorced or separated parents, the Policy of the parent with custody will pay first, then the Policy of the step-parent with custody, and finally the Policy of the parent without custody. If financial responsibility for health and dental care has been assigned to one parent by court order. the Policy of that parent will pay first. If a Covered Person covered as an employee under two Policies and both Policies coordinate benefits, the Policy that covers the Covered Person as an active employee will be primary. If a Covered Person is covered as an active employee under this Policy and as a retiree or laid off employee with the other Policy, our Policy will pay before the other Policy. If the other Policy does not coordinate benefits, that Policy will be primary. If a spouse Is also covered as an employee and/or retiree, those Policies will be primary for the spouse and secondary for the Covered Person. SECTION VII - STANDARD PROVISIONS A. Entire Contract - Changes and Incontestability The Policy, the application of the Policyholder, and the individual applications, if any, of the Insured Persons make up the entire contract between SafeHealth and the Policyholder. Any statement made by the Policyholder, or by any Covered Person shall, in the absence of fraud, be deemed a representation and not a warranty. No such statement shall void the insurance or reduce the benefit.. under this Policy or be used in defense to a claim for loss Incurred or disability commencing after the insurance coverage with respect to which claim is made has been in effect for two years from the date II became effective. No change In the Policy will be effective until it is approved by one of SafeHealth officers. This change and approval must be noted on or attached to the Policy. No agent may change the Policy or waive any of Its provisions. B. Waiver of Rights If SafeHealth fails or chooses not to enforce any provision of this Policy, such omission will not affect SafeHealth's right to do so at a later date, or to enforce any other provision. C. Legal Actions No action at law or in equity may be brought to recover benefits prior to the expiration of 60 days after written Proof of Loss has been furnished. No such action may be brought after the applicable statute of limitations. D. Physical Exam SafeHealth has the right to have any Covered Person examined at Safe Health's expense while a claim is pending payment. SHL.OENTAL-PPo.r~p 11 03/{I4 E, Right of Recovery SafeHealth has the right to recover any excess benefits paid from any persons to, or for, or with respect to whom, such payments were made, or from any other insurers, health care service plans or other organizations. F. Term of Policy This policy will remain in effect for the term specified on the Face Sheet. The policy will be renewed automatically, from year to year thereafter, until terminated. G. Notice of Claim Written notice of claim must be given within 20 days after a covered loss starts or as soon as reasonably possible. The notice may be given to the insurer at its home office or to the insurer's agent. Notice should include the name of the insured end the policy number. H. Proof of Loss .J If the policy provides for periodic payment for a continuing loss, written proof of loss must be given to SafeHealth within 90 days after the end of each period for which SafeHealth is liable. For any other loss. written proof must be given within 90 days after such loss. If it was not reasonably possible to give written proof in the time required, SafeHealth shall not reduce or deny the claim for this reason if the proof Is filed as soon as reasonably possible. In any even, the proof requinsd must be given no iater than one (1) year from the time specified unless the claimant was legally Hlcapacitated. I. Grievances And Appeals SafeHeallh's Member Services Department is available to respond to any questions or ~.o;nplaints. If the problem is not resolved at that lavel, grievance and appeals rights set forth below apply. SafeHealth will assist a Covered Person in filing a Grievance when he or she has a complaint and asks for help to put it In writing. 1. Grieval,ce. A Covered Person aggrieved by an Adverse Benefit Decision has 180 days from the date of the Adverse Benefit Decision to file a Grievance requesting reconsideration of the decision. The Covered Person must submit ail infomnation in support of the Grievance. SafeHeallh will acknowledge the Grievance within 7 days and report Its decision and rationale wtthln 30 days (72 hours for Expedited Claims). SafeHeallh may have an additional 15 days to resolve the issue if the Covered Person Is notified within the first 30 days of the delay and of the specific reason for the delay. The Covered Person will be informed of the determination in writing and notified of further appeal rights. 2. Appeal. A Covered Person has 60 days following receipt of the written determination to fiie a written appeal. The request will be reviewed by the Appeals Committee, which will involve different staff than have been involved before. SafeHealth will acknowledge the Appeal within 7 days and will make its review and report its decision and rationale within 30 days. The Covered Person will be informed of the committee's determination in writing and notified of further appeal rights as weil as the possible right of Covered Persons participating in ERISA-qualified plans to seek legal redress under Section 502(a) of ERISA. 3. Subsequent Appeal. A Covered Person not satisfied with the determination of the Appeals Committee has 60 days after receipt of the determination to file a wrilten request with SafeHealth for further review. The request will be forwarded to an Appeals Committee comprised of different individuals than the earlier Appeals Committee. The Covered Person or a representative of the Covered Person may appear before this committee. SafeHealth will acknowledge the Appeal within 7 days and will make its review and report Its decision and rationale within 30 days. The Covered Person wiil be informed of the committee's determination and rationala in writing and SHL.DENT AL.PPO-M? 12 Oj/04 notified of further appeal rights as well as the possible right of Covered Persons participating in ERISA-qualified plans to seek legal redress under Section 502(a) of ERISA. J. Right to Examine Records SafeHealth has the right to examine all pertinent medical, dental, or other records of a Covered Person pertaining to any cases for which Benefits are claimed and discuss matters pertaining to those cases with the Covered Person's providers. If the Covered Person does nol consent to the release of records or discussions with providers, SafeHealth will be unable to determine the proper payment of any Benafits and will deny the claim accordingly. Consent to the release of records and discussion with providers Is a condition of payment of any Benefits by SafeHealth. Neither the consent to nor the actual examination of the records or discussion with providers will const~ute a guarantee of payment. SafeHealth has the right to examine payroll records at reasonable times regarding premium payments made under this policy. K. Conformity with State Statutes Any provision of the Policy which Is in conflict with the laws of the state. in which the Policy was delivered or issued for delivery, is amended to confonm to the minimum requirements of such laws. L. Polley Non-Participation The Policy is not in lieu of and does not affect any requirements for coverage by workers' compensation insurance. M. Certificates Safe Health will Issue to the Policyholder, for delivelY to the Covered Person an Individual certific-.ate describing the benefits to which the Covered Person is entitled under the Policy and to whom they are payable. N. Waiver of Rights If SafeHealth fails to enforce any provision or condition of the Policy, this failure will not affect ~s right to do so at a later date, nor will it affect their right to enforce any other provision or condition of the Policy. O. Binding Arbitration Each and every disagreement, dispute or controversy concerning the construction, Interpretation. performance or breach of this Master Policy, or the provision of Dental services may be voluntarily submitted to arbitration In accordance with the American Arbitration Association rules and regulations, whether such dispute involves a claim in tort, contract or otherwise. Arbitration shall be initiated by written notice to the President, SafeHealth Life Insurance Company, 95 Enterprise, Suite 100, Aliso Viejo, California 92656-2605. The notice shall Include a detailed description of the matter to be arbitrated. SECTION VIII . CONTiNUATION OPTIONS A. Federal COBRA (Policyholders with 20 or more Employees) 1. A Covered Person who would otherwise lose coverage under this policy may continue uninterrupted coverage upon arrangement with Employer In compliance with the Federal Consolidated Omnibus Budget Reconciliation Act of 1985 (COBRA). Eligibility is conditioned upon payment of the applicable monthly premium to Employer. The following are "qualifying events": SHL-DENT AL-PPO-f\~P 13 0'::./('4 a) Tenminatlon of employment, including lay-off or reduction In hours (except for gross misconduct); b) Death of the Covered Employee; c) Divorce or legal separation: d) Loss of eligibility of a covered Dependent child: or e) While covered Dependents. are on continuation with the Employee. the Employee becomes entitied to Medicare benefits. 2. Coverage under COBRA continues only upon timely payment of the applicable monthly premium to Employer and ends on the earlier of: . a) Tenmination of this group policy; b) Coverage under any other group health plan, including Medicare, which does not contain any exclusion or limitation with respect to any pre-existing condition: c) Expiration of 36 calendar months 01 continuation by a covered dependent after the Employee's death, divorce. legal separation or entitlement to Medicare; d) Expiration of 18 calendar months after tenmlnation of employment. lay-off or reduction in hours; e) For a disabled Covered Person, expiration of 29 months after termination of employment if: (1) The Covered Person was totally disabled at the time of the tenmination of employment within the meaning of the Social Security Act, or is determined disabled by the Social Security Administration effective any time within the first 60 days of COBRA continuation coverage: and (2) The Member notified employer of the disability within the Initial 1 B-month continuation period. f) When the applicable maximum period of continuation of group coverage has been exhausted. or at any time during the period of continuation. the Covered Person may convert to an individual conversion plan. 3. If a retired Covered Person. as a result of employer's Chapter 11 reorganization, loses a significant portion .of retiree benefits, the retiree and any covered Dependents may continue coverage under the group plan based on the following conditions: a) The retiree is eligible for continuation coverage for the rest of his or her life: b) The retiree's covered spouse arid covered dependent children are eligible for continuation coverage for the rest of the retiree's life and for an edditional 36 months after the retiree's death; c) If the retiree is deceased at the time of employer's Chapter 11 reorganization, the retiree's covered surviving spouse and covered dependent child ran are eligible for continuation coverage for the rest of his or her life. 4. Application for continuation must be made in accordance with the COBRA regulations, and must be made by written request to Employer within 60 days after any qualifying event. Tha Employer will provide the necessary forms. Premiums must be paid within 45 days of election of continuation. SHL~DENT .AL.PPO-!I"P 14 OJ:{..j Group: 63669001 Invoice: 15450642 Billed: 01120/06 Due: 00/01/06 Pays To: 09/01/06 INSTRUCTIONS: -tv BlueCross BlueShleld of Florida AIo.............~"'... ....c..._____ Page: 1 Route: Dlst: LGQ GROUP BILLING SUMMARY FOR 08/01/06 A. ROSTER TOTAL B. MEMBER ADJUSTMENTS C. PRIOR BALANCE D. AMOUNT DUE E. LESS DElETIONS F. ADJUSTED AMOUNT DUE 28.532,91 .00 .00 28,532.91 $ $ .;l ~ 53:J. q1 1. FOR ALL INSURED DELETIONS, FOLLOW THE INSTRUCTIONS ON THE BACK OF THIS PAGE. 2. WRITE TilE GROUP NUMBER AND INVOICE NUMBER ON YOUR CHECK AND RETURN WITH THIS ENTIRE PAGE IN THE ENVELOPE PROVIDED. 3. WRITE THE CHECK AMOUNT ON THE PAID AMOUNT lINE AT THE TOP OF THIS PAGE. ~ppnO'1E FOA I PTC 6')/ ..---'-'!:'!!!'~E:~~n-----::= - .. ~~=~-~I.,.'.~;~,~~q7 1~-. r..nsTc/\F-j <te:O 11' 05JryfT 1) ) ~~ o p \6 (p f). · 'j; 11 f41q\~~ --..------.- III1UII! -------.--.-..----------- '" .. "- .... .. "- '" .. l:5 ~ ~ ... :.. iJJ -' '" ., 5 :,,':D::= : .W .. ~ ~~ :; .. .... "::;.:j! lli :;"1<11 o .... ;~ ..~~ "0 ~o ,"v ~~~~~~~~~MM~~~M~MM~MM~~~M~MMMM~MMMMMMM~M~MMMMMMMMrlMMM N~~C~~~~~~~~~~~~~N=~~~~~~~NN~~O~~~~N~MOMQ~N~M~~~~~~~~ . . . . .. . . . . . . . . . . .. . . .. . . .. . . .. . . . . .. . . . . . . . . . . . . ., . . . ~NN~NNNNNNNNNNNNN~~NNNNNNN~~NN~NNNN~NN~N~N~NNNNNNNNNN ~~~~~~~M~~~~~~~M~~~~~M~~~~~~~~~~M~M~~M~M~~~~M~~~~~~~~ ~NN~NNN~NNNNNNN~N~~NN~NNN~C~NN~N~N~CN~~~~NCN~NNNNNNNN =e:, Q 0 QO oCt cooo 00 OCt 00 c:JQ Cl C) = Clio CI co Cel 0= ClC 0 CI coo 0 Cl C 00 etC == 0 D ci"'Q"'O"'"---- OClClClClClOClClOClClOOClClClClOClCOClClOOOCOClOClOO=ClClOOClClClOClClCl~OQQOOO . . . . . . . . . . . . .. . . .. . . . . . . .. . . . . . . . . .. . . . . . . .. . , . . .. . . . ___~MM_~_M__M____"~__________~~____~~__~_~____~_______ N~~=~~~~~~~~~~~~~Nc~~~~~~~NN~~Q~~lnMN~~OMQ~N~~~~~~~~~~ . . . . .. . . .. . . . . . . .. . . .. . . . ... . . . . . . ... . . . .. . . . . . . .. . . . ~NN~NNNNNNNNNNNNN~~NNNNNNN~~NN~NNNN~NN~N~N~NNNNNNNNNN ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~NN~NNN~NNNNNNN~Nm~NN~NNNN~mNN~N~N~~N~~~~N~N~NNNNNNNN ~....t,.......~";"~~~~-t.-lr-4..ot"if'r-4N,,~~.;Q~~~C\l.tij-':(...i~'o~""Nr-4""""""""""'N""'-""~~~-- QQQQocoaQQQCCOCCCQCQCOQCOCCO===OQCCCCCOOQQOQQQQOOOOO= --;;::;r.::;t,..,.-l,..,.....,...;::;r;::r..:i.~~~~r:i;;;;r.;.;r;o&~...c,..,f""I,..,f""4,..,,..,.-t.....;::r;;:::r-~.~...."""~;...&.:.;:r..:=.--;:.;..~..::r,::ri=t:..-------- CCCOOCCOCCOOOQOccaoo=OOOC=OOOOC====O====O=OQt~OOQQOQQ= ~ < Z < ....J .., M Qtoot Z .., ~ ~ ~~ ~ ~ Z ~ ~R Q ~ % U Q wzu ~ 3~~~~W~ ~ W ~ ~ ~ > ~ < < zz ~ cz ~~ W~ W~ %~O~ w~w~w 44Q ~ W~ ~< ~ %~Z Q4~M>~4 aozww.~E.~~ M3 ~HZ ~ ~~%W4 ~~4 gW ~ <~~z>< ZWHW><<'~%U>CZZ~W~~~W>~~W >~~~goww< z ~w ~~H%~WX~WOOW C~~U~~ <<W<W~WWH.MCW%C"~~<<~4<g%~>Z~ ~w,w~4>C~~H'M~%~Z ~ ~~~< w~,~>~~g ~ ,<~~, ~ ~EW~~WOC ~% 'HOE<'QO~ g~~~~ ~ ,4 %~~ ~_ ~ ~ ,z. ~ 0 ~EQ~%M~< E OQ ,,~ _W~WW 4~ W % g~N ~o Z~NN OMZ'~E % ~C=~~~~ ~~ W U ZN 00 ~~~~ Q~N~ W~~ > X < ~M~~ ~ Z H ~~ ~gW~M~>Z~~40 ~WW W~ gQ.~WW<%Z~H~ ~,< HH<< H W ~O>~~Z~ZgWC~~~~ ~>~ ~O~ZZE~~~~QO ~ ~W Z Z~NNZ~~Z~~ Z~~~H~WW<~~~HM~~>ZOOWW<_W<<O~=<W~~ ~ ~~ W~H~CO<W~<__ W~_~~Z~~"'EZW~~WWW_~%~~N~gZZUZ~~:ZZZWCQ>WUWU~Qg-~~~~~W ~4~_~~<<~Z~~%~~~E>E~~>>Z~Z~~~~Z~~%%C~EZ~>U~ZQZZ~Z~~~~U MEZ<4<CCWW~<<<40COW~<<OQCWWOO~C~OOW_HHOO<CCUWW-OCOCO~ <C<__..~...UUUUUCQ~~~~~~%XX%XX_M"~~~~~~EEE%EEEE%EE%Z -..-... -- --.. -- ...--. --....~ -'>- ._--~._--- ~--:::------ - .---.-.--. -;;;.. -- ---- --- ~ i . ~ N 0- ~ II (!) ..J ~J II Qj Qj - OJ '" " In .. 0 i5 ,.. '" C> .... i'csh Q. II: 0- '" C> 0- N N '" '" . '" '" '" '" N N at 'I> <II- ~ '" "- ... C> "- '" .. W '" 0 U "- - > ~ '" .. '" E ... Z :::> <II :::> <II >- .. - z a. CJ) ... >- Z :E ell Z ..... >- ... z :::> ::;) ..... ..J ell U 0 0 ..... .. :::> z ..... ~ 0 ..... >- ., .. ... >- ... 0 .. ..... :::> ... t:lI: >- .. < '" ..J .. l1. ... ... ... C) :::> '" .. >- '" >- 0 '" ... .. Z ell .. >- ... 0 :::> ell :::> CJ) ell :E ..... 0 ell ., 0 ... .. :E ... '" '" :E ... < ..... < .. ... U .. ... ... .... N ~ ~ ~ C> ~ C> '" C> CO ~ "- "- "- 0- CO CO ... .... ~ '" N CO CO ~ ~ "- "- "- '" '" .... '" 0- ... ... CO CO CO ~ 0 ii ij ~ " '0 ~ Qj In 0 ,.. .. > " .. Cl c: III C Q. ... ::> ... ... ~.. ::> !; ... '" ~.. ::> ;; ~ .. ,., .. ... :0 M on :5 ~~~~~~~~M~~~M~_~~_~_ ~~~o~N~~~~C~~~~~Q~~~ NNN~N~NNNN~NNNNN~NNN ~-~~~~~~~~~~~~~~~~~~ N~N~N~NNNN~NNNNN~NNN -Q'"c CI ct C Q 0 C Q C cS"2rQ~Oc-c::5C---C QOCOOC==OQOOO=OctOClCC 1! ~ ". -~-~-~~-~-~----~~~~~ ~~~o~N~~~~C~~~~~g~~~ . . . . . . . . . . . . . . . . . . . . NNN~N~NNNN~NNNNN~NNN ~~~.~~~~f~~~~'~~~~~~~~ N~N~NmNNNN~NNNNN~NNN .... Q::OC '" UJ X N t- '" .. Ll\ UJ '" ~CI)<<l'" .. ... "- .--"'- , "- CO z: CO UJ , ... N " " " t- '" UJ -' <[ _un> U '" :> .... '" "- z '" C"""",.., ___-N % U > , -' !j:-- ---.-S------ UJ ., OC=O '" .. '" UJ "J > l1> "- .. t\l I -J --,,----~---- . UJ "" '" N '" Ll\ UJ ctI => >,....,......a- r:r...::l.M~ .......;;;::;(..r=.:f;=r-,..r;:;;f;::.r~,::r,=r,..;;rr:r;;r;:r.....--_..-.--~-~--a..- -- ..-----------.---,...----- --..,....- ..----,,-~... =C==OQClCOQCCOOCCQOOC ~ ~ z: .. -_."----------- ...."'...--.-......--...-- --- ~ .---.----------.. -...-.-.---.......---,.-..--.---- u. '" '" .. u. " .. .... '" III UJ .... "- % ..---- -----..:...-_--------- ctI " .... III l.U C 0 % .- o -J ~~ ~ ~ Z~ ~~ ~ ~ E < ~ ~~~ C~ ~ ~ <<> C W ~ZQZ ~~ZE ~w~ > ~~~c W~ ~ COU~ Z~Q ~z~w ww ~>~~~ZU ~~ 0 CC~C~~C_ Z~o~<C~>~ ~ ~WU %~~ZZ4w~>C> <<:<<CC<< ~ Q~~ ~<<1~3~ cz~ ~ uwE3<< % WOC<< Wo~<<C~ ~C<<Z~ Z_~ C ~ ~w~w ~ ~_~wNN ~<OC~OE 3 ~~w_ o ~ZWW ~~~_~ ~~ w ~~>% ,0 =~N Z ~~ ~%~ ~ .~ow <<~~ oowO w ~ZZ<<CC> Q UE ~O~<<~__%Z%%>W~OW--w <<~ wC~EOw<<~U~~~Ug.~%~~~ ~ wo~~ U,~~_>ggZ>_wCZ~~U~~O C ~<< ~ CCwC<<wOOCCX~<<<<<~--O ~ E~~~ * ZZZ~~<<<<<<~~~~~>333333 0 =~oo ~ .--- .- -----,..-'-z-a.......~---- -,--- ;:r~-.:1~;.;...r=l;=c-,;:(;;.:.~~~-;:Jj-;:j";O";~'...~-,:.::;. =QCQQCCC~d~QCQ~QCQOC .~~ ~1 ~.... III ~l i~ ~i:' ~ '" ... o .... ~~ ~Z .. ~8 ~u ------;:-_. --. :z cO'\o-e' ""~""...:- '" UJ "- , ... III .... z .. ..-""-- t- '" z: '" .. u. z .... .... '" UJ -' .. > U '" :> .... '" "- c; ~ ~ .. '" - '" '5 . """ , ~'''' .~.~. .\1_. ..~.~. ~.. ;:rt:~ ~. ..................'.~ :",~ II "3 ....1ofI '6" 1:1- g! "i!! ~8 b SafeGuard Dental & Vision PO Box 30910 Laguna Hills, CA 92654 (800)760-4303 ,.- ../ - ;':; lOOt Section 1 . Page 1 ~.1 .. SECTION 1: Premium and Payment Summary From 07/01/06 to 07/31/06 ._~~ ' ..~----= - -~. Rie Man International 2601 NW 48th St Pompano Beach FL 33073.3072 Invoice Date .................. For Month Of ............... Invoice Number ............ Recipient Group 10 ..... 07/31/06 August 2006 1045111 97156421 Ric Man International ( Group 10: 97156421 ) Previous Balance: Payments Raceived: Eligibility AdjustmGnts (Section 2): Other Adjustmen1s (Section 3): Other Debits: Adjusted Balance: $ $ $ $ $ $ 3,945.82 .1,892.33 142.66 0.00 0.00 2,206.15 Current Premium (Section 4): $ t,991.23 Total Due by August 31 $ 4,197.33 Plan Premium Amount Amount Paid SG185A.FL VA2332WS Plan Total................. ....................... ............. Plan Total... .......... ...... .................................. $195.59 $1,795.64 $1.991.23 $-.------ $- Current Premium (Section 4) TOTAL DUE: $4,197.38 $ Make checks payable to: SafeGuard Dental & Vision Amount Paid: Check #: Group 10: 97158421 "",,',-.:'-,':;:', :",-;:',,-'..;.. -""""',":";-"""',' :"::':,':'-:";':";:'_::~:'_"_.:""..:.:.::.,:::.:-:.,:::_'..:..;:.,.,.._.::,:..:....,.:.d.: ":':':""_,:':.';"", .::,:,',:-:,:'_,-:..,.,.:._.....:::,.:..._,:..,..;.:;.,.;;,,;,:,::..,;,>o:.-:-.::x,-:.:>:;.::-:-",::::_,'::::'_:':__.;.._'.:;,;:::'::.:.::.....:.::.-':..;_:.:',.,.: "':":':'::"':"_:"_""":/';":',:"''-'';':''''':-',"':::"::;:":,,,,.:,:.;::..,'_:.;,.,.,...:,.:._,-,::. JlU:ASl!liI!iIilRN nllSllUMMARV PAGI!WiTIl vOllii PAYMeNT To EilsilRi! THAT IT I$PIlDP!RL V cRi!DrrEO.To YOUR ACCOUNT. ... :.. ....... ~1~~;~e~:~~=;~;~~~%~~;~~~t%~.:~iToo~:~~~~j~~:"<,,;.':,:,:')<:' ..-....,...-.',.,:".,.:... SafeGuard Dental & Vision PO Box 30910 Laguna Hills, CA 92654 1111111,1111111111,11111.11111./.111,1,1111.1111.1111.111111.1 ""__1......___ l"'ll_ "'1____ "_.....~_ ,.._...1.._ "__... b SafeGuard Dental & Vision PO Box 30910 Laguna Hills, CA 92654 (800)750.4303 Section 2 - Page 1 SECTION 2: Eligibility Adjustments - changes from 07/01/06 to 07/31/06 Group ID: 97156421/ Rlc Man International Invoice Number 1045111 for the month of August 2006 ,r~,,? "-"';':"':"'.' Additions IMelehan Rijos Terminations Handel Prbr Rodriguez While IFranCiS /VA2332I 3' 105101(06 Gino SG185A 20 07/01106 ILisa 1~:Wda Loxtey V A2332 v A2332 VA2332 V A2332 10 10 10 10 07101106 07/01,06.. 06/0 1106 0610'106 Summary of Eiigfhiljty Adjustm~nt.~ Additions Terminations Family St;itUS Chang&s Total ~;~~g~tt~:~~=~:~:: ....,._..........,.".,......,. ,'_d. " _.... ;..... . ,', ,", . ;"::':",:,::",:;-:,:':::'::;,::::":>:"':;.::,;:::-'-:"c.,:;.:_:_:,.::"',:.,:':'.:,::'.::.;:':,'.:,:,,_.::._:::::,:::;:,::_.;:,::.,::.::::::.:_,:;,:::,:.: -- .... ~ 101.30 I RI I 3.0 $ $--~~ $ $ $ 30.69 ST 1.0 $ 30.69 $ 30.69 ST 1.0 $ 30.69 $ 30.69 ST 2.0 $ 6~.~~ 30.69 ST 2.n 61 $ 184.14 $ 326.80 $ '184.14 $ 0.00 ------ $ 142.66 - ~D~] ..' ..~.e;.'.:',;", '.: milo'",,. :.,. .:.......:;.'.::.,.;."::::,,,..,.::,..:,. .,..:,...-..",.,.,'...,-,_...",.... . ......,.",..........-. ..,'-;.,-:.....,........,....,. 303.90 07/20106 22.90 07/14106 326.80 ~07/18106 07/18/06 0711 e/06 07/24/06 b SafeGuard Dental & Vision PO Box 30910 Laguna Hills. CA 92654 (800)750-4303 Action Legend - Page 1 Group 10: 97156421 I Rlc Man International Invoice Number 1045111 for the month of August 2006 Action Legend for Section 2 . RI Reinstate SA Add Subscriber ST Terminate Subscriber b SafeGuard Dental & Vision PO Box 30910 Laguna Hills, CA 92654 (800)750-4303 - Section 4 - Page 1 SECTION 4: Eligibility Roster with Premium Group 10: 97156421/ Ric Man International Invoice Numblll' 1045111 for the month of August 2006 Aiken, Gaston 09/05 97000000 VA2332WS 31 $101.30 Jonatha 09/05 97000000 VA2332WS $0.00 Khalil 09/05 97000000 VA2332WS $0.00 Marques 09/05 97000000 VA2332WS $0.00 Tamia 09/05 97000000 VA2332WS $0.00 Tierra 09105 97000000 VA2332WS $0.00 Yvelta 09105 97000000 VA2332WS $0.00 Amarillas, Leon 11/04 97000000 VA2332WS 20 $61.39 Arminda Cardona 11105 97000000 VA2332WS $0.00 Angilot, Julien 01/05 97008459 SG185A-FL 20 $22.90 :'., Julien 0'7105 97008459 SG185A-FL $0.00 Bailey. Earcel 0 06/06 97005123 SG165A-FL 20 $22.90 Bobetta 06/06 97005123 SG185A-FL $0.00 Barnard, Harry E 02/05 97000000 VA2332WS 10 $30.69 , Barreneche, Juan .J 06/05 97000000 VA2332WS 10 $30.69 . Benjamin, Lam 11/04 97000000 VA2332WS 10 $30.69 Burnley. Trevor 04/06 97011493 SG185A-FL 10 $13.08 Cameron, Byron W 11/04 97000000 VA2332WS 20 $61.39 Sheila 11/05 97000000 VA2332WS $0.00 Castillo, Rene L 11/04 97000000 VA2332WS 10 $30.69 Castillo, Rene L 11/04 97000000 VA2332WS 10 $30.69 Comerford, Belseri 02105 97000000 VA2332WS 10 $30.69 Dominguez, Albert A 04105 97000000 VA2332WS 31 $101.30 David 04105 97000000 VA2332WS $0.00 Kalla 04105 97000000 VA2332WS $0.00 Kelly 04105 97000000 VA2332WS $0,00 Reuben 04105 97000000 VA2332WS $0.00 Gayle, Robert S 11/04 97000000 VA2332WS 40 $67.54 Demetri 11/04 97000000 VA2332WS $0.00 Larhone 11/04 97000000 VA2332WS $0.00 Scott 11/04 97000000 VA2332WS $0.00 Gonzalez, Julio 11/04 97000000 VA2332WS 10 $30.69 Goulbourn, Denis 05/06 97000000 VA2332WS 10 $30.69 Holcombe, Earnest L 11/04 97000000 VA2332WS 31 $101.30 Billy 11/04 97000000 VA2332WS $0.00 Lakiely 11/04 97000000 VA2332WS $0.00 Sharon 11/04 97000000 VA2332WS $0.00 Stephan 11104 97000000 VA2332WS $0.00 Iafrate, Ramo 11/04 97000000 VA2332WS 20 $61.39 Anna 11/04 97000000 VA2332WS $0.00 Iraheta. Miguei 1 10/05 97000000 VA2332WS 10 $30.69 Leon, Tomas 05/06 97000000 VA2332WS 40 $67.54 Natalie 05/06 97000000 VA2332WS $0.00 Liberti Ii, Nelson 11104 97000000 VA2332WS 31 $101.30 'C COBRA Subscriber b SafeGuard Dental & Vision PO Box 30910 Laguna Hills, CA 92654 (800)750.4303 Section 4 . Page 2 SECTION 4: EligIbility Roster with Premium Group 10: 97156421/ Ric Man International Invoice Number 1045111 for the month of August 2006 ft~~mj'4i1tii!?f en:! ...... ..........,. i.......~....!!..:..i;i.i:}>.ti.. -- Audra Liberti 11/04 97000000 VA2332WS I $0.00 Nelson Liberti I 11/04 97000000 VA2332WS $0.00 Lima, Daniel A 11/04 97000000 VA2332WS 10 $30.69 Louviarre. Jerry J 11/04 97000000 VA2332WS 20 $61.39 Debbie 11/04 97000000 VA2332WS $0.00 Love, Jimmie 11/04 97000000 VA2332WS 10 $30.69 Maccenal, Ospaul 02/06 97036700 SG185A-FL 20 $22.90 Christm 02/06 97036700 SG185A-FL $0.00 Malek, Thomas A 11/04 97000000 VA2332WS 10 $30.69 Mancini, David A 11/04 97000000 VA2332WS .31 $101.30 Cheryl 11/04 97000000 VA2332WS $0.00 David Mancini Jr 11/04 97000000 VA2332WS $0.00 Richard 11/04 97000000 VA2332WS $0.00 i~ Melehan, Francis P 05106 97000000 VA2332WS 31 $101.30 Carol 05106 97000000 VA2332WS $0.00 Kyie 05106 97000000 VA2332WS $0.00 Patrick 05106 97000000 VA2332WS $0.00 Mendoza, Jose E 01/05 97007872 SG185A-FL 31 $38.59 Nancy 12/05 97054462 SG185A-FL $0.00 Ser9io 12/05 97054462 SG185A-FL $0.00 Morris, Fremon 11/04 97000000 VA2332WS 10 $CJO.69 Morris, Wesley R 02/05 97039270 SG185A-FL 10 $13.08 Nace, Joseph L 11/05 97000000 VA2332WS 10 $30.69 Reyes, Neftali 11/04 97000000 VA2332WS 31 $101.30 Alyssa Benjamin 03106 97000000 VA2332WS $0.00 Sophia 11/04 97000000 VA2332WS $0.00 Rljos, Gino 07/06 97048054 SG185A.FL 20 $22.90 Nina 07/06 9"1048054 SG 185A-FL $0.00 Smith, Larry 11/05 97000000 VA2332WS 20 $61.39 Barbara 11/05 97000000 VA2332WS $0.00 St. Louis. Nestor 01/05 97055836 SG185A.FL 10 $13.08 Stephenson, Neville 11/04 97000000 VA2332WS 10 $30.69 Vanderlip, Roger P 11/04 97000000 VA2332WS 10 $30.69 Washington, Evlysta 05/06 97005757 SG185A-FL 10 $13.08 Wichert Jr.. Gerard 11/04 97000000 VA2332WS 20 $61.39 Nancy Ross 11/04 97000000 VA2332WS $0.00 Williams, Marc A 02/05 97000000 VA2332WS 10 $30.69 Williams, Wayne 01/06 97000000 VA2332WS 20 $61.39 'C COBRA Subscriber b SafeGuard Dental & Vision PO Box 30910 Laguna Hills, CA 92654 (800) 750.4303 - Section 4 - Page 3 SECTION 4: Eligibility Roster with Premium Group 10: 97156421 I Rle Man International Invoice Number 1045111 for the month of August 2006 Oaagria Woolley, Warrick S 01/06 01105 97000000 97005510 VA2332WS SG185A-FL 10 $0.00 $13.08 43 Subscribers $1,991.23 Current Premium ............. ..........................................................................................................................." $1,991.23 'C COBRA Subscribe,' b SafeGuard Dental & Vision PO Box 30910 Laguna Hills, CA 92654 (800)750-4303 Section 5 - Page 1 Section 5: Summary by Plan, Rate Code and Premium Group 'D: 97156421/ Rlc Man International Invoice Number 1045111 for the month of August 2006 SG185A-FL 10 5 $13.08 $65.40 20 4 $22.90 $91.60 31 1 $38.59 $38.59 Plan Totals .......................................... 10 $195.59 VA2332WS 10 17 $30.69 $521.73 20 7 $61.39 $429.73 31 7 $101,30 $709.10 40 2 $67.54 $135.08 Plan Totals .......................................... 33 $1,795.64 Current Premium $1.991.23 Rate Code Legend 10 . Subscriber Only 20 ~ Subsc!'iber + 1 31 . Subscriber + Family 40 . Subscriber oj- Children t--< V SafeGuard Dental & Vision P.O. Box 30910 Laguna Hills, CA 92654-0910 (800)750-4303 Fax: (949)360.3695 - Section 6 - Page 1 - SECTION 6: Reconciliation Worksheet Group ID: 97156421 I Ric Man International Invoice Number 1045111 for the month of August 2006 Record all eligibility terms on this worksheet. Retroactive adjustments will be accepted for only as far back as the first of the preceding month. Terminations will not be processed unless clearly Indicated below. If applicable, please Identify either DENTAL (D) or VISION (V) for the eligibility change ;]!:1:~~[1~ii? ;:j:, ,.1, -----------------....- ---_..~-- .' liii~l!4il?~;FiRijiin\l!.!iP!1q;1i;q;~lm~tJilaw_Fw:i!J;::j!ii"':iiij;m 1:;~~1l!!~::$Jij!~"'.~~~i!;,~.H'!~t~~..ilm~I:~ij!l~!l9~,,j?ptffiili,Ii:l Photocopy this page if additional space is needed. SafeGuard Dental & Vision Statement Reconciliation Instructions This statement for SafeGuard is comprised of seven sections: 1A Consolidated Summary for all divisions (for organizations with divisional billing) 1 Premium & Payment Summary 2 Eligibility Adjustments - Please review all changes. 3 Manual Adjustments 4 Eligibility Roster with Premium 5 Summary by Plan, Rate Code & Premium 6 Reconciliation Worksheet If your organization has more than one division, you will receive Sections 1 through 6 for each division. t ., division will have its own group number for identification. Please follow these steps: . If you are paying for multiple groups or divisions with one check, please include all detail to help us allocate your payment appropriately. Please include your group number on your check. . Credits for terminations and charaes for member additions not reflected on this invoice will be reflected on your next month's invoice, . If you adjust the amount due, this may result in an overpayment or underpayment, now and on the next month's billing. . If you have any billing or eligibility issues, please contact the Group Billing and Eligibility Department at (800) 750-4303. To ensure the accuracy of your eligibility and your account balance, please pay as billed. VISION ONE DISCOUNT PROGRAM Administered by Cole Managed Vision, Inc. 1-800-793-8622 (Mon. - Fri. 9am-9pm & Sat. 9am-5pm) www.cmvc.com- when Plan number requested enter - '47058' Discount Schedule EfTectlve 1/112002 Frames I. .. Maximum Member. Cost $ 25.00 'S35.0t) $ 45.00 Typical Savings Priced up to $ 60.99 Retail p,icedfrom $ 61jjoiO $80. 99Retail ...,__...... ....0 ._....._.0..._..__ "_,_., Priced from $ 81.00 to $ 100.99 Retail .. H__' ."... ..._ Priced from $ 10 1.00 and over Lenses (Uncoated plastic) Single Vision -iiii'ocai-.------- . -. ---......,-..--.--.. ".-,.------.-- Trifocal .....-............---......-...-.... Lenticular 60% . '-550;. 55% 65% 35% , , -r r'-'-- $ 30.00 -.-..----.-..... -----.".,-...-"'.--. $ 50.00 .._____...n .._._......._____ $ 60.00 $100.00 50% ----...".... -.--..-,...----.--.---- --. ... 45% 60% 50% Lens Options (Add to lens pric,," ,!bove) Standard - Progressive (no-line bifocal) .....--......--"...-----. Polycarbonate 'Scran;bRc:si,tantcoatJ;;i'- .- . Anti-ReflectiveCoatiDg- --- Ujhii~';jei-Coati';g ....--...... ..----------- ....-._~_. '... Solid Tint GradientTini- pho-ii:i-c!li-omlc G1;,;.'----.---- --- ...--. $ 50.00 25% $ 30.00 0'" ._.._..._._____..._...._._... $ 12.00 - ....-.-.- ....--.--..-. _.'"~.__...<---_. $ 35.00 ..- --......--..-----..-. $ 12.00 ----.....--------.......-..-..-. $ 8.00 $ 8.00 ... .-..--..-..-...-,.-. $ 30.00 $-15:00."--' --.-........._-~. '---.."- 45% ."'._._---_._.~--_.__.. ..-.---.--..-.- 40% ----3i)0;;-- u --- ......,,-_.,-..__. -....-....-..... .---...-...--..' 40% _... .__._,....._._n- __ ~..__ .___....__... ___. 45% -.---. -....".'-"" ,,_.._...--....-.~-_.- 45% 55% ...-..-. . ...-.- .--------...----.---.---. 60% Eye E~amlJlatloDs Spectacle- Maximum = $ 35 Contact- $ 100fT nonnal fee Contact Lenses 20% 20% Discount from regular retail prices. 10% discount on disposables. All Other Materials (SnDllalses, accessories, etc.) 20% Discount from regular retail prices. 20% Discount locations: Sears, JCPenney. Burdines & Target oplical departments. Pearle Vision centers & other independent vision care professionals. Additional infonnalioo can be found by contacting at Cole Managed Vision 1-800-793-8622 or WWW.cmvc.com. TRUVISION Laser Vision Corrective Sen'ices 1-877-747-2020 (Mon. - Sal. 9am - 9pm) www.truvisioninc.com This program offers laser vision correctin sen'ices to members by participating LASIK providers at $895.00 per eye. Follow this process for scheduling an appointment: · Contact TruVision 1-877-747-2020 to schedule a preoperative exam or for a free telephone screening. · Members must make a down payment to TruVision to schedule the preoperative exam. This fee is fully refundable up to the date of surgery, should the member decide not to undergo the surgical procedure. · Tru Vision offers 100% patient financing ullon approved credit with no payment due in the first six months. · A comprehensive eye exam, pre and post-operative care and an enhaucement warranty are included in the price of the procedures. RII010J PARTICIPANT RECORD Ric-Man International, Inc. 401(k) Profit Sharing Plan Harlrord life In~uranct' Comp~n~ ll'D!Retiremcl1t rlan Solutit1n~ 1'.0 Hox 1583 H.udel;:::. CT Oo1~4.15K~ Graue NumheT Social SeCUril\' Number 017/')09 Location Code (Plan Spon~or U~C Onlyl ~__NERAL INFORMATION Please Pri1tl or T\'rx L~t I Marital Status I (Mor S) State L I M.I 10 I :=J Dale of ~---J Eligibility I First Employee Mr. 0 Ms. 0 Name Mrs. 0 Miss. 0 II Mailing I Address, City I Date of r- Birth L-- ~ Zip I J Date,of I Hire CONTRIBUTIONS A. t wish to have I ~ I of my Before-Tax pay deducted eac.h pa)'roll period. (Must be a whole percentage, 1% - 100%.) B. DIdo not wish to contribute to the Plan at this time. (Your contributions arc subject to the limits under the .Plan and the Internal Revenue Cude. includiDg if eligible, the Plan's Catchvup contribution limit. ~y amounts deferred in exce,'5lj of any limit under the plan will be treated as catch up contrihutions to the maximum extent allowed under tbe Internal Revenue Code.) ~,:'C. 0 I have a previous J'etirement account I would lik.e to rollover into this plan. (Please complete tbe enclosed Rollover S\l.bmission Form.) ,1NVESTMENT EI.ECTION 'II understand that tbe Plan Spon."lor has directed DIY existing accumulated account bale.nce (if any) under the Plan to be traDsJerrt.d to ~"I-l''\rtford Life and invested in one or more of the funds below as specified by the Plan Spollsor, I elect to have my future contributions Cited based on my selections below. (Mwt total 100% - Whole percent.ages on!y.) (For more information, contact your Plan Sponsor.) T. Rowe Price Small Cap Stock Inv Opt v 2R __% _% Hartford Advisers HLS Inv Opt - lL Franklin Small-Mid Cap Growth lnv Opt - 2V __% _% Hanford Bemd HLS lnv Opt - IE T. Rowe Price Mid Cap Growth Inv Opt - 2K _ % __ % Hartford Mortgage Securities HLS Jnv Opt - ID Hartford Stock HLS Inv Opt _ lE _% _% Hartford Money Market HLS Inv Opt. 1G American Century Value Inv Opt _ 2P _% _% T. Rowe Price Personal Strategy Growth [n" Opt - 2N Mutual Shares Inv Opt _ 2W _ % _% T. Rowe Price Personal Strategy Balanced lnv Opt - 2M Hartford Disciplined Equity HLS lnv Opt v 30 _% _% T. Rowe Price Per!'ional Strategy Income Jnv Opt- 2L Hartford Index HLS Inv Opt vIA _% _% Fixed Account - 10 SALARY REDUCTION AGREEMENT. 401(k) Plans By execution of this document, the ED'l.ployee authorizes and the Employer agrees that any Before. Tax Contributions indicated above be made by reducing the Employee's salary. This agreement shall continue in eHecl only while employment with tbe Employer continues or until it is altered in accordance to YOW' Plan provisions. The Employer reserves the right to make adjustments to the percentage of the Employee's BeforevTax Contributions in order to ensure the Plan's compliance with the Internal Revenue Code Section 401(k)/4Ql(m). SIGNATURES I understand tb.at these elections will be effective as soon as administratively feasible_ I understand tbat the investment options are offered under a sroup annuhy contract issued by Hartford Life Insurance Company. With the exception of the Fixed Account, I understand that the value of my Plan account under this contract is variable. is not guaranteed, and is subject to the investment experience of the various investment options I have selected. Employee Signature This document has been rec.eived and accepted by the Plan Administrator. Date Plan Administrator Signatutt Date 45 5'99 00305. QUALIFICATION STATEMENT SUBMISSION The following information should be submitted with you bid response 1.01 CONTENTS OF QUALIFICATION STATEMENT Bid packages must contain the following documents, each fully completed, and signed as required. Bid packages which do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures on each document, may be deemed in the City's sole discretion, to be non-responsive. Non-responsive bid packages will receive no further consideration. A. IDENTIFICATION PAGE AND TABLE OF CONTENTS Bidder shall provide an Identification Page including the following information: . Name of Bidder. (Note: if co venture, specify) . Address of submitting Bidder. (Note: if co venture, specify) . E-mail address for the appropriate contact person at the submitting company. . Phone number and facsimile number of submitting Bidder. . Federal Tax Identification Number for submitting Bidder. . Declaration regarding company organization, whether as Corporation, Partnership. or other. (Note: if co venture, specify) . Signature of an officer or other individual of the submitting Bidder who has the authority to bind said Bidder. . Printed name of the authorized signing officer or other individual. . Title of the authorized signing officer. . Date of signature. . Table of Contents. B. PROJECT APPROACH Bidder will be required to submit a narrative of it's team management plan, techniques for 'partnering' with the community's merchants, tenants and residents and its approach to the proposed final design and construction activities. This narrative should include: . Project management controls; . The Bidder shall provide a detailed description of the key Project activities, to include final design and construction activities approach; . Demonstrate how the Final Design activities and the Construction activities will be managed and coordinated with the Community and the City. . The Bidder's understanding of the Scope of Services and the associated Technical Exhibits. . Bidder shall clearly detail and present its approach to all required permitting issues, including but not limited to, water distribution system, stormwater BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 31 drainage system, street lighting system, landscaping etc., relative to the applicable agency(ies) and entity(ies), e.g. City of Miami Beach, DERM, SFWMD, FDOT, FDEP, USACOE, Miami-Dade County, FI. Dept. of Health, etc. . Describe the Bidder's Quality Assurance / Quality Control Plan ("QA/QC Plan") for the Work, including design, construction. coordination, implementation and completion of the Project. The Bidder shall explain its QA/QC Plan and the plan for any of its Subconsultants or Subcontractors, namely the policies and procedures that will be used to assure the complete and the accurate management of the Project. . The Bidder shall submit a Preliminary Project Schedule with the bid. The Preliminary Project Schedule shall include all anticipated major milestones and their associated phasing with other activities, including completion of the Project within the specified time detailed in the Proposal Documents, coordination efforts and issues requiring the City's involvement and necessary reviews. At a minimum, the Preliminary Project Schedule must address the following milestones and activities: . Design Schedule & Submittals . Design Phase Reviews by the City - Assume 4 weeks . Community Involvement . Permitting . Utility Coordination/Relocation . Start of Construction . Major Construction Activities and Phasing . Final Completion Date for all Work. Note: The maximum design and construction time for the Project ("Maximum Allowable Contract Time") shall not exceed 1,210 days as per Section 01010 of this document. In this Project Approach section, the Bidder is to demonstrate the ability to meet or reduce the estimated Maximum Allowable Contract Time. C. PROJECT TEAM It is a requirement of the bid that the Bidder, staff the project with competent individuals, and qualified supervisory personnel. To that end, the Bidder shall provide: . An organizational chart listing the proposed key personnel, their qualifications and their roles in the project, resumes which shall include educational background, work experience, employment history, and any other pertinent information. Where applicable, Bidder team members shall also submit current and valid certifications and/or licenses for their individual scope of supervision. At a minimum, the bidder shall include the following proposed project team members: . Project Manager BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 32 . Final Design Manager . Final Design Engineer(s) . Construction Manager . Construction Superintendent . Underground Utility Superintendent Foreman . A staffing plan that clearly illustrates the key elements of the organizational structure proposed to accomplish the management, design, construction, inspection and administrative services required. The staffing plan should indicate the availability of the personnel proposed to work on the Project. The staffing plan should also indicate the name of the individual who will serve as the primary contact with City. Bidder shall clearly detail the role of all of the Sub-consultants and/or Sub-contractors proposed for the Project. . The Bidder must submit documentation acceptable to the City that the Final Design team member is pre-qualified under Miami-Dade County Department of Business Development for the following categories: . 0101 - Transportation Planning - Urban Area & Regional Plan . 0302 - Highway Systems - Highway Design . 0304 - Highway Systems - Traffic Engineering . 0309 - Highway Systems - Signing, Pavement Marking, Channel . 0310 - Highway Systems - Lighting . 0601 - W & S System - Water Distribution and Sanitary Sewage Collection . 0602 - W&S - Major Water & Sewer Pumping Facility . 1001 - Environmental Engineering - Stormwater Drainage Design . 1600 - General Civil Engineering Any Design-Build Firm not identifying pre-qualification with all of the above identified groups shall be deemed non-responsive to the requirements stated in this ITB. . The Bidder must submit documentation acceptable to the City that the Construction team member is pre-qualified under the Miami-Dade County Department of Business Development for the following categories: . Grading . Drainage . Paving . Fencing . Grassing, Seeding, and Sodding . Landscaping . Pavement Markings and Roadway Signing Any Design-Build Firm not identifying pre-qualification with all of the above identified groups shall be deemed non-responsive to the BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 33 requirements stated in this ITS. . Project management and key personnel within each area of required services shall be identified along with their credentials, related past project experience, office locations and their accessibility and availability to City Staff, Program Manager, and Design Criteria Professional for consultation, support, etc. The staffing plan should indicate the number of personnel by location of office(s) proposed to provide the specified services. The staffing plan should also indicate the name of the individual who will serve as the primary contact with the City and the Program Manager. Design-Build Firms shall clearly detail the role of all of the Subconsultants and/or Subcontractors proposed for the Project D. URBAN STREETSCAPE EXPERIENCE Each Bidder shall demonstrate their experience in the Final Design and Construction of urban streetscape or downtown redevelopment projects, which may consist of the following components: . Design and construction of roadways, including pavement markings and signing; . Design and construction of site concrete work such as curb and gutter and sidewalk construction; . Design and construction of stormwater collection and disposal facilities; including pumping stations . Design and construction of underground utilities, i.e. water distribution and sanitary sewer collection; . Design and construction of landscaping features; . Design and construction of irrigation system. . Design and construction of street lighting system. Each Bidder shall furnish a list of all projects demonstrating experience encompassing the above referenced components. Projects must illustrate familiarity with all of the following aspects: underground utility construction; storm water collection and disposal; and site concrete work. All projects must demonstrate experience within existing traveled roads where traffic must have been maintained. Projects must have a minimum value of $1,000,000 each. In order to properly evaluate the bids, the City requests that each Bidder submit project references for previous projects completed within the last 5 years. It is further recommended that such projects include the following information and components: . Project name . Project location . Brief description of work performed . Names. addresses, telephone number, fax number, and contact name for the following: ;.. Owner or Agency ;.. Architect or Landscape Architect, or Engineering Consultant BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 34 ;;.> General Contractor (if work performed as a Sub Contractor) . Name of General Contractor's project manager and field superintendent . Awarded contract amount and final contract amount . Explanation of differences between awarded and final contract amounts, if difference exceeded 5% . Date of project completion. The bidder should reference if the project was completed on time . A checklist or description of the following types of construction encountered on the project, if applicable: IJ Traffic control IJ Maintenance of access for pedestrians to businesses or residences IJ Underground utility construction IJ Erosion control and storm water pollution prevention measures IJ Drainage collection and I or disposal system IJ I rrigation systems IJ Landscape planting IJ Other: List as may apply E. FORMAT FOR SUBMITTAL Each Bidder must submit a Bid Package that will consist of the following: a. Qualitative Portion: Bidders must submit one (1) original with signatures and ten (10) copies. (Total Worth - 65 Points) b. Quantitative Portion: Price Proposal in the format presented in section 00407 in a separate sealed envelope. (Total Worth - 35 Points) Proposers may not dictate the circumstances under which the documents are deemed to be confidential. Only the State Legislature may determine which public records are subject to disclosure and which are not. Moreover, a private party cannot render public records exempt from disclosure merely by designating as confidential the material it furnishes to the City. The desire of the private party to maintain privacy of certain materials filed with the City is of no consequence unless such materials fall within a legislative created exemption to Chapter 119, Florida Statutes. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 35 00310. EVALUATION COMMITTEE SELECTION CRITERIA I SELECTION PROCESS 1.01 EVALUATION SELECTION CRITERIA A. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Bid in accordance with the requirements herein. If further information is desired, Bidders may be requested, through the City's Procurement Director, to make additional written submissions or to make oral presentations to the Evaluation Committee. B. The Evaluation Committee will utilize a two-step process pursuant to Section 287.055 (9) (c) (2), Florida Statutes. The first phase will consist of the qualitative criteria listed below. The second phase will consist of quantitative criteria (price) as addressed below. C. The Evaluation Committee shall base its recommendations upon the following qualitative (evaluation criteria) and quantitative (price) criteria. A maximum of 100 points could be assigned to a bidder. The maximum point total for the qualitative criteria shall account for a maximum of 65points. Quantitative criteria shall account for a maximum of 35 points. Only, the Bidder with the lowest bid price will receive the full 35 point total. The remaining ranked bidders shall be allotted a point total based upon a methodology to be determined by the Evaluation Committee. D. Qualitative criteria Qualitative Criteria Qualifications of Contractor and Key Personnel Past Work Performance Evaluation Surveys Risk Assessment Plan Maximum Point Total Maximum Points 25 20 20 65 points E. The Evaluation Committee shall first evaluate each bidder based on the qualitative criteria. and shall rank no less than three bidders (in the event that there are less than three firms the Committee shall rank accordingly). Those ranked bidders shall proceed to the next quantitative evaluation step. F. The sealed price proDosals for the Committee ranked bids will be opened by the City's Procurement Director at a public meeting. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 36 G. The Evaluation Committee shall add the qualitative and quantitative point totals for the ranked bidders in section E. The Evaluation Committee will recommend and rank no less than three (3) bidders, for award to the City Manager (in the event that there are less than three firms the Committee shall rank accordingly). H. The quantitative evaluation of the Bid will be based on the Grand Total Base Bid Plus Add Alternates Items 1 through 6. Notwithstanding the preceding sentence, the City reserves the right, at the time of execution of the Contract with the successful Bidder to select all or any number of Add Alternate Items 4, 5, and 6 in no order of preference that, in the City's sole discretion, will best serve the Project in accordance with the available funding. I. The City Manager may recommend to the City Commission the acceptable response or responses of which the City Manager deems to be in the best interest of the City. J. A proposed contract will be presented to the City Commission for approval, modification and approval, or rejection. K. If and when a contract or contracts acceptable to the respective parties is approved by the City Commission, the Mayor and City Clerk sign the contract(s) after the selected respondent(s) has (or have) done so. NOTE TO ALL BIDDERS: By submitting a bid, all Bidders shall be deemed to understand and agree that no . property interest or legal right of any kind shall be created at any point during the aforesaid evaluation I selection process until and unless a contract has been agreed to and signed by both parties. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 37 00315. BEST VALUE PROCUREMENT ATTACHMENTS AND FORMS ATTACHMENT 1 Detailed Instructions on How to Prepare a Reference List and How to Prepare and Send Performance Surveys Overview The objective of this process is to identify the past performance of a vendor and key components of their team. This is accomplished by sending survey forms to past customers. The customers will return the forms directly to the client, and the ratings will be averaged together to obtain a firm's past performance rating. The figure below illustrates the survey process. Vendor or Individual r-. SendlF ax Surveys to pastc1ients Call to Confirm Prepare & Email Reference List Past Customers ~ If.r~.'.. ~~~ 1 rl The Client .:.. Compiles : . Information ~ I ~es back to I Fa~e client CLIENT Figure 1: Survey Process A. Creating and Submitting a Reference List 1. All key components must create a list of past users that will evaluate their past performance. This will be referred to as a "Reference List". The Reference List Excel file can be downloaded from Bid Net under ITB-36-05/06 or can be sent to you via E-mail, please send an E-mail to romanmartinez@mimaibeachfl.aov requesting the file. BID NO: 36.05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 38 2. The key components may be different for each project. If you are proposing on a specific project, please make sure to find out what the critical components are for that proiect. The following are the most common key components used: Key Component Minimum Number of Maximum Number of Survevs allowed Survevs allowad The AlE Firm 1 25 The Proiect Manaoer 1 10 The Landscace Architecture Firm 1 25 Speclaltv Enaineerina Firms le.a. Traffic\ 1 25 3. The vendor is responsible for selecting their team and for the performance of their team. We recommend that the vendor use high performing individuals (i.e. project manager, and any other individuals required on a particular project), as well as high performing specialty architectural or engineering firms. 4. The maximum number of past projects that will be given credit, is 25 (twenty-five) for each firm, and 10 (ten) for each individual (PM, etc.). The minimum number of past projects is 1 (one) for each key component. Credit will be given to vendors with more high performing surveys. 5. The reference list should include the firms/individuals "best" projects. Credit will be given to vendors / individuals with more high performing surveys. 6. The Reference List must include the following (All fields are reauiredl If you do not submit all the information required, there will be no credit given for the reference): CODE A unlaue Idifferentl number assigned ta each araject FIRST NAME First name of the person who will answer customer satisfaction questions. LAST NAME Last name of the Dersan who will answer customer satisfaction Questions. PHONE NUMBER Current ahone number for the reference (includina area code). FAX NUMBER Currant fax number for the reference (includina area cade\. CLIENT NAME Name of the company or institution that the work wa~ferformed for (i.e. Cactus Schaol District Rock Industries, Citv of Austin. PROJECT NAME Name oftheoroiect IBird Hioh School A-Wino, Warehause B. etc.). DATE COMPLETED Date when tha project was completed. (i.e. 5/31/1995) [MM/DD/YYVYJ COST OF PROJECT Awarded cost of arolect ($50.000) 7. The data in the reference list must be submitted via fax to Roman Martinez at 305-673-7851 and in electronic format on a MS Excel spreadsheet file. The file must also be emailed to Roman Martinez at romanmartinezllilmiamibeachfl.aov . (The format of the file is shown in Figure 2). 8. The vendor is responsible for verifying that their (and their key components) information is accurate prior to submission. 9. The reference list must contain different proiects. You cannot have multiple peoole evaluatina the same iob. However, one person may evaluate several different jobs. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 39 CODE FIRST NAME LAST NAME 1 2 1 K Ie Smith 3 2 Geer e Johnson 4 3 Phil McGill 5 4 8i11 Robinson 6 5 Mati Carni an 7 6 Keith Jones 8 7 Gilbert Gre 9 8 John Grecko H . . HI P.r9Jlle RefttrerIC'l'.lIli:t E FAX NUMBER CLIENT NAME PROJECT NAME I COST OF PROJECT 136 569 1452;3139 112648 1154,893 115648 14 ,865 923 1456 76 1159764 " ) I 456-963.8562 458.963.8563 en of Mesa 549.785.9654 549.785.9655 en of Mesa 458-965-7852 458.965.7853 en of Me.. 136-621-1264 136-621-1265 ABBWarehouse 658-965-8$5 658.965-8966 ADOT 456.965.8523 458.965-8524 en of Gilbert 486-965-8523 486-965-8523 eit of Phoenix 486.965.8563 4136-965.8563 AeG 8U1idin s Mesa Park Police Buildin 3 Cafeteria #1 Warehouse renO'\lation Sta Ie Road Over as Road Renovation Street li ht Installation Buildin 456 renovation ( Figure 2: Example of Reference List 10. The past projects (on the reference list fiie) do not have to be similar to the type of project being bid. 11. The past projects must be completed past proieets (no on-going or substantially complete projects). 12. The past client/owner must evaluate and complete the survey. 13. All key components must submit their reference list in separate excel files. There must be a separate excel fiie for each company and individual participating in the process. Name the fiie by the company name or the individual name. Figure 3 shows a sample of the excel fiies that must be emailed to the client. Name ~ABC Contracting - Reference List.xls ~ ~MarkMcGraw (Project Manager) - Reference List ,xis -+ ~ ~Pam Hamilton (Site Super) - Reference List ,xis ~Spark Electrical Contractors - Reference List,xls ~ Bob and Sons Mechanical Contractors - Reference List, xis Email Reference lists to the client. Figure 3: Submit separate excel files for each component 14. Each key component should inform their past clients about the survey and the deadline for submission of the information. The client may contact the references for additional information. If the reference cannot be contacted, there will be no credit given for that reference. 15. Each Excel fiie will have two tabs (see Figure 4 below). One tab contains the reference list information (discussed above), and the second tab contains the company or individual profile. The profile tab contains information about the key component (firm or individual). Fill out the company information if the excel file is for the Lead Firm, Specialty Firm or Individual. Fill out the individual information if the excel file is for an individual. DO NOT fill out both sections in one excel fiie. (Remember: each component will have their own excel fiie). BID NO: 36-05106 DATE: 06/23/06 CITY OF MIAMI BEACH 40 t:J Mlcro,oft Excel C060516_CMB_ Copy of Rererence Li,land Company Profile (AJ_SERVICES) =I!l "" f,dI: iJow I/I5Orl Fsrmot lads Ilota WJndow t1O\> Ado!l,POf I iJ ~ ill ~ ..J I d j ~ j -:.a 1a.1 "J .j i, 1: . HI 1li\'IJ Ii kial t~ .~. -...:..l.~ Q.',;j 1 ,~, l}j ~.Ijj 1,\'A:epl\'withQ,.~ge~,,, EQdReview". :~~~I C4 . ,. A B 0 E Ty~ .10 "IriL 1l.llflil'l ~I $ F G H K P1tu. FilO\lt onItontoflllt fonns b,low. . 1m rtl"ftf'lCt Wstls lor ~COfJ1l.ny,pIeut un wCompqlorm on top. . this rtftl'tOO4' WSllslor .IIldlldillidu." pltastpul thH information i'I thl stcond fOl'mbflow. OONOl II out both. Rtmtmbtl th'I' I must b. a stp"'Il' tIC'"!iIt lor 'KhlldilJidu~p.tiGi~inginltltproctSs. , 3 Con ill Co.pu, NMlI: TIP': Pom. oJ Conl"t: P.on. NIIaIM,: FuNUlDHI: E_il: (AlEFjrm.l.andsCilptAichit'ctur.Firm,Tr.ficEnginttrin~F.m.'ICI e 1 OR bldividual !ndividuilINBnIt: TIJI": Com,_, M....: Ptlone Nu...,: Fill Nu...,: Emal: (PfojtctManagtl'.ottc.) Figure 4: Example of the Profile tab. This tab contains information about the key component (whether it is an individual or firm) B. Preparing the Surveys 1. Each key component is responsible for sending out a survey questionnaire to each of their past clients. The survey questionnaire is provided in this document. 2. Each key component should enter the Survey ID (Code), past clients contact information, and project information on each survey form for each reference. The tearn member should also enter the name of the firm and/or individual being surveyed. 3. All the information on the survey form must match the reference information in the excel file (see Figure 5). BID NO: 36-05/06 DATE: 06123/06 CITY OF MIAMI BEACH 41 LAST NAME CLIENT NAME PROJECT NAME H DATE COllP~mD lIl11DD 5n5OOll 6.oaI1999 71tiJ1900 6/2/1995 1= 5J400J3 712/1900 Bn/2003 Smith 458-963-8562 .458-96J-8563 Cif of Mesa 549-785-9654 549-785-9655 Cit of Mesa ~58-965-7852 458-965-7653 eil of Mesa 136-621.1~ 13&-621.1265 ABBWarehouse 658-965.8965 658-965-8966 AOOT 458-965-8523 458-965-8524 ell of Gilbert 486-965-8523 486-965-8523 Cit of Phoenix 486-965.a563 4E6-965.B563 ACG Buildin s Mesa Park Police Buildin 3 Cafeteria*" Warehouse renovation Sla Ie Road Over as Road Renovation Street li htlnslallation Buildiri 456 renovation , McReaken H... Adams Robinson 9 14 4 . H; Survey Questionnaire Survey ID 3 ;fa: Phil McGill "'{Na.me~'orpe'r8on"c'offipleflng-'su;vey.r"""" 458-%5-7852 , Fax: 458 -%5-7853 Phone: :Subject: Past Perform~rl~_e_ Survey of: ABC iN~m~"o"'cor;jp'iiny) ....M.~).~.~J~b~.~~_~~.~jP!~1!...P.~1~~~..,~.~.~.~.~.!.,!'!?'.'~...I.~.~! (N~'M of IndvidlJms) A Chent is implementing a process that collects past performance information on firms and their key personnel. The information will be used to assist the client in the selection of firms to perform various projects. The firm/individual listed above has listed you as a client for which they have previously performed work on. We would appreciate your taking the time to complete this survey. Rate each of the criteria on a scale of 1 to 10, with 10 repre~nting that you were very satisfied (and would hire the firm'indivldual again) and 1 representing that you were very unsatisfied (and would never hire the firm'individual again). Please rate each of the criteria to the best of your knowledge. If you do not have sufficient knowledge of past performance in a particular area, leave I~ blank. Client Name: City of Mes.l !Project Name: ....C..;lfe..e.i.j'~;...;:.:i !Project Completion Date: RI A Ability to manage the project cost (minimize change orders) Figure 5: Example of Survey Form. The information must match the excel file. To save work in the future, list all key individuals on the survey that participated on the project. I COST OF PROJECT 136 589 1452 389 $12648 $154 893 $15648 $4 865 923 $456 76 $159 764 v > ........-1 , 4. If a reference will be evaluating several team members (such as the PM), please list all of the members on the survey form to get credit for all the areas (as shown in Figure 5). 5. Do not list more than one individual for the same position (i.e. if Joe Smith was a PM on the project, you cannot list another individual as a PM on that same project). 6. Each key component is responsible for making sure that their past clients receive the survey. complete the survey. and return the survey back to the present client. The survey BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 42 must be sent directly from the past client to present client. Be sure to indicate to your clients the due date when the survey should be faxed in to the present client. 7. The present client may contact the reference for additional information or to clarify survey data. If the reference cannot be contacted, there will be no credit given for that reference. BID NO: 36-05/06 DATE: 06123/06 CITY OF MIAMI BEACH 43 ATTACHMENT 2 e MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Flonda 33139. www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305.673.7490 ,Fax: 305.673.7851 Date: To: Phone: Fax: E-mail: Subject: Performance Evaluation of Number of pages including cover: 2 To Whom It May Concern: The City of Miami Beach has implemented a process that collects past performance information on various Consultants and/or Contractors that have performed Construction Services for Right of Way and Utilities. The information will be used to assist City of Miami Beach in the evaluation of a Contractor for services performed for your agency or company. The company listed in the subject line has chosen to participate in this program. They have listed you as a past client that they have done work for. Both the company and City of Miami Beach would greatly appreciate you taking a few minutes out of your busy day to complete the accompanying questionnaire. Please review all items in the following attachment and answer the questions to the best of your knowledge. If you cannot answer a particular question, please leave it blank. Please return this questionnaire to Roman Martinez bv close of business day Auqust 22. 2006 or earlier by fax: 305.673.7851; or e-mail romanmartinez@miamibeachfi.aov 7[' y'"' Urn""d .lIort Gus Lopez, CPPO Procurement Director BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 44 m ..... MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfLgov PROCUREMENT DIViSION Tel: 305.673.7490 . Fax: 305.673.7651 PERFORMANCE EVALUATION SURVEY Consultant Name: Point of Contact: Phone and e-mail: Please evaluate the performance of the Consultant (10 means you are very satisfied and have no questions about hiring them a9ain, 5 is if you don't know and 1 is if you would never hire them again because of very poor performance). NO CRITERIA UNIT 1 Ability to manage the project cost (minimize change orders) (1-10) 2 Ability to maintain project schedule (complete on-time or eariy) (1-10) 3 Quality of workmanship (1-10) 4 Professionalism and ability to manage (includes responses and (1-10) oromot oavment to suooliers and subcontractors) Close out process (no punch list upon turnover, warranties, as- 5 builts, operating manuals, tax clearance, etc. submitted (1-10) oromo!lv) 6 Communication, exoianation of risk. and documentation (1-10\ 7 Ability to follow the users ruies. re9ulations, and requirements (1-10) (housekeeninn safetv, etc...\ 8 Overall customer satisfaction and hiring a9ain based on (1-10) performance (comfort level in hiring contractor again) Overall Comments: Agency or Contact Reference Business Name: Contact Name: Contact Phone and e-mail: Date of Services: Dollar Amount for Services: PLEASE FAX THIS QUESTIONNAIRE TO ROMAN MARTINEZ AT 305.673.7851 BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 45 ATTACHMENT 3 Risk Assessment Plan Guide Introduction The purpose of the Risk Assessment Plan (RAP) is to capture the contractor's ability to preplan (identify the risks on a future project in terms of cost ($), time, and client expectation of quality and performance). The RAP is used to: 1. Assist the client in prioritizing firms based on their ability to understand the risk of a project. 2. Provide high performing vendors the opportunity to differentiate themselves due to their experience and expertise. 3. Giving the competitive edge to experienced companies who have done the type of work before, who can see the job from beginning to end, and who know how to minimize the risk. 4. Provide a mechanism for the high performers to regulate the low performers by ensuring that if they are not selected, the selected company will minimize the risk and provide the client with a comparable performance. The RAP will become Dart of the contract. RAP Plan Format The format for the RAP is attached. The RAP should clearly address the following items in a non-technical manner: 1. List and prioritize major risk items or decisions to be made that are unique to this project. This includes items that may cause the project to not be completed on time, not finished within budget, generate any change orders, or may be a source of dissatisfaction for the City. Attach a cost ($), time extension. or quality differential for every risk. 2. Explain how the Contractor will avoid / minimize the risk. If the contractor has a unique method to minimize the risk, it should be explained in non-technical terms. 3. Propose any options that could increase the value (expectation or quality) of their work. List any value or differential that the contractor is bringing to the project. 4. Attach a schedule with (up to six) major milestones (in weeks) for each major task. No nameslll - In order to minimize any bias by the evaluation committee, the RAP must not contain ANY names (such as contractor, manufacturer, or designer names, personnel names, project names, product names, or company letterhead). The RAP should not contain any marketing information. Lenqth - The City's goal is to make the selection process as efficient as possible. Efficiency is to minimize the effort of all participants, especially those who will not get BID NO: 36.05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 46 the project. Therefore, the RAP should be a brief, well organized and concise. The RAP must not exceed 2 pages. Font size - The font should be no smaller than 12 point. Oraanization - Outline format. The attached format is only a sample. Impact of Risks Risks are any items that you should be concerned with throughout the entire project. They are the most critical items that can impact the cost, time, or quality expectation of the client. The risks should be prioritized, or listed in order by the greatest risks at the top to the lowest risk in descending order. Each risk should have a cost and/or time concern. If the risk has cost implications, the actual estimated cost should be listed. If it has time concerns, the number of days should be listed. Ratina of Risk Assessment Plans The RAP will be rated by the Evaluation Committee assigned to this project. Rating criteria will be: 1. The understanding and minimization of risks. 2. Contractor's differentiation of their value. 3. Schedule. Checklist for Risk Assessment Plan 1. Are all names removed from the RAP: personal, project, or company names? 2. Does every risk have a cost or time attached to it? 3. Are risks listed, high impact risks? (Do not list risks that you can easily handle unless you perceive others are not doing it) 4. Does the RAP include all service, quality control processes; documentation that you do that your competition does not. 5. Are you including Public Relation risks such as interfacing with project managers, users of the facility, or audit/inspection personnel? 6. Do you have a simple schedule with major milestones? 7. Do you understand that anything you list becomes a part of your contract? 8. Does your RAP plan differentiate you? By how much? 9. Can your RAP plan make a non-technical person comfortable with hiring you? 10. Did you number the pages of the risk assessment plan? 11. Did you make ~ copies of your RAP? If all items are checked, your risk assessment plan is ready to submit. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 47 ATTACHMENT 4 Risk Assessment Plan Format Please prioritize the risks (list the greatest risks first). Indicate the potential impact to project cost (in terms of $), and/or schedule (in terms of calendar Days). You may add/delete the risk tables below as necessary. Maior Risk Items Risk 1: Impact: Schedule (Days) Solution: Risk 2: Impact: Cost ($) Schedule (Days) Solution: Risk 3: Impact: Cost ($) Solution: Risk 4: Impact: Cost ($) Solution: Risk 5: Impact: Cost ($) Solution: Risk 6: Impact: Cost ($) Solution: Risk 7: Impact: Cost ($) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Solution: BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 48 Risk 8: Impact: Cost ($) Solution: Risk 9: Impact: Cost ($) Solution: Risk 10: Impact: Cost ($) Solution: Schedule (Days) Schedule (Days) Schedule (Days) ---------.-------..-..---------..---------.--.--.-----------.-------------.------- Value Added Options or Differentials (what YOU will do that the others do not) Vendors should identify any value added options or differentials that they are proposing, and include a short description of how it adds value to the project. Identify if the items will increase or decrease project schedule, cost, or expectation. You may add/delete the value tables below as necessary. Item 1: Impact: Cost ($) Item 2: Impact: Cost ($) Item 3: Impact: -cosf($T Item 4: Impact: --C-ost($) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Item 5: Impact: Cost ($) _ _______..__.___.,__~ .......___.__"........m......__.____..__........._____.........__...___._____......___.____ Schedule (Days) Schedule (maximum six milestones) Milestones (start, finish, no of workdays) Total number of workdays BID NO: 36-05/06 DATE: 06123/06 CITY OF MIAMI BEACH 49 ATTACHMENT 5 Interview of Key Personnel Introduction The purpose of the interview is to rate the following of key individuals in these areas: 1. How well they see the project, from beginning to end. 2. Can they pick out and prioritize the critical points (risk) in terms of time and cost, and have they preplanned for them. 3. Can they continuously improve. 4. Can they measure their own performance. 5. Can they minimize change orders, additional charges, and customer dissatisfaction. Format The key personnel shall be evaluated by the Evaluation Committee during its meeting(s), and should be prepared to attend if invited to provide a presentation. The interview will cover the above points. They will be questioned by the evaluation committee and other individuals who may include the procurement staff and the City user Department personnel. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 50 00400. BIDITENDER FORM Submitted: August 24, 2006 Date City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Bid Package and Design Criteria Package and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: INVITATION TO BID (ITB) 36-05/06 FOR DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO. 7 - NAUTILUS RIGHT-OF -WAY INFRASTRUCTURE IMPROVEMENT PROJECT The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the bid guaranty accompanying the bid shall be forfe~ed if Bidder fails to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. Bidder agrees that BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 51 any unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of the Bid Package: _Addenda's #1, #2, #3, and #4 Attached is a Bid Bond IX], Cash I ], Money Order I ], Unconditional Letter of Credit I ], Treasurer's Check I ], Bank Draft I j, Cashier's Check I ], or Certified Check I ] No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: RIC-MAN International City/StatelZip: Pompano Beach, Florida 33073 Telephone No.: 954-426-1042 Social Security No. or Federal I.D.No.: 59-2300398_ Dun and Bradstreet No.: 016633751 (if applicable) If a partnership, names and addresses of partners: _N/A BID NO: 36-05106 DATE: 06123/06 CITY OF MIAMI BEACH 52 (Sian below if not incoroorated) WITNESSES: (Sian below if incoroorated) (CORPORATE SEAL) (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) RIC-MAN International__ (Type or Print Name of Corporation) ~-:- _A"i..t (Signature and Title) _David A. Mancini __._________ (Type or Print Name Signed Above) Incorporated under the laws of the State of: FLORIDA BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 53 00405. CITY OF MIAMI BEACH LICENSES. PERMITS AND FEES: Pursuant to the Public Bid Disclosure Act, each license, permit or fee a Design/Build firm will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as follows: The prospective bidder's team members must comply with all applicable professional licensing requirements including but not limited to those required by Contractors, Architects, Engineers and Planners. LICENSES, PERMITS AND FEES WHICH MAY BE REQUIRED BY MIAMI-DADE COUNTY, THE STATE OF FLORIDA, OR OTHER GOVERNMENTAL ENTITIES ARE NOT INCLUDED IN THE ABOVE LIST. 1. Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. 1. Occupational licenses will be required pursuant to Chapter 205.065 Florida Statutes. NOTE: a) If the contractor is a State of Florida Certified Contractor the followina will be reauired: 1) Copy of State Contractors Certification 2) Place of Business Occupational License 3) Liability and Property Damage Insurance Certificate made to City of Miami Beach 4) Workers compensation or the exemption b) If a Dade County Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed 2) Municipal Contractors Occupational License 3) Liability and Property damage Insurance Certificate made to City of Miami Beach 4) Workers Compensation or the exemption NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR BID RESPONSE BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 54 CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM NEIGHBORHOOD NO.: 7 - NAUTILUS SUMMARY OF PERMITTING COST AGENCY DESCRIPTION COST DERM Class II Discharge to Surface Water - Application Fee $490 - Permit Fee $298,705 ($2,500 + $35 per $1,000 in excess of $50,000. Estimated Construction Cost of $8,513,000\ DERM Class V Drainage Wells - Permit Review $13,000 ($200 per well x 65 Wells) DERM Class I Coastal Construction - Permit Fee $1,930 ($500 + $22 per $1 ,000 for Construction Cost above $10,000. Estimated Construction Cost of $75,000) SFWMD/ FDEP Environmental Resource Permit - Application Fee $1,500 FDEP / M-D Health Dept. Construction of Water Main Extension - Application Fee $250 TOTAL PERMIT COST $315,875 BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 55 CONSENT RESOLUTION OF THE BOARD OF DIRECTORS OF RIe-MAN INTERNATIOl'/AL, INC. WHEREAS, the Florida Business Corporation Act, as amended, provides that if all of the directors of a corporation consent in writing to any action to be taken by the corporation, such action shall be as valid a corporate action as though it has been authorized at a meeting of the directors; and . WHEREAS, the undersigned are all of the directors ofRIC-MAN INTERNATIONAL, INC., a Florida corporation (the "Corporation"), and desire to take the actions expressed in the resolutiDns set forth below. NOW, THEREFORE, the Board of Directors (the "Board") of the Corporation takes the actions expressed in the following resolutions as of May I, 2006: "" I!;LECTION OF OFFICERS RESOLVED, that the following persons are elected as the sole officers of the Corporation, to hold the offices set forth opposite their respective names below, until their respective successors have been duly elected and have qualified, or as otherwise provided by the bylaws of the Corporation: Da\~d Mancini Paul C. Jankowski, Jr. Rene Castillo, Sr. Lisa M. Jankowski President Vice- President Secretary Treasurer and Assistant Secretary COUNTERPARTS: COPIES RESOLVED, that this consent Resolution may be executed in the counterparts, each of which shall be deemed to be an original and all of which together shall constitute one instrument. RESOLVED, FURTHER, that copies (facsimile, photostatic or otherwise) of signatures to this Consent Resolution shall be deemed to be originals and may be relied on to the same extent as tbe originals. IN WITNESS WHEREOF, the undersigned have executed this Consent Resolution oftbe Board of Directors ofRic-Man International, Inc. as of May I, 2006. ~i3 '3::b'd S7i.. :~~;~~[: . ~:J&iate nf~larina g: . ~~.. .'. ~:' l!!- ~ cf JilmUss"'=l ~<>#=:s """"'" Albert A..oominguez, PE III ic=-.-.:d_. ~~l..I"Ideo-o.;.er-"'71.flooideS.D.ha. OSl'l7_ ;)03112 Lie No: 48131 Exp' 28-FE0-07 ThiS cord Is the Pfope:"ty of 1hl!. Floride Boe.~ of Prcfessional Engince~ and must be. l"C1umed to ttie &arc in the event of . susper'lsion or rC'\olOcation of liCense.. -~~ FLoRIDA BOAM OF PROFESSlONAL BNr.1N12RS 2507 CaJI.....r.3)' Read. S.Jire 200 .. TaIIaNss~~. FL 32303-5258 (850~ 521.0500 htt.p;"_.fbpe.orll >s; :~: saa~ f2 )..:;i"'; ..~. <~I"ts' ~.~ ;~-t'ti, g"~:~~ y;~ ; ". '~-) - '1\"j( " - , . . ,- . .. . ;'Io-...? . ,~.. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 (850) 487-1395 MANCINI, DAVID ALLAN RIC-MAN INTERNATIONAL INC 2601 NW 48TH ST POMPANO BEACH FL 33073-3017 _ ITATEOFFLORIDA DEPARTMENT OF , PROFESSIONAL AC# 2675382 BUS INISS AJl1) REGULATION CUCOU220 07/22/06 058090463 RECEIVED AUG 1 4 2006 CIRT UNDIi:RGROUND & BXCAV CNTR MANCINI, DAVID ALLAN RIC-MAN INTBRNATIONAL INC IS CBRTIPIBD under th. provtaion. of ch.489 1l'1. bpi..t:lOll d&~.. AUQ 31. 2008 LOS0722DOS7D DETACH HERE AC# 2675382 STATEOFFLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SEQ#L06072:.l00870 LICENSE NBR 07 22 2006 058090463 Ct1C044220 The UNDERGROUND UTILITY & EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2008 MANCINI, DAVID ALLAN RIC-MAN INTERNATIONAL INC 2601 NW 48TH ST POMPANO BEACH FL 33073-3017 JEB BUSH GOVERNOR DISPLAY AS REQUIRED BY LAW SIMONE MARSTILLER SECRETARY ~:~;;:.;~,,:~\ ::~,;;;":J';;\ )~::-:~j( '\I ..., i) ~"\ " .;\!ASPl;!tLT A~p &ONC~ET,L, ... -0.;, ;.f;:(~ :~.. ~:fY""~1:: ',~"C;~~\:':,- ;-~,' i~':'~ ""._':';~:f', ',1:', ,:~~ , ~ ~~fYjrf,i ~f~J1~[J ,::.' ,"'"""..~...;::'t"f~ ",,-,;: '-:- t; ;f " " :~:;:~~t~~~;~f}~~;C:~~]7;~1:;:'::' '~'-'-""r;,~"..-.~ -"'1"", .~'.r_-"';~"'''_~.r.;,r~,..~ ~~:-';J;ji~"~k'_ .......... ,~. ~~--------.......,:t::.::!lze~.j';..;.~"p' . "'1f..: BD;~~^(ARD J~tgUNTY -----:--.-.. I CERTIFICATE OF COMPETENCY Detoch and SIGN the reverse side ot this cord IMMEDIATELY upon receipt! You should carry this cord with you of all limes. ,,--,' ~~~ .:,- ,'S ~ I , -~ 7:""::::'.~;c.; . -;~~i';~'.'::;';;=:'~;:cT~\~;W::~ .-.:~~;.~~~~~~ 'I' ":",.,,,\'\:., " ,~""~\~,:_' ..~;....'C ,~~.' .~t:'-........ . ...."". i'J.."........-'l,~ '::f: . ::.B&OW,ARI)'....OUNP4.E/:"'RlOA _;';01-' -,!'.=:. ;'-':"'_, .I' 'd~~l!!:A~9.F..~9MfEiiN.C,t:;i.<~:~' ~'<~,.;:-.}~ F. ,. 3A:M:A,JdR'R.bA[)'S'tASf>flAll'ANo'C:O]'JCf~E::I::: ~. -,~;,<--' -,- <; ~'.~, .'.' '~~ ........\" ......:_,...- > ,.,... _..~.:.--~ t- i'_ ",:~",O' f'ro:"S'5"o."Ilr-""-~'-"'''''''',l... -.c,o;' -t>'.....,.:~..o!:- .,;..\..~........f> 'C I'~CC# \;1-'1 'V-yy ~:-,'"'' '-~ _~ ,_,. ,..... . _. _' _, ...., f>' '~..MAliiCiNI' '6AvjD'~1E}.jS;i.:"Q0~lt~YING~;.~':P . ~ ::::~ -:....' ;:\.....-.. 0.:..'-': .' :::....-'.":.;~ --'-.' -"-;'::~".. ,::.!'~'-":..-_: ' "~~",Q:)'".1~~ 1-,,' RI.C~Attl~'1:.:ERNiA;TION;.~kINq'~'i'" . '. -Up, - ~\'~1~~~~~~~~!~c;;1 MANCINI, DAViD ALLEN 8835 NW 58 CT PARKLAND FL 330670000 503-207 (Rev. 2/05) }Oi/li/2006 MON 16:24 FAX 305 3i5 38i6 age:_1 D~cument Name: untitled ICONTRAC BUILDING CODE COMPLIANCE 07/17/2006 INQ CONTRACTOR PWQ-CTYB 141001 ~LJ[}~~ OFFICE CCN NO. CUC044220 EXAM OR BOARD APPROVAL DATE COMPANY NAME RIC-MM. INTERNATIONAL, INC. D/B/A NAME INSURANCE F~PlRATION DATE CONTRACTOR TYPE S STATE l.DDRESS 2601 NW 48 ST CITY POMPANO BRACH ZIP 33073 EMAIL: --- QUA L I FIE R TRDS 199426415 CLASS ENGR NM1E ~ANCINI DAVID A CloASS STATUS ,/\ EXP DATE 08/31/2006 SSN 000008057 ISSUE DATE TEMPORARY LIC BNZM2101 JUANFE 15:55:07 (Y/N) N 02/01/2007 STATUS A LAST RENEWAL BUSINESS TYPE C CORPORATION PHONE: STATE FL PHONE 954 426-1042 08/17/2004 SKILL I.EVEL P FAX: CLASS EXP DATE 08/31/2006 WORK COMP DATE 02/01/2007 WORK COMP EXEMPT (Y/N) N CAT ST REG NUMBER 0019 CUC044220 PF2 " INQ ALL QUAI. NEXT SCREEN NO MORE QUALIFIERS, pr3 = INQ TRADSMAN PF7 = NEXT QUALIF PI'S ~ NEXT TRDCLS PF9 ~ NFJCT CAT NEXT KEY NO MORE TRADE CLASS, NO MORE CATEGORIES Date: 7/17/2006 Time: 3:57:29 PM ---- ------,._---- .,-. -, flVfjjUE CliLlFCTION D!'!ISIDr! I I BlIDlJJRi) COOifr'-,', FlIJF:IDf'l >- I . i~){,1l4.CUOl of 0001 ~ I ;: 8 I 130/05 " 'If"_ ... ,I N , /I.l,j 8.L 00 . ~j. . 3' I >" ~ :':", I "':;; ~.'~ ( .rOO 811141),: ".,". 15 I "':'u B~1iii Q:>W ~. j '" '" I w 0 '" I ! i.. 05 m ~ ~ C) I ~ . 13 il '" '" .~1II 1 1 ffi 0( 11.._ ~ I ' '~ I . ~ oz <..JI- M , " , ~ '0 s ~ is "',. "" z I - I ..IU~ U '~UJ "" 0 ~~;al! 8lS(j u " I < . ., ,.., " I -. =i < --'~ ,.., " I . ..... 0 ~ I g" . C!:M 0 / ~ !1Il 2"-' if 0,. i! I 0. <"'" ... W i . . " ""'0,..... >< ::>, W r-.....W.....: ;> <3' , ~ i I '" <eC~Wu.. UJ i I Q OJ , r I Q C) 22'" '" I- "'cD L I '" <::I Q!"-t-x Z I 0 lL!,u<.nu W en.... I .-z << u ~-O ~"". I '" :; .... I . 0:: CO ZCoX:ru.t .. "'0 0 ." .....,E"-Ctco .u:j,. , ~ , I ja W 0 I III W ",.,;(\1 ~ , ~ .. -co'. .1 ~W ::E zcr:;.=a-.:::t I c" I!! '" 22; f:: z..- .: ~ I .z I oW , '" Eo << - 11. i ~ I "" 0. ~"~ w "'~o,. ~" &I) 0 '" I .,,:; W ~<J tlj! ~ ~>OE C) I -.... en "r 1-l~<CO UJ' 0 ~ I I ;~ ;:) g~ ~~ g l ~QNQ.. 'j--""O ~ EO 0:: / ' Ill" X ~~ (\Ill! ao i- ti<- "" '" z "1z -0 .I . t Go. '" ~, '" '1 I' c:J C> ., j5 : ~ ' 9 u '" I ~ u '" ,U i if N I .,!O .~ C) / E ~' .: C> .i ~ 0-. I 0:: I ~'?i 'w N ON ;c '" I ' 0 iii' ,.., .::'-.;t .. M I ~" I 00 CO r: 0 I 0 1- ~w ",r: '0 ' =0 ""., 0< I .... 1..3 ~ "'" >-> '-,0 u' :)~ ....... '/ 'l;,S: 0" .. 0 r. 1---0 uS 0 I /' W <J ON 0.< w~..... 0, .'.1:10 C U Z " ""... "'''' :j(J~. 0 I I -'0: 0' W W .,- i5~ .,~ tQ. en .. 8;i~g I Ill' ii: 0 '" >-0: '" ....0 f.C;;:]_. I w, ' '" c c;. "'0 w CD.... > 0 I d.' '" < ,.., :J,< " i1 E -! ~ I., 0:: '" w gz '70 i w Z .() Q. w' e w Cia 0 u.. < iijlU...J.. 0 / "' u. en <il ii:~ >..:. 0 I l~ z ::> . "-' "'u .."011 0' ~ ", Zo . CJ D:: III i w ~ '" 8~ ~ ,g~. 0 /" .... < ~ . '" <:> Q I :J: WW Z IC~ e 0 I'" 0 ",:t "" a ~ I "" ...>- ::l mj" "- 0> . 1--, ~i ..q "'!;;: U~I-i 0 I ~ <C (,'1 i~ cltJ~ 0 f~ ~ .... z j 3:Ct'l w!!! 0: ;to 0 I ~ 6 j ZZUJ "'> 0(' !I&. <:> ~ Zu ;::... 0 I'" N W u .:(:;: w- o..i !" ~~ Z ;:: a: -n.,...... u~ 0 I o i OE:(.-? -Ill 0: . "" W W ~" ai,(/) l~ ~~ .. Z ~ .S ,-"Co=- "'.. ,'.... <:> I ',-, 0- >tJ =tJ ;5 ~ (",.lQ..c:o ~o '- 0 i "- "~ <om >->- ,- I:> / I'" I .-r I'~ I ["(f~!i'ij' -:-" j ~ ~, , ,'.....'~'..:,,'!' I ' - . ~ . :'" ''':' ',:I \ ""-:-1::; ~: ''\~., STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 (850) 487-1395 MELEHAN, FRANCIS P RIC-MAN INTERNATIONAL INC 2601 NW 48TH STREET POMPANO BEACH FL 33073 . STATEOFFLORIOA ACt 14331!i DEPARTMENT OF: BUSINESII 'A1W ,,', PRbFESSIO~AJ. REGuLA1:t;OR: ' i CGC1506008 , ;~61iJ3/;Q.;'03069n09 . '; .) , ",.: :.,;, i:~iiii'~~~~fl~~~o.~r~~~CTOR RIC:'KAN'INTERHA'l'IOlfM. IRC , " ., '. .." '. . '. .~ . ....,,' 1"- " .,',:, IS CBRTIJ'IKD undezo the provbiou of Ch,4t9 n bpirat104 d.h. AUQ 31, 2006 LOtOlUD1U'1 DETACH HERE .__...._u._____.____,__._.__~____. ~__ '___0' ._.... .._..,... ACt 1433157 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ' " " CONSTRUCTION INDUSTRY LICENSING BOARD SEQ#L0406030163. ; . LICENSE NBR 06 03 2004 030697309 CGC1506008 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2006, .'JELEHAN, FRANCIS P RIC-MAN INTERNATIONAL INC 2601 NW 48TH STREET POMPANO BEACH FL 33073 JEB BUSH ""1"\'1r'C''O~,I''\'D DIANE CARR SECRETARY Licensing Portal - License Detail r .'..~.."',',,):..:s..\:';::l' --...-" I ~ 1_ " '\ l1t : .. ::.. :~''-.l . \ " \ \ ,j l...:..~ on .J;J Public Servi..:es Search for a Licensee APpl;/ I~~i. a UCi::n5.:: Viel.., ,';;:~.Ii.:ac!on 5.:::::t~::; Ap;..:,'l to Reta;{c E:CH:l Find E:(3n1 Information Find a CE Course File a Complaint AB&T Delinquent Invoice & Activity List Search l!J User Sarvices Re,lew a License Change License Status fvlaintain Acccunt Change My Address 'iew Messages -:hange My PIN '-.ii-?\) C()ntinui:19 E.j b.. [$] Term Glossarf ~)) Online Hilip <'"-'6.1 .AI ~ "' ." r ,. L._ .:.;I.__=- , "~:. .. "';:-~, f"''''- ~ :'-:;.t..;,,:,,~ '. ,. l~'<<:'';---'",''''' 7 "",.,O<:"<"'''j,ol'''' . . ~~'''';''. _ c,.:,".':d ~_'!'t ,. ,":-':,;." .or f1:.. fI:' .,.",,;;:-,.;,.'" i 'Jl"~ I t" . .' . "~':"\.~~"-~l~~"".... ,_.. _ .:-~:,".-_. ;,~:."~L ~\~.~ ~,Jl ~ J ,;J::. ::..,,, ,~j.-3, ,z;::: .S ragt 1 V1 J. ., DBPRHome :.,..!i...,::....:;".,;!.:..,'": Help; Site Map Logged in as MELEHAN, FRANCIS P 09:11:21 AM 81912006 License Detllil License Information License Type: Rank: License Number: Status: Expires: Certified General Contractor Certified General Contractor CGC1506008 Current, Active 08/31/2008 Special Qualifications Effective Date Qualified Business License Required 08/21/2003 Possible Actions . Renew This Licens~ . View/Maintain Related Licenses . Maintain Profile . View My Continuinq Ed b... I Term.:; or Use I Pri'/aC,! Staterr,snr I , ..... , :____:__:~_"Tr'^ TlO,"T UVPTl'f',],-T(iQf_7Kr. ~ ..J 8/9/20 . STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION - , - CONSTRUCTION INDUSTRY LICENSING BOARD . ~ . 1940 NORTH MONROE STREET "'M TALLAHASSEE FL 32399-0783 (850) 487-1395 RIC-MAN INTERNATIONAL INC 2601 NW 48TH ST POMPANO BEACH FL 33073 ~.\ ~. ",-,..-r"-;:.,;,;r:-t:--l..-'U\ ,.-,,:-_....-,~".1- . \'~~; ~- il 1\\\\') \ \ -:;,--=\ "q'{'.~- '~ .'.................'.......'............-..............--.....r.-....-..-..........,. I I \ DETACH HERE . '-,.0. "'. ...... """l\ ~ - "'=iil", . ~ .- Florida Department of Transportation JEB B TJsa GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 DENVER J. STUTLER, JR. SECRET.UY June 27, 2:)06 Ric-Man Interna:ional, Inc. 26C1 NW 4S" Street; Pompano Beach, FL 33073 RE: CERTIFICAT~ OF QUALIFICATION Ge:it.lernen: The Depa:r:tment of Transportation has qualif;.,ed your company for the amount ard the type of work indicated below. Unless your company is notified othen~'ise, this rating will expire: ;;une 30, ~GOi. Please t~ke notice that to ~nsure continuity in your ~ertif~cation at least thirt.y (30) days must be allowed for :.he processing of yot:r r-ex! applica:.ion fo:!' qua] i.fici!.tior. 0 In j!,ccordance with S.337.14 (1) F.B. your next application ~t;t be fi.lad within (() mc:mths of the and.in.g' date of the ~~;, app),icant's aud.it.9d annual financi.al statemen.t~ D,nd, if applicable, the aud.i.ted interim f.i..n.ancial statements. To n:::main qualified wi:.h the Dep?~.t.~,"Ler:t, a new application must be submit.ted subsequent: to any significant Cf':oTI;]f!' if; the fi::.a.ncial position or the structure of YO'..1r firm as described in S'2.ction 14-22.805(3), Florida .~dmir,istrative Code. MAXIMUM C~PAC!TY R~TJNG: $290,400,000.00 ~ORK CLASS RATINGS: 1. Major Bridges: a. Bridges which include Bascule Spa::.s......... . . ... . . . . . . . . . . . .. .. .. b. Bridges which include Curved Steel Girders.... .................... c. Bridges with M\.:.lt.l..Level Roadways...................... .......... d. Bridges of Concrete Segmental Construction.......... ...... ........ e. Bridges which i.nclude Steel Truss CO:1struct~.on,;.. . . . . . . . . . . . . . . . . . f, Bridges wh:.ch :.nclude Cab:e Stayed COji~truct~cn... ... . ... ... .. " . . g. Bridges of ccn'\'entional construction which are over a water opening of 1000 feet or more. .. . . . ... .. . . . . . . .... . . . . .. . . . .. ...... 2. Inte;.med:t~te Bridgas '(Bridges that contain none of the type of ~onstr~ction listed under Majer 8ridges and span l~nqths exceeding 5C feet (center -:0 center of cap) . .. . . . .. . . . . . . . . . ... . . . .. .. . . . .. ., ... . 3. Mino~ 2ridges (BridgEs with span lengths ~ot exceedi~g 50 feet (center to center or cap) a~d total length ~ot exceeding 300 feet. A Minor Br~oge shall ~o~ contain a~y types of construc~ion listed under Major Bridges =r In~ermediate Bridges)....... ..................... X 4. Bascule Bridge Rehabilitation............................................- ~. Grading (!nc1ude~ clea~i~g a~d grubbing, excavaticnJ a~d embankmen~) ...~ 6. Drai:-,age (Includes all stcr!":1 drai'ls, pipe culven:s, c'..llverts, e~c.)....L 7. Flexi~le ?av~ng (!~cludEs ~lmero=t arid sh611 base a~d ct~s= o?~i=~al base ::C1,;rses-, soil-::emer.:ed b2sed, !T'.i:-:~d-ir:-p':'c.::E: l:.:.tu::-,.:.no\,;s ?avi::.;, titum:.no'..ls sl;=:a::::e r.rea.'r:me:1:S, 50:-10 s:.a::iL..z:..n':)......................... X e. ?o:::"':l~nd CEI!l.;~t. Cc!"',.::r.e:'te Pa.',~l:"].~...,.......... - . . . .. -. . . . . . . . . . . . . . . . . .. . 9. Ho~ P!ant-~ix~d ;it~rei~o~s S:=~=:~=al ~nj S~r~a=e S~~=sss...... \Nv\w.dat.state.rLus ~ ==........=-.o~= ?i::-!':E.::-. :::-:":e.:rr,a:.i.:r,a'::', ::1:: ~ ......': .:..., ::..J;'; c ra~e ':'....'0 S?EC:hL~Y C~~SSZS OR WORK: Fencinq, G~a~drail, Grassing, Seedino, Soddinq, ~a~ki~g, W~~er Mai~~, Open Cut Sewers 6' and over, Contaminatio~ Remediatio~, Sewer Rehabi~itation & ?\~P Stations and Direc~io~al Drillinq.... ..... ...... ....~ Flease be adv:sed the Departme~t of Tra~spcrtation has considered your company's q~al~fication in all work classes requested. We ~3ve eval~ated your company's organization, ~anagement, work experience, work performance and adequacy of equipment as directed by section 14-22.CC3, Florida Administrative Code. Based or. this evaluatio~1 the Department is not able, at this time, to prequalify your company for the work classes: Hot Plant-Mix Bituminous Structural_a~d Su=face Courses, Landscapinq, Tunnelinq and Divinq. To .bAcome pre-qualified in the class of Landscaping the contractor shall provide supportive documentation needed to obtain this class of work. Please ..rilii t www..d"o"~.!~ate.fl.us/cc-:adm.inLprequalifie~ for class requj.rements. You may app'::y, in writing, foT. a Revised Certificate of Qualification at any time p~ior to t.he expiration date of this ce::tificate 'accordi:1g to Section 14-22.0041(3)/ Florida Ad.ministrative Code. Please be advised if cer"tification in additional classes of work is desired, documentation is need::d to sh-:.w that you:!:. company has done such work with your own forces and equ:.pment or tl-.at experier,ce was gained with anot.her contractor and that you ~ave t~e necessary equipment for each additional class of work requested. ;'.151': refer to the note at t.he bottom of Page 16 of the .!\pplication for Oual.it~cati~n when s\lpplY.l..ng additional informatio:". Sincerely yonrs, c::::Y?~ ~ Jua~ita Moore, Manager Contracts Ad~inistration Office ~: rs ::.2/89 ISEE NOTES ON REVERSE SIDE) 1'IOTES AP?LlCIcBLE TO RATINGS ASSIGNED ON FRONl' or: TEIS FORM ~~ MJ1.zrMOM c..'!U:ACIT"Y ID_TING JI-:SSIGNED EE-~ON S~_S BE P~UCEp 3Y TEE VJo.Lm!:. OF 1'.!.L 1JNCOMY".wETED WO::tK YOtl ,E..'I.'I'E ilNDJilR ,CON'Et.'l.CT (DR SOBCONElACT), REGJo.EDLESS OF Y-i:;U!.",E ,OR r.-:!:Tl! WEOM IT !P3 3E CD'l:lTBACTED, '1''0 'DETF~mx:E YOU?, B;mDING ~.!lJ1l::~TY Jl.l. T:EE :E?,.;r.T:~iJL~..F. 'IDlE (Cu.al'.:El'l'l' CJl.EACJ:TY), !E!S DET'E3l!IJi.....'.rIOl'l SEJ>.ll, :BE W.DE 1>-S PROVIDED IH 5EC:!IOl'l 14-2LOD6, F.LO?.;IDA j:;_"D!-':onS'!~.J!-TI',iE. 'CODE. TE.!S . SE~!'IDN A1.SD F~Qu7P.:ES ,,,:E::1>C! YDt) CERTIFY, 'CIlmEP. OJlTB ~.S TO .YOtlR CUP.:!'.ENT . CJi...PACITY FOR EJtC3 LETTING ]t~ WEICH YOU SOB..r.r!T A 3:w:l. l'..E:P.OV1'.:L DFWO?:K CLJ>.s..5:rF!O~IDNS FOR 701JR D:Ri:1\N!Z1l~1.0l'l IS r:mIClL'i-ED w'"'!~E. ~..l~ . \\!I:'T1 IN THE E?ACE T~~Y TD :::.=w:.. :?.!GET OF '\\-'rlOPJ\ ~.3S ?~-TINGsrt' ~~ID ":!:..:jC~'Elr:']>~ CL.:P..5SES" 1'..5 F..E?L!r::P.3LE. . z o ~ z ~ 0:: UI ... W o >. I- ::; iii (5 :i w ~ ~ u ~ ... w 0:: ::l '" tP1'i 1110,...... t '_.-c-<;iG ~ I: U~;: . WQ-'-'"i ~....\l" wl:€l <co o~ co lii c o :;:l IV C .. .l!! UJ c: :;: c < IV z::!; ::E' 0: f.) u::~ u c W 0: o U en >- ... :i iii < ~ ..: UI .! = is..s:; ~ :;:; Q U - e .5 :> ~ ~ :;: 0 _0 >'..c Girn .. ~ N:C ::J c cn~ ~S w .2 E '0 >...E <C z::.g . ~ I- o 0. .. "'.... eoen .. CI ' SeQ .- 0> ~:g I ~ffig 0: o ... ~ u. o ~ 0: ... Z '" 0: 0: ::l U "" - 'u .. 0- .. () '" e '5 " iii " .. III .. .. ~ U .E ~ .E " n "51 ~ iiia _Cl 0= o zW o , ' o ~ No.! ... - CD e ~ ..e> ..c~ - 0 1110 :g'=! ...J~ o 0>. e ~ .. CD ..c:l:: - CD .....J " >. - - .. " .. ,. .. :> Clrn -> "'0: ~I::o z>~ 010:.... >u :l!- ~ o t: '" !!:' Z 01 > W '" 0 (5 ~ ~-g tJc::o ::> U ' ~~g t;;e;:.."". ~ ~';' <;: u ~ -1)( .n- ::l ~~ 0::;:: fUp. >-~ 1=13 u< <{"- ~~ o~ ~:& ... -. w ~ 0::& ::l)( m" w ::; ll. ;:: -' " :E 1::7<( LlJ-.o:- Q: c" Z ::>- !!!. " >- w >- ::; w,,- g; 5 ","''' ...J :IE <II <>-w ...>-", ::; 0 iii u < '" >< x >- ... t:; <C~ 0. E <.- o ..J S~ c:: ::l en ilC! 0JM "" 'u . .. . " .. iij .. 11 u . .t:J >- e , . E "Cto:;l C"'o!CDOCONClO"'ltO MM ~ ..jU;L';cD r.d""';C:; ~ '" ~ ::> C1 w ~~=~ ~~~~~~g~~ N Oo! ... .... .. '3 0: - o III "- o :;:l U .. III " :E .. ,~ Ii. 0. .. .. o - '" " 01 .. 0. .. .. III .. III .. " a:: . o z ~"::?~IC.6..3:"'~ SEC710:-,~S ':;r ;.;.....~2 :.~.-.:.: ?..t.....c. ~-=-_~.: S::?'.....-:...i.~ :-:~::: F2'~T...7J:..::.!~,3,-:-S ?CR :':S:::1'G .L. S:;;"':::-:-.:' Tc. J\ CFE..:....S= ;:2::~G C.A..?.:...::=T~' iJ?_ ;,/D j .! , . :aa':i..:lq 't.,-.,,, A??J..:..c!-.-::::. 14-22.003 (2) (a):. a Ratinq the Appli.cant 1(-22.003 (2) (b) 2. E.xc::pt for the p:-ovisions afRuie 14. 22.003 (2) (al 2.a above, 1hz MQ/ for finr..s that havE /VI AbilltyScore of91 or I7'It1lel" wi/I bE {he .. Agl7:rale of ContnJaJ" amoun' ltiplllalad in the SlArery commltmenl lelter. An MCR uta.blisJud rhrollrh the zue of Q .nuery c.ommitment letter shall nol aceed 1M. .Aggregare o!ContraC:II" amoun/ srtpWalca In tM surety commitrntnll,tld". . 3. U!e of a S'UretV commitmClt: letter to increase an umUcantlll Maximum .Canacitv Ra.tin( wilt onlY be conlldered if stthe time of ICtllication the'annlicantlll Cum:nt Ratio FRctnr is atlcz.st 1.00 os defined in Rule Section 14-22.003I2\1a\3.. Ind the annlicant has en Ability Score of 80 Or hi2ne:r. No ...nt(s} during th. qUDiificaticn p.riad subsrqvi!1it to /M .ndinf dol. of 1M audit.d financicJ" ltalemcnts JUt.d for qut:lification will oe co~ilUrui in Ullfnnining an qppliJ:ant's Current Rallo Faclar. ' a. Notwithstanding the requir.::oents in Rule Sections 14- nOC3 (2) (a) Uld 14-22.003 (2) (L) l.... l.b" I.e., l.ei., and 14.22.003 (2) (a) 2, .bove, the AF, (Ahiiity Facto,) will be limited to a maximum of4, if the applic:an.tre.ceives an ability score of76 or less on the initial spplication, or receives an ability Score of76 OD. two or mo~ Prime Contrll.CtOrPast Performance ReportS on tile for projcotl completed during the 12 month period pr:ccding the applican:' s fiscal y,el1 ending date for wbich the C:ttificate ofQuaJiiication is being issued. The use of a sumty commitment leaa to raise the MCR' is prohibited under this limitation. b. n.i.s AI iimitation will n:ma.in l.'1 e-:E'ect during the current qualification period. (b) Bending Cepa.city. r.'E.x.copt forthcpromions of Rule 14-22.Q03 (2) (a) l.a abo\e, ;on z.pplicmtquallfyit!3 for a positive ruing tinder the aDu'/e provi.tions. h2.3 an Ability Score of80 or hiR"her.and has a ~LR\!ti, Factor ofatl.....1.00. shall be alloYfedix> ndseit', MeR upon receipt of evidence ofa C'.urrent bonding. capacity ex(.:~dL'1r1 the calculated MCR'no:n l surety company authcrized t..:; do busiIicsi in FloridL Such evidence shall be in the fvtm ofa.lt..t=er ofcommitmcntcxccuted by an oflicerofthe surety who is outborU1:d to bind the surety, with power of momo" 1Ill>fb.ct. The sun:ty letter m"", be dated within four months onne re<:[ucot and cover tile certification period. Tha limit for all MCR Lrnud an the ba..Ri Df .r~h bond commitment for app/ic..t.r with 011 Ability Scare of80 rhraugh 90 will b. d./umi..d by the followjng "Surety Capacity' formula: !UJ.qi.bill~ fa:: Obta.:l.ni.D.IJ Prapcanl Oo~ts 14-22.00B 131 MCR= hh.x.ilnU~ Cape.:ity Rating (Dct:rmin:d ts providee in 14~22.0C3 ~2.) (a) (5) A qualified bidder will be issued proposal documcau for my number of projects, provided tile estimated ccntrm. amount qf any individual project requested docs not exceed their Cun-cnt Capacity. Except ror the provisions of Rule 14-22.003 (2) (al 2.. above, Qualified firms that desin:. to bid I mniect which exceeds their Cumnt ClDacitv. Ind wilDS Ctrn:n, Ratio ~ was at least 1.00' based on the financial statements . used for ~t, ~ualifiCBticn. and thaI'he.ve an Ability Score of 80 or hlsmor. wl1l be allowed III bid thllt ..",ine oroiect if the firm fi1rnimes a commitinent lettor from a. wi-etv COmDBnV autbori:r.ed to do bmincss .in FJori"d.a. that docs not exceed the n.nn 's s~ CanRCitv as emiblishcd bv. ] 4-11.003121(b)1. SC = SMxMCRx (CRV /TR) In which: sc= Surety Capacity SUfety Multiplier (Detcnnincd fn:lm Ability Scont- Sun:t). Multiplier Table as provided OD front of worksheet) SM; CRV= ConsvuaiOrl Revcaucs (As set forth in appliClllltl: financial rtat::mcnts per 14.- 22.002 (2)(c)2. TRV= Total R:venuC$ (As s:t forth in l?pli:m:'s fin1Ul:ia1!ta:::r:.er,:) "onCE OF ADMl"\ISTR." Tj\'I HHRI"G RlGHTS ..{Oll :r;.a\' C~riticD fo~ ax: aci.ili.nist:riii\'~ hea:in!2: Dill'suani: to s~:ricn.s 120.56? and 120.57. :ioric:i.aS:.&.'ill':.~s. If "at: dise.gree' ,^:ith the facrs stared in the fo:-egoing Noii~e af Inte:llied DeparJIlcn: A:tiorl (ne,.;i.l1a'fte; Nati:~). you ~l"Y p:.tition for 2. iarmal a:inrinistranve hearing ?t::suant to s~:ti:)n 12C.57(1). ?lojida SI2.w.~s. If yo\:. ag:-ee with !he Iac!S stated in the Nati::. you may petition ror an iniormal a.dminiSiI"B.uve hea..-in.g pursuant to se:tion 120.57(2), Florida Stail.."tes. Y au must iiie tile pen-Jon wi:h: Clerk of Agen:y Proceedings Department ofTranspo:tatian Haydon Bums Building , 605 Suwannee Street, MS 58 , Tallahassee, Florida 32399-0458 The petition for an a.:iministrative hearing must conform to the requirements of section 120.54(5)(b)4, Florida Statutes, and ei1her Rule 28-186.201(2) or Rule 28-106:301(2), Florid. Administrative Code, and must be fiied with 1he Cierkoi Agency Proceerlings by 5:00'p.rr.., no Jawr than 10 days ai',or you ,received the Notice. The petition for an ad."niD.i~J'ative hearing should inr.l~ a oopy of the Notice, and must be" legible. on SY3 by 11 inch white paper, and. cantam:' .' 1. Your name, &.ddr~SI elcphone number, an)' Department of Transportation identifying number an the. Notice, ,if known, the Dame and identification number of each agency affected, if mown, and nam:, address, and tetephone numb~r of your representative, if any, wbich shall be the ad.dr~s for se:-vice purposes aur.ng the course of the proceedin.g; I', 2. ~ e>..-planatbn of bow your substantia! interests will be afie~e~ by the ~cticn described in the Notice; 3. k sr.aterne:nt c,fwhen and how you rec\'::',ived the Notice; 4. A sr.ateme~t ofali disputed issues Ofn13,terial fact. fiti1er~ Br! none, YOll must so' mdf::Bte; 5. A concise statement of the ultimate facts alleged," including the specific facts the petitioner ~on~ds_ . warrant reversal OJ' modification of the agency.'s pr.oposed action; as well as an explanation oi how the alleged facts. reiate to the specific rules and statut:s the p~titioneT cont~ds require. revcrsal or modification of the agency's prop.osed action; 6, A statement of the relief sought, Stating precisely the d~sired ac,:ion the petitioner wishes the agency should take in respec.t to the agency',s proposed action. If there are disputed is~s of material fact a formal bearing will b~ he1d., where you may pr:scD! evidence and arguuj~nt. on all issues i"Jv-Olved and conciucl cross.eX8JIUnaLior... If th=:re are. DO disput!".d issues or material fact an informal h~aring will be held, where you may present evid...-nce or a writte:c. s:a.tem:mt for consid=.ration by the Depa.-=.ent. Mediation, pursuant to section 120.573, 'Florida Statutes, may be available if agr."d to by all pa."1b, and oa su:;b terms as may.be agreed upon by all pa,,-u.es. Tne right'to an ad.m.iniscrarive heari.ng i~ not &...i..;ecred wilen mediation does not r~.su1t in a's:ttlem:nt. A pemiOIl far an adminisI:"ative hearing shill be. dismiss~d, if it is not in substantial cocplimce 'wim the :equi::m~Zlts of eij}~r Rule 28-106.20l(2j or Ru1~ 28~106.301(2), Fiorida Adminisr.-ative Code, or if the pe-tidOD has not b::n tim~iy filed.. If your petiti~D is dismiss~d you will !ra\/e waived yo!.!.: rigrl1 to n2ve t,e trr~nd.~d actioD ~evi~w'e:5. pur:a.:a..."'1'!: to chapt=:r 120, Fio:icia St.a:rute.s, nG 0.:. a:.tio:: s=.: fo:-J: iI! the NOi.loe ~ha1; be ::C:lc:'.!Siv~ Z1ld :1...al. MIAIDoDADE COUNTY TAX COIJ..I!Cl'OR '40w. FLAGLEII ST. ,.... FLOOR IIWII, FL 33'30 "A~c\fr~a~Q~~";~SX PURSUANT10 ~ CQ!.lNP' CO!lE'll~l(l,21 ",;,;,-;_..';, ", ' >EXP!RES,SEpT..'ll!';iIOii!l';"",;<.': ;"'C";'?," '0" \. ....:.. w.. ..,.....:..~.,~. .~'. 200ll THIS IS NOT A BILL-DO NOT PAY LICENSE NO. 50-0254235 CC NO. E102 BUSINESS NAME f[OCATIOIiI FIRST-CLASS u.s. PO&1ME PAID MIAMI, FL PERMIT NO. 231 IS HEREBY LICENSED 10 DO BUSINESS AS A CONTRACTOR AS SPECIFIED HEREON. GENERAL ASPHALT CO INC 4850 Nil 72 AVE OWNER .GENERAL ASPHALT CD INC SEE lACK OF LICENSE FOR A LIST OF NON-PARTICIPATING MUNICIPALITIES GENERAL EN8INEERING CONTRACTR DO Nar FORWARD ~_ muot rogIoforlnlhoclty __laID bo doIle. GENERAL ASPHALT CO IHC POBOX 52- 2306 MIAMI FL 33152 -- Ma'''cm&CtlrV1)J( C<lU.EC1'Clft 09/0712005 00200000395 000300.00 ., '. 1 1 M1AIII-IIADE COUNTY TAX COLLECTOR 140 W. FLAGLER ST. 14111 FLOOR MIAMI, FL 33130 2005 OCCUPATIONAL LlCeNSI! TAX 2001 MIAIIl-DAoe COUNTY. STAT!! Of FLORIDA I!XPIRI!S SI!PT. 30, 2001 MUST Ill! DISPLAYED AT PLACE OF IIUSlNESS " PURSUANT TO COUNTY CODI! CHAPTEiIIA -lUlT. . a 10, FlRST-C1.AB8 U.B. POSTAGE PAID MIAMI, FL PI!RIIrr NO. 231 021;423-5 THIS IS NOT A BILL.DO NOT PAY RENEWAL BUSlIfIfB811lllE I LOCAnON lICENSE NO: 025423- 5 GENERAL ASPHALT CO INC CC' E70Z 4850 NW 72 AVE 33166 UNIN DADE COUNTY OWNER GENERAL ASPHALT CO INC See. ,.". ill BualnMa ,., A~NERAL ENGINEERING CONTHACTR _..~ ==~Iu=:.~ ---....... ~~.dlI lllm& 'Ll'm:! II:~ (JfI........~.., --"NOT' CfImIIICA'l1CIN 0' ,.,. --. .....-... """ WORKEIlIS 30 00 NOT FORWARD ~NTM!CIJVID '. ~OI\!IRGOUNI'YTAA .CC)l~OIII 09/07l2nO~ 002100000,7 000075.00 SEE OTHER SIDE GENERAL ASPHALT CO P 0 lOX 52-2306 MIAMI Fl. 35152 INC v ~" Florida Department of Transportation JER RlISH CO\'ER~OIl 605 Suwannee Street Tallahassee, Fl 32399-0450 DE~VEIl J, STlITLEIl. JR. SF.CRETARY t-lay 22, 2006 G~neral Asphalt Co., Inc. 4850 NW 72"~ ~venue l'liami, F'L 33166 RE: CERTIFICP..TE OF '~IJ!\.LIFICATIOtl Gem:lemen: 'The Department of TransporLatlon has qualified your company for the amount and th~ type of H.:>rk indicated beloH. Unless your c:ompany is notified oth~n.Jise, this rating Hill ~xpi re ~lune 30, LOC~~'. Please rake notice that to ensure ~ontinuity in yo~~ cer~ification at lease thirty (:10) duys must be allowed for the pt"0cessing of your ~. application for qualification. In accordance with 9.331.14 (1) F.S. your next application must be filed within 141 months of the ending date of the applicant's audited annual financial statements and, if applicable, the audited interim financial statements. To remain qualified \dth the Di:!p.=:trtrr.ent, a ne~J application must be submitted subsequent to any signifi.cant. chanqe in t.he financial position :)1" the structul-oe of your firm as de.~.::rib~d in Se~t:1C'ln 14-22.005(3), Florida Admi.nis:ra::ive Code. Hr.~\H'JUt'1 C.!\?ACITY R.L\TING: $48,9121000.00 WORK CLASS RATINGS: 1. r-Iajor Bridg~s: a. Bridges which i n=:lude Bascule Spans............................... b. Bridges which include Curved Steel Girders........................ C:. Bridges with [~1111ti-Level RClad\...ays................................. d. Bridges of Concrete Segmental Constru=tion........................ e. Bridges which include Steel Truss Construction.................... f. Bridges which in..:lude Cable 3t2lyed COlLstru..:tior:................... g. Bridges of conventional constnl~tion whidl are 01:1:":'[" a \-Jat.er opening of ] 000 teet en more...................................... intermediate Bridges tBridqes that ~orlt~iD none ~r Ltl~ type of c'ons::rl1ctlon listed under Ndjcr 3ridg€'s ar~:1 .o;r.ar. 1'7!r:gn,s e;-:.:~eding 50 te~t (cent-er to cent~t- rlf cap)...................................... J. Co-linclr Brtd:)es (3ridg-=s ~'lith span l.::rqtn.:: r:~"'lr: e:,c~-?edin'.:J ::',1) feet (cem:.er t" c.~ntel" or cap) and ti:>r.al l~llqUl !lot e;,:c-:'l;:"'dir:9 :iOO feet. F-. Hln.)r Bridge srlaU not ...:orIU:l.i.n d:l~f tyf'("~s 1)[ ;::OfISi"r'.lcti.;.n listed under tvlajor Bridges or Intcrrnt;:d: ate P,rL-j':;J~sl..................,........ '__ <1. BasclJl~ Brid)e Rehabil itation..... . .. " . . .. . .. .. .... ...... .......... .... 5. Gr.!l.ding (ICl,-:lud?~ cl~at:in~l .J.nd ')rubbin,J, e:.:c:F.l~:.=!.!" li',r" ~H,-:i e:mt,anklhi:nt l...-L 6. Drainage (In,-:lud!:"s all storm or-air!s, ;!J.p". ':".11v..:=-I:t!:, ';;llv,,="rt:'~1 etc.) ....__ "'7 fl.e:.;it.le r'a.tin9 (IClC'llld.::~!' li.m~t-o':-.: a:"~(] :::.r,0::.1 ~ b~l~;;; ,11":;:1 ':\th,?r cf.'llO!"i;.l l~,L~!. ,.:-our:=;es I s:-d.l -t::-:~iT'e~lt t'd c.',~:3.=:d, ih..:..:.:~~d-;;.rl-r,:.l:i:~ I,); T: ;Jrni n0US p.:';': i fig, b..1:1J1,jr,(,us 5tH f)::.;; L:'.~a~_m=n;:.3, -::';1':: :::r,:,~i ".:~.':J,......"""""" ,..... f'. ~'urr.ld;""\d C~J{~"~nL C:'n.:r=c~ 'd.!1rlu........................................ =. n(l1:" ?l.~lnt-r-1ize:,j ei.t'Jr.li.nCrL:5 .:~:r:.",:-':'J::-3:1 .;:~!'-'l ~'J!:'::'-F- '--:'~~'J!":=:~s.............. .. www.dot.state.fl.us * RE""""..... General Asphalt Co., Inc. r-:.3Y 22, 2006 Page Two SPECIALTY CLASSES OR WORK: None. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ., X Please be advised the Department of Tr3nsport~tiorl has con5idered your company's qualification in all work classes r~quested. We !)3Ve evalua~ed your companl'" 5 orgdnization, managemoant, work experie!'lcr?, ...lork perfcrmano::e and ad~qua=y of equipment as directed by section 14-22.003, Florida Administrati 'J".: Code. Based on this evaluatIon, i..he D~F-,artment. is Tlct <:.bla, at this time, te. prequallfy your compa.ny fOl" th~ ~'Jork classt.:.'s: Haulin'J. You may apply, in writ.ing, for c Revised eertifica~e of IJual:l.ficatio:'1 !tt any t.ime prior to the e:.q:oi.ratiNI date. of this certificate a-::cordirag to .se~ti'::!n 14-22.0041(3), FloridCl .~.dminis':rati\'e Cod'e. ~'lease be ildvised :..f certification in additional classes of wor~ is desired, documentation !s needed to sh("'l\." that your company has done su.~h h'ork ...d th your (Jwn fo~:es and equipment or that experi.ence ~/as gained l..,.ith another contractor and that you have the nel:essary equipment for each additional class of work req'.H.::sL~d. P.ls...., refer to the note at the bottom of Page 16 of the ..o..pplicat.io:l io= Qualification \r':hen supplying additional inforrr,atiofl. Sincerely yours, C'~<('C4'-':'_~ ~ Juanita Moor~, Manager Contracts Administration Offi.ce- Jl'~: rs 12/89 I SEE NOTES at-! REVERSE S J DE i . 2 o ~ 2 :E II:: w I- W Q >- I- ::i iii (; ::i W >- I- U ~ < u >- I- W II:: ::l Ul ~;\S HO, .. .......CCI.,. ~ I Ii, : U . j'}I. ~ 1'0 l_.,.. (....- ../ 00.,. .lO WIU) 1-0 <- Q:! It) ... ii J:: Cl. III We( 2_ < 01 2 0- lD 2 c II:: lD LLCl W II:: o U Ul >- I- ::i iii < .., ..: 3: Gl to lie f ::= 0 u - c .E :I ~ .. :lE 0 o >-.c - men Gl .._ CIO~ ~s alg' ....0 W .2E - . ~ < o l:':E ' z._ ca 0 I ~I-cn . ga.lDC~ cauftl~ c(.)tJ):sQ:; ftI en I ....-J ~co.!>o 0:gt:nftllj =~~e5 -IaJlIOClUl l:' 'u .. c. .. U '" c :0 .., in ", Gl en .. f u .E 0:: o I- ~ LL o ~ 0:: I- Z W 0:: 0:: ::l U .. o - Gl :E '61 at m~ -'" 0= ....zw o , ' 00- ""'"oS ... .- Gl C .. ..Cl .c .. - 0 "'0 ~C! -I... -> "0:: wt::e i>~ WO::'- >u il!- :i. 0- e t:: .. W :::J Z W > W a: ~ ~ ~_o 00::0 ::Jut:!. r::&~ ~-"!. <0 !oil! -10 "" ::l)( 2~ ~i >-~ 5~ ~~ <" U :::J >- Ii 1-- w~ O::li ::l)( Ula: w ::; a. 5 :::J II! S::i1l1O a:rn :::J- !2. x ... N ~ .- G> '5 0:: x >- I- U... < .- IL E <.- U,.J >- 0 tijz 0:: ::l Ul - o en c o ~ U G> en G> :;; .. .!O! -a c. .. .. .2 N G> '" .. D.. G> G> en G> en .. .9! IL . a: ~~ a: ;:: :::J ..J W "':> -I Ii aJ < >- W I- .... a: ::i 0 in <.> 00[ '" a- u II .. o .., iii .., .. '" U .. ... a- ! " . ~ s ~~~~~:~~:1:~~~ .. ..J 00[ :> a W o Z ~O~NM~It)(O"""ClOl7IOg ~oocoClOCOC:OClOcoClClClOcom^ NOTICE OF ADMrNlSTRA TIVE HEARING RIGHTS You may petirion for an adminisumive hearing pursuant to sections 120.569 and 120.57, Florida Sllltu!05, If you disagree with the factS itll1ed in the foregoing Notice oflntended Department Action (hereinafr::r Notice), you m,y petition for a [ormal administrative hearing pursuanl to section 120.57(1), Florida SllltlJIeS. If you "'''Tee Wilt. the facts Stated in the Notice, you may petition for an informal adminimative bearing pursuant to section 120.57(2), Florida StalllteS. You must file the petition with: Clerk of Agency Proceedings DepanmellI of Transportation Haydon Bums Building 605 Suwannee Slreel, MS 58 Tallahessee, Florida 32399-0458 The petition for an administrative hearing must conform to the requirements of section 120.S4(S)(b)4, Florid2. SlllOlles, and either Rule 28-106.201(2) or Rule 28-106.301(2), Fiorida Administrative Code, and mUSlbe meri witi, the Cierl~ of Agency Pro:eedings by 5:00 p.m., no later than 10 days after you received the Notice, The petition for an administrative hearing should include a COP)' of the Notice, and must be legible, on 8!.; by 11 inch white paper, and comait/: ' 1. Your name, address, telephone numb::-, any Department of Transportation identifying number on tht Notice, ,if l.."lIown, the name and idemifi::ation number of each agene)' affected, if known, anc name, address, and telephone number of your represenrarlv" if an)'; which shall be the addn:,. far 'elI't.e pwposes during the COllIS: of the proceeding; I An eKplMiltion of how your 5ubsmmial interests will be affected by the action described in the. Noric~~ 3. A st1lternomt of when and haw you received the Notice; 4. A swement ofa.n disputed issue::. uf material fBeL If there are none, you must so indicate; 5. A conciae statement of the ultimate fa:::ts alieged, including the specifi::: ia.....ts the petitioner cont~nds warrant reversal or modification of the agenoy's propos." action; as well as an explanarion of how the aUeged factS IOlare 10 the specific roles and statutOs the petitioner contends require reve"al or nlodification of the agency's proposed action; 6. A statement of the relief sought, stating precisely the d:sired action the petitionei wish:s the egen:::y should take in r:spect to the agency's proposed action. If there arc disputed issu:s of material fact a fannal hearing will ~ held, where YO".1 may pr:.s:nt evidcn:::: md argument on all issues involved and conducl cross-examinalion. If tilere are no disputed issues of m.u:rial Cae! an infonnal hearing will be held. wher~ you may present evidence or 2 wrinen swement for consideration oy Ii:. Dopartntem. Mediation. pursuant 10 Se::tioD 120.573, Florida StatuteS, may be available if agreed to by aU panies, and on such r:nm as may be agreed upon by all P2.4-ti:s. Tne right to an administrative h:aring is Dot afie.:tec wct:. mefuiioD d~s not result in a settlement. A petition for all administrative bearing shall be dismissed, ii it is Dot in SUDSuntial compliance wlth r:.,e requiremenlS of either Rule 2&-106.201(2) or Rule 28-106.3010). Florid. Ad:niDistrative Code. or if ti:e petition has not been Limely rued. If you: petition i.,: dismissed you will bav~, w:!.ivec your right to have the mtendec a:::ion r:viewed pursuam to chapte:' 120, Florida Starut:s, and the action sei forth ir. tbe t\oti::::e sli.all be :ondusiv:. !...,d fi.,aJ. I' ,e...... STATE OF FLORIDA . ,DEPARTMENT OF , "',;lli?" PROFESSIONAL I RG0060992 I i I I I AC# ~: 2 ~ ~ ~ " BUSINESS AND REGULATION 08/22/03 030119752 REGISTERED GENERAL CONTRACTOR WEBSTER, ROYAL S GENERAL ASPHALT CO INC (INDIVIDUAL HD'ST MEBT ALL LOCAL LICENSING REQUIREHENTS PRIOR TO CONTRACTING IN ANY AREA) HAS RBGISTBRBD \UlUll' the proori.i.. of Cb.489 intlcala duel ADa 31.. 2005 LOlOUlOOU2 / ,;._~":,,, . '-r- 'f ,', . ' - -. .-" ~,ii::~ ~7:$<~ ~,';" , iSi"!"" ';\'.:'7.~;:'\ "; --~~':~-~Y. . ",' -4<e/~ SIG ATURE 08 22 2003 030119752 RG0060992 The GENERAL CONTRACTOR Named below HAS REGISTERED Under the provisions of Chapter 4$9 FS. Expiration date: AUG 31, 2005, (INDIVIDUAL MUST MEET ALL LOCAL ,LICENSING REQUIREMENTS PRIOR TO CONTRACTING IN ~ AaEA) WEBSTER, ROYAL S GENERAL ASPHALT CO INC 2015 COUNTRY CLUB PRADO CORAL GABLES FL 33134 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 1 CONSTRUCTION INDUSTRY LICENSING BOARD SEQ#L03082200362 I I I I Ac#1020714 STATE OF FLORIDA LICENSE NBR JEB BUSH GOVERNOR DI8PLAY M nEOO1REG-BV-lAW DIANE CARR SECRETARY I I , I _I MI..',t.,.I-DMJE (:OU[\jl',' f'lJuUr: WORi(~':'; DEPARTME"'JT 111 illN 1?,tSrnFFt SlJIT[ 1';10 ;'. i/.,UI rl :tll..:~ 1"iD:~) .175-2i'0:, ...,U;;I,'h~S CE~T!Fi~\T~ ~~ C_j,'l~~T~~!~Y ~XPI~~S Ji'~ ~~/~'!/~O~'/7 G::I\-i~R~\L s'~';Pd~.L T Cd., T;.I\.:.c c.c... '. . '.~~. it . . . ,. ;"...;)1' ,iL. ': .; 7;):1. L-,~d AL.,;:-,r J ;....:,,: ~cj~'..Jl-'7.:"i;-:1 CIU;J.IF'(il'\:l....GS.lr to '\.1 /,1\..'5'1 .3./,:ri',.S::. i:iit';:':.-I :.'" 1,__ . C ...Ii . 'C i'...,'. !,;~'~~;I.n ~ :,~.l,..::_; UJ 0: ;:,;, c.",L !!.l :r CI .J o l!_ .. :;....r.:'.iI'.'j~"ll'.h'.'-Io.," ;,.,.i.. OUiM'.'II_.,!ll."",: DYllMle ......,......'--.1.. 1825 Ponce De leon Blvd #277 Coral Gables Fl. 33134 Phone(305)~737 Florida Water wen Contractor License # 11138 All Equal Opportunity Employer VNNI.dynamicdrilling.com STATEMENT OF QUALIFICATION lIc.nse Holder Najib B. 'Duke' Halwani EduC8tlon Graduate of BOSTON UNIVERSITY with continuing education in Geology and Hydro Geology at FlORIDA INTERNATIONAL UNIVERSITY. Forty hours OSHA trained. Experience Work related experience includes: Installation of drainage wells, monitorlng wells, recovery wells, air striper installations, as well as conducting pump tests to determine aquifer characteristics. Twelve Y..... as owner and operator of DYNAMIC ENVIRONMENTAL DRILLING, INC. Equipment Truck mounted Bucyrua 80-L Cable Tool drill rig. Truck mounted Bucyru. 80-L Cable Tool drill rig. Truck mounted Bucyrue 6O.L Cable Tool drftl rig. Truck mounted Bucyrus 6O-l Cable Tool drill rig. 14,000 Ib Vibratory unit wi.... power pack. Falling 1500 set up for reverse air drilling and mud. Five Four wheel drive BackhoeJloader combinations. Support trucks & Welders. Inour.nce General liability, Auto liability, and Workers Compensation coverage. DYNAMIC ............... ... Technical Dynamic Environmental Drilling, Inc. is capable of drilling _II. from 314" to 48" in diameter, incMjing Class V drainage, Fire wells Environmental as well as double cased wells. Drilling Crew Experienced 40 hour OSHA trained drilling crew. CompleIH Projects Up on request Sumlllllry Dynamic Environmental Drilling, Inc. is a young innovative driMing company with an emphasis on m . aualllY and aletv. This focused approach towards all our drilling projects has contributed to our continuing success in today's expanding market. RemrvrICes Up on request .\.' .;.... - '.' .~. ,-! ',' .g '- lo.., o r-' ~ ~ Q.) - ~ U) ~ ~ ~ c 5 2' ,l! ~ .." . -' (fJ 0:: ::J' 0.. . . '. .~.. : . ".:.,,: ,. ..' u 'C - " C"l c65 ail ij ::I ' ",' ' ,!!' (t), ,'~ , . . .~ ,.~ ',' . ' '.... Q) - ' rJ .. 3;, ..~~ ",:1 CJ) ,..... - ' 0" >. ~ ':5 , ,l") ......... . 'U) :2, ,,' ...' ,.' d .( , ' {fl, , UJ 5 ~ 10..,< 2~ , u < .',' '0 Q lo;, " 0:: C'"' ~ < - 0 .0':Jl lo., 't; :Jl C:..J '0 ~ ;U u< 0 u. .- :l"O:l c: :. \.., (/) c: ._ ~' "0 r, {'tl 0 (/) s;:; E ~~ v~ ~ (;'< ;, z::S -. ... .... .........0 - co ,::::::: a:- c-" "='> "' CW) , l5 .~' <uW .s. 0 5 v ~ ~ ,eq (J $ t " ~:r: fJ) """ "" eq , VI oJ" ,..."0 t:: """ ".. _ '.....' \oJ ~ :r: f-.f 10.., " :r: ..... c: u a-:. <u u U) < .... ~_o ...:J ~') ,of-< ~"S~ ..... ," '. , " '. .' :..:'; " . " :-. .l'~: .:.\ :" :....~:::.. . ", '," .- .. . .' ,-~,., .,' . ..'" s1'Ani! QFRQlUDA WATER WI!!U.. CON1'IIAC1UI LICENSE Iuuad to Nll.ilb II. Ralwui LhAlase No. 11131 EJqJIres 7/3111007 DIS'I1a~TIONOFf1(;6l. -, .. .. .' .. ;.','::-"". !:.it:T20..i~}'i~~.::~~~~' ; ~~~~:~~i~fj.:~. . MIAMI-VADE COUNTY BLlILDING I:ODE C:OI'IPLIANCE OFI"IGE 14(' \oj. Fl_ACiLER ST.. SUITe: 1602 i1IAI'iI FL. 331.30 ( 3v~i) 3:'5-2527 STATE CONTRACTOR'S CERTIFICATE OF' VOLIJNTArd REGlSTRA"r ION WliH MlI~M.(-nArE COUNT'! ISSUED 00 .)1)00 1'1.IIS IS' TO CEF1TIFY THAT DYNAMIC: ENVIRONMENTAI_ DRILLING INC COI'.IT1~ACn:II~ cr~F:T IFICATI. ND..: SWL")! t 138 Tf':A!)E: FL.UMB I.NG I~ElnSn~(nI()N EXPIRATION DATE: O?/81/2Q07 HAVING 111::1' THr:: RE.GISTRATlt:1N REHLlIREl1ENTS OF 11lt'~/'1I-DADE cowny, IS REG I STERE[' AS A STf.TE CDNTF:ACTOF: IN THE F'OL.LOWING CATEGORY (51: ".;11:=: WATER WELL.-STATE: WITH (-\LL, WIJHI< TO BE:: [lONE UI'lDEH THE SUf'ERVI\310t\l. DII~EI~l'ID\'.I AI\lD CONTROL OF QU,':\UFnNG AOENT Hi:lU'j(~NI NAdIB B S.S.N. 2:5-64-1(>77 AL.TEF:>~nCIN. REPROlJLIC:TION OR TR,>;NSFEF: OF THIS CEF:TlFICATE IS f'r<Ol-lI8lTEIo. HERMINID GONZAL.EZ, P.E. SEI:RETAH'I, CONSTRUCT ION TR~,DES L1LII:',L I FY II'lG BOARD IHllO'\I'/I';: E.1\l\JII~OI'WIf;:NH\!. DRILLII'lll II\\C 415 AL,El)C' (~~'E CCIRttl.. GA:aLE~1 t"':'L ~'):3 L34 MlAM~IMOE COll'4TY TAX COI.LJ:c;TOR 140 W. FI.JlGLSI ST. 14111FLooR,' ' UIAM~ fl 31130 2llIIII OCCUMl1llNALLtCl!i1R TAlI ' , -- II1AII~DADI! COUNlY . STAlE OF FLO"- EXPIIIElISEPT. 3D, _ ' , MUST BE D1SPLATmICf' PLM:E OF BUS_as , PURSUAIfTTO COUNlY COOE'CHAP'T1!RIIA. aRT. . & 10 P11lSI'C1.A1S ' u.s._Me PUI -.FL PER..,. _1St 5Uln-6 ' .~~K'i'1!JkiITAL DRILLINB ..._.,,~NC' '. ,,' . , 415' ALEDO AVE 33154 CORAL' GABLES , ~laMIC EWVIRO DRILLIN8 tNC ~WM~:rv :PLlI'lBINB CONTRACTOR" =l.i~DOii':"::r .- :...un-.:." ~...-- ~w..........,: irA ~...P!!!..J! ,...".,~ CIt r-a .........,. l:r....lc- .,,,,1 ~Ir'" ~ --' ~~""''rllll --:-'-19/28/2005 002DOOQl067 OOll!le\~. RENEIIAL ~~EIOc 358094-2 'STATE. SWD 11158 WORlCER/S 1 DO NCJT' po_a DVNAMIC ENVIRONMENTAL DRILLINB INC HAJJI . HALIIANI PRES 415 ALEDa AYE CORAL eAlLES FL 55154 I,~ I!.. .11, ...11., fl, ,I:, II...I~, .11.I,II,,!I.,..Ir.I,I..I.I:1 SE._.!!.~!!!!.__ ~ - City of Hialeah Occupational License III.,... Raul 1_ Mortinez: 2005-06 N~:' "2258152, ': ",' , , ' Am"""': $ 95.QO , , 'The ....ptl,timi. or ~rp. I~d' ......on is heieby lic....'I'I" '''P.P in lllo bw;;".., _if led ,,.,lojOCl to tho Iqulalions and restrictions , oCIIIoCltyafllidcal!;,FloricL, ' : ,Owner: 1']lp""j""",,,,, GEIICIUlL WAR&RmJSING AND STORllG& "DYNAMIC ENYI.~TAL DRliLING US ALi:,DD AVE. 'CORAL,GA8LCS. FL 33134 Business Loc8Jian: 2635'" 19 ST ~'alidotinl No. :, ,0000 Expin:s Sqllember 30, 2006 lEI IVSM GOVltRNOa ~ Florida De~rtment of TTansp0rt4tWn 605 Suwon~.. Street Tdllon<lI$ee. Fl 32399-0A50 ,lost Ainu ~r.<;RETARY April 20, 2004 Homestead COllCtete '" Drainage, Inc. Mr. Alfredo Cordero, President P. O. Box 1273 Home$tead, FL 33090 RE: DISADVANTAGED BUSINESS ENTERPRISE CERTIF'lCATION Dear Mr. Co.dero: The Department is pleased to lII1Jlounce that your company has been certified as a Di!i4dvantagcd Business Enterprise (DBE) which is subject to contilllled eligibility and also subject to actions of any other govemmental agencies which U\8Y affect the minority status of your firm. TIlls agency's certification enables the cotnpulY to compete for Departtn.ent work as a minority owned 1100 operated comJlllDY. It is not a gUlll'llDJze*e that the company will receive wodt. :" DBE certification by the Deplrtment shall be for a period ofIhree (3) yean. On each anoiveU8IY daw during the three (3) year certifiClttion period an Affidavit of Continuing Eligibility must be submitted. rf at lmy time there is a change in thc ownCl'Sbip and control of the company. a new UCP AppliQlltiOll is to be foIWll'ded without del..y to tne Department. For recertification at the end oflbe thRe (3) year p.eriod a new UCP 'Application must be submitted to the Deparlinent nim:ty (90) da~ prior to expiration of your current certification. '(:f . YOIII' flI1ll can participute in FOOT contracts for DBE c.redit in the following specinlt:' codes 520- COlICI'ete Gutter, Curb Elernenu, '" Traffic Separaton, 521-Concrete Bamer Wall, S22-Concrele Sidewalk. Questions con~ine: the ~rtifjcation procCS$lJIay be din:cted to this uffice at (850) 41~747. ():t~~~ a~man Certification Manager JO:pb .' CERTIFICATION EXPIRATION DATE: . April2,1007 www.dot.state.fl.us .. "'..eveJ.!lJ..&NII . .. l1i 111ft G:~ 815 gi~ eA~ ICe ~~~ !l~ ~h '. , 1" ,. '.'1',.- . ' a . :',);: ::!I'I!". i !t! ~Ii I. ... i '1IIq: H Zu : Ci.. f!U A !'" . ~ I i I ~ .~ I d I ~:~ ~ z I~!I: .!II I zi .. ~ l!! ~ CD IE i ... CD z ... ... : ... .. ... l!I i .. I- ..~ .... lI.u ..... lII... e~ ..."" ...Z... .... ........ 0...:: ..0: ~..... ...U ...::i ~cl !il .. .. I .. ~ 8 ! .. <t .. .. . ... .. ... ... ... ~ ~ '" ..",... ""IL UN ....... c)(~ "'",... tit. en ;a! %L'" 1'2 1a.8 ~..1 ' Jld .. ~~(4I ..... .2 ~: iS115E! I ....... .... '.','," :.f!lI " . '.'~' . '::<;, .'~: ': . ';~.:I:",,~,:i,f ..~:. {~~:'~ ;.;:'~ '.~ 'lo;~ '( .>::i:...~:. '~:';:.;,;! " 0' '..I ,', :"!'I '11: o '~(. ~"'~i' .,;t~ ~V(.' "" "(1"'6' ..,!~: "~" J!' II........ ~ '" ,'", ,.", . ;f' g~;;;' ", .~. "~!t; t:::-l:lC'~h "'~::.7'\ ~." ,'" ".;",.~. ~~;I: . ~? 'all ~'. 01'" .., It' ~~'i-'. "~ lI'~ ~... CI),' ,,\II !(~~ (tt~t'" . (# rn ~, ;f'~:(:(:' ....~. 1,1 .l....\ ~:::?~..~:}:~.;. l.Q' ,,'~. 01' '.~ . "~,.~ ~'!~7.:.~.~:::}, to' ....~..,. ", . ... ~ .... . ...~'.'t: .0.,,'::1" . '", ...~. "-::' ;;. . . ':"':,\ ~, . " :'\.'~::~~~~\': ,~. .~'>: I, .~:.;,{ .~~:~) ': ~~;;'Bi ." ',:,:~;:,".::i':':;;:.'.'::: .~,' . .~ .~ . '. ,.; , .;..:......:. , . ..... .: .~. . :.: '. ....~ .;.. ..'.'.~';.>r.' .....i:... ';'.:,~.> :;::?,;.~};~.:i.~t . '.".., /..~.~ -::" . '.' , . .... , ". {;:..' . ~ .: .... '.- '~i:i.;;~~~t~:. . (11. ..' ...", , GO, .. .~ . ., ':::.,<;::!,.,~.: I. , , (::'~'j::;; "'~;~~~:>;:r ;,..,~">;""'M~I ":;it{ ,...,..' ; . I.. .... .."'.."1' ~ ~.... :" m ' " .:.~~: :::. . ", 111'.. ,,": ~ . '. ~: ..J '. .t.:~'" ., >-10 ". '.~'::'~'-:':""'-;; ,.,,'l::':.. Q ..,,'..,..... W ;~~Ifo~~ \.. a:: ' 5 :~~tJ?:. fa ;~ ~~~ "IY~~. tt ,.,. "-' ...,.f '(:.,f.,....,:.~ICI) .~i:,~,I';!r,., <III( .11:1. '.. ....i..;;1::~:~:.t:~ ' tI:;;.;.~::~;;: 8i is "Co, ....(.,"J~.. ._. "I' .J" ....~'o , . "~" ~ ~~..,:.::~:[. "'."t. . .~. '.',:f':",_:.., ~'.:<:."..:. I.....~. ,. '~-1;~1'~'0", . . ":;1' '.'g,.:o ", ~~'l>ii~;"!:~,. . ~ .... ,..'" ti " II ',,' ~t:'l;~"'",., '~"1''';'.8~' ~.. III t oC.. .' m .... ~111~ ~ ~::,.:;"i ~_' '0 0-3 J!o ...~, ::~;t .:,;':< ~Eg ti~ o 'ji2 tI 8: "'~" . gli! ~ SJ~~/... .:.iElltl . El~ . . 'ol".ll '''''~I",o! .,8 ~ alllil>:,:.,~~~a. r--. ....)_ .l .0 : 1';~" III - !~ lt~ ~~;I'i ..", .. ii:::i r ., J , N I N ... .. .. :g ... i lIil!i! .. Ie! Q;~ i ~ > Iii .... e 5 i 8 CD ~ - ~... !2 ....z ;I: ... ,..~ ~-! !C ... - III iE~ ;;p .' " ~ ~!l'r' Q ...J I: ... III U ... :i '" w ... III ... ... .. ... u ;:;, 0'1 II. : il ~ i - II ". '" I .. i ~ - : - '" ... ,,,,,. "'... .. LO :;~ '" U... N .c.... VUDUUft ::0111 III ...... ...' .... III=-'" '" '" ....c ... a&W:_z AeCNC <<..."'.... au~fII)z :i .. Ill.. .....'" (( .....,.. . ~-1Ii I_~ I~ .......aJ .. ~.. 5 _..... is . ~ Florida Department of Transportation J81 lUSH GOVERNOR 60S Suwannee Street Tallahassee, FL 32399-0450 June 22, 2005 lost UUl SRanAlt'I Bon's Barricades, Inc. Ms. Tam.Ann OSOU!1S, President 5181 NW l()81h Ave. Sunrise, FL 33351 RE: DISADVANTAGED BUSINESS ENTERPRISE CERTIFICATION Oear Ms. Osouna: ~, The Department Is pleased to announca that your company has been certified a8 a Olsadvanl8gsd Business Enlerprise (OBE) which Is subject to continued e1iglblfity and also subject to actions of any other gOVll'llmental agencias which may afflclllla mInority status of your firm. This agency', certlflcaUon enablllS Ih9 company to competr:l for Department work as a minority owned and operated company, II is not a guaranlus that th/i! lXlITlpany 'NIl recelvll wOl1\. DBE c.ertlRcatlon by tIllJ Department shall blI for 8 period of three (3) yern. On each anniversary date during the three (3) ye.. cerIIflcaIlon pariod an AlflllllVil of Continuirlg Eligibility must be submitted. If lit any llme !hero Is -Il change In Iw. ownership lor rscertlllcatton fjtll18 and of tho three (3) year pertod a new UCP Applloallon must be sullmllled. to lIle OepIUfment ninety (90) dl!Jyll prior b explratlon of your cummt C8I1ifIcallon. Your ftrm can participate In FOOT conlracls ror DBE oredlt In the following specially codss-l02- Maintenance of TraftJc, 706-ReI1ecI!ve Pavement Marm, 71ll-Palntlng of Trafflc Stripes. 1:iij/J; h... John Goodeman I . - Certification Manger 'u' .~ tJ/i.\' ~, I, JG/pb CERTIFICATION EXPlRAnON DATE: Jun. 22, 2008 " .' ',' ,. . . ". ~..., ..:..~ :., ",::., : \.\' .....::', ':~."" ".. ':i' . t" ::.':. ';',: .' . . www.dot.state.f1.us $""""D_ ..jl....." ......:.". ',......:.. . . .' ' II . ';: :;' /:~...:.;' ,: .~,::::.~.:"--w. :... .... ~"'>~~~::.'::~~:;:~~~: ::"::: .;.i.>.. ;:::'. :..~.~~._~ ':._.:: "'~':':.' :':, :... '\'~"~".~.~ ..._. ..,... ..: ":," ..::_. :~:.~. .::' ~...::. ...... ... ._J.. ..,.......~ :.. .' .,.'~' '"..' ...... .... .... .,..,if.:;i. .-=j""';l,;I...,.. .......... '.' .L1Cl'N8ENQ .... .:: :;.~;:..:.:' .,.:....:. >:-:~.).::...:..;:.::.::..t;rry...~~:t~~~l:tm:~~c.~.. ...... .:... :,"9~233i3' :.' .,; ;:f~J.:::-.;:'{;.<,<.>~.:~J.': ::..::":'.:'fj;::. ':: .>: :':.~:li:o,{~JM6:./ ;::;.;..'.:.-:...... ", :,,~'~';' ;:~:.:?'/:~I~~~~~: :.:-, ,',' ',': :~R".,,,:: ,.:)'~C?~~,S:..~R~~t.f~t;'...:..::,..;;.... .. '''::.:''':':,'' '" ..' .:,~!~:!~~b:..: ?l~''!'?~~,:: . '''''',''0Ii0 ';;1;.... ......A'~~.. '. ..... ....., . ...., . ...C.......... . ....S.8 .n" . ," ;"","'l~~' .~.........::t.::- .~~, '-:,,::" ....... . .:. ',' .....1... . '0, '".. ,'."', .:' ~l. "" _; ',...:. .' . ~I 0.... 0<. ,'i >~uilis'..;~_''im~i ,. RI.~a'li;::.i!Jc';:':.:''',::'.'' ':.,. ..... .,.,'. c':'.: ;:~~"'~i:rr~:..:...::.... .,.. i~,O:..... ',( ~~CliTI<iN..";', '::......g'i~.~..u"::i'6: 'jihi'," .' ,. .':. . :. . , . . '. .... .... . ':'~~T.Ej,.. ': :: .:' ::,:.'\lli"'" .:,' .. '., """'" ~,...,1';'i-",...... ..:.... ," . '''. . '.' ...,: ,,' "~;,." '. ..... .....,-. ". , \,: :cl.Ali-Ii<ll':'~"''''.: I'tM<l....~ ,~"'RV';t:~l'l:" '.',' ":,,: ' ..... .. ':'.G..r:~"'..,.-'.::...711. .,........ '5"': "'0' J. '.,". '."',' "."~' ,'.'J' ':."",,':":';'~'(':". " :.' ~ t. '," ...;.''''''..fL'~~r;~....I'..,. .v~".. .: ." : ..'\,'t'i .' " , ,I.. . ..,,::,...... .' . '., '. '. " 'I. ',,, ~> .;..;.;....,:..l._~~~..:-.:... ...~....-.,~... .. ..:....'., .. _".. '. ' .' .,..'.;'...,....r . ,..',:','.:. i.'.. " ...... ...,,'.. ":..i~.;:~.~"j;'~....;I..,l::..:0.. :'~". .: ....: .. .......' . . .... . . . t. .' 'J', . .. " . ",.._~",4,iIJ'i''''''~ "l~" 'f' ,... W'. .,1.,." ;j .', ',,": ~....::; '" r ......., .:.~; "~..;.. '.. .... " . '../../"' '::~;;i' ;"~drs .I.';tl"\:'w~:" '.: '20;"6 'f' ::':". :..l.<-.:..,:.;'\...,':....'..;..~,.:~~ .:~:/::.::....'....'i ....1 ." ,': ..~. .9fT;~-:. \,,':.~~~... ~':~,......~.~....~.r-:.....!. ~, ..... <':. ::::. '. . .',:;''B~~'i}s::tl~~~9.~~ ~pic;." .. .... '.' :ti~~~$i.~'ull;~~~..~ir;'lfoU~i" . ".' ",fi),,3:,mii';'4"" 'dr. ~'. "', .. , '-'.' '.' "'),"'"'!:"';"'v.:;"~'''!'I:~'''''''",\''';~,"'''j.~..:'''' ~.. ...'" ..'..' .~].~,. ,:>t. , ',' ..... . '. Q~"~"l'7Ii)' :0 .....11iN..v E." .. T .:::. ;:.~;..~(,l.~.~:~:::~~..l..~.. ~~.,O~i-I/ ~ ,..' .... ::....:'... ~~~~~~;~,.~~~~~~: ~~.:.~..' ..:" . """.. ., .. ,,' .,'. . mANlFil\!oii',.':' . '".88 ....1lIIrU.....eitowiIs II>l.IcMI..'...., ., ~. . :l5 ' 'tl. - ... , Q) i!l . ~ 11. Q) .. &;. ..;.J c;... :. i ~ "\j ,~.'i'" ~ · a: ,~\!!. !f; ~>... . " 'l '. 'U'..;tf ...,~ ,,:' ...., ',. "0' '?fo ""', ," t.F.... ~, " , 'Q , ' """ ,", ' ,T ,~~,tr "':'n1'> .... . ::':li~": ..,. .' .~}. '~;~~..'\::' :.:~.. . , .... ' '~ ' , " " --.. ~ :'~ . . '.: ~ ':'~"'~' llJ, ". "m. ',' '~' , ,'. ", '.~ ';.'.... '>=, ~. "f!!" ' s. " "', ",' '>-", '-'" ':>' " '1l!' , " ' , ... , . ", Q' .- . . '~" rt .. ~.. Q) "i&. ., _ ~: ~, ~".,....'" '" :~,:: 'ii', '", :'g' " .' 'J = 'J~' . ',';, ::i; '~:i; ,':".',~" ' ,...,. , ,:,,', "",' 'n,' .'8,.." "f!! ,. ll; ',.... '. '~" ". , - ". ~ ~. 'f'" . .;~: it/)'~ ~'" ....;\ "7:':. . ""'" ,,' '.. '- '.. ',,,,: , , H, .. . "'~":' ", ., ';'-;" :. '1~11 ,'.c "0 '.. ":.. "~' . c: . . \. .:': .'~~":'. ,~ ..~:;:;. ;\:,. .,:~ .'. . '.' .... ""0 ", " ",..',', "'<Ii , . ' ~l.t" . , "~ . "., :. ~ '.'.1 . 'C ~ . "~ ", (ft H, D l\j ~.... .. ZQ _ . "'~ , ..... M ~ g Section F - Required Forms and Addendum Professional Licenses and Corporate Certificates A&P Consulting Transportation Engineers / Design Team ~ ~ i=.f, ';.~ t '~, .. , J ~.1,{,c.,.',j "\1,> 'i'....'j ~\')1 ,:{O'~j . ::.;-] ,;".',''''',', :, : ..~ ,",,::' , t~~r, ' r?/}:,~1 \",-"" :;~{"j \.3Y~'i t:;;:~'-~\ ~:'~'.--,i p;', \9<~i lA'. .~~V;~ '."~ ,'1i:f: ).t.J;.: _".".' ~{Od ':>0.'(.....; It:;' ~',.' n ,1 J.."'),"C1 "0'" ~'" " 4.rl ;iV~ ~"~,j ..,:,.0;".1 _,e ,"'\' .,r-! ):~ (:} .' '\ ~ "~/'1 t~:?/~'~'~) b~ '~~:'~ ~"U'.' r'l;:c1 .~'!{y~; 10lx' ""....1' {/j\~:~ ~11.-,': tQ~.] ~'i'r," :i.u>~ ","':) ;:1) i """'1 h'. :,:~;' ~ - '\ f.: ~..'-,({'.:; !,';.;'"j '-"'1 ;,.,;,.'".1 , t~~ of Jfil ~ta ~ ,-c. _~:_ or'~ '-.",' - . . lua ( , .'~ I certify from the records of this office that A & P CONSULTING TRANSPORTATION ENGINEERS CORP. is a corporation organized under the laws of the State of Florida, filed on January 17, 1995. The document number of this corporation is P95000003950. I further certify that said corporation has paid all fees due this office through December 31, 2006, that its most recent annual report/uniform business report was filed on January 5, 2006, and its status is active. I furt.her certify that said corporation has not filed Articles of Dissolution. ..:'\,i\1. j , ,;<'~!~>., -c- ;..(. . " ." "it~... ~j ~~'~~~.'~~~~.:~; ~f:,\'_'~'-"~~~'2' .. .: pJ__P,'''' t""'-'';-;l-"-,,-:-:, ".'~,!;:.s.:f~' r~:' .~'_'~ .~- j,. ,'!.~. '. E,::' - - ';"'iJIL/.,~ -~iF~'i. --.... ,> :.%::t;~~~~... ":ii. \i.;:: .c." Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capitol, this the Fifth day of January, 2006 5:", t_ ,'1." Ce~!.. ""\1.' 1ft. U, Llbh "'.~,""'. :;\,'\1 I,d -~btL' . .' '~\" i-:~~<~~ -=,,~ ~ ~ Florida Depm-tment - of Transportation .H:U IllslI CO\ F1P"IHl 605 SuwClnnee Street Tallo;,o".", FL 32399,0450 I)I:\ \ LR J. STtTl.t:R. JR. ....f:CRF.T.-\R). July 27,2006 Antonio G. Acosta, President A & P CONSULTING TRANSPORTATION ENGINEERS 10305 NW 41" Street. Suite 115 Miami, Florida 33178 Dear Mr Acosta: The Florida Department of Transportation has reviewed your application for qualification package and determined thaI the data submitted is adequate to qualify your firm for the following types of work: Group :" - Highway Design - Roadway 3.1 - Minor Highway Design 32 - Major Highway Design :U - Complex Highway Design Group 6 - Traffic Engineering and Operations Studies 61 - Traffic Engineering Studies Group 7 - Traffic Operations Design 7,1 ' Signing, Pavement Marking and Channelization 7,2 - Lighting 7,3 - Signalization Group 10 . Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.2 - Major Bridge Construction Engineering Inspection 10,3 ' Construction Materials Inspection Group 13 ' Planning 13,7 . Transportation Statistics W'Nw,clot,state,fl us \!) r;"C~::lf:::; ;:>,\p:,p Page 2 Your Unlimited Notice of Qualification shall be valid until June 30. 2007 at such time as your December 31. 2006 overhead audit will be due to comply with the Department's requirement on overhead audits, We will automatically notify your firm 45 to 60 days prior to your update deadline. On the basis of data submitted the Department has approved your accounting system and considers the rates listed below as acceptable rates for qualification purposes. Overhead Rate Home/Branch Office 16213% Field Office 118.86% Facilities Capital Cost of Monev 0.131% Overtime Premium Reimbursed Direct Expense 6.53%(Home) 16.09%(Field) Should you have any questions, please feel free to contact me at 850/414-4485. Sincerely. {<())!.')L(H./'{'LQ E ,Dc\o,,,,, Lorraine E. Odom Professional Services Qualification Administrator LEO/smr ~~;~MI.D \t.,\(,.."j""'l.",, .\~..t1d.1 ('" ",j""jli,-,,- '."",..,1"""',..,., \,.",O'JI,I,,!'I.,..,," ^.,.I" .1,.,1 ..\.,,,.,~,'"'''''' S,'r,i. '" -\".','1.... il",I,!.,,,: ,i, ,,: !.." ~, ,.,!-., "", I ,I '", ,,, , B,,~inc~, D",'c1npn"'nl '.il,;,-..I'"I''''''''''''''' "!,:...,, ,,,.I"I,,,,,,,,,,,,r'''''i','U.,,.,.,,r'''1 (."".""";.,,,,."111.,,,,.,,,1,',,1,1,,,,.,.1 ,,,,,.,.,,,-,;,.,,1:,,-' ("",,,,,,,.I',-\'l"''''\j:'''''' "''''1'''''' '1>.' I '.r ."" Il"..:II'l"""'" or,,"""'" Rd.~l".n" ~ " ,I' ,,,"'~ I $,.".." ,., ( """, I""., .~ ~:.,h"',1I'1..1" .1' {""II.".,I.-\!;."" rht..,roc I.' ''''';.~e'''' \1'''',1,:.,'r.!.~1 (mpl'",,(' iI...!"I'<Jn~ r"'I~..,'.."f"'~~ll Tr'''l l"h'.pn-.- lo~ Il"...h;~~ ~"",'i, on; If" ,,,..o,,,,"ll..II:,..,. ...1< "" 1.1~0.1~""",,,, 1 ~,r I "'I''' .vlrt'r.l f'IJ':1 ,c,~~ fi".IIl'" f'm'I\",ru<.' r;"""'ll !>"f\,"'" I\,j""'''ilr.lliu" Ih<Ir"".f'''".'I\',lli'lll t.I"",,,j,,,,.ln,,,1 II'-lU~IO~ ^~t'0, ~ 11"\I,.;0Ilr",.lllCCAJlh"r.I\ 1",'llJOS('!Vtt". l",kl'~tld~"l ~""(.,,, P.lr.,,1 lukl ",l"lI'l.JIIr,ll"~ ('.[",,,,n'''01 1"'cm''''....''!.,..,'''''OIC('OI,., :\\<.,j":,ll F.~.1"'''r.,'' '.I,.u., "".Im.A<:I,,," 1'1.", M'~I.tli",I,I,H' l'IJoo,nl-\'--lr\:.)'I;:.o1, l" I~,,~ Jr.,' 01",. ',,~1I"" "IJO'''Il)i,,::d A~l,n!: 1'01""i l'h..,,,,,ml'IlI,""Jr'JI!!~m~"1 f''''I''',hAllpt.J",ll '\,hlo.l,III.If)' S\'ilt'rn !-"lhI,,;:WOl,k_ ~Jt" "'c,\~I,,,,,.h,,,,oJ f'..,b ~~JC')" 1,.j,'J......,J\h!,...tJIl.lllem,.ot ~.'It.lI'.It" 0,-,'.,"'.-" ''''j~nJ,I;'''''Plll r'.',I'I'M~!I(l r.~,,.,,1 H~ l!"Itu'"" '.Jitllo[coru",..: Ro.!V,t.1ltZ.lI.t)" V'~'J'J M,,~::um ,\"d GJ,dCIh W.ll,".s.S..Wl" Business Development ; II "',\V 1<.1 Slrcer. 19th Floor Mr,1nli riqrid.lllL!6~1{JO(1 I H)'; \-C; 3111 r 'H)')-37S-3160 miamidade.gov June 12. 2006 CERT. NO: APPROVAL DATE(s): EXPIRATION DATE: 14 05117/2006 - CBE 04/30/2007 Antonio Acosta A& PCONSULTING TRANSPORTATION ENGINEERS CORP. 10305 NW41 St. Suite 115 Miarri, FL 33178 Dear Mr. Acosta: The Department of Business De""opment has c""lieted its re~ew of ~r application and atlachments subrTitled for certification as a small and/or disadvantaged business enterprise, This department hereby appro"'s ~ firm as a Comnunity Business Enterprise ICBE) in Miami-Dade County in the categories listed below. Your firm >\ill be included in our registry of certified businesses and this certification is valid for tv.el", (12) months, e~ring as noted abo\e. This certificallon may require additional rOloiew at the ti me of bid or ..nen ~r company is being considered by a prime contractor to meet a goat. Il affords ~r company the opportunity to participate as a small business in the competiti", process for contracts. Please note thai the trade categories listed below are the only areas thai ~ur company is eligible to bid or participate in contracts under ~r currenl certification. If any changes occur >\ithin ~ur corT'jl8l1y during the certification period (such as ov.nership, address. telephone nurrber, trade category, licensing. lechnical certif.cation, bonding capacity, or if 1I1e business ceases to ellist) ~ must notify this office in I'd'iting imrredialely. It Is imperat'''' that"", maintain current inFormation on ~ corT'jl8l1y at all tirres. All inquiries or changes related to this certification should be directed to the Certification Unit belV\een the hours of 8:00 a.m, and 5:00 p.m. Monday throug h Friday. This department v.;1I forward to ~ an application for re-certification (a rruch shorter process) v.;thin four (4) weeks of the abOIe el<piration date. Please be acMsed that ~r firm may be prohibiled From 'MYl<ing on contracts obtained through this certification if \OU Fail to re-certify or if the firm loses its certification for any reason. We look forward 10 \OUr participation in Miami-Dade CountYs small and/or disadvantaged business prog rams. Sincerely. " ,/,) i 'J'~ (1\\, ./' . 'f.~'.., ' 'iM;#~~)0;le:;:'lji!j,'O' \._-- ( I Marsha E. JaclrnaM Director.DBD CATEGORIES: (YOL.< firm may bid or participate on contracts o,.;yunder these categories) Highway S~lelTl5-Sile DewlopiParhing lot Design (CSE) HighwaySystems-HighwayDesign (CeE) High~yS}lSterr'$- Traffic Engineering Studies (CeE) OtiOROO20 June 12,2006 CERT. NO: APPROVAL DATE(s): EXPIRATION DATE: 14 05117/2006 - CBE 04/30/2007 Antonio Acosta A & P CONSULTING TRANSPORTATION ENGINEERS CORP. 10305 NW 41 SI. Suite 115 Miami, FL 33178 CATEGORIES: (Your firm may bid or participate on contracts only under these categories) HighwayS}6tems- Traffic Coonls (CBE) Hig hway Systems-Traffic Calnlng (CSE) W& 5 Se\>oef S~.Waler Oist& SanilarySev.age Coil (CaE) w & S Sev.er S)6-MaJor Waler & Se\wr Pur'r1Jing Facili (CaE) Erwirom'lElnlal Eng-Stormwaler Oralnage Design Serv(CBE) General Electrical Engineering (CSE) General Chil Engineering (CBE) Engineering Ccmtruction Management (CaE) Hig'-S)51ems-Tralfic SIgnal TiOTing (CSE) HighwayS)5IemS-Slgnlng. Pawmonl Mar~ng, Cha,,.,.; ICSE) Higrn..ySy.;IemS.L1ghling (CSE) Hia hwayS)SlefT'lS.Signallzation (CeE) Ada Title Ii Consultant (CaE; OElORoo:.>CJ ~:~MID AD..\l.,,,,,,j"1.llol;l' ">;c".I"",..,,,j,n,l!,,,, -\,"'n.ll ~,'r'." ,- "'!IoIl'ub!'.-i'I...,. "H.t! .1I"t M,,,,,\~O;>"'~1'l1 '<'!'..,!:- .-\.,,"..,," !Iu.ldt"'; r,,,,J,I,,,,,(..d," ""'1"1.,,., . BlI\ine;..Ue\l'l'I"pm~"l , "I..qll-,-;",,',','''''''I (";II."''''''H1''Ii''11.1<.'111'1,'"''I.,'II..Io'"",,- 1'"",n"",-,,,,'''!.II.....,,,,II',,!,(.,',,j,' ....",,,,,,..,\,,., 1:.",..",,,,,,,\.,1'-"""";""" ("'''"''In'l'. '.1"111<."',. i ~..-:'J"I'''''' , '" ,,' '" ., 1\- f.:- .l.,~,. '. "'''''''''''(\'-','''' """'.1.., ,...",.I,..b.I,I.,I" ,'"'llIJ.lI\'",, U",l', " ''''''I~'''k\' ~\~~,'~"'"'' -" I'r..pl,,,.x.R,..I.Ol""' I r"'l",""''''''~,l :"".1 '~"'f"""'" T.,. 10",,1, t~' ....n"._ 1,'''''f,'IJ"".'",..III,-''J''''''''':.,n.,\:.."""" f.",I",)'I..","''''I.'.l.'..... r "',,~ . j,.."..,.,. ~;t"',,, "I ~"f\" ,'. .\. ~.1' ,n' .\. ." "". fl. .',,:,. I""~,~,,,"'''T HOIl','j'''.,:,,,_1 H.."L'''~ "..:""'; Hr",~"'\( h~Jn[I' "01111'" II 11,,"'..n ~'n',', In'J~i-'''".I''1ll K"I"';I 1'.1"" hl,:....,I;"'I'I'T""!.,I."";"",,,,, Ill"""'" '\";'''~Il\,''''l. ~p"., .\It..tiulf...,,''''''' .\l,.t",.,\t'.HI"'\''',W' ,'1.1' .\I.,.,,~..j:'I.'r', P].,,,,,,,,,, ""'i:.,,,;.-.,I.." I~, ,l ''I, ~ ~'. 'f f" 11.. , 1.1;""'....:..,".1/..'.,,,; ,..-...., h,."""""".,...\,'n.,~.-,..,.:", l'I"I',.n,.\p..'.."" ..ul.....l;h.l" \'"1",,, 1-'.,10 Ii \ \. . 1 ~ . ~.1I.' ',...~I.),. "". .".1 I'..".. ~""l"'r ',,,I..tl'.,".lt'.1.""'l-\"'" ~,.II").:" hll,r,w\; '.\.ln~~',,"'''1 r....,,-.,..'.. '..",.1 r_l'l. f..". ..... I ',; ),." [. ,n.."", l-~,.\ .I..!;,- .", \"?!~'.I ,',II" "'''' 'r.1 t',,, j, ..'.:1....'.... Business DevelopmenI I 11 NW I sr Street. 19rh Floor ''-'li.1mi, Plnrida 33128-1906 r 10,.170-.1111 F 305,375-3160 miamidade_gov June 9. 2006 Antonio G. Acosla, Prcsident l\ & P Consulting Tnmsport3tion Engineers, Inc. 10305 NW 41st Street. Suite 115 Doral. 1'1. 33178 Re: AlE Pre-Qualilication ('ertincale No. 2006-6511770583-05 Dear ('onsultant: Upon rcview of thc mfomlUtion submilted io SUPPOrl of your application for Miami-Dade Cuunty's AlE Pre-Qualincalion ('crlineation, wc hereby approve your firm's qualilieations 10 providc protessl<mal services 10 the County as stated in the allachcd AlE Pre-Qualilication Cenltieatc. This c<'ltincale should he displayed in a conspicuous location within your tal'ility and will be in effect until the expiration date shown on thc certilieatc. If al any lime. your linn applics and is subsequently cenitied undcr anyone of the Department of Business Dcvelopmcnt's husiness cnterprise prob'l'ams, a revised AlE Pre-Qualification Ceniticate will bc is>ued and your lirm will be affordcd the opportunity 10 participate in the competitive process for County eonlraets in accordance with provisions of the approprialc business enterprise program. Please note that you are required to report any signilicant changes to your fiml during thc AlE Pre-Qualilication Cenilication period, such as changes in stalling, qualifier, ownership, etc" to the Prc-Qualilication ('ertilication Coordinator localed at Stephen P. Clark Center III N.W. I" Street. 19'" Floor, Miami. Flerida 33128-1835, within thirly (30) days from such a change. Similarly, upon review of such notitication. a revised AlE Pre-Qualification Certificate will be issued, If you have any qucstions rcgarding your linn's tVE Prc-Qualification Certification, please contact the Pre-QualitlcalIon Cenification Management Unit al(305) 375 -1018. Sincerely. f.i ;1." 11, .1}.,)i , , " ,/tv,;l'~/Fil;,q;il"~;"/ MarshaT:1ackmV Dircctor Department or Business Developmcnl MEJ/AA V: Attachments cc: PQC FIle '.Q ('crlifkatt' :\n,: ,\pprU\ al nilh.': E\piralillll IhH': Busincss Entuprisc: 2nllb~6:,n7711=,XJ-115 -!/IIJ..200{, 6:.10/2007 FUIIIJ't'l.'it' Pilgl': Thi... m1i/i<',/lr i.I' hen'b) i...."',,-! 10: Antonio G.Acosta, President A & P Consulting Transportation Engineers, Inc. 10305 NW 41 st Street. Suite 115 Doral, FL 33178 ill ;'\11<1/1.',', ~J ;/11\' (.'I'f/li, ',IlL', fli.' 'fp/,h" 1111. ",/111, ',111/" 'I, , h"., t '1I11,III1(fc', { 1/\ f;I'I/l/t' ,,,,/1,',1\ IIItIt fh,' \!'l"."llil' I (111,11:1' "I' II'!" f i" Iilll fl/i."III' II.'. l'U!I/'.'II'IHdJ! I'.' !Ii, ".ul"....!''':t! "l,lI! 'INi""I.I"\" ",,11"'," Id'IIII/'/,"/lf;,r f/"'I"(1I""'~' ",' "hlill/,l/lIill<': ",,11,,1 "/H/I"'III"'I''! ,'11'.1 1!/","I/"II"'f,,1 tll'/'dJ"dllll(l. Illlli 1',//"11','1//1/1' ,'III/,hll'" ",, ,"I"/""I'III.'!. ,It.. 1I:iIlIJrtfl olld ,,;' \IPIII,'I/ 11"r!., I;,,....,,, 1'''/,/d,IIIPII dll,' Ilf..//::..'/""'/,, '!I i!1I?!'''.'il ,fll.!"}' \\ulll.'I/'IJ\,/!l'11 pl'.II""I"II,1f li/'lll' ,'III/.Id/III;{.\', ,I/I,! ,,/",jl/'/,Ii"I',' ~/""I(/i IHl,<'lill'o!' \1111',,' .""I<I"e';'I; 1,1,1, ,'\",'t'/l1I1',' mal/(/~.'III,'I!{ UII,! ,II/P"FI!.\rII:\' I"'/",I..,,,,,.,'j I" .'\1;1'"11 {Ir" ,'/if, ill III Iii,' 1'1,111 ,'!I,I Ij;di~'i,b,tI 1"4'1/'1'11.,/hllu\' .r;" ,'.'h',/i.< 1I11!'!\'/I",'II{UJIII/I 1/1/:1 I/IlIA/II.''; d,','1" {lit' ,1ii'l.'I" I"~ >11;1111(111,"'1 I' .'Ii., I'I,."I "'d.llli,nllllfi', fh,' l'l,m ;, ili /I" ili'TII", ',I .1/ "/111'/;)"'" 'Jri,'/J/Ili.i"i1. IIIId "'(/il/!lI.~ /i/"JI/I"IIIIJ\" Till' 1->1,/1' Ilill h,: '!l'lfil'lhl,~ lor rL'j'il'" ,1I'I"ill:': !lill'IIUIl "/I.,it;""" bOIll:' l~l' 1,,,11.',;,111/:': IJ/l' J/iil'l1",r:\',' .-k!l()I~ OIJi,'el". .'/!i/di!/Ii Ci k..,ld r,\ ':1<.' "1'1''''11."" _J:/irmllfil'" ,'/cli'lI! (~/iil'I'" wul 11;,'.1' h..' /"l'lIt",',1 ,If 13115, :;i)~'" -~',\3 f'",.f}II,lh/,,:d "l ofk/' 111"0("_\;,,11:" "'iT/t,":,, I'"/I' /If !I",lbillll'-l)".1,. ("lIIilft"!t', Jmil:/I ,'tlll.'~I'rt,'\ \",)1\ 11111 lI'l' ,/fI,;' 'Jr,'" ',';;11:,'11/,'111 'il 1~'I'I"li"lIl (jill/ii/kalil/I! '" "r// ,"'..-!tlll' ',d I ;fro '~:"Jl' '"I"tri, 'r/III/\ 'H/I~/ hc" IfI'icrh tI,th,'",''! '0 .1 J-'/'..'.QII,tiiii,-"I(t.'" CI'I'{!li"tlll'lI/ tep(') 'I>J/"l,'/ill'" Iii,' I.'L'/minli "('/"~fi','/Iil!ll. 1~lllrlJ/,l!Il'" ,1t'1I!'!1 I'll/I/. lIIrd hl/lill,'" ./;,Ull i"',,~i\/h:'I"11 il/;,IIIJ/C stn',O'd,"!:,.,1 t\'/"f{lS"llf/f'1I /I'-'r/(','I' 1"It/flt/.1: /fIlh~' i'.lIlrlll'."L' "Ia IJ/",'-QII'lhfi~"IfIIlJ/ C.'l'lilir'IU" .J R,'P'.'/"I allY \"I.'.!.I1!liL'illlf '-'''III1.~I'\. S/I,'" (/I \/((Jii.'/g" tjlW!I/;,'I", fHli/L'nhi", firm uddn:.,," L'll" I.. OBi) '..' PQC l 'lIit /rI"lsh'dallll .\./1'. I.' S:I"~'l'l, I t/' f1'IIII". JIi,'IJIl, FI(lrida 331 :,..,', \1 il/",' 31i d,,)'-\ '~(\'iIdl II d/(/II.~I'. r,.rilw'l' {II "L'I'lIn~/Ii'-/ dUII/!!!.',\' 10 DED 1111/.1 i"I'xII/f /1/ d,,' illlllll'lfiofC .\I/.\/It'II"illll /II' ILT",illfl(i',11 1~(I'f1l1r /;1'111 '-' PQC {"t'rtl/lollif)fI, 5, Fllilllr<, (n I't'/lI'\1' Yflllrjil"lJI '-' PQr III lea'"1 {hin.! flU, tit/I' /1/"/1/1' I(J rOil/' li/"III :\' crlrl"'''' L'X!/inlfioll dUk' 11/11.\' J't'\l/Ir ill the' -"!I'p~'II.,i"lI al/(,/i'l" !('lwillallOll/h,m CO/lIlry I'rogfll/1/S /fl/d C)/I"/',II/ flr/;/I/II",' ('(JIIII"'t", 11f/fj/YO/lr firm ',\ Frc-QI/(//!/h,'arirJl/ Ct'r/(litiWt1I. h",\ /1<'1'/1 I'l"nJ1I'l'~1' f't'/It'H'ed, ..Inl lel/h,''\" il/ /bi! ("'/'i(/iell/iNI (~! (/1/\ III ,ltl' IV'/llln'" PQC elJ'L'IiS fl,t.'lId/ll' /'.'gi<"/HUitlll, '~lfinl/mil't' lIcfiI'n plulI. (". 1t,;:llIfiull Cl!f'/(JiClllillllJ lIill'l..',\1I1t III II Illps,: ill .1 PIli PQC Ilrl/lS If!",' /'L'S{II1I/Srhlt'.Ii,'l" on,l'dT;llg (HII/ ddJrI.'J'/lIg I,) all .'i,d)//lI.utoll dl..'cullil"-'s, 6, ..Ju,' I't'IIl!\I'ttlllpplintliotr." cme! (11' ,\'i/'/mnillg e!OCIIIt/L'If/," ~t1n1JIlf(t!d c!lit'l' rlt..: fI/,phnlfioJl d"lIdli/lt' might dt'/ay Ihe rel'it'll' l~(t"(ml" timl',\ PQC c:af[f/i.'lIfiu/I ro ,hi' III'\"I (jI'(ti/ablt' Tt'dll/ical Ct'I'fUlcfl/io)J/ CUII/l/lilh'c' IJ/I!dillg" TIlt' J}QC '1l'pfh'cllloJI, .~/lbn/l.\.\ton dt'at!ItJlL','i, amI lilt' Tee:Illlit'lI[ Cerl!li(.'Cllitn/ COII/IIJitlt'e mt'L'.lilf~ (,,,It'lI/hl/'etl/1 ht:JilIIlU' Oil Ihl' Dl'f!a/'III/('lIl ,~rBfl.~illl's,\ fA:I'dIlPIIIL'lfI ... lid") silt' Im'clll!d at ll'1"ll,lIIi,rIllUI(/(I('__~'d/ll/, 7. f'1!1'mil A/iwlli-Dadc Cuulfly l"t'fl/"o.!sr!lI/(/rh't's 10 hlll'l' (fCC"',1S during IIOI'm,d hl/siness h"fII~'i 10 ilI/clSI boo"... (/lId record.'i W "I'r!b' 1'!ffJrmllliml sahll/illed \l'j/h IIIit) "JlPlko/iof/. ntis rigllt ulm:ct'J;s shall commr;:III.:t' Oil the aprrom! darl! (~rrt.i.'i. cL'l'lff/c(lte (lilt! slw// 1L'1'11Ii11l11t! on its t'xpinlliQII datI!, Plt'ase IlO/~ I!/(/t ifuI CUI)' time Miami~Dlld~> COWIlY 's o,'p(U'tll/elll of Btlshwss Dl!l't~/opml!'" (D80) /m.t remwlI In hdiel't' tlrat (111.1' pe':~t111 ur ,firm hns U'il!fitll)' cmd liJJml'i/Jg(~' /wm'irlt'{( it",o,.re,'t iI!{imlltllinll Of' made false sta/emelll.'i, DBD lIIay I'(:/'C.',. tl1(: mnUt'" to thi' !JIll/I! AUol1ll'Y~' qf}ice ellul/or aliter imY!sUgative f1gellcie'l. i"itiale dl!b"rme"l prllc(!tlllI'I!S. cmd/o,. pUI'SIU! Sl1JU,.'/;OJlS or other legal remedies ilt accorl!ance wid, Miami-Dade COIlIIIY policy ami/or applic..'c,bll!.Ii!deral, slate alld focal taU's, lfyoII luwt! any lfllesriolls l'eg(lITling this ct.~rtiflcate. plca.'it! con/acl the PQC (J/lil at O1J5) 375-1018, MIAMI..... BiD " " I'JIIANll i- ~ "iiii1III Miami-Dade COllnty, Florida Statement of Engineering, Architecture, Landscape Architecture, Land Surveying and Mapping Certification ~,',' ~ Finn: A", P CONSUL IINU TllANSPORTA nON EN(;INI+RS CORP, 10305 N.W...JI Str\!i!1. Suile 115 Doral FL .1317X Category Committee Review Approval Expires 1. 01 - Urban Area on(l Hegl (JIlEl 1 Transportation 04/]9/::'006 / 06130/2007 ?1 r:\!Hi; ng 1------ 3,01 - Sit.:! DI:V':;! lopl11et~ t and parkir:Q L.:)t Design 04/19/2006 , / 06130/2007 ,L02 , l-lighw;.:,'::/ D.:sign U.;)./19/2006 / ,- 06/30/;~OO-' -- 3.0~ - 'Traffic Engi neer'ing Studies 04/19/2006 1 ! 06/3012007 -----~~_.._----_..._- :3 . :,15 - 'IT';-lffi.c Counts 04:19/2006 / I 06/30/2007 I I ..--.......-.....- .- "- 1.06 Traffic Calming 04/19/2006 / I 06130/2007 3.07 - Traffic Signal Timing 04/19/2006 1 I 06/3012007 3.09 - Sjgninq, PClvemen t Narki n~), and Channelization 04;19/2006 1 / 06/30/2007 3,10 - Lit;jhting 04/1,9/2006 I I 06130/2007 - ] ,11 - Signalizacion Of~/19/2006 I I 06/30/2007 6.01 - ':later Dj st I, SAn; t"nry SP~'Jnrrf' C'n1'lec. f, 04/19'~OOfi / , 06/JO.-'~OO7 'Trar.smi5sLon 6.02 " N<l.jol" 'it.iClter & Sani tA r'}-' Se'Jj,;;qi~ ~JlJnping I O:~; 19;/.1)(lf) I ! ! O(,/jl)/20rl ]-";1(:; 1 i r i e~ "~'C _li'~ J'(" ") " ,~, ,,: " /.' . ..... '-...... Luisa Millan-Donovan. R.A.. Chief of Profe5sional Service Division Certification Committee i'lllAfIlIl-~ --iiiiIII Miami-Vade County, Florida Statement of Engineering, Architecture, Landscape Architecture, Land Surveying and Mapping Certification @ l'il'll1: i\ & I' CONSUI.T1t-iG TR,\NSPORTi\TION ENGINEERS CORI', 10.105 N.\V. ~I Slr~I.'t. Sllil~ liS [)or:III'L .1.1I7X Category committee Review Approval Expires , , --- 10.01. - Stonm.}ater Drainage Design Enginee.ring 0'1/19 '2006 06/30/2007 Sel"vict?s 13.00 G.:n..e:::al Ei2ct.!::ical ~ngin~er i n9 04/19/2006 , 06/30/2007 --- 16.00 - Gr::l(->"(al CiviL E!lqincer i r,g 04/19/2006 I 0613012007 -,---- - - - -- 17,00 En';;j'inee'( ing Cor:.s t; r ll('; t i on Nanilt;1er.',cnt 04/19:2006 I I 0613012007 [ " :" -- .,,"";:We .-. -- -- -- II CClnsu1 tant OV1912006 / / 06130/2007 -- ".......... ( , .~:~/{.~ 1;., 11;./ ,---)-,;"", '-; /" _ ...;.or;.. I ,- ... , (.~ -J. Luisa Millan-Donovan, R.A., Chief of Professional Service Division Certification Committee A~ J~O~[][]tlS Credentials State of Florida, Department of Business & Professional Regulation, Board of Professional Engineers LIcense No.7797 Antonio G. Acosta Professional Engineering LIcense LIcense No.40845 Carlos M. GII-Mera Professional Engineering License LIcense No.43953 Elthel Sierra Profess'ona' Engineering License LIcense No.5540 1 ~ate ~r~loriba '"" )j'f'<:' ,,'" -- , 111('m'~ nf !'li?\~PS~~~ tngl1trl'r5 A & P conSUI~~~!~o~ngineerS Corp. .7. ""d..n'"./ ".../J.,. /A.. /,"""",..:,,;,",,~ ../ ..,,;..;.......1.f;'1$,' !.'!;;';A, . "~I",4 ,. ~ .:/fI., ''''y'''' "",,, .,.....,;,.." 11-. IA. /""~/';' ,Mr"N,,/' " . /r,/-~.,,""'''' ""'''~.;~ ..'<-f/';./~"';",;../ _"",. ""'?"''' ./,~/. . fi'........"'" . 'M......,,t... AUOITNO.: 0'01. ;)L~~'l CERTIFICATE OF AUTHORIZATION NUMBER: 7797 EXPIRATION: 2S-FEB.07 OlSPl.oV"'$REOI.llM:DIIYLAW ~atc n~ ~Inriba "" f ]'1' f;"" ~Q -- . 1bom.j) 01'{r,rS5tm').p.~ :f,:ltgmrrrs :~-.FI(~;;/.;-Al,v7' ::r: A~t~f_~~f!f;~ PE ,,:; /''''''~.;n/''~ u .:/)y.~.;..,;,.",,/ ('~?;~~;.f!!;,~,.YA"Ph" ./7/. .H,.,,;A, ,'.17",/"/:-.;, Expiration: 28-FEB-07 P.E. Number: 40845 AUDIT NO.: 0507. liij.1D':'S DISPLAV AS REQUlAEO IV LAW ~ate o~ l!flori~a 3lloarllnf lllt.,o{[~~~~ ~tlwnrer5 , . :t_;,;(/;,;.~;;j,;i;,~' Carlo.,M~.", PE , "'ill: ,::. I,",,~,.,/,,~ " .-1;"0'~~,;"",,/ "'?,;;,"f-:;"';,A';.'1i1...,.",~ ,rl. .7?,.r,;.A, .<Q,,/..../r.;. Expiration: 28-FEB-07 P,E. Number: 43953 AUDIT NO.: ~~07_ S: -; 032 DlSPLAV AS REQUlREO IV LAW ~atc .~~ ~IoriCa ) " -- ..:~~--- - 3l,nm'j) l,f !N?fr~s!~~ :f,:nglltr~rs :: ~~;I.(k,;/.4 .d,,~ ii E1Jl!~I~\~_J'E ,::. hr,,,,.;,,!,,,,, " ./,;,y;~.;,~.".,/ ";;,'Y';'N,~,,,,,A-r'/'A,,/>"'r .,I-I. . 7),.".,;/" ,'#"/.-..-,1,;" Expiralron' 28-Feb-07 P,E Number: 55401 AUDIT NO.: u~C;'. DrSPLAYAS ReOUIAEOaVu.w APT l(!JO[i;D~~IIS Credentials ~ate ~~ ~lnriha il",,,&) ,,( ll~~{~~~t~ngUtttl'5 -n;.r'~- ~,i2,",-4,:IF~' """",1", :. A~>. ~PE '~,_.'_. " ,~ /',;..,.....,.../""'" .-/;"'/~w.,,/ y;;,~..~,.Y"""h ./71. .71'..........;,4. .~A..+.l. ExpIration; 2a-FEB.07 P.E. NU'TIber. 52568 AllDITHD.: 0..... 028471 .........yU..-O.'UlW Arnello Alfonso Professional Engineering L1cens. L1cen.. No,52566 Aleunder S. 1(1 Professlonall!nglneerlng L1censll License No.!iB820 ~t,ttr ,ll~ Jf:lllriba ..- " !!:I1:trl'l I1f P~'"fr~si,*ilt EIII.\i1u','I'S - .:t'" ~ .; ./ /",,,,' ;/..~/A~;/' ; Aleiut-nd., Si"1;i!.8'ii , PE . , 1'..91.'''' ,:. /-.;'..'..../"", /,"y; ;'-"h'';/ ;'''':I,'''.iNh';~'--//.'''Y,hF 7/,.,.,;/" .'//....h...........; EKpiral:tHl 28.F ~:B.{)7 P,E. Number. 58820 AUOlTNO: ' l' r. ~rl,\\ .\i fli'QV:ilfl:: 11'- ~.....'. Felix A. Blenco Professional Engineering Ucense License No.273M ~t<tte ~!llnrib<t !1l1ill'll "f~T:~~j~i~~ElIgiltCI'I'S ~~:r/m:v..';':M"_~,;:l , ,F.If,~~~,PE , ~ , , ,;,; /'/Y~'';'''/'''; N ../".,p....a.hN/,.....H?'h.!~fl"!"'Ntfr'l'ANphr.J I. ./7",.,;,A, ,#"Ii..Ii'", Expiralion: 28.i-'E8.07 P.E. Number: 27354 AUDIT NO.: O!>OI. 003:18,', DISP1.AYASAEClUlAEU8YLJ.W Lazaro Ferrero Professional Engineering Ucense Ueens. No.58025 ~<tte ~~ ~lnriba 1l1"ar~ I1f 111..~fr5siJ~! tl~1iItl'Crs ;;1:;;' ",.',' :: ... k/tA~/..,Af."/' .:;: c'~!o,f.,w~.'PE . ~."__J.~ '.," ':. 1..",..,.;"../".. .... . /,/.,0.;....;......../ ;.~j7..;.....~'~.....~,'/ ~o/'h... -/7/. ..77,....,;.1".. '/j,../"n.;, Expiration 28-FEB-Q7 P.E. Number: 58025 AUDIT NO.: O!>U," :'; ,::5':' ~ OISPLAYASREOUIRED~', l.\W APT . .1(jlOITfl~~RS Credentials Sergio Gomez Professional Engineering License License No.S0719 ~ate of JlfIori~a Ihloari'l of lJrofr55~i1fu\I :E1liliul'rr5 /1'/"-,;/';'-iA,ty/' ..: Sergio G'~ .PE _ .f:~.r,;r: . ;;')J,;,> ,;,; /''r''''''''/''v " .--/".,;;:...;,;~",/ Y..,v,p,r'l "h~r'l',("pA-r ./:"1. ,.77,......,;W.- .'#;.,,,,,-"',.,;. Expiration: 28-Feb-07 AUDIT NO.: 0501_ (J17>;8,3 P_E. Number. 60719 D/SPLAYA$AEQUIREDBYLAW Jose M. Ibarra Professional Engineering License License No,22 180 ~ate ~; ~Iori~a Tiloari'l"f prl1f~~~~! 'EUgilWI'1'5 ',-:' . .,.,.,j """#'-'- - - :,," . ~/k-./';:;/A~/~';!; .t~..M~b~.PE ",~ ;h'~~ ,:; /',;-,".;n/"... ,.. '//"y?";.,I;''''''/ rh?'~n-r);;'~r'l'h'$",I;'r -1.'1. .77",..,;4, Expiration: 28-FEB-Oi ,'#","'..,4", P,E. Number: 22180 AUDIT NO.: 0507. 006120 DISPLAV AS REOUlA.!:;)SV LAW Eduardo L. Martinez Professional Engineering License License No.52023 ~ate ~;~rlori~a W,,,al'i'l,,flt! ,~!,~,~",,~.~,~, C;,~',l:., '-l1gil1rcrs .-K .,,1 ~ ,'~ .-:;,;.,.......I/~/,;~. ~"'-:E EdU~!~.n8z. PE ,:; /,;-,.".;"/,,.,; " . /).,.p..,;.,;""'''/ Y),v:n.~'h!'''.,i.,.,/" AnpA,., J7I. . 7i',.,..,~ .'/I-,;'uA..;. Expiration: 28-FEB-07 P.E. Number: 52023 AUOIT NO.: 11501 OU5373 DISPU.V AS REQUIRED 8V LAIV Alex F. Guon Professional Engineering License License No.53247 ~tare ,~:~ ~loriba -l l."' '*I":d.',-;. - - J!lllill'(l of iJl',!fr!;!;lmmli:lIg111rrrs '-b;'~""'''''''- - "'; .."II'/.;;/,;d';~~ c'~'E;.G!!t-PE ~':;;"-<<"'" , .. . . -,',,:;"'-', '/j,.,:: - - . . ,., hN",..,../ ",., '" . /n.p_,.;N'''''''/ ''''7'''''''';- u,,~...VAo/"'... -/ /. .//,....,,;A, . H..."';/.... Expiration: 29-FEa.07 P.E Number: 53247 AUDIT NO.: o.nl /15:5~ ~ DISP~.l.V ASREQUIRf:D SVLAW APr ~@OCt.'D~~RS Credentials ,,~te ~fJtflnriltn =..... , :.~" ~o ~N =~ ~. Nelson V. Perez Professional Englnearlng License License No.32025 - , " f Jtl'llfl'Ssillllal EllgilU'l'I'S -a Il'~ll.l1 Ll i." ~'I' ~,/4 .'. I'iI., E Nelson V. Perez, P '.. ,., ,;]1. F!:11)!,J.1 Slilluln~; IE f !Il"" 111I.1."rl.l,,!'I_ 25 I .1 PI,)fl'_"'.I'!r~d .111. L're No', 320 Is h':I!II';':' .1 Exp: 28-FEB-07 '-:~{;.c~ ~. 0507- ,..' Art ~N@O~~~IIS """~"'DI!:t:04I"iTY TUCOll'CTgJl 144W.FlNJlEJIISf '.....ROOlOI UI.UIl,A...nt:)1l ZQOlIi OCCUPATION...L L;:::EIo$! foUl ... ~.D"'Dt: COUNTY. S.TATEOIFfl.ORCol U..,q!Su.P')I;l.:JOC:II. MUS1'EDIW'l.UIfD"'TPI.AC"0t<~ PUlI'SUAHl TO C:OUHTV C;1)l)f CHUTI.. U. AltT.t. lit - ...- - -... -....'" 7,,~', Ie; ll::il t, l.J__L_[)~: jlUT PAY Credentials 1"41"-5 ~"rlt.:<,v.c8~s?fl"t~G TllAHS'OI'TATION EHGINffllS COIlP 103115 NW tol SJ 1317' DORAl P'''A'i r' CONSUL' IHO TRANS' ENBR COR ~l"" ,.CC1lIp"PARTlIUSHIP/F I'K .........~.....- '''''''' '".,....,. ~::;._.....u:::.~.:; ........''''''-:-.~ .-._-,,..,...,.. ",....._..:n" ~~~ ;;:....~...;:....; ~~:"'" """"'..... Miami-Dade County Corporate Occupational License License No.406532-2 ..-.......,.... ~~;';;;~2(lOS 00220000051 DOotll"."O ~l[ <':>Tl<C>'l ~ "E IEIE""" STATElffll\n17t1 4."12-1 m EMPLOVEE/S .. co..or FO"'WAAO A & P CONSUL TING TRANSI'OIlUTlDIlI EHGIMEUS COIlP ANTOHIO ACOSTA 10305 HV 41 $T 1115 IlIAAI FL H11. ~ Ii II i ... OCCUHohOJW.l,JCfNII. TAll aMI ~COUfaY. ""TEaF FUlfI_ _.. o=::=.-W..t:e.-:....... ~TOCOlIInYCOOlCMAloTlllM.Aflf.'.I' .:r.r.:=. -... .~... 4Ut24.' THIS IS NOT" BILLoOO NOT PAY 1(_. "w/'t'1IMIitI'8". .. 'TATif'mft.. ......-. IUn NW 41 Sf 115 nUl '.Al ~~~J~ ANTONIO ~ rt ~n-'iII'n~,...t ...,.... _.......~- .~.-..._.- ::::;'''''L,.'''''':U === :.m:: '="_'!I..l2!!.! ~"":~ ~.::..:: AntonIo O. Acosta Mlaml.Dadi Calmly Corporate Occllpatlonal L1canso Uellnse Nc.413625-3 ~=- Oll2o\/tOK .......1'" l)OOi'~1l IH(1llo;t.ilWlf: ~f::N1'Y ..M.w". UlIIl'LOGI'l ....n.U1. DClr.olNRWAIlD ACOSTA AHIOitlO . P[ A . P CGNSfRUCnON $UV!CfS IMe Inl5 fN .1 SJ 115 "IAMI FL 1311e I.,II"H, Iii "JI j "I li,i.,j, .1,J,i..I"j)j"""lJ! WlOlI oeC\l~Tlo""l. U~.fHll'TA' .. w.w.aADl! COI.INf'f -"'.1." O. fl.0ftlDA 1lXNl5''''''.30.~ MUST" OIIltlAltDAT .UUDf........ ""'.uurtfOCCtlNTT CODf: ~.~... .AflIf.'. Ie -- ............. -, ~rzn Ul".-7 THIS IS NOT Po. BILL.CO NOT PAY RENEwal "'~Ol.uq:'~0C4T1Olol u.:r"'AlIQ ,nUn..' OIL KEIlA CARLOS" PE STATU PE41i9SJ 10105 Inl 41 Sf 115 nI1100"'" ..~. OIL ",Rio CARlOS, M PE 'IoociiitTrt'C'f'En.oUAL fHGltlH. :;,.'~"":~~=':; ........":0_.... :;'-:"':'1"':;'_'= ;~~ oS '7'2t1 :.;':.::;.":'~~~ .- -......... ~?-.~,,~..;:: Carlos M. GIi.Mera Mlaml.Dade County Corporate Occupatlonll! License license No.473628.7 ......,..".... ~.~<(O_,.u ::~m~m. OOete'.ltO ~uor';i~~~)f ~ t:.~.." .....,..... OO~"NI""''''IlD OIL MU" CA~lOS " PE A . P CONSULTING 'INS' 1(1305 NW 41 Sf 115 '!lAHI Fl .UHS ENOINUIS il_., :II ... oec:uMhOMAL uctNII TAll _ ~CIUnT.sr..-.;CIf'II.QMCIf, ......un... ... 1IUIIT...........Afft.llCllDP--. ~TOcu.nCOllC CMnIIIM-""'.'." - ...- - -... ........., 4511"-S THIS IS NOT A BILL.CO NOT PAy.......... ... _... .",..-s "1YWt'r'!II..1"'" sr.... ......._ IIlSIS HW 41 Sf 115 1117' DCNlAL o..rUR'A fJTHfl ~Pr'IiInft'Ou.L (N81NlER _.....""-~ ::,::'.:.'~ _"'1 --..- ~..="'=., ::r:;.~ ,........r...: E:="""--- .Ithel Sierra Miami-Dade County Corporate Occupational License license No.471754-3 .............. -~.,.. .""KIli'O../Ja/201S .s....o.o." OOOO..;.tl ~rrm...",;...", 00 NOT 'OfhloAAO SlElltA ElI"U ,. . P CONSULJlII& TRANS' EN8 eDt' 10115 NW U $r U5 "fAMI FL 3517. 'j' .!, APT ~N~O[ill~~[lS .....p:; ." ,.... .,-, ,.. .............11. MOl OCCUMfIOIIlA~ uc.....1.u ..- ~CeM*n'.ST.,.OII'~ u:.....1U un."_ IllUff NOlIIl'UYIO,,'fUlCIOfI__ ~tDCOUNnCODla&APIIIIM',urr.,," - ....=- -... _....., 557"'.Z THIS IS 'lOT A DILL.OO NOT PAY HME. ...._IIHAlCILOCATlOft LJCPeIMQ. _1t7S... VI "LlICAMDEt 51'lMG "I: SUfi' 5IIZ' lUG5 ... 4. Sf Iii Ul " DOtAL ..... VI AlEXANDEI Sll"lNO n "21'i~IitinIOftAl EIIGINEU '"_.~'_. :=."'t,!.co- ~l: ..---.. ~-~ ~4Ool:"""".....: ~"- Credentials Alexander S. YI Mllml.Dlde County Corporlte Dccupatlonal License Ucense No.581975.1 =-~- -..-... "':s1/2.05 s.......... ID.... .. . iE~~TIlf"tlOI' ~ t.. IT. ,. -...... DO 'lOT FOIIWAIID '1'1 ALEXANDER SIPEHG P( " . ,. CON$Ul liNG nANSf' ENS co." 1010S '"' .u Sf IUS DOUL fl nl11 :i: ).,1,., :,I;,.i,IIi.",.,I!l 2011 ClCCVMTlOHAl,ue:_TAlC _ ...... COf.IJnY. mntOl' PL.ONM IAtlTHO::O'fr'.&.-:J_ ""MMwn'fQC:OuNYYQlDI~M'AIIT.t.... - ....- - .-=:.'.., 516"'.1 THIS IS NOT A BILL-DO NOT PAY HIIDMl ~rr&"Hf5tTp'( STATE'f'mftM 129141-1 IIUS ., 41 ST 1110 311711 _AI. ....... 11*0 'IU): A ,.r. -zlT'tloFi'isIDNAL ENGINEf.1 -'"I :::':''''1:.'' . ~- ~~- ~ ~-..:.= Fol" A. Blanco JlIMllml.l}ildl (:<.Iunly Corpor"tl OccupatlonalUclnsa "Ucensl: Ho,529&42,3 iEF&-:=.... fO'::lIZII)S 31Ci....lIfU .....,. Sl:fO\"HVjaltlll II!='''' .. '.. -. 00 NOl '('MoUID .UNCI flEUX 10. PI AlP (ONSUlTING '.'N$ eNGINEE.a IOSOS NW 'I ST alii MIMI H :une i1i,,,!.,!I,!.,,I,III,,.,,nl N6 ~~tw.,,'Lr- .... D'*f>MPT..... ~==:u===~..t -.... ....=- -.... ..-...," 4'1751.1 nus IS NOT A BILL.DO Nor PAY IE.IM&. ~m-~m: PI s,"~, '111111"1 lU" .... 41ST III In 71 DOtAL wmutlSO MNUUI PE -..c:zi"rJVl'rAIOIfAL (HGlnEU -'"I) :::..-,:." -- - - ~..= . ==..l.. ~T.J ::-'- Amelio Alfonso Mlaml-Dlde County Corporate Occupational License Ucense Na.48.3138.5 "_";0_ --- --- "'II/I0'S SOI'..lfllI 1106"'" KtOfMl"1CI ~ '" .... ,ft .. DClHQTfOlIWAIIO AL'ONSO ARN~LJa 'E AlP CON!OUl TlNG nA.' EMGINt:!.S CO lUGS IN 41 $1 115 "IAMI Fl UI1t : ,I" !.I!,,;, I: \ H ." i~: _ DCCUJIlflONM,UCMSIW _ .......DAOI COUNTY .1'flimI 0fII PLo.ot. IIUIT.~T;.,L:-=__ ~fOCOlMn'COII ~u'NIT..... - ....- - ~., ...."-6 THIS IS NOT A BIL.L-DO NOT PA.Y IEMEIW. -m7E1rL~T SfAllen-sftts 111"4"4 11311 l1li 41 ST 115 UI7I HIM. '.Haro Ferrero Allml.Dade County Corporate Occupational LIcense License No.510194.4 ..... n:nno LAZARO -zIT1III'inJDNAl fNGINEU -'-~ '''~'''' " :..-:.~ ..----.. :.o;:."'::.~.. :='_~ ....- .. ::::..=-- - ..: ~_.- =.;:.;n=1U IImmll. ODO"~" 00 Nor fOR'll...D FEIilItOO LAZARO AI" COMSUl TlNG '.""'S"OR'AfION E:IIG 11315 w "'I STIl15 DOaAl fl 13171 i.I,',.!' l.i:I,,;!!1 APT ~N(IjO[RD~~IIS Wl.\Ml.e.A.OI:co"'''T'V TAJ;CCM..LE-:;TOR 1."rL~LEI'I$r '."'R.OOR .......fl.+J.X1 5U60U-6 D<.>;;l.n..,...."~ '~l:"""~,, 60"(1 SEItGIO PE 18305 If.., "I Sf 3117' DOlAl Credentials .:>'''''1['1 SER610 GDNEZ ~""2iT ;"It.OF"'SSIDNAL '~"-""._- '., '~.' ., .".. ,'" ..-...."...-.... ........ .., ...~.. ..,,_...._'""~ :.=:.;: ~t:; -............".... :.:....-:=.:.......:::.: .....,".,...;,."., '.';:'-" ,,_...... Sergio Gomez Mlaml.Dade County Corporate Occupational License License No,564547-9 :'::~:::i~;.... ."....",., ot/111201lS IOl21000028 100"8.tO ,U';:rio<f"".:J" ~COLIMTV lAX COlUCTlM ,....n...o,u.... 1_nDOll _...."'an. :lOO5 DC'CUPATIOH4l U{"OiiE ru _ W1.&MI-DAOf COUHTV. ",!,o.H 0' HOJIlt\A. E.u'lIInn"llQ.1OOl "UST.I or.;."LAYI!D U "l.ACf OF ..,.,.ru ..\l..su.unlOCOUNhCOllf'CM..;>Tf:I'l.A.AIlT....Jt - ...- - -... -....... r:I.:.' : l;o:-.l, t;iLI..'::() :.or PAY .(..(VAL .c.>I!&t ID 5t45"'__, STATU PEUn. lIS EHGlHEU Cc)llvr 10A\'o.~"O 60"l::l SERGIO PE All' CONSUlflNO UANSPDRTAUON lC10'!i HV 41 ST 1115 DOtAL Fl J)I" I i.,;",,,,'11 ,.. OCCll"AI'IOfU,~ lIC[H$~ TA.C "" 1II.......OIIO€C;:OUNTY.'SUYEOf'RQlII.Dl EltIJ1AUnn.Jll.:JOOI .I.l., III CrUU.YIO A' "-Atl (W ItUSlHIM 'U~TUCOUfffYC:ODt: c:JI.VTI.IlI.... .AJl1'... I. ~ - ,~.... SZ,So26'-' TtllS IS nOT A Blt.l-DO I~OT PAY iHNII!VAl "~nlwq:'tl)(:"1'1Oto UCt:IdllHO. 54.".Z ItARItA ,JOSE" PE $T...ro '12211' les.s HW ~l ST 115 3311. DOUl O......i:Pl nAlfI:.... JOSE" I"E s.czI'r r..JOf[SSIOHAl EUGINEER -....--- ..-.""'..... ::::::''''':..'f-=~ -..-....- =.:'" =. ~ ': ~~~~t;r:1 ~~";'<....::~;.: JOle M.lbarra MiamI-Dade County Corporate Gccupatlonal License ',Icense No.548876-2 :;,::.::~... '~""-OtJ07/zaos tU2tOOli011 000'.....0 '.HO'loE.<;.:::f. _....,..., !~tr. ....."'8;; DU"O"UIll'l'AJlj) ''''Ilk... JOSE" P( A' , CON~UlTING TRANS EHGR COR' 10S05 N~ .1 ST 115 "IN'll fL 33171 i.,:JL",,;1I :rill occw.ftON.A1. UC.... TJU: _ ........ClOUJm' -HUl.OP~ _H~':W;&.-=""",. PIMIuiun' YO CDUInY CCX'!I CHAPNJI U. . Mr.' . ,. ~ ...- - _No ~IIIQ," SS5a2S-1 TtflS IS NOT A IILL-gO NaT PAY IEIIEIIM. ."=TI-=n'~ru.:;;O L ,( ST4T1armftzs S71aSt., 11315 .... 41 $T Iii 1IUI DOIIAL -. IURTIIlEZ !5UARDQ L 'E -ZIT t/DnilIONAL EIIO..EtI ::::"~"1i~_~ ---.. --- --- =.':;~,,= ='-=-'== ::'~":.""':l': '.-....- ... - ~,-"... S5HlI.4 THIS IS NaT A BILL-DO NOT PAY IhEWAL ~\I 'It'U'1'W' STATt:'P1\ft.T IIlHI NW lIll ST 115 3111e DOIAL OOl&"LEX F Pt -,i'r'lII'n'lIONAl EIIGINEU: Eduardo L. Martinez Miami-Dade County Corporate OccupaUonal License License No.579850-0 ..__taoot, -..--... --'I/JlllOIS 31000101082 "OUL... UE01l<t:IlSiDE =--.. MI. IT. ,. ..... Wfa lell F. Guon MIami-Dade County Corporate Occupational License Ucense No.579853-4 ~:"'";~,_.I- ~~~ =:,"-=~-: --- ----- :.."":...""="': "-,_... ... ~--.. ...--- -..'-..... --Umm:l, 0........ IlOl'lOtFCftW.ulQ MARUN(l EDlIARPCl l It( A I r CltNSlIL T1NG lIANS EHOUlfERS 10J05 HW "1 Sf US DOtAL fl nUl "",I;;"",,!!' - OCCUHoftOllAL UC1H11l'AX .- -...- COWfTY .STA1'II: 0lI' A.OIIIM ......IIPT... :1* -.~AI'LACI:CIf"", ~lDco.rncaaeCMAPYDII"". AIIf.'" I' - ...- - -... -...... 51"SS~4 oo..Ol'(I"""..... GuaN "'U.X F PI;: A . , CONSULTING TRAH$ (N6INlERS 1030S NW U S' 115 DUAL fl 33111 : :1' Iii 5U654-<li THIS IS NOT A BILL-OO NOT PAY Ne" "mIb""l'lllfilllr'.",.. smlf"lll'!sftzs lasas HW U Sf 115 3317. DOIAL ~Z VALLUaa NELSON "Zlr'lam\IONAL ENGINEER -....--. ~~'r.=.-: --.- === :"'-.:1 ---.. ......-...- ---- --,_... ~..:"":' =-- AP-r ~r~I~~M ""''''04DI COUNTY T.uCOUtc1OR I4ClW.FI..AGl.PI.r. I" FLOOR MIAMI.....#l. Nelson V. Perez Miami-Dade County Corporate Occupational License License No,590002-3 --........ ==.-- ~"f!'I:fls DOh~.a SUOnlEIlSIDE 2DClI OCCUPAT1ONAL LlCDllTAl( .'.. _ , ~~~:=~":..:"'jt;<:,,.. IIWfTNDIaI'LA'l'QAT......vaOf'........~.. '.b;" ~ PUlllUANl'l'O COUNn' CODICfWITD...,~~~,...,~F ~~\; - ...-- .... ...=:-. S9I..Z.1 00 NCJT FO-...m PEREZ ""LLEDDI NELSON 113D5 NW ljJ ST 115 DDIAL FL 3317' 1.,11...11.,.,111..11,.1..,1.11,1..1."1,1.1"1,,111.,,,,,111 A~ IftlOOO~~~IIS ~.III!:l"'~""lIICIIoM.W;." 2005-2IlOl OCCUPATIONAL LICENSE CITY OF DORAI.. FLORIDA .>>:l"o_I!I."S~..'.5....,oo O'....F....:l3IH ,:lIl'Im-r.a Credentials ,g""'f"M'.'''''''''l'.oror.CIC'T_.',,,,~ ""o....'''''...'"....''.._~'o OGI':'''_.O=",..oIO.INIM "1'COf\ISUl.1'WGl1lANSPOI.T.T1ON~COlll' 1000PfN..rmaTlNI' liS DClIW.IU)IUOo\ Dill City of Doral Corporate Dccupatlonal License License No. 2DD5-3419 1005.)41' JI1AIS '.AJCCNfPAR~ !Jon.oF.. 1150.00 ~ lX....F-t~..fI: -- _<,,-'t-H.!lOY -- .....,'" OCCUPATlONAL weENSE CITY OF OOAAL. f'LORIOA ___U'SnoI._'OO lloqo._:l3'" !:IGIIIt:r-ans Antonio G. Acoste City of Doral Corporate Dccupational License license No. 2DD5.3423 .....'IOl!_~cao_~.'-- O'<CD<.ONiSLOn"",,,,_.CW'4EO'O ....."".._""',--- AH1'ONIOACorr",. lUOSNW41STlIIITLHrIII A.'CONIlA.n<<:i~T"'TlaH..-..-scm, DOlAL.~JJ'" 2005-3423 1111.... 1'lI0I'IDlDNAl1__ I.J<>:nooF.O M.. ,~lL ~:" ~"~0Wl ......'" OCCUPAnoNAL LICENSE cny OF DOfW.. FlOl'llDA ... -.-.. U'l'....,..... 1DO o.aI,_:Ql. ""'-~ Cerlos M. GII-Mera City of Doral Corporate Dccupatlonal License License No. 2005.34%8 _''''__0;''-'._ --___...."..._~ro ._I;If.'N.....____ c.auJf"GIL"""""1 ICIJIlS_4IDQ1fUNTIII ".'CONI\.!LTlNG11UoHM;Ilt"f1CIN~CQIUI DCUl.,fLOM),t. >>'711 --. 2005,,)421 111OlG~1HGINQR ~I""'" .. ~li_,., +L.J -~.._. .._._--..~ .....,'" OCCUPATIONAL weENSE C1T"/' 01' CORAL FLORIDA UOll_~'_,s....l00 tlIot..",,",,;lo.:tl'M (:lDSI":H115 Elthel M. Sierra City of Doral Corporate Occupetlonal License License No. 2005.3424 _""'...":O<:c~....""_<X.,.,..1.._ 4'C1........$lI._.I.~"lIII..cI_"O I~"'~rou.,.,......u..."ns Imoe.MSlllMP' IIlMSffW411Tll1Ef1NT1IS AIPCCNSUI..Tl'lGlMNII'OI.TA'I'IQt.I~COltP DOUI.,fI.OA/DA 11111 _<<""'lGo<alonlli>" 1005-1414 JIUNG ""0IISSI0N0I.I.1NGINlIR '_"'N ..... Wlt i....".7r!<l'... Aleunder S. YI City of Doral Corporate Occupational LIcense LIcense No. 2005.3420 Felix A. Blanco City of Doral Corporate OccupatIonal License LIcense No. 2005.3431 Arnello Altonso City of Doral Corporato Occupational LIcense LIcense No. 2005.3425 Lazaro Ferroro City of Doral Corporate Occupatlonal LIcense LIcense No.2005. 3428 ""'"""...,.......~.""".....,....".,'.....';ZII"'....'~~a.~...,.,<: 2005-200& OCCUPATIONAL LICENSE CITY OF OOAAl, FLORIDA &)(JQ''''''~",''lJ'5<,..., 5..... '(In D...'.'........;<J'Sf; IJI>>I 5DJ o'~~ lOOS.J4H -''''~'~OD''''-'''''''''OC'OK~' .... ."'I""''''''''''~''IIl~'',_...cr_oyo ..........,."...'OU,........._.. JIUlIICi~1NCilI<lID. Loe""",Fe< $0/1. AI..IXANOf1IS'l'l'( lOJGll NW41 STUlTUNIT lIS AI'CQr6JI.TlNG~TATION~COlV' CClllAI.,ft.OklDA urN .. (2~1I ~~r;:{'" _COIYO-.r_ --- .....,... OCCUPATIONAL LICENSE CITY OF CORAL. FlORIDA -_"u'S."'.SuololllO 0."'._:U'" (JOS)5".ms ......... """...._~-..,- ....__......._.-0>0 ._.......oou__ m....~~ L_FH" ...... NlJlCAaN.lc:O" 111)0(""'41 nlUlTlHT III A' 'CON:lUl.r.... TIW\IIfCM.TATlOtI--....sCOlf' OOML,1'l.CIlUl),I, nl" "".,@k c=.p." " ._- TlI&' -'~"-'''of:lonoI''4<;1.~.- .... 2005'~00& OCCUPATIONAL LICENSE CITY OF OOAAL. FLORIDA ':lO),*,_"'~3"lI_.Sorlo'OO 00I&I.,.....:1;1.., (1O!Ijm"lK 2005..142$ >IlIO,......___..."""'.._ ......__.:IO_IQHIl!PTCl --.._~_. 21l1NlO "~a.GN18. lu'..'"" ... AIlNIIJ()A\1ONSOrl IUll6NW41 STIIIITUNr liS ....rCON5ULT5olGTUNPOIlT...noN lNGll\lIM$(OIII' DOlW."..OllltI<t. nUl c2.(zu CiMl.p:_rc__,.m_ J . -,";~"!:."'HI.2"" r -._.__"'~...,wo:_..,.........; 2005-2001 OCCUPATIONAL LICENSe CITY Of' DORo\L, FLORIDA '*_..."53'So'H1,$t.o!o,oo 0ar.._,*,;I31!tl (:lOiIMHT>> 2005-3<116 -....__'oICIOG<II:Tl>MII1_'.... ..OCI_$lI..._......I,oCII<_T<l 1................""..............-... llleG ~........ LiuT>ooF.. .... LAZMO PIUDO r E IOlGlNW41ST1l11Tl.NI'IIS ....'CDNSU"'lNG~T...noNP<<ilflIINCCllU' 00Mt.~ )JIll ~...f/!/. _.aIyaIlIor'HI."". ,g~I:I""''''.,,'''''l:Dol'''\o:": ._- OCCUPATIONAL LICENSE ell"!' OF DOAAl., FLOR'DA '__113'"'_'_'00 o-..l"IooloIo:!3'" ,..~ Sergio Gomez City of Doral Corporate Occupational License License No. 2005.3429 --'DoQl-~~,-.... ""'__"_31_""",",,,,'0 _..._~-- IDGIOGOMIZ ~ I 10._.. sn&TUNrf 1.1 ""CONIU.TI<<lTMHll'Ollt"TlONINCiIM8lSCClIII' DCIU.I..1'l.CllUD.\ 11111 1DOS-J<1f 2'_1'kOI'1SIIClNlli.~ ~...,- .... $, -,~.,p ____"-HlIoM' 2005-2001 OCCUPAT1OHAL LICENSE c.ty OF DOAAl.. FlOAIOA lI3DO_!53'~SuIIoIOll _.'_3:1'. J.:Kl!Il stU7U A Jose M. Ibarra City of Doral Corporate Occupational Ucens8 license No. 2005.3430 "'" '''' "'_"'-OCNI lICf(IOO(" '...... .....~H""-....I"X.lW>utf_gTU t:-_.............,.-...o""....'" J(Ul"IrMMo\U 1.._..II~l.NT.11 ".~CONJUl.TN:i~t...T1ON~c:CllU' llOMoLR.OM).I. 111111 1015-34]0 J'UHG I'RClrIIJlOIIW.~ Lu,,_F... _CIll Clf/l l+!,#-; - -- '-~_....,..>>_.......""-,."...~ ...,~ ."""'" OCCUPATIONAL LICENSE City 01' 00AAl.. FlOR.DA ItICIlI_S'II_,_,Dl1 _.FQIM:blil1 1_1UH7U Eduardo L, Martinez City of Doral Corporate Occupational License License No. 2005.3422 ."",.....OQI__N<:.f;.3W1to1H1h',,.. "<Ol'>~SI'II_">O?IOI.a~,o _'Gl'''',,'Q,U>oolh(I'''UtlU IllUMDO I'UAtlNIZ', luos_..mDTUNTIII .U~CO'($\,l,1lrG~T"'TlONINGINIIIlIC:QlUI DOllAt..'LClI\IO.\ nn. 1OCIJ..J422 lUlNG MCIPISSlClNolI,INGIf>Gt ...........F.. .-.. ~,~/I _C>IWO_.~ - ......... OCCUPAnDNALUCENSE CITY OF OOAAL FLORIDA 13OO_..U-_.""'IOCI 00041."""'-3:1'" 1:JIl51~,tl'a Alex F. Guon City of Doral Corporate Occupational License License No, 2005.3421 ____oc:oo...,._ -.-......'.............,._,0 --...---- Al.IX'CUON~1 '__.1 ITllIITUNT III A"CONIU.~~T"'TlONIHGlNWI:IiC:QlUI DOu.l..~"l" 2DaS..J421 21-....c~~ U-...F.. "'011 .~ +!#_'-f:. . ...:. ........ .' .; ~ ..-. --;0 ~.' :'-.,~, . ",- ~ ." .,."' ....i.!'::: , , of jnl "'::"t:a tC , _ Or,f)ra, ~" l . ,- .. - ",. I u ,1 Urpu;rl r.nnr (1 f ~~.:11 r . ::1''-:':'" I(~;m Ito:- n~:,;::':I:'i ,:,1 ',-,~, '~_tlf!:j! :j1.1~ p~.::;.~I:.t',i>EI~.{:;' D!:: f;J(,N o:.1>iOu.... it.(; l:i :] .:I:i!P:~h::h:;1' ::r~11""f ..~(.j -.jr~:7r,~'1 It:..:) l!'h\'!'. e.t ~"t[! ~:;'l1J'~n nl ~;'{r~ift.:'J .. ~i:-..:j .::r r~';lj,1 lot '! S~i':'1 'b~" I:l:-:'.nrr l' r :.rj1L:a,~.1 w~ tt!:: CC'tt=a::I':::~~'fi I~ F!!:':'{:~:~of)J:',~!.J w:;::: i J~JI':Hif C'~lllf~i It~~~., ~...1.d ":'':'!~f.'':!rr''\'h::m h.:!..oIf F.,":,j tl:; h-""-~!"I ':h~I':' ~J-:, O~t:.t1 ~"i~~:I..lI,;h t:lr:\:t~ "TJ)I:'f :-~'I j ::\1;':.::; if'\)1 J~:-. Jr,":'!~1 rc.:;l:~rt .....r!r!~;il r(~r";'!&;:'.Jf~lIL..~m ~1.~~lr..,"-,f~", ~(....~X..:"l "l.,tt'"i ~ '!i"\fj:-.rl .L7:l!1J..t!} ;:.:: S:-';X;~ l'if"(j .~'l ';.-:;,h."'i !~; .1.'"':: ..,") . ...", '. - ,,~ '" II. -, "1 "I ,~. ,., ,- j .., '. /. .'. ,'~' I'.'" A-I .'.'", ,. "'L ;,...'...,.. '._\ ..... .~.. '.~I.,,:n~, ... f. '." .t.~ ,,::.t.~~~...1.J~:....I,l '!t~ ,I_fl ,1-.""'0 .....!">.l,.. t,~_r '1'~""''Y'''M'_'I..:'',. ,".,.,,~ .flll:'l '.,.,! :i....;' '1lI'~-~ ti't_ r~.:::,;! ~:;l.~;:~,_ I::'"~ !fH:/~:':~;~.~',:~t F.~..~;~ ,\... .~I~ , '-ll::,I..;1~"'.:('I). . "'I: ..._~!..p .~>: ~"'~.. U.) ir:,',"j'- r .~.{!'. (:':i!" 11.):,1 (:.~ .)l)r'.J)(f =::~,.~:",,:: '- , ",J; '. , , .< ~;!,;.:!1"'>:"'~, ; .....,.. .' .... 'I .,~ , !':.i r,L'''.. ' '.~ '.,--':: tJ) . e.,W" :';,.!.;ol.L :: Fil ":~~,l-::'.:.c::~a:' ~~: ~' L-J f,fr.. ", . J....,.....~... t,'. _ ~"'._"~' ,.' t .,</'~ I I I"i ",.:,:...~~~~. ~'I"'~"('~" .....'.1, ~~;; \ - .~-:;,."I" .J]: ,...~. .. ,': '. '" f:tr:- ....1 .4 ~ ~ ~ ,~' I~,,~jr) .-ff-.'I"'h.l....q--.p....'lI'.I. T1.,. d l ff II !) '""l'" If ., .1) .::....;...:-.~..I,-/.:-~"l.c..-~ .--':~: "r'.....-:.......'-:.. .....:. " _::.\-:. :...:: '.'::,'(= . '::::'1= '. = -:- 7">=: ='. =~J.l~....=. ',=, =,"~' '_7' ''''-''' I li- -'I..-:rJ~J.. .;'.--..:.-....L- tl~ "I "t, 11 .' .'( J". ,. ,~! I' j; t_ I~ II t .:~. il II II ,'1 . J-I I'Q (:~rTjficntc "'0,: APPJ'o,'nl Dat~: Expiration f)'llC: B,ISilt<'ss Enterprise: 200.5-650~ J 0(,3 7-03 lliHii2005 lli30!200(; F ,,'urel.-'~e I'R~": 1 , " ,. . . Miami-Dade Co. Thi,," (i!rt!/i,~ltc ;,f heret!)' imtfd .to: William Rosenberg. President Rosenberg Design Group. Inc. 5 190 NW I 67th Street, Suite II I Miami,FL 33014 Ily i",'ruafU.."t.' i~r/II':'" ";.:N~lh'~"!L'. 1"1:..: I,'pp/it'a,,:. iiW......'d ah:~.I".. h:"',,. "(Ni;'ill!"~("'l,'.i .!:rm HJ con,'pfl' ',J i,"h ;1:..' sr~'...'~lk ,-YUj(!.ii.4.Ul-1i: lis~(...i b'....hil'.. t. .-JlUrms itS r.}oum.'i."l.';'\.w: 10 t1;~' y.ubm;r.\~,' C?tlil: al""m;l.,.t~\'t'- m:Ur.JI: p/ml (Pb,,;I;) .for :Ilt~ p~,rpos(.' ({m,cmU1i,':it:g t:V:n',l ,'mp(())"INtwlm;d pn:JIl.'oN/J'II:l (IPl-~Ji'i:U1i~v. widl pl.,'nif..-ll,'(,IO ::""pll:,-,,;- (In ill(p.'..niflg ,/"" "r:"/i~,..ri(I' .l/o'd/or Inl!-'f\'n ,..'vr~ .lurt\' ptipUf\lii{~:.. (iml uiii:';"alr.w t.!t mlIW.l'l~l.' mul/(JI' 1'.'im:.:.'li-lIIt'r.~,.'rJ .nrl~!~',\'~'..'um! JiFltf...: f.l'.Il'1xrdlmHf, t.'!I~-I.I(lr ,"'uPl""""t',,~ Sf'>i.'dw' lJi!'t.':it"~~ \.iU I~. ,.,t/,'.lll!:!''':;{ w;";.' (.'.\'':''('IUJ'}'ot.' m.:ma,u.~'/l~"m (ma' s"I'pl!l1'i~'ory """J.'(I/W+::/ 10 ..~:ph:frl ,hit jn,'elU '-;.... th,;' Phm ~u..d ;udil'idm:l 1"tI~l)(It:J..b,'l,i~I,' jiJr ~(li'.f.:ll.t:i.' imfJlvw(.'t:lu!{011 l'ind makil!.~~ c:'~lIW 0:'12 Jirm:, .'(ltW1iUmS:!J1 ifi tbe Pl,f.'i. /i ddi{i:),I.,.lf,'\~ thi,! f'{..m uHf lv clis(lf...'o....~f ,1.' .:mploYi!L' O,.h"lU~l{lom. (J.tl(l ",.aining progri-;niS. Tb.;_' Phn:_ ..~-it'''' "t;,~ ,,'~'~:if(o'b:i~ lilT rt:'"'''l~1I' "lid.'!f! l,iJ1'W"l businc."is i,'i.llir... P"l' (:mam;ting Ifw ..-J.!}"i"m~,,'i..\;, Af/h)I, Q.~;(ki.>I', Wi//.'cm,' P. R()S.N..b~"f;'? i.. ..hI;: ;)J'poi:;!t-d dflirmt:Hi'(' ..: l~;"-llti Qt.:'hvr .u:..-I mt?Y &. nc'fc',,'(i.l.' {.'If/;'iJ 6.~~).7;18!. , Pn....Qf(o::lh~ll(J (!(!i.,r p."(.~(i'~!:o~"~Jlul1' .\t.'ITh.~",~ m.":'" .'" .hol;' !f:/!arm.l."1l/dl; C'::'WUJ>' ,'d:i.'m(';'I! {~'/r:t'~orji'_'" .'i/:mw iI, ;1i~' a!,'lk'h:~1 "."ii(JU'trOf~lit ~~'/Ii.:c.-hlo'i"~j,~l {)tut,''t'/l...'ariou.'i. .. All ri?...~/m;ca.: ("(u.....i:...'lj. f,.;")!r:"i'UiSlrws,t~. oS,....::.::O' ,,'dlJ;:.'vd .'~~. J, P.l'e~Qu(J}~/l~'/Jliorr C''':'~'''k.ution (IJ(){) f;llI;.w!ul':i,':w I"'~ /f.'c:hf1;m{ "r,.'I"{{,'hwt,:l.lli. t!..~/'i,.,....aih-'(.' ~H;l:l.ll" p!~w. wd I:m.';,;......~.... ,wti!,. h.gi.~I'}'{lti(.tn hI/f.! fm.... S;''''t'.mlined c,""'r.'Ui(,'{J~hw pr.~,':t"~.i' re~',hw.l: In .l-.:- i!!o'i-mr/iC'{'_ {~rO l)r....(}......J!ifh:otio,.. f"n1,:!.:Cillr-:. .J, R,"'J.I(,JI'1 any ,"fgl.':/"C(Ull (.'iumges, sllch a.'if:(~.a,:u!:. f.,.,'ftif!'lic;l", mnt<:n,;JrfJl,fjrm i..ddrl'.U, t:U... trl OlIO:, f{X' Vii." ,1!if.'!,',r1'l1 (,'[ l J I N. fl: l'" S!/'Jf(.'l. :'.9"" Flo)(lr. Jllnml. Flol'hicj' 3-'128. u'/:MII .W 1....(JX.s QIsudr fl dia~C:_ F,1jhm~ t(.. r::;;r,,:m said d;(m.~.(~s.m "on nH"~l' n'\'m/; in I,,'rl~ tuw:t..,liul(.' ,wt."/~t.w.\.,"()r,. tlr J(.~rmilU-,riM,' o.r,,'~,)(,'rn,"f.,., 's i>QC ('~I't,'Jkr.!tOtr. J. r-clUltrL~ {(I "'..Ii'....~:' your.firm 's PQC l1! k.:l~'; iNr,y om r.'a.,;s prior :0 Y'Airf:"n,.' 's CiI'nVIII' ('_':i'}fmNtm dait' ,,~')' 'Y~'.',l! in :,'tt' JR\'p:"W:ilOI1 wuM,,' /..'rmtmHiut,' /;'om Cmm~)' pr~%'?"iN,I}.... a,;d c:iN"(;.....t or/{,'tfUL' t"<lfUin,,'ts IU:"U raur.!ln.... j PI'i.'-Q.','iJ,'"fJh.cmkm Cfn~l1f.~t.u"Qf,' IWi w(,;'},l prop~'n): N'Jl'''iIY~''', "~flY iap:.u...'f in :.:w !.'(.""i~'..."h.'m:'{.lI,' ({iU~"c ~>{tlH! /'cqllirr.'d !~lC '::f\.t.,'." (1'(.'1,'.10.1' r....p:wrulicJll. (i9;o~lU..il""" (l(.':hm rhm. Ol' 1,~Jllr,''''''ol ",~,"f(J~~~C!,;O!lj ~w'l'" H'S,'o'/t ill a k:.,~.,s\," rn Yfmr PQC. firm~ on.' 1'.f.'-S/W1iJ';l'dc .lor obs('njng (Jl;(i at#ri.:t'Hg Jr~ .11l m~mi...~icm rl...'(u!!in:i". 6. .of./(:~' i'l..'I,"",i'("rl applk(l;ir.:n;s and/or $uppoNi"f: do{~ltm,;'l.'!.r sl,bmi:tt'(/ ~ffl'.'r Ih... (:.r~p:'il7ml'-~t~ d:'O:l:/lil: IIIQ:JU de!(~:.' Ihr: """':t'II' J!.1 )'m:r J,',.m .....,'!le: f.'{"I':~lk(r:irJt: l{.llh..' ''';.:..l.'! al~r:h;','Jh"I'~'().'.':if{jf ('-e'Nakmim! C~'IilIl,,[,',il.'~> I1If}t'I'il,:f:,. TI..~) r"?C' app!i,-"a!{r~H. so'l.9ml",'i~m d,xub'tnr;'s, (1,ld :1:tc T~....'lrn"'(~(lj' C::!I':ijh:mi{ll: ("",WJI}~"',.'e.-: nrt'"f.tl'r.g t:.-:hmd,':r e.m ht~.Rnmd.Hi ..hI" '~'rJ(It"(IUI"r,,, (~r !Jusilo't.~'i." I.k."'t.'lolwk'l,'! :,. 'ut?b,r;iI,,~ fO....~d!L~d at I.~'...nt' n,'fO:imio:'rdl' (!,,'\'/d/,.:t '7 " Permit Af;omi~D(1(h~ Coumy Tt.;~p/'~'s~'lJ(al"'h':' ij~l;jrmdlioll.",bm~'l/f/d wilh t.:j,'... f:pplhYltkJ1l. 1~l'minme on il,\' (~,'l.'.pl"(II;(}n dUlt.'. w i:m'c f,'(,'(:'C,\",1; ~(.,ni.~ norma.' !:m.~,"IiI~J /lcmn- J(; mul,: bomb tmd ll'l:rJ~"(l'\ :0 1'I:.'n!} Thf.t rfgh, o/,,1t.\y.$s ~/u:H rot.IJ.tUt'll,'I." ;."./,' I.ltl" opprol,'tll df1ll!' oftM~ ".,.,~fictl!( ami _(lro:'/ PJt:aNt.1 'ItOte thClt (lat anp lime .~ti(Uw'.Vr.d~ Coumy:r Depcrttnl.'lio" of Bu,rim!.t.;; [Jel';:!opmf!m (DBl)) has Tl?o.'v.m to bcli..~'l! !/:oi any JJt."i'JlH' 'or,tll'1l1luu It'},'1Ijitl1y (md klloll.;tr!.:,)' prc!l'jdi:'.'(/ lI:'.'~m'e"l in'/om:t;1l:<m or rrmdt., Jh1se .\'UJUOl1wnh. nlU) mtl)' n;fi:r Il:i.' mll!lt:r /(I !h... ,Stale.': Alimwey:\' OllIe,. omi/o, Ollte;' im.,'.\'tigaNl'''" ag{'l}ch's, initio/t" droann("-nt plW'l'drlJ't"S, cll(//or purSJlt"! sam;li()J1S or l'tlwr Iq:ol r.!1Ik!{/k~ in '(I(.'C:(Jf'(.'(#U~(~ with !"'limlli-f)nd~ Cmmly Jioltty Uf:rllur t:pplicl,ble/ed".w;!. .'UtJit and lru~tllla1'~", jjj~~.lt .IJ,a,..t:u;:y '1:~e."ljrm.'" rt.:gamtllg tItJ',\' f--'(.'r.'if"'''dlt!. f,l,a.,'/.' coutuc/ the PQC tJm', al' (30.~) 3?.'i.IO/8, J,.,.M,AM,.ID-.dlE :~!{i'i , ,/ n.l of Business Dc\'cIopmeni MIAMI.;;) Miami-Dade COUllty, Elm'hla Statement of Engineering, Architecture, Landscape Architecture, LUIUI Surveying and Jl,f"pping Certification ~ ~ Firm: ROSF.NllFRG nFSIGN CjROUP. INC. 5190N.W.167IhSITWI III t...li,uni n 33014 Category [ 2':0, ':',~_ ~_L~"j$""P~ .".~'_L_~cL,l!e Committee Review ':'1/l6/;,:::~i.')~) App~oval E~ireB i '1'1 :;,.;.;;;;:r::;;-, i .-J ~N./~ L~i$a ~illan-Dono7an, R.A., ChiQ~ of Profession~l Service Oivi~ion "'"_........:;-; __..... __ ro___...:......_ ,CRY OF M'lAMI GARDENS .2OO.50CCUPATtONAl UCI!NSi 21008 EXPIRESSfJt1alllE. 30.:NlD6 MlMT BE DI!IPLA'ftlO/LT p~ OF BuSINESS ~ 1IrJme.~~1'1o\:v1 ~. ~iI.1:l GNlIlN[RQES,'GIoI ~to tIN Hir liT &IiIlE 1!' MroiM 0AilatN:; Rm'4 - ~ ,!frw: l;IC~l"TlON 11lE$'IlU';fIClNS ...~ --~ -. '~llSIOK""$.r.at --.-.-, -,. ROOEJ~GAfWNERDESIGN ~190N\'V 1i1l7 5T SUITE 1~1 MIAMIOMDENS FL 33flT4 ..h._.~ _ . -- - - --.- Q,L ~f~ MWAM 1", IIQ6I:NlIERl> ~... ~A...LI _......-____ __".ta.M. -... - ---.~-"''''l>w'''_ -1IoooooiIr- ..._~ _ __ _........_ ..... ......,....'.1IIII-.....--r .,............ T I -_._--~-.,., PlIIl ~ 11.1(roWQ!; -_.":"C~..... i \ !f.OS~BeFl,G GA.RONEft iDESI'G N ! .;. 'L _ ., ~~~""J\J>""_.i II' t ~t.~AACH.ili!i'~:I!c;..t ~--',' 'i~'~ ~f' ! ,..... " ''-''P,.r...,'! lJX I:!'. 0; ". , 1~....."t9"ptJ..'ii 1II~I_Ot! l":f:. !..;~.1I:.:I! n'J-Rit:'... ~,'.,.~'u."l:.-:f!~~":J..: ".':' ~!H'II:: 1I.-';;:j.L:rt,irrr-.:-.1 .!o-!I_LJ.,'.!':J!"j.;.t;~rl_"," [' _.;~r.l :".r :"':'V..:.. :;'~-..'JI'~: 11:-:. !II,,: E ~: .I.~, ...... _1:IiJ.L. r 1,'1:J:",~.'~.t ~~~;~l i:',~.r~1 ~JJ',i'~Pji'I"':"'I~l~":!!t :;:",.,c.~ ~,; ;,:.; ":"'""HI .:..!s.K"':~:'LflJ' .L:! '~J~':"'J; ~ !!:.:':f'!J::J fo~ci!...""" I oft!. '."'8 u..~ ",l:-"-:'::.":=-ft'1'[:" ~:;2~,~.~r~.~~.~.~~~~t~.~.}~~ ;~~, ;':'!'~:7~] oj", r:1 ;";" ll':':::!'i L;, I.i.LL~ ~c,], :::~q>:..; -~, f!!J~", 1 !,,;a' 'j< ....: lit I ;.! h:!1 !Il.iin .. ..." r:. ',I ~"., '~~:;'~.' _ ,i;" :.;~ ,~, . ~ Ul~.,~ ;,~;..'!.'i~]_;~,_;_-iJ:l;j. .'./0 :J Irh'".ifiI all' :;,", 1'; ~~, . ,,;..t:,i'Jj'.i.L)q __ 'J?: "> ;::. ';' ~~1 ., !l-T!l.n: O! .1(10;:[;4 'YHI ; Ii-'-~:I!___ :" ,1!~i~it::!p..!.I:"":' ':;' ~~'''~J.i,,~'tpr",.L.i;,;., n'A;f";~'Oj~::'Hi:1 ,u~-!~~~..i.;-..: ~]a~. c:; ~L:'::: ,',1 LJ.....,:..;.,:Ar-II:Lf}~.,l.:-:;i.r.:-.;~..I!! "'C:-:':-'," 0',1.';;- , :.L-~lJj. "'J~j: ., ~'I:,~ ~'.~:lt)l~' :;~1j'i'~:iJl,~,!;r; _ , ;~,.~;(:.,::! .,'n' 'fl.:.g, ~Jl}Ca3~.m: "J!'~"~7!i ,::i' 11_.,,1 I-~~:~ ii.J.:! 1!:r:':I:.i"::""FJ.'il~j '}:';!!I:.t t::.. I;;-'.::::'o!',i f!.;~:.~"iil :"~:J !-,,;~1lI:.1 cq Ml i ~~, f;j';"',Cdll,Jt::..! (!"I.~~ j;....~,l ~::" .~;;:,'" ii;-~;;I1:!!.:!nl-j, lain', ~ ill,,~ ~ '!1I1.,~1 I-l'.~j ",:r~, ...-.:!:!7t .t1;,'":"'I ~.'~ ! tII:'~t,,'l,!;; ~.'"! 'j! :1..,' ,~iri:i ,iji}".il' l.v':.l,.:"!io!I'...~1 1.. !.'~ J l4 .. ,_.: ~ j,'.o' ' , .", .'p'!":~ .;""'/:;"I "'oon ~i;iPl.'.~""IIT ii..~-t ~: :t;J ,'" ~l ~1''''.T<!! (W t......I1l!lt : i,llJ.i'-':'S.I-<,~,t1.'.':,l~~jil~~1 l~.7:.' :~Il;-~nF~.;,~ :r":JLI. 11!!.I.LI.\":':.fI ~ IF/IJ.f;i,ll ,~'7 :.N.1:'';:-J1r~ ~n',-, _:".'i:;!tJ! ttqil':T."-a2"~. . ~'f,,:- ~ia..!~ ~ ..~~ j b I" .'". ... ..\ ..".."'1... II.' ...",' , , ~~~:,'" ':'~~'1.~:_,~";........".~ 1., ',' ~,_~__ ',.'.1 ...'~t::l -::-..11 '~Yr''';!:CA-rl t,i.Jli.":ll:;:tll~~ '~:'!:H" :l-!..::iIlI 5:i-'~ i1,:!.IJ;';:;:-:'!HI;.L: ~'~"-~.:, l.r."ir I '_.n:I.Il.......~ .:.i' (:'f'ij:-:":II U~: r,~", tll:.i.~,!~~..~,~.~ ::.'10'1 "~:!"~1 I'" ~~-; " J.,.1I'I~ fIJ'-':-'T~~" . ,- :~J~"~_'".it.. ~n""l1c,'J r. 2:; :" ~;lu. :,""Ji~'!."":' :::.;. ClC=-:-'~~! r:.i t . .;" <r;~/! ~~:_:'~ ! . ~ . -: .'... (' : !!:.:'ir.' HAt 'j -: a : : '" j .". t.~~H:.r,,".: ~ I.'&':"'-::j.!t~ H:~.~1':" .J;"Jili ~~..~' II"~' 'OJ Ilo"_.l.. II' r..1ii7J J~: I~'~~...i:i':li~~ !::"j"..~' """,.,:~L." 5,:" I:: ...."'1 EII~~ h.I~:J.:"~ ::'l'i:1 tJ1'J f~'~'.o.~:,.~'"'i" '';J):..~~~".:':;~~A.i!; ~~ '.. :7l, I"":-r.,'"cr i,"q ~ 1'1' r~-y' L~rJ r~?-t. q '':'. j ~ ::iJ ~1"i1If! ,.; i.'=.~-.~i_i.:.:Jl', -:n ~tate~~f,~loriba l!I1'plIrtm1'ttt pf &tllt1' I certify from the records of this office that GEOSOL, INC. is a corporation organized under the laws of the State of ROOda, !fled on April 7, 2000, The document number of Ihis corporation is POOOOO035530. I further certify that said corporation has paid all fees due this office through December 31, 2006, that ils most recent annual report/uniform business report was !fled on January 12, 2006, and its status is active, I fUlther c'Htily that said corporation has not filed Articles of Dissolulion. Given under my hand and the Great Seal 01 the State of Florida at Tallahassee, the Capitol, this the Twelftll day of January. 2006 CR2EQ:.I2 f01.0E') 5........1"\.(".101. .~ltccilR, 'rirnhb %~'n-L'tal!! l1f~t~th' Ii"iIOJ\k\Jju-DA~l A~c-din..-:.n ^"f'O'IdoIC~ Ani1Nl5ftooic.n .'\tlin.IblIo.~1 Aud~~""'\'~~' ....lallon ....- ~1""'",-C"C""'II.' CusiMr.1~_t ..iI.Il....,......._~~.Con~lnIc'""'C~ Cllill,,,,'lftllrt1C,..,.tG.IISpnIWIDnT_ C"".....,.,;or,'""EIIIict..odI'.lWkTnoooI ~I'" CO,,""'"""'rAc....~y r""""_r.~ (CMoMk OC'OC..... C_lrtll...'..... C_krwlc'lt C_~lio..... J."""bMUlic>n C....."....\ii".ira [\<<llooIl ("..,~~ 100000000.'\'lIllc"'.... ("""*-,,,-, Cnl"'ll,;..Tllf;"",,,.s.r..Ol:.. [.,~i'u..,...,".IItC!toJ1O'("...~rraenI r~i"("'PUt_I'<x,ktt r~_ r~_ \-"!I\lI~~~'~:C\B""Imi",""",1o<l .,iItQ.I,PwaCMon ~~I""" HDo.l....^fI'cY 1it.",~fftlnnAu~ -- 1~1kr-'tw"'''''' WC.~II1D""l ft_ c-..iuIrI 1u........AN,_CaIolI. A1akalEunline. ,\k:lrcJ.MI.1nliA<\iomPlMo ,\kl.""",lU..I'b......o.p.I~ 1\>Ik....J1liI:...M>I P1.1Mi""Miltlno"l flulicll l'iOI,),fl_....t;,....""._ """",,,yJ.wHt.lMr ,.,..IcU"~r5rPorfft .,bio:\"""" ~l.:>;l!iphorhllCld,."'1 "- Soli:l\Y....,,,...~ SIt.1wAic"'sinao~MI ~.1~MetrCl J..1MlI 1lI11t'ooc~IltlUI!I.1.bllDfllic~'DIlon v;:P;_M<.l__",""C,...., ~\......~ Department of Businl2ss Developme 111 NW 1st Street ~ 19th Fie Miami, Florid2 33128.19 TJ05-375-3111 F305-37S.)1 miamidade.@ Augusl 23, 2005 CERT. NO: APPROVAL llATE(s): EXPIRATION DATE: 1040 1/Y0112005 - CBE 09l3Ol2OO6 Oracio Rfccabono GEOSOL. INC, 5795-ANw151&tSt, MIami 1.aIoIs, FL 33014-0000 Dsar Mr. Riccabono: The D_1mInl r:J Business OMlopmenl has cCllT4ll_ Its /'a\lew r:J y.lUI' application and 8ItIlch1wlt8 submitted far certlftcatlon as . small Mdlor dlsad\w\laged business enterprise. This doporlmont hereby __ _ ftrm as a COlT1ll1l.rily Business Enterprise (CSE) In MIami-Dads Countyln Iho cetegarl..1181ad below. Vas firm wfll be Inchdld In our regl*yofcerUftad businesses and this cerul'iC81ICX1ls \Slid for lwei", (12) monlh., "",rl~ IS'- -... ThIs certification moyrequlre BddItional r<Nowa! Iho tilll8r:Jbld or__ CClIqB1yI. bIi~ consklorad by. prImoconlreciDt' Iomoel. goal, It _ _ C<lI11*V Iho cpporturib'1o I*Ilclpate as a .m.1I busl,.,... In Ihs c:<Jl1'!'SIltI", procsoa fa' conIracIs, Pi.... noI8lhst Iho lrads cetegorl..llstad bsIow".1he llI1Iy.....1t1s1 100' ~I. allglbl.lo bid or portidpals In conIracl8 urder )<lIlr current c..UftcsIJOIl. If ~chsng.. oc:c:ur "!hin _ _ durl~ !he certific.Uon parillO (.uch.. "....I'l.orshlp, address, ,",ophonel1llllber, lrlldecslllgar)\ licensing, lrlchnIcal cOl1lftClltion. bancI~ C.plIclly, or II Ihe buslnsss _ Io....Q )OIl ITIJSl noliI\' IhIlI cIII"" In ...Iling ImrosdIlIlety, Ill. If1llI'IIJ...1hat lOW msInlll1n CU'r8I1tlnformollon en YJ<I' COI'1J01lY II all timos. A1llrqulrl.. or cheng.. rsl_ 10 IhIo _en IhouId bo clrscllxt 10 !he CeraUc:otlon Unt _n the hcur. r:J8:00a.m. ord 5:00pm. Mcndeylll'oll9h Frldoy. ThI. .....b,_~ ....t11 fem.l'd lD)OIl on sppIlc:otIen for re-cortInCllen (. nu:h ._ pr<>*O) "11h1n Iilur (4) .... r:J Ih. &llo\9 Ol\lIralIen _ PI_ bo .....ad Ihst _ firm moy be prc/ibltad tam _~ng on conIrac1a _nod tlV'cugh IhIo corti_en 1')OIl 111110 ....c:er1Ifyer lithe nrm IDS" Its cerUftcallen for anyrHSOn. We leek _d 10 _ portidpollon In MI....O.do Count)'s smail aneller clsod'lllntagad busl..-. progrwns. Marsha E. J_ Dlrector,DBD CATEGORIES: (Your nrm moybld or per1Idpate on conIracls oI1irundor thas.c.tagerl..) Drnlng sw.._lrMIslIgtllonl & StIllT1CQrlp!'llc(CBE) GtotKhnIc8J &M.... E'ngin.-ing ~ leSE) D!O~ ~':' ~~;.. STATE or Fl..OlUDA :~~;':::=J~' BOARD OF PROFESSIONAL ENCINEERS \.~~.' 2501 CalMa)' Rd. Suitll200 "__;,~"" T.hastft.Fl32303.5268 r ..., Geosol Inc. 5795-A NW 151ST STREET MIAMI LAKES, FL 33014 L ...J DETACH HERE ~ate .of ~l.(lrlba ,J:: . ~oaro of . ,~ t ' , , ' . . g;j, "'n/A'~ ~ b4'.".,...",,,,Ao> 0/ ."" ~ A> o~"1P'~ ~ ",a./,J&d-o~.. ~~' ____'4~(,.J~ ~471, ~~ AUDIT NO.: 0.0" 001641 CERTIFICA IE OF AUTHORIZATION NUMBER: 8530 EXPIRATION: 28-FEB-07 DISPLAY AS HEQUIRED BY LAW ";'~JtUe~~ Expiration: 28-Feb-07 AUDIT NO.: 0007. 019905 DISPLAY AS REQUIRED BY LAW ~~. -'-"-'-' -- -,...... ... iIIl'Wk "'- """"....-...---- ....... ..... .oIIdlrt;~~ --- -- CitiftoII.....,......,.lA........'.....n.... c:o.-;..lon..ElIoK:IIondl'ublk:n..! eo.. _Ii_ C...........~......" C..........,..,_ir.~ Cllnomuoi.,....... ~- CamcJ/Iq............. 0."'-1..... .- -- ,......,.....Iiana _,_ ",..,...~~ ~1~ManIpoI- hll~1'mlocM _. ...t......... CtMrIl~NiwI.........llIdlj.... I1lsloric.........Iil>A He......T..... -....... -"'""-"""''''''' 11ooIIIoIs....;c. ~.....~lIfIl .........,.....C'MwoolI_ ......-.c... -'...... ~AaIM"lIIl ~"'-..~ ... .......... """""....z..,. _. ....-- ,...... .....' ~Laor.rrs..- -- s."~P'vb ....... s..lloIW_~ --- ........ -- TMt,...."'......fcCNIIlM.~DIiOll ~-~~ WI..,,__ Business Developn1em 111 NWlstStnlet-19thFloor Miami, Florid.. 33128-1906 T30S-375-3111 F305-17i-3160 miamiNde.ICW Iun. 9, 2006 Oracia RiccoboDo, President Geosol, Inc. 579S-A NW 151st SIte.t Miami Lakes, FL 33014 R.: AlE Pr.-Qualification Certificate No. 2006-650997886-06 Dear Consultant: Upon review of the information submitted in support of your application for Miami-Dade County's AlE Pre-Qualification Certification. we hereby approve your firm'a qua1ifications to provide professiODa! llCl'Viccs to the County as stated in the attached AlE Prc-Qualification Certificate. This certificate shOuld be displayed in a conspicuous location within your facility and will be in effect until the expiration date shown on the certificate. If at any time. your firm applies and is subsequently certified under anyone of tho Department of Busi....s Devclopment's bu:.incss enleIprise progmns, a revised AlE Prc-Qualification Certificote will be issued and your firm will be afforded the opportunity to participate in the compc:titive proccs. for County contrlca in accordance with provisioos of the appropriate business enterprise prograII'. Plea."H: note that you are required to report any significaut changes to your firm during the AlE Prc-QualifiCl1tion Certification period, such as changcs in staffiDg, qualifier, owncrabip, etc., to the Prc-Qualification Certification Coordinator located at Stephen P. ClulcCcnter III N,W. \" Street, 19* Floor. Miami. Florida 33128-1135, withir. thirty (30) days from ...rob a chanJe, Similarly, upon review of such notification, a revised AlE Prc-Qualification Certificate will be issued. If you have any questions regarding your firm's AlE Prc-Qua1ificatioD Ccrtificatioo" please contact the Pre-Ql'a1ification Certification Management Unita, (305) 375 -1018, MEIIA.AV: Attachments PQ C...tillcale No.' Approval Date: Explradon Date: Buli:a.. Eaterprise: 1006-650997886-06 5/14/1006 5/3111007 Futrl1yUse Page: 1 Oracio Riccobono. President Geosol,lnc. 5795-A NW 151 st Street Miami Lakes, FL 33014 8)1 LrslIt:mce Oflhis ~rlifi~le. the applicant. nCflMd Qbo~ h:u COf/unUmJ ll6fiml to colllply wilJr lhe specifu:. conditions listed be/oil',' l. -1ffirors irs oommitmet to ,he submittal of an qffirmalive action plan (Plt:n) Jar Ih. purpose ofmaJPI.,alning eqlltll tnJpJOJ'III~nt llnd promotiolllJI DJ'pt1mfn;ty, willi part/culllr empJrfUU 011 improvilllllre mi"ority and/or It'omltn worifora populo/ion tutd uliliratlon of minority and/or WOII"n-4WncJ proju.sirmal flmu. COlUuJurnl.J. ."dIo,. s1Jppllu.r. Sp<<ial r.,,:etlntp will be condJlCktl wilh executive manag<<flt"t IJlld nqMrvUory p<<r.J01lnel ID explain the lllle1l' oJ lite Plan aM ilIdMdu.al responsibility fi'" fIIeclive Inrp/ementGlion /lnd making elMr th, firm '.s ctlml"ltmen~ to the Pion. Addftlonally. ,h. Plan will bt di.rcIISSM at ~nploy<< orial'llaROnf aNi 'ndtting progrmns. Tlte Plan will be t1lGilllbk for rt:viel1' dllrln& normal bu.sintW hours bJ' contacting 1M AffinllCJtfw Actio" OjJiccr. Omdo RiccobollO is tll. appoi1l1.d AjJ'uuJlJlille dctlon OjJlcer nnd moy bt1 l'efZC'hM at (305) 818.4367. 2 3, < I ~ J, ." 6. Pre-Qualified to offer profeuional urvicu only in Ihe Mllllfli.Dat{tt COfll:IY kr.hrlleal f:trtqories sh(1wlI i" lhn alcClchr.d "Sla/t!llIenl oJTr.chnlar/ QualViCtltiou. .. All Id1fical aU~ IVtrlctlOlU mu.rt be stri.ctly a..111ttrttd to. Pr~gllaljfict1rioti CutV'icaliolf (PQC) CDlt8DlidGtu tl~ t.cJlIllcai cel1t/i~ati(m. tllftmuui'R (fcfion pln~ and bll$ines.t fUllit), reg,'SlNUion. brIo Ol'll! JfT'CDmllMd cwlt/icalicm pf'tJCAS f'ChlllUtg in the i.fsU/D'lCe of tJ Pm.Qrcatifietrtirm CerilfU':tJI.. R~po/'l Otl,,1' sipijicalft I.."hanga, &tlcll az slqffing. qualifier, oWlIersllIp.film tt1drltJls. ~tc.. ltl DlJD's f'QC Unit located tIl J J I N. w: I- Senti, l.ry) Floor, Mi"lIli, Florido. J3128, within 30 dD)U oj sw:h" cha1lg.t. Fallnre /3 rrport snitl r:hGllgl9 lQ DED may ruu/J in tM jl/lllledi(J,:t' ~uspe,ukrn or terlllination ofJfJur Jinn '.r PQC urttftCDllolt. Foi/w"e leI /Vh!ll\' )'Ow'jim '.r PQC tit lensl thirty (30.' day.f prior ltJ J'OIlr firm:S ~Ilr<<nt uplmtion cate may res"lt iq the .su.r.F'~".fion anJ/o,.tlfl'minr.li,mjrCJIYI COUllI}' prQl"dtrlS QIld ajl.,.~nl c'r futun co"trtlt:.L~ r~tll yo"..finn S Pn!-Ql1aliJkatior. Cert!lt:alfcmltu.J been Pl';}r,erly n:lle'Nrd. ,(/1)' lap.ra in th~ cutiflcaticn of any of the l\!lJuirwl flQC areat (lw.ridUl rqfsEr.~"io", alfurIlathte aerien plar:, or te.:Jmir:nJ Clfrjficatio."I) will ru"it in a Japu ill your PQC. Finmr arw rupoll$ibl~for OW-r'VLllf a"d ,,-dh~rjJli' to Ill.' sIIbmwwlI cfdDdiltlu. Aq' ",n.~K';JI applictltfom Gild/or .wpportingdot:llmantuubmUtft! qfter tile tlppllCtltiCln deadline! mighflfclllY rlK reliaM' o/your flnn's PQC certificatiCltl to ~Iv nut~ltJble Teeluticai Cirtl/iCfltiOtl ComndnM mutint. 'J'hl! PQC appU=ution, submiulon dtUUlit.nu. ond tit<< T~htllc.al Q~tlon Contmit~ mulirrg CtJi~nd(lrcan befound 011 1M !JqJartmenl ofBusin':SJ Invelopmem '$ webnrcloCfJt1Ulatll'u'U'miamidtJil"fnnvtlhd. . . 7. P~nllii Mirmu-DaJ, ComIty n!preienlatiJ11/!3 to haw ocass during IICTmal bli.t/llt$$ IlOUrs to audit bo?1a _ Qlld rfICGrd.r to wrlJY flljormatiDll .flllm1t.ttlld'Hitlll/IJ.I QJJP1it;otiOFL - - 'I1J1s rig/rr of (lccas .r1r"U commence 011 the appmvcl dflle of thu-ceri~"i'!alfl And sllaO Iermj1Ult.01I{ts~ryzUo~d(ltL . . .' - . , Plf!IUt: fiot.fI ihll! if at.~Y ~&n~ Jijamj-IJ~C; Cou"ty~~ P.~an1 :ofRll3i~ lH\'I!lopmtlr/ (DED) ~f ~n:~,'~ljn".e th"l~~ perSo,! . (Jr Jiml 11M ~llM'JI ~~ J:notl1ni!Y p~~_dd Inco~f'if:';,nation Qr nt~fl1fM. sla1~u:nIs, .P8D may -r.efer: t1~. ~lJtu!f_ to tlit! 'SlaW. Al'o/';'q} .Q/1iCc aiulltir"o'tJi.r ~\Wtlkriti~ .~i8i., Wl1l1te, tUbamtoiprot:edUl'&" and/or pumsua,j~;i'ons or otiledqal rfimMiu 'fir ',' ~lnta~c,.\!';;.R~:~~pqliL;y,~~rlJpP/;'#b~.f!!t.NJ~.~,;.amfIO~llml.~ . ... '., .~. . . ,lf~?,,"j.~:ifit~~f~Jf:c~~~~~r~:i.""" ,: ' .. ". .. . . " :::'-.',>.'.:.:, ;,:).,.,:,.-:,-~,,'~.:.:':...,--," ;?i~~::~ . '.~. . . . ..'. : .~tor..~~~~~~~~GfS~~~J.>_~~~r.~~~~~. MIA"'~ Miami-Dade County, Florida Statement of Engineering, Architecture, Landscape Architecture, Land Surveying and Mapping Certification @ Film: GEOSOL, iNC. S795-ANW ISISlStreet Miami Lakes FL 330 14 ClI.t;.floqr l:.OlODrilling,SubsurfAce Investigations' Seismographic Serv 19.02 - Oeptechnical and Materials Engineerina Services - -------- c01llBitt.. ....-1_ OS/2412006 Approval bpi:-.. / I 05/3112007 OS/24/2006 I I 05/31/2001 .. -------- ~-- ~~ Ivf..M/t..CI"tf...-'l'---' ""Lui.a Ilillan-DoZloTaJl, Il.A., ~ Florida Department of Transportation J.I.. lUSH GOVERNO~ 605 Suwannee Street TollahoS5H. FL 32399-0450 Dt."NVIR J. STUTLER. JR. SECRETARY' June 14, 2006 Oracio Riccobono, P.E., President GEOSOL, INC 5795-A NW 151" Street Miami Lakes, Florida 33014 Oa&lJ Mr. Riccobono: The Florida Department of Transport.ation has reviewed your application for qualification package; and determined tl1~t the data submitted is adequate to qualify your firm for the following lypas of work; Gruup 0 - Soil Exploration, Material Testing and Foundations 9.1 - Soil Exploration 9.2 - Geotechnical Classification Laboratory Testing 9..4 ~ Foundation Studies 9.4.1 - StandElrd Foundation Studies Yc,lur J.IDltmitltj Notice of QwaJtfication shall be valid untu J.!mL~Q...1907 at such time as your ~2006 ol/erhpad c,udirwill be C:ue to comply with tht' Department's 150 day requirement on oVE.'rhead audits. We will aUlom<lU(',aily notify yr.\Lll' llrm 45 to 60 clays prior to your updale deadline On the baEiis of data submitted tho Department has appro'/~ your accounting system and considers the rates listed bel'w.. as acc;F.,!pt.able rates for qualifICation purposes, Facilities Capital Cost ..2LMll!lA'L 1,383% ',-lome/Branch ...Q~. 211.17% Overtime ~ Reimbursed Direct EX09ns~ 0.55% Cverheoo RGito Should you have any questfons. please feel tree to contact me at 850/414-4485. Sincerely, *CfL~ 2, Cbllhn Lorraine E, Odom Professional Selvlces Qualification Administrator Ll::O/srnr www.dot.state.fl.uS *"""""'- la~ Iifj i!ifi ::I ... g N~ Ii :l~ 1Il~ ;!I!>>a: ili~i~E ~~,",...B cI'llilcD 11111 ~! II'! I II I ~ i Iii ao:~ ~ l!/~~5:l ~j;~~ i~!!i " ~ . ,.. I ... N o 1ft C' 1ft .... ~ 1II ;z '" ~~ ~ ~ I- .... 1ft '" N .... .... .... .... " 0:.... Ii Ln ~.... f') i~ ;: 8:i c;;; :::l ...'" "'U,.. ....... .... ....31U. &:Izz... llCIIlOZ C oC ::)",,01... ....CL"'Z .... .... .... ... :::l CD ... iz~ ....... ="'c -.Q llC 7~n mB=~ N "'''' 1ft '" i .... ... :::l ~ llC Z Cl Cl ~ '" is: '" :i , :ll:;o l!I = ao-=tn m - No I ... 'iRI18~11=.r~ 2 "00' iii &:I'Ll =111 l!illS II ~~;~ E d t ~ ii!I!1 -I r...~g ~ r f ;111.;1111:11. II _ cnW ~ wi !iN ~liili!....i ~~ifli Ii:~ r o i : Ii ~ c l!i . ~!i is i;;~Il!i1 ~l!:~~ !.l~~~ ::;,t:"'l!l iilJ'<<g ~~ill 81 Il~ 2 II I ,. ... j ti w~J~~ 1~_~I!i -~~t ~......... ... I III N .. III ... III .... ~ w Z ~i - ! I ~.... 9 r-c 7EI: ~ FZ:: N ...... &II ... '" ..... w w >CI ..... .... Q.. :II: w '" w ... ... ~~. ~ c.... :::11" ... Ill'" 15 -'Il.l'" Z 1.&.1>\0 8 =c... CD '" ......... UK,... .... ... ~C'I3:11". QZ ~~...~ =..C "'Co-.... lL"'''': lI\ ... N :II: ... ... II.. ..... Q.. ... :c '" .. W Z ~ ... C Q.. ..... ~ ~ 'i~III~II=.!1 :II: 'IL =1 liB II~ '" ..... g II I_ ~ ~ ~!5Irll I'll f" r ;;li.;lild I '" "''''... l!l ggc ii No ,-n S ......~.,f 15 ~~~~ I ,..;1ii':l-'-i~ ..:~.,(--.": '-'/.:,.' ~'I..r\" ""f.- ."," '..'''''''' "r ' l::,,';.~~f"t-."!:\ ?:'.:i~ STATE OF...!.ORI~ -- DEPARTMENT 01" BUSINESS AND PROFESSIONAL RE\WLATION BOARD OF PROF SURVEYORS & MAPPERS 1940 NORTH MONROE STREET TALLAHASSEE FI. 32399-0783 (850) 487-1395 P3SM !oLC 3900 NW 79 AVE. STE. 322 MIAMI FL 33166 _"''''''","~'-'. .-'-" ---.- _" STATEOFFLORIDA AC#1817iJlI,3 DBPARTIIBHT 01' BtrSlNESS AND "<<(l?" PROnSSIONAL RBGtJLATION 1.B7335 01/07/05 040561525 St1RVEYIIJl'Q " HAPPING BtrSIHBSS P3SJI LLC IS CDTXlPICD wad.. tb proridu. of c:b.4'12 "8. ",irui_ da~.. I'D 28. 2007 L05D1D7DJ.l70 DETACH HERE AC':l. n :1, '? '? i~ r' STATE OF FLORIDA DEPARTMENT OF BUSINBSS AND PROFBSSIONAL REGULATION ' BOARD OF PROF SURVEYORS & MAPPERS SEQ#L05010701170 ~I.ICBNSB NBR 01/07/2005 1040561525 II.B7335 The SURVBYING & MAPPING BUSINESS Named below' IS CBRTIFIBD Under the provi.ion. of Chapter 472 FS. Expiration date, FBB 28, 2007 l ... I.I.C 3900 NW 79 AVE. STB. 322 MIAMI FI. 33166 ':.&.".\',1,....;;"1' ~'..;A':'~.~'~ ,.,'",,'il .. .,..~~~~',";'.:~ . J I','" "f ,''; ~~ r ... ;~~;i~i!)";~; STATE OF FLORID DEPARTMENT OP BUSINESS AND PROFESSIONAL REGULATION BOARD OP PROP SURVEYORS &: MAPPERS 1940 NORTH MONROE STREET TALLAHASSEE PL 32399-0783 (850) 487-1395 IZQUIERDOL RAUL DE JESUS 3900 NW 7l1TH AVE STE 235 MIAMI PL 33166 .', DB~=~I' BT1SX:~~L~ ~ 65 PROFBS8XONAL RBGT1LATXON LS60!l!l 03/02/05 040723257 SURVBYOR AND NAPPBI) XZQT1IBRDO. RAUL DB JBSUS IS LIClIIISIm undo. ..... p..-.L.... of Cb,472 ,n. IDll\t1r:aUOQ dac.. 'fa .28, 2007 1005010200871. ------- ....._,........,.., DETACH HERE AC#: ~; '. STATE OF FLORIDA DEPARTMENT OP BUSINESS AND PROFESSIONAL REGULATION BOARD OP PROF SURVEYORS &. MAPPERS SEQ#z,OS030200S73 . LICENSE NBR 03 02 2005 040723257 LS6099 The SURVEYOR AND MAPPER Named below IS LICENSED under the provisions of Chapter Expiration date: PEB 28, 2007 l 472 FS. TWQUIERDOL RAUL DE JESUS lO NW 7l1TH AVE STE 235 _ AMI PL 33166 ~. \~,I..-";~' '~ .1>0,'''' ,,"lrJ-':;.'I":"'-~,-:'. \i;"""""".f..~.. '"I'" ~"".1:~'''-' "r:C~,~;<,~, ,J:,C-'," ,K. '"':;.'.~~ ;:>> I " I t: vr rL.VI1:IU DEPARTMENT OF BU'SINESS AND PROFESSIONAL REGlrLATION BOARD OF PROF SURVEYORS & MAPPERS (850) 487-1395 1940 NORTH MONROE STREET32399 0783 TALLABAS$EE FL- SUAREZ EDUARDO MIGUEL 3900 Nit 79TH AVE STE 235 APARTMENT 2 MIAMI FL 33166 . STAll! OF FLCIIUDA AeI 18 8 f\ q 0 I.: DBPARTIIBH'r 01' BtJs:nnrss AND PROl'ESSJ:ONAL RBGtJLATJ:ON LS6313 03/02/05 040723251 SURV'BYOR AlII) KAPPER stJARBZ, BDtJARDO MJ:CilUBL IS LICBBSBD wadH' t.Ile prcwbJ.GGII of Cb.472 Io'r;. Rlcpirat:lCllll dal:e. I'D 28. 2007 r.OSOJD20DJ12 _..__c"......... DETACH HERE lei STATE OF FLORIDA DEPARTMENT OF BUSINlI:SS AND PROFESSIONAL REGULATION BOARD OP PROP SURVEYORS & MAPPERS SEQ#LOS030200912 LICENSE NBR )3 02 2005 040723251 LS6313 The SURVEYOR AND MAPPBR Nameel below IS LICENSED Uneler the provisions of Chapter 472 FS. Expiration elate: PEB 28, 2007 SUAREZ, BDUARDO MIGUEL "-'0 NW 79TH AVE STE 235 . lTMBNT 2 k_dMJ: FL 33166 nTaV'l! ('Ia'Qv ~ pol Jlflnri~a ~11~ of . . Craig ~ ~~d"/"'Ct....",,..... ~ k~~~_.,.~..~~ ~ . ss.~"'" h ~ "',.n-~ Jw<rJWJ .,s ~ ~ 471. .9il. ~,<i S&.~'i1' AUDIT NO.: 0507- 003276 CERTIFICATE OF AUTHORIZATION NUMBER: 3110 EXPIRATION: 28-FEB-07 . DISPlAY AS REQUIRED BY LAW , Ac#1817834 :. ~ -- CRA1G A 'SMI:'l'H &: ABBO ~OOO W.MCNAB RD, POMPANO BBACH DISPI.AY AS REQUIRED BY LAW DXANB CARR SBCRETARY .~_.- ~~._....__..~-~ -~...--.-----_.-......- -' -.. 00407. SCHEDULE OF PRICES BID Consideration for Indemnification of CITY $25.00 [ X] Cost for compliance to all Federal and State requirements of the Trench Safety Act> [NOTE: If the brackets are checked or marked, the Bidder must fill out the Trench Safety Act sheet, Page 70, Section 00540. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 56 RECErv""ED HAZEN AND SAWYER, P.G Miami Beadl, Floridf' SCHEDULE OF PRICES BID {Please provide this Bid Fonn In a Sealed Envelope) un. J 9 200& CITY OF MIAMI BEACH RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM NEIGHBORHOOD NO.7 - NAUTILUS ~~B No 4~o I ;;-:i: I Item Estimated No. Quantltv Description Total 1 Lump Sum Design and Construction of the Neighborhood (Sase Sid) No, 7 - Nautilus for the Lump Sum Price of $ 2{;;, 420, FIre , 2 Allowance Allowance for Permit Fees, for the Price of $ 350,000.00 3 Lump Sum For consideration for indemnification for the (Sase Sic) Lump Sum Price of $ 25,00 4 Lump Sum Removal of ET-2 Encroachments in the ROW for (Add the Lump Sum Price of I ~7 I c)GO QfJ Attemate) $ 5 Lump Sum Design and Construction of Irrigation System in (Add remote areas (4 locations) for the Lump Sum ~(O, DOO, QQ. Altemate) Price of $ 6 Lump Sum Public Information Component (Add (Section 01005 of the Conceptual Specifications) Id/, 000, 00 Atternate) $ GRAND TOTAL - BASE BID PLUS ADD ALTERNATES Written: MeJ'?1r 5~"en4//;dl1 U',I,1e /y{"r1dL/d;;1'1 rl1t10St7// d 7.wtJ r-fv11c1~cl7We".? 17 cJl1e Dollars and A/O Cents $ 2 ~ //0, z z/ BID NO: 36-05/06 PATE: 06123106 CITY OF MIAMI BEACH 57 THE AMERICAN INSTITUTE OF ARCHITECTS AlA DOCUMENT A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS. that we Ric-Man International, Inc. 2601 N,W. 46" Street, Pompano Beach, FL 33073 as Principal, hereinafter called the Principal, and Liberty Mutual Insurance Company 80ston. Massachusetts A Corporation duly organized under the laws of the State of .MA.as Surety, Hereinafter called the Surety, are held and firmly bound unto City of Miami Beach as Obligee, hereinafter called the Obligee, in the sum of 5% of the accompanying bid Dollars (5% ), for the payment of which sum well and truty to be made, the said Principal and the said Surety, bind ourselves. our heirs, executors. administrators. successors and assigns. jointly and severally, firmly by these presents. WHEREAS. the Principal has submitted a bid for: Design/Build Services for Neighborhood No, 7 _ Nautilus Right-of- way Infrastructure Improvement project ITS#36-05l06 NOW, THEREFORE, If the Obligee shali accepl the bid of the Principal and the Principal shall enler into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material fumished in the prosecution thereof. or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shalt pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signecl and sealed this 15th day of August 2006 Jv~;j~,,~ (Witness ' ati nal Inc. , (Principal) (Seal) (Title) David A. Mancini, President ~~ Libertv Mutual Insurance ComDanv (Seai) &~1~' (Title) Arlene Touzi, Attorney-in-Fact AlA Oocument A310 -BID BOND- AlA .February 1970 ED .THE AMERICAN INSTITUTE OF ARCHiTECTS. THIS POWER OF ATTORNEY IS NOT VALlO UNLESS IT IS PRINTED ON REO BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. 1688823 LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company"), a Massachusetts stock insurence company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint VICTOR A. TROUTMAN, ARLENE M. TOUZI, KAREN C. BRODE, DAVID D, FISCHER, ALL OF THE CITY OF TROY, STATE OF MICHIGAN ..............................................,....................................................................................................................,......... ................................................................................................................................................................................................ , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as Its act and deed, anv and atl undertakings, bonds, recognizances and other surety ob!igations in the penal sum not exceeding TWENTY FIVE MILLION AND 00/100.................... COLLARS ($ 25,000,000,00..... ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company In their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ,; iii o Q. III o . ~ I By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: ~.. oc .rI! ;~ Pal 3... That the By.law and the Authorization set forth above are true copies thereof and are now in full force and ellect. i3 ' .. G> .- ... !:1 .'0 :'ii) ~ !! ~.. ,0 is :.. ;.: COMMONWEALTH OF PENNSYLVANIA ss ? e COUNTY OF MONTGOMERY '8 .E ARTICLE Xiii - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the presk1ent may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys.in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. LIBERTY MUTUAL INSURANCE COMPANY >- .. '\:I fIl fIl .. C 'ii) :I .a > c .. _c -0 lJ.,.. >Ul ..W Ee ~a. -ell! -" 0'" ..'\:I U Oe Do.. ~8 .... _Ill il jll ..0 ,c'" ..N e"P ..N ;;::l:l 50 u_ ~:f Pursuant 10 Article XIII, Section 5 of the By.Laws, Gamet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attomeys-in.fact as may be necessary to Bct in behalf of the Company to make, execute. seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. IN WITNESS WHEREOF, this Power of Attorney hes been subscribed by an authorized ollicer or ollicial of the Company and the corporate seal of Liberty Mutual Insurance Company has been allixed thereto in Plymouth Meeting, Pennsylvania this 2nd day of March , 2005 Byr ..4- 6/_ a?~ Gamet W. Elliott, Assistanl Secretary On this.2nl!...... day of March , ~ , before me, a Notary Public, personally came Garnet W, Elliott. to me known, and acknowledged thet he Is an Assistant Secretary of Liberty Mutual insurance Company; that he knows the seal of said corporation; and that he executed the above i Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. l! p. >- U C ~ .. :I U first above written. BY~~ Ter'-a Pastella, Notary Public ~ ,p," 4..." ?\s)'L~~ ,v CERTIFICATE ~vr411Y p$>V I, the undersigned, Assistant ecretary of Liberty Mutual Insurance Company, do hereby certify Ihat Ihe original power of attomey 01 which the foregoing is a full, true and correct copy, is in full ferce and effect on the date of this certificate; anell do further certify that the officer or official who executed the said power of attorney Is an Assistant Secrstary specially authorized by the chairman or the president to appoint attomeys-in-fact as provided In Article XIII, Section 5 of the By~aws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980, VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shalt be valid and binding upon the company with the same force and effect as though manually affixed. 15'(1) ~t,f~..,~N~ :rwERE~~~~ereunto subscribed my name and affixed the corporate sear of the said company, this " ~~~~ecretary day of . ~ ...........u ""..I,.U..I,. .......' Z0/Z0. d w o z <r: a: ::> tJ> Z - ...J <r: ~ I- :::) :i ~ a: w In - ...J > Z ~ a o o - u~ CIS ._ eI) ~ c 0 C\S- _u.. '00 -~ 'g16 N- .- ~ ~ CD OJ: ,c_ - ;:l C '('G - >Q) .Q to) Q) C ~ e Q) = ,cel) eI) C - .- '>, C lI.J C'\$ CJ Q. t: EQ>CC c.c;o CJ-en:: C\) 15 .- CJ .c Cl)C\) - en=--. -C!-.oClS !C\)O~~ -e...cnc Cl)CI)C>>C- lI,) lo. 'CI ._ u.. :g;g.8~o .2' e CI) ~ ; CI) = u 'C co G.lClS;C- '5'Clo.CIS,S! to)CI)='CI),c == .- CI) en CIS .- ~ c: C CJ t= .... - Q.) ._ lI.J';;ClSuc. CJ ... 'tS .- ... ..,1 ..... _ .... .~ en 0 CIS CIS ,cClS_...= !-,cU.OClS = ,.. 0) ,.. .. III = o 'iii 14 e E o (,) Q/ u c: fa .. :3 ell c: ..- ClI'a oE:l:: DlCll Ill.. -e! ell::! 14 E"' of! ........ - ,.. .... ~ Q) .Q S to) o '..... \ :~.... 2:>:>:9>:v98v2:'l 01 9816 lv9 8V2:,l,13~S ltlfl.lnW ,l,lCl3811 Cl,j >:>: :l3l 913132: >:2: 83=1 o -. " G.l~ UM C~ ClSll) ~'P'" lJ) I lJ)ll:::r -0 o~ e>O) ; 0 QZ 00410, BID GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue Issuing Bank's No. Beneficiarv: Aoolicant: City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Amount: in United States Funds Expiring: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) by order of and for the account at (branch address) of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager of the City of Miami Beach, or his authorized representative, that the drawing is due to default in performance of obligations on the part of agreed upon by and (contractor, applicant, customer) between City of Miami Beach, Florida and (contractor, applicant, customer) pursuant to the Bid/Contract No. for (name of project) Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. of dated (Bank name) BID NO: 36-05/06 DATE: 06/23106 CITY OF MIAMI BEACH 58 This Letter of Credit sets forth in full terms of our undertaking, and such undertaking shall not in any way be modified, amended, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this Letter of Credit that such drafts will be duly honored upon presentation to the drawee. The execution of the Contract and the submission of the required Performance and Payment Guaranty and Insurance Certificate by the (contractor, applicant, customer) shall be a release of all obligations, This Letter of Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law, If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature BID NO: 36-05/06 DATE: 06/23106 CITY OF MIAMI BEACH 59 00500. SUPPLEMENT TO BIDITENDER FORM THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER, ANY INFORMATION, INCLUDING ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITY'S REQUEST. QUESTIONNAIRE The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. '1, How many years has your organization been in business while possessing one of the licenses, certifications, or registrations specified in Section 00405? Additionally, list below or attached a list of all the names of all individuals team member's included in this bid and their respective responsibility, License/Certification#/Registration# _CUC044220 _CGC1506008 # Years _23_ _3_ 1A. What business are you in? ._Cert. Underground & Excavation Contractor__ 2. What is the last project of this nature that you have completed? (In case of co-venture, list the information for all co-venture) _Saint George West in Broward County 3. Have you ever failed to complete any work awarded to you? If so, where and why? (In case of co-venture, list the information for all co-venture) Yes, General Construction Servo (Water Works 2011, City of Ft. Lauderdale) - Water & Wasterwater Utilities; Teminated for convinience by owner 3A. Give owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, where a claim was made. (In case of co-venture, list the information for all co-venture) NONE BID NO: 36-05/06 DATE: 06/23106 CITY OF MIAMI BEACH 60 4. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions for which you have performed work: (In case of co-venture, list the information for all co-venture) 4,1. Alan Garcia 115 S, Andrews Ave., Ft. Lauderdale, FI. 954-831-0903 (name) (address) (phone #) 4,2. Armando Rubio 3071 SW 38 Ave, Miami, FI. 786-552-8184 (name) (address) (phone #) 4.3. Charley Carino 444 Brickell Ave., Ste. 200, Miami, FI. 305-372-0637 (name) (address) (phone #) 5. List the following informatioll concerning all contracts in progres'3 as of the date of submission of this bid. (In case of co-venture, list the informatioll for all co-venture) NAME OF PROJECT OWNER & PHONE # TOTAL DATE OF CONTRACT COMPLETION VALUE PER CONTR.A&T %OF COMPLETION TO DA r:~ _See Attachment____._ -...-----.-----------.---..-.-.--- ---------------------..-------.----.---...--..,.-.-.-.- --.-------.-------.-------------.---.-...--.-------------.--.--- (Continue list on insert sheet, if necessary,) 6. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? _ Yes__.___ _____.._____,_..,_,_____, ---_.__._-------~------------_._.._- 7, Will you subcontract any part of this work? If so, give details including <3 list of each subcontractor(s) that will perform work in excess of ten percent (10%) of the contract amount, the approximate percentage, and the work that will be performed by each such subcontractor(s). Include the name of the subcontractor(s) and the approximate percentage of work. _Yes, No sub over 10% BID NO: 36-05/06 DATE: 06123/06 CITY OF MIAMI BEACH 61 Ric-Man International, Inc. Current Work ALL PROJECTS I TOTALS: 6 Projects $53,953,100 OWNER ENGINEER CONTRACT PIPE SIZE AMOUNT COMPLETED CITY OF N, BAY VILLAGE 1666 KENNEDY CAUSEWAY STE.700 RIC-MAN NORTH BAY VILLAGE 12. $ 750,000.00 98% NORTH BAY VILLAGE, FL INTERNA nONAL 33141 305-756.7171 VERO BEACH BUSINESS MBV PARK, LLD ENGINEERING 2005 CYPRESS CREEK RD, 2455-14TH. AVE S.R. 60 INDUSTRIAL 8. $ 1,710.645,92 80% WEST PARK 15.-36. FT, LAUDERDALE, FL 33309 VERO BEACH, FL 19541771-5056 32960 CITY OF LAUDERHILL A,D.A 2000 CITY HALL DRIVE ENGiNEERING, NW 56TH, AVENUE LAUDERHILL. FL 33313 INC,l14l11S.W, WA l'ER & SEWER 12. '" 16. $ 1,220,420,40 40% 40TH, ST. STE 470 IMPROVEMENTS (954) 73D-2960 MIAMI, FL 33165 1--- ----- PALM BEACH COUNTY MATtIEWS WATER UTILITIES CONSUL llNG INC. DEPARTMENT 8100 1475 LA MANCHA AV 30. FM I FOREST HILL BLW, WEST CENTREPARK PIPELINE EXTENSION 36.FM 55.562,797.15 0% PALM BEACH, FL33413 BLW. STE 250 PROJECT WEST PALM (954) 493-li112 BEACH, FL 33401 ,-.--,- CRAIG A, $MITH & CITY OF OAKLAND ASSOCIATES OF 3500 NE 12TH AVE FL,OIllDA, INC, NE 6TH AV 4')(7' OAKLAND PARK. FL 33334 1000 W, MCNAB DRAINAGE BOX CUD $S.70'J,165.30 0% (954) 630-4475 RD. S'l1O. 200 IMPROVEMENTS POM?ANO BEACH, FL 3:W8~ I -.-.----- 1-- -- ----- -, DROWARD COUNTY WATER RIC-MAN AND WASTE ENGINEERING INTERNATIONAL I DESlGNIBUILD DIVIStOH 2555 WEST eOPANS CHEN & Assac FOR REPLACEMENT OF 48. FM $4,398,779 60% ROAD POMPANO BEACH, FL 33089 DESIGN BUILD 48. FORCE MAIN (1541131..0773 T"..AM - ,-- -,-,,---- TOWN OF JUPITER UTILITIES TOWN OF JUPITER MISCELLANEOUS 1S"FRDR/ 210 MILITARY TRAIL UTILITIES 210 STORMWA TER "'X 12'BX $1.876.151.00 0% JUPITER, FL 331151 MILITARY TRAIL (511) 741-2251 JUPITER, FL 33451 IMPROVEMENTS 2005 CULV NORTHERN PALM BEACH WANTMAN GROUP COUNTY IMPROVEMENTS WEST PALM BEACH OFFSITE DIRECTIONAL 1S"WM $1,691.220.00 80% 357 HIATT DRIVE PALM BEACH DAVE BROBST BORES 12.FM GARDENS, FL 33416 BHOWARD COUNTY BOARD OF COUNTY COMMISSIONERS CHEN & BROADVIEW PARK S-TO 16- 115 S. ANDREWS AVENUE ASSOCIATES NEtGH80RHOOD WM $9.807,671.31 90" FT. LAUDERDALE, FL IMPROVEMENTS (954135''''336 CITY OF LAUDERHILL CORZO CASTELLA CARBALLO %aoo CITY HALL DRIVE THOMPSON, P .A. NW 11TH STREET 8" TO 16. $837,450.00 100% LAUDERHILL. FL 33313 FT. LAUDERDALE, FORCE MAIN EXTENSION FM (1541730.2160 FL MIAMI-DADE WATER & SEWER INST ALLA nON OF 30. WM 3071 SW 31TH AVE. SAME AS OWNER CROSSING MIAMI RIVER 30. DIP $1,914,000.00 ." CANAL AT SW 2ND ST MIAMI,FL. CONTRACT W.a63 786-552-8150 Cwrenl-ComplCled Work &;1112006 Page' of2 CITY OF PLANT A TlON RIC-MAN TURNPIKE & SUNRISE 20"FM 400 NW 73rd AVENUE INTERNATIONAL, BLVD CITY ."to10" $1,500.100.00 PLAHTAIOH, FL33317 POMPANO BEACH 810 . 031.(15 WM .." (9541797~22.5 41100' ~." WM CITY OF BOCA RATON CITY OF BOCA 4700'-8" 201 W. PALMETTO PARK ROAD LBFH, INC. UTILITY DRAINAGE SAN $2,386,570.00 BOCA RATON, FL 33432 WEST PALM BEACH IMPROVEMENTS AREA II 4600' (,.,) 393-7971 DRNG 18-. '2" .." VILLAGE OF WELLINGTON AReADIS REESE, VILLAGE OF WELLINGTON 16-t024" 1.aoOO GREENBRIAR BLVD. MACON & ASSOC. WATER TRANSMISSION PVC & DIP $978.220.00 WELLINGTON, Fl 33414 LAKE WORTH, Fl MAIN EXTENSION PHASE I ----!.!~_._- (511)711..000 33463 -. - BROWARD COUNTY BOARD SY GEORGE EAST .-DIPWM OF COUNTY COMMISSIONERS NEIGHBORHOOD TO 8".15" $7,03oJ.,940.lJ6 115 S. ANDREWS AVENUE CHEN & ASSOC. ;MPROVEMENT PROJF..C'T PYC SAN FT. LAUDERDALE, fL i-SUBMERSIBLE PS ..% ('54) 357-6336 -- .--- --.-.----... -------.----.- ------- Pr;)jl1.:t iOIH;. Complete, CITY OF MiAMI BEACH 8"SAN, CClntract open, prewently CIlY HALL WASHINGTON AVENUe 12"WM, ." i12,104,429.00 'NoltlnSl :ti1 o:J:tenslve 1700 CONVENTION CENTER IiAZEN & SAWYER IMPROVEMENTS PROGRAM TO 42" addtti<)nal war;; "t owner, DRWE MIAMI BEACH, FL33138 ORNG reQlOe1O\ (!OS) 673-7D80 '--. - -.-.. .~. .____..____L__....__._.___.~__ CUrmllCompleled Work 81Ji/20Q6 Page 2 of 2 The foregoing list of subcontractor(s) may not be amended after award of the Contract without the prior written approval of the Contract Administrator, whose approval shall not be unreasonably withheld. 8. What equipment do you own that is available for the work? See Attached 9. What equipment will YOLl purchase for the proposed worla As required, none expected 10. What equipment will you rent for the proposed wCirk? As required, nOlle expected______________. 11. State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience in managing similar work. Project Manager: Albert Dominguez Superintendent: Nelson Liberti See attached resume BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 62 Ric~Man International, Inc. Equipment List by Type System Date: 0':'.08-2006 System Time: 2;36?M !Equipment !OeSCriPtion IMake Model Year :Serial Number , ~ I AIR COMPRESSORS MAIRC2 AIR COMPRESSOR GRIMMERSCH COMPRESSOR 1985 12594590 MAIRC4 AIR COMPRESSOR JD SULLAIR I S5HOPQ 2003 PE4045D251552 MAIRC5 AIR COMPRESSOR JD SULLAIR 210HOPQ.2 2006 152099 MDIVEl DIVE COMPRESSOR SLOAN DIVE COMPR DC16 MOIVE2 DIVE COMPRESSOR YANMAR COMPRESSOR 4-1oo0YAUO - - BACKHOES - B160A EXCAVATOR JOHN DEERE 160LC 2001 P00160)(041223 -'-- B22SA EXCAVATOR CAT 225 1986 51U06313 ---- . - B2350 BACKHOE CAT 2350 1993 8KJool99 -...-- BI7ZTS EXCAVATOR JOHN DEERE 17ZTS 2001 FFOI 7ZX21 0096 ---- B27ZTS EXCAVATOR JOHN DEERE -- 27C-ZTS 2005 FF027cx221265 ---- B308LC - HYDRAULIC EXCAVATOR KOMATSU PC308LC3 2004 20094 B312LC BACKHOE CAT 312LC 1996 6GK01932 -~-----,.~ B320Bl BACKHOE CAT 320BL BACK 2000 6CR04514 B321CA EXCAVATOR WI9AB AIR. CATERPILLA 321CLCR 2004 MCF00359 --.. - - - B325Bl BACKHOE CATERPILLA - 325BL ~='78 -------.------. - B345BA EXCAVATOR CAT 345BL 11 2003 AGS01788 . .. B385BL EXCAVATOR CA TERPILLA 365BL 9TZ00512 BSOZTS EXCAVATOR JOHN DEERE 5OG-ZTS 2005 FF050CX241111 B790EA BACKHOE - JOHN DEERE - 790E BACKH 1995 FF790ELOI5010 B.JK007 EXCAVATOR DONGEUN JK007 2003 US02086YlJ913FL -_.- - - - " ---- BROOM TRACTORS - - -. .--. ---..--------.- SFORD. - BROOM TR.~CTOR -- fFORO- 3600 TRACT ---- -- --_._-------_._.~...-.. fl0083.C._.__..___..__.__.... --- ISJb520--- BROOM TRACTCiR.-.---- --- j6iirDEERE--- 5200 TRACT . ~"95 _. LV52DOH2li55S .. ..~. ~.,.....-------"--_..__.- ~~SEY FER _____ MF230 i"RAC.---- ~:<-._-----_."_._._.- SMF230 ,BROOM TRACTOR 9A309171 '-"--ISM"'4"S;-'-, BROOM l"RACTciR .-..-.--- MASSEY FER .___ MF451-2 .-- r---- BM13037 '-'---'--.-. .- r--"-~ -------.-----_.._ r------.-.-.- p:c.__.._______._...._..__._ ,.;;;:~..-._---j;;--_._----------- ---.----.-- --..----- r--n.-- ~_._--._-_._-_.__.__. ..- .... .,:'=~uiM !~-=:. 6FT ~BLEpi.Ar;.P.}IQ9KET"-_:.~..:: ---~._._._--- r----.-.-.--.-- r--.-.- -_..._----_._~-._~-_.._.._._._- OWcNS--- .--- ------.---..-.---... MCl.AM2 . 6FT CABLE CL\MP BUCKET 20-00 -- ---------..-----.-.-- BB235 363FT BUCKET . Hendrix - __ 36" Rock -- 8631260 5FT BUCKET -- CatepOlar '6:9" 311.:::_____ 3'-2DglOfQlii--.:::::::~-,::,,-== MHYD~M 6FT HYD CLAMP BUCKET .__ ~ERTON .= -- . - ------ r--------. -.- -- --- -. '-- CEMENT MIXERS MCEM2 CONcReTE MixeR -- IsroNc.------ - .. .. 451209 - - MCEM3 . CONCRETE MIXER - - HONDA.---------- 2001 342001190------- MCEM4 CONCRETE MIXER STOW CM9H 2003 752101 - MCEM5 CONCRETE MIXER STONE _. 95CM w/8HP 2004 362004201 - .. .COMBINATlON BACKHOEIlOADERS C410B COMBO B-HILOADER JOHN DEERE 410E 1999 T0410EX6812!' - C44BB COM60 B-HILOADER CAT 446B 5BL02103 ---- " C310ED COMBO B-HILOADER JOHN DEERE 310E 2000 T0310EXS82425 - - .. C410GA . COMBO B-HILOADER JOHN DEERE 410G 4WD 2003 T041OGX923841 .- C410GB COMBO B-HILOADER JOHN DEERE 410G 2005 T041OGXD42744 C420DA COMBO B-HILOADER CAT 4200 2003 FDP12BOO - - - CRANES MLlMA CRANE LIMA CRANE 1966 46521 MLlNK CRANE LINK BELT CRANE 1969 19F9320 MLlNKA LINK BELT CRANE BOOM ATTACHMNT '- " CONCRETE SAY16 M14STSAW 14" STREET SAW EDCO D51611H 15470 MISSTSAW lB" STREET SAW STOW CD613H1S 303673 .JZERS D4S0G D02ER JOHN DEERE 450 DOZER 1995 T0450GHB05903 D6S0H DOZER JOHN DEERE E50H 2002 T0650HX89787S DTD20: DOZ~R DRESS:R Te20E DOZE 328<< '. I page 1 of': t':\=:JUf.gME,.,.n=qlJipmen~ L1$~ f~r Shop.~I!'i Oii040t bJ' type ~""'nn~ IEquipment IDescription IMake IM~de' Year Serial Number I EXCAVATOR ACCESSORIES IB17ZTSA BREAKER INDEeO MES 121 23188 I FDRKLlFTS IF585 FORKLIFT CASE 585 FDRKLlFT 1981 9061056 I GENERATORS MLlTEl LIGHT TOWER, TOWABLE SM MAGNUM ML T3060 2005 51815 MLlTE2 LIGHT TOWER, TOWABLE SM MAGNUM ML TJOSO 2005 51814 MHONGEN GENERATOR HONDA EZ2500 EZEJl036535 GRADERS IG12G02 GRADER CATERPILLE 12G 511'.415537 I LOADERS L922B LOADER CAT 922B LOADE 1986 94A1982 L936A LOADER CAT 935A LOADE 1986 33Z02287 L935G LOADER CAT 938G 2000 4YS01167 L924G2 WHEEL LOADER CATEPILLAR 924G 2004 DDA01597 - L924GA WHEEL LOADER CA TERPILLA 924G 2004 DDA01241 - - L938G4 WHEEL LOADER CATEPILLAR 938G II 2004 RTBOO745 L938G5 WHEEL LOADER CATEPILLAR 938GII 2004 RTB00746 L938G8 WHEEL LOADER CATEPILLAR 938GII 2004 RBT00878 L938GB LOADER CATERPILLE 938G 8W500498 L938GD LOADER CATEPILLAR 938G 1999 4YS01170 L950FA LOADER CAT 950F LOADE 1994 08TK01414 L950FB LOADER CAT 950F LOADE 1995 8TK02432 LS262!, SKID STEER LOADER CAT 282 2002 OCED01503 LS277A MUL n TERRAIN LOADER CATERPILLA 277B 2005 47322.67 --- .._- MISCELl..ANEOUS EQUIP - - -- MARCH ARCH SPREADER ARCH SPREADER 2005 9409630 - , M20DRB MISC 20 YD ROCK BOX EFFICIENCY SM-EWHD-24 2005 128388 MSYDRB MISC. 5 YARD ROCK BOX - MDRIL.2 DRILL TEK DRILLRIG DRILL TEK D25KUL 731180 .. MDRILL DRILL RIG DAVEY M5CS CRAWL 859 MDYNAl DYNAPAC LG500 35002799 MDYNA2 DYNAPAC LG500 35002800 MF938G UTILITY FORK S MANUAL COUPLER MMOLEA 2000 3" mol. Vermeer 3" hammrl1d 2000 eo151 -- MMULT1 MULTI QUIP REV PLATE COMPAC MULTI QUIP MVH402DBS 2002 J1954 MMUL T3 COMPACTOR MUL TlQUI MVH405 2005 1074 MPAVE2 ASPHALT PAVER CAT AP200 6AD00370 MPAVE3 ASPHALT PAVER INGERSALL 575T 1995 300060 -. MPAVER 1987 LEEBOY 1000 PAVER LEEBOY 1000 1987 Ll000SR-596 MREMX2 REMAX CATEPILLAR 4800 305652 MRT200 TRENCHER VERMEER RT200 2002 1~W111T821000430 MWACK2 WACKER JUMPING JACK WACKER BS 700 5375951 MWACK3 WACKER JUMPING JACK WACKER BS7!l-21 2004 5504323 MWACKB VIB PLATE 9000 LB WACKER WACKER DPU4045Y 6057355 MWACKC 1998 WACKER WACKER DPU-5045 1998 7B62 MZIPE2 ASPHALT ZIPPER ABPHAL T ZI 480 2001 l00716AZ MZIPER ABPHAL T ZIPPER John Deere 480 100683 PUMPS P6VS 5" MUL Tl-PURP PUMP SLOAN 5" MULTI-P 1995 OO13-C P8PVA 8' PIONEER V AC ABST TRASH PU. PIDNEER PP88S12 2004 3031 PHD6H 8" PUMP HEAD HOUAND H-5- TMSA- 1 1999 H-IHMSA-136 PHY05 8" HYDRAULIC PUMP UNIT 1 PT6-23 PHYDS 5" HYDRAULIC PUMP SLOAN S" HYDR PU 1313C PJETA 5" JET PUMP BERKELEY JET PUMP G300398 PJETC 4" JET PUMP COMPLETE DEWATERING 1998 8098 METEST ELECTRIC TEST PUMP MGTEST GAS TEST PUMP HURCD 1029535 PWP10A 10" WELLPOINT PUMP COMPLETE 'i OVA WP-D6- 2002 9031 PWP12A 12" WELLPOINT PUI~P 15.1029 IPWP123 12" WELLPOINT PUMP : i PWPG10 10" WELLPOI"T PUMP GRIFFIN !W~L!..:;l!\: I ?U ~72o ;:..ge 2 ofL L':\=OU/.::>M:;NT\=qlJipmen~ Us: for 5nopfls Q~{uOE Dr tYPl! . ,.... '~r"'~ Equipment Description IMake Model Year Serial Number MGTEST2 GAS TEST PUt...1P HURCO PRESSURE WASHERS IMPRESS PRESSURE WASHER HYDROTEK SW30004 '993 ROLLERS - RB1248 8W '24 DH 80MAG BW124DH-3 2005 #901581271038 R8W100 ROLLER 80MAG BM100 1997 1005'0811 - RC122B ROLLER DYNAPAC CC122 2005 60118635 ReA151 ROLLER DYNAPAC eA151 199' S98351 RCC102 ROLLER DYNAPAC CC102 1994 80110819 --- RCC122 ROLLER DYNAPAC CC122 2005 60118370 RCS12A ROLLER Ovnaoac CS12 17258 - AUTOMOBILES -----.---- A115A 2000 DODGE DURANGO DODGE DURANGO 2000 1 B4HR28ZXYF23653e----.-. - ALEXB 2003 GX470 SUV LEXUS GX470 2003 JT JBT20X3300024' 6 .- A03EXP 2003 FORD EXPLORER FORD EXPLORER s 20C3 1 FMZU63K23UAS5800 A04NIS 2004 NISSAN ARMADA NISSAN ARMADA 2004 5N1AA08A24N715283 -.-- ALEX04 2004 LEXUS LS430 - LEXUS LS430 2004 JTHBN36FX40152847 .- ALINCD 2005 LINCOLN NAVIGATOR .- LINCOLN NAVIGATOR 2005 5LMFU27595LJ04 1 73 .. DUMP TRUCKS TDF02A 1996 F800 16' FLAT DUMP FORD F800 FLA T8 1996 1FDND80C9TVA11319 TDI92A DUMP TRUCK INTERNATIO 8100 1992 IHSHBLHN5H439953 TDM02A MAC'X TRUCK MACK CS300P 2000 VG6BA09B2YB702407 - TDM04A TRI-AXLE DUMP TRUCK --_.- ~!,CK _ - CV713 2004 , M2Al!1 1 C24M009257 - ~~~~~~ =::--: ~~CK CV7,3 2~ ' M2AG1 1 C08M039988 .---.-- FORD DUMP L T900 --- 1995 lFDZU90T3SVA53786 ____no :.:~------ .-.-.---..--- -.------ ------.- --- f------.-----..--.--- TAAfl.ERS ~_i+12TON".:""_..1i'95 ECoNOi.JNE'l'RiiILER---'-- ECONOLlNE MP424TE TR '995 42ETPJE43.i'i"000865-----.- --_'-rf'6TPN .__ 1!!2Z~I~QL.-i.~' TRAlLE~_ e:CONOLlNE SP624TE Tf{ --...- 1997__ 42ETPJF44V1 004991"--- -....- AXLE<! 1979 SAME J.6.XLE TRAILER SAME 3XLE TRAIL '979 7792576 ------------- - 'fWTEC '-1967 AZTECToWElCW--n-.- AZTEC LOWBOY '967 LB25'066038----.----. =- TLDANE 1971 GREAT DANE 40' FLAT GREAT DANE 40' FLAT T 1971 100416 ---.-- - TLKlN2 1988 KING MODULAIR TRAILER KING - OT '988 K038812007 TLKING 1998 KING LOWBOY TRAILER KING - -- TK100HDG '998 1 TKJ04937W81 00966 TT113A PACE TRAILER PACE WS8'06SHD 2000 .FPF810'XYG043616 - TT119 1998 PACE TRAlI.ER PACE - TRAILER 1998 4FPF81014WG026226 --.-.- - -.-- TTCONT CONTRAIL TRAILER CON'TRAll C-12Bl -- 2006 4KNUC16280l18130' TTCURA CURAHEE UTILITY TRAILER CURAliEE TRAilER 2004 4TlOLS16294107',33 .. TTHARD 1981 HARDEE TRAILER -- ~+>EE TRAilER 1981 17582 --.- TTHAUl 1999 HAULlN TRAilER 1 Axle HAULlN 5700 FLAT 1999 4K2UF0715XM137666 PICKUPS TP105 1997 FORD SERVICE TRUCK FORD SUPERDUTY '997 3FELF47FOVMAOO380 TP114 1993 FORD F260 PICK UP FORD F250 PICK '993 'FTEF25Y7PNA56795 - TP116 '999 FORD F150 PICK UP FORD F150 '999 1Flr.ZX1721>aN832116 - TP117 1994 DODGE 2500 PICK UP DODGE 2500 PICK '994 1 B7KC26Z8RSS68552 TP119 1995 DODGE RAM PICK UP DODGE RAM PICK U 1995 , B7KC26C9SS354300 TMF01A 2001 FORD MECH TRUCK FORD MeehTr 2001 lFDAF56Fl1ED'5384 - TMF02A 1999 F450 MECHANIC TRUCK FORD F450 1999 1FDXF46FOXEA77623 TMF04A 2004 F560 SUPERDUTY FORD F550 SUPER 2004 1FDAF57P94EB22136 TP10BA 1996 FORD SERVICE TRUCK FORD F-SUPERDUT 1996 1 FDLF47F6TEB1 1457 TP1138 2000 FORD F260 PICKUP FORD F250 PICKU 2000 1 FTNF2015YEC28004 TP117A 2000 FORD F250 PICKUP FORD F250 PICKU 2000 1 FTNF20l3YEC27952 TPD02A 2002 DODGE RAM PICKUP DODGE RAM '500 2002 1D7HUl8212J159791 TPD03A 2003 DODGE RAM 2500-QUAO DODGe RAM 2500 0 2003 3D7KA28D93G721979 TPD03B 2003 DODGE RAM 2500 DODGE RAM 2500 2003 3D7KA26D63G784685 TPF01A 2001 FORD F-250 PICKUP FORD F-250 2001 1 FTNF20LX1 ED4.990 TPF01 B 2001 FORD F-250 FORO F-250 2001 1 FTNF20l11 ED49991 TPF02A 2002 FORD F-2S0 FORD IF-250 2002 1 FTNF20l62EA30798 TPF02B 2002 FORD F250 PICKUP FORD F 250 12002 1 FTNF20L32EA 18265 TPF02D 1 997 FORD SUPERDUTY FORD SUPERDUTY 11997 1 FDLF47F3VEB42975 TPF04A 2004 FORD F250 PICKUP IFORO 250 12004 1FTNX21P74EB'5886 iTPFOBA F-250 PICKUP FORO F-250 12006 I iTP;:::02C 2002 F-25D F:J'lD PICKUP IFORD IF-25G 12002 'i FThlF20LX2EB59611 l.!:~OU/~M="'T'=Ql.lip,Tl~n: I..is: fl)r Sno;..Jds 0&(,40& bj'rype Equipment Description I Make !MOdel IYear Iserial Number I TPG02A 2002 GMC SIERRA 2500 GMC ISlER;</< 2002 1 GTHK29U52Z316B94 TPN06A 2006 NISSAN TITAN LE NISSAN TIT KlC 4x4 2005 IN6BA06BB6N524745 TPWELO 19B7 FORD F250 FLATBED FORD "250 FLATS 19B7 1 FTHF251 BHN."3352 1 TvCOOA 2000 CHEVY ASTRO VAN CHEVY ASTRO 2000 1 GCDM 19W2YS1 16075 TRUCKSITRACTCRS TJETv 19B5 JET TRUCK GMC TOPKICK 19B5 lGDP7D1YBFVB26375 MTACKA INGERSOLL RAND HT -250T INGERSOLL HT-250T 5E1FS101B5B1B3805 TM 1 06A 19BB MACK TRACTOR MACK TRACTOR 19BB 1 M2A Y04 Y7 JMOO3826 - TM112 1981 MACK WATER TRUCK MACK TRACTOR. 19B1 84711 TM112S 1996 FORD FUEL TRUCK FORD FUEL TRUCK 1996 1FDZU90T3TvA03956 TM6X6A MILITARY TANKER WATER TRUCK COSL IHP 6><6 H2O TR 1971 SY5C02096 TMH20 1976 MACK MACK TRUCK 1976 RD769SX1011 - TMIH20 WATER TRUCK INTERNATIO 19BB TMM01A MACK TRACTOR MACK RD6BBS 2001 1 M2P324C31 M056350 WELDERS WLINC WELDER LINCOLN ARCH WELDER 1050090 WMIL251 WELDER MILLER TRAILBLAZER 251 1939 KK2B1475 LASERS -- LOlA LASER GTS GTS-223 2001 UL0461 . L01C PIPE LASER TOPCON TP-L4G 2001 VD0221 L04A PIPE LASER TP TP-L4G PIP VD0738 1.95A LASER DIALGRADE LASER 1995 L T02A PIPE LASER TOPCON TP-L4G 2002 VD0371 TRENCH BOXES _. 1'5811 TRENCH SHIELD B X 11 ..-. 1'5813 TRENCH SHIELD 8 X 13 lB424A TRENCH BOX 4 X 24 A PRO TEC PROB-424D 99 12522 TB424B TRENCH BOX 4 X 24 B PRDTEC PR06-424D 99 12523 - TB4620 TRENCH BOX 4X6X20 PRDTEC PR04-620D 1500B - iJpS224 TRENCH BOX BX2X24 RCHASE 14930 -- TRENCH BOX 8 X 6 X 24 --- J,B8624 TRENCH BOX 8 X 8 X 2< - TB8B24 - TBB828 TRENCH BOX 8X2B SPREE5HORE TS-OB28DWB 2004 250649 L':!~:;UI.::>M~I,T\~Dui:;Jm~rr~ !...is: i:u Sno=-.J:!S aSCN!OE OJ' fJ'p. 12. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). 12.1 The correct name of the Bidder is RIC-MAN International, Inc. 12.2 The business is a (Sole Proprietorship) (Partnership) (Corporation). (In case of co-venture, list the information for all co-venture) Corporation 12.3 The address of principal place of business is 2601 NW 48th Street, Pompano Beach, FI. 33073__________. 12.4 The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: _David Mancini - President _Rene Castillo - Secretary _Paul ,Jankowski - Vice-President _Lisa M. Jankowski - Tresurer & Asst. Secretary 12.5 List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. _RIC-MAN Construction _Ledds Enterprizes BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 63 12.6. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. (In case of co-venture, list the information for all co-venture) _None 12.7. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). (In case of co-venture, list the information for all co-venture) _None___. -------.---.-------.- 12.8 List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. _See attached BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 64 PROJECTS RELATED CLAIMS AND LITIGATION HISTORY FOR THE PAST FIVE YEARS ,I.. " - CASE NAME CASE NO, PROJECT NAME SUBJECT .... TTER THE ENGINEER RIC-MAN INT'L, INC. for It6e~ and MIAMI-DADE CO. WRONGFULLY REJECT 8S essignee for the CITY OF CIRCUIT COURT WATSON ISLAND SANiTARY WORKED PERFORMED MIAMI CASE 1102- SewER CONTRACT B-5590 A SUBCONTRACTOR F vs CARNEY-NEUHAUS, INC. 3876CA05 RIG-MAN INl'L. & THE C OF MIAMI - ---"-- NORTH ANDREWS GARDENS CLAIM FOR ADJUSTME RIG-MAN INl'L, INC. vs NEIGHBORHOOD TO CONTRACT N1A IMPROVEMENTS PROJECT AMOUNTIPAYMENT BROWARD COUNTY CONTRACT NO, AMOUNT AND TO H-5-99-102-CF CONTRACT TIME t----------,--.- -'-- REQUEST FOR AN NORTH ANDREWS GARDENS EQUITABLE RIC.MAN Nr'L, INC. vs NEIGHBORHOOD ADJUSTMENT TO TH N/A IMPROVEMENTS PROJECT CONTRACT- DIFFER I BROWARD COUNTY CONTRACT NO. SITE CONDITION 54 H-5-99-102-CF MICRO TUNNEL CASI UNDER 1-95 ---.-- t-- ST. GEORGE WEST RIC-MAN INl'L, INC. vs N/A PROJECT BID PACKAGE #8 SETTLED IN RIC-MAN BROWARD COUNTY CONTRACT NO. Q-l-02-022- FAVOR ON 1/21/05 CF EO BY OR ITY NT E NO . NG 'S \\UI1"W11~1\tln_"l"Fnm'll&\R"'.tatt ~"lmA & 1iIiCi'......... hiGnrv .k 12.9. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. (In case of co-venture, list the information for all co-venture) _None 12.10. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, provide details. (In case of co-venture, list the information for all co-venture) None -' 12.11. Under what conditions does the Bidder request Change Orders. _Owner initiated items 12.12 You must provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. David Mancini, Lisa Jankowski & Paul Jankowski BID NO: 36-05/06 DATE: 06123/06 CITY OF MIAMI BEACH 65 12.13 Individuals or entities (including our sub-consultants) with a controlling financial interest: have _XX_have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. WITNESS: IF PARTNERSHIP: Signature - .. Print Name of Firm Print Name Address By: General Partner .----------- Print Name WITNESS: J.~ If " Signature .::fj IF CORPORATION: _RIC-MAN International Print Name of Corporation _Hamill Ortiz Print Name Address BY:~ ....- President - 2601 NW 48th Street, Pompano Beach, FI. / Attest: Secretary BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 66 00520. SUPPLEMENT TO BIDfTENDER FORM NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this 16 day of August, 2006. The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this Bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to whicfJ the Bid pertains. _Corp. Secretary TITLE (IF CORPORATION) BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 67 00530. SUPPLEMENT TO BIDrrENDER FORM DRUG FREE WORKPLACE CERTIFICATION THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees ior drug abuse violations occurring L1 the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subparagraph (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; BID :-10: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 68 (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs( 1) through (6). ene Castillo______.___.__. (Print Bidder's Name) STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me this 16th day of _August ,2006_., by _Rene Castillo .__________as (name of person whose signature is being notarized) _Corp. Secretary__ (title) of RIC-MAN International___ __, (name of corporation/company) known to [Tle to be the person described herein, or who produced ________ as identification, and who did/did not take an oath. ~B~~ (Signature) h a /). ffi eL- Eileen A. Nace /f/ AI NOTARY PUBUC-STATE OF FLORIDA (Print Name) ............., Eileen A. Nace V'l1 ~~)Co~misSlon #00570593 f..f."...... Expues: AUG. 16,2010 My commission expires: g; It /0 BONDIID THRUAllA.'11C BONDlNG co.. INC. I / BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 69 00540. SUPPLEMENT TO BIDfTENDER FORM TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE PROPOSAL AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS ,:,,, INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE ill CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. 'i.:.r The Bidder further identified the costs and methods summarized below: Description Unit Quantity Price Unit Price Extended Method _Pipeline_ _LS___ 1 _210,000_ _210,000__ Slope Banks Total $ 210,000 BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 70 IN ORDER TO BE CONSIDERED RESPONSIVE. THE BIDDER MUST COMPLETE* THIS FORM. SIGN AND SUBMIT IT WITH ITS BID DOCUMENT. _RIC-MAN International iJIIt" Iiorized Signature Of;dder .COMPLETION REQUIRES FILLING IN THE APPROPRIATE DETAILS UNDER THE HEADINGS. i.e.. DESCRIPTION. UNIT. QUANTITY PRICE. UNIT PRICE. EXTENDED. AND METHOD. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 71 00550. RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. ~ / A BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 72 ACORD. CERTIFICATE OF LIABILITY INSURANCE OP 10 A~ DATE (MM/DDIYYYY) RICMA-3 01/22/07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Bosquett & Company HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2150 Butterfield, ste 100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Troy MI 48084 Phone: 248-643-7475 Fax:248-643-6332 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Zurich-American Ins CO INSURER B: AIG Insurance Group Rio-Man International, Inc. INSURER c: Attn: Jeri{ Wichert Steadfast Insurance COIIIlPany 2601 NW 48 h Street INSURER 0: Columbia Casualty Company Pompano Beach FL 33073 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABove FOR THE POLICY PERIOD INDICATED. NOlWlTHSTANOING ANY REQUIREMENT, TERM OR CONOITION 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 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER "DATE ;MM/DDfY'i1- DATE MM'DDJ!,~N LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 - A X X COMMERCiAl GENERAL LIABILITY GL03725839-02 02/01/06 02/01/07 PREMISES (~~~r~nce) $ 300,000 I CLAIMS MADE ~ OCCUR MEO EXP (Anyone person) $10,000 I-- PERSONAL & ADV INJURY $1,000,000 X Per job aggregate GENERAL AGGREGATE $ 2,000,000 ~'L AGG~En LIMIT APnS!PER: PRODUCTS.COM~OPAGG $2,000,000 POLICY ~rBT lOC EmD Ben. 1,000,000 ~OMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 A X ~ ANY AUTO BAP3725840-02 02/01/06 02/01/07 (EaaCCident) All OWNED AUTOS BODilY INJURY - $ SCHEDULED AUTOS {Per person) - - HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) - - PROPERTY DAMAGE $ (Per accident) ~RAGS LIABILITY AUTO ONLY. EA ACCIDENT $ ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ ~~UMBRSLLA LIABILITY EACH OCCURRENCE $ 3,000,000 C X X OCCUR 0 CLAIMS MADE LQ1B71181361023 02/01/06 02/01/07 AGGREGATE $3,000,000 $ ~ ~SDUCT[BLS $ X RETENTION $10,000 $ WORKERS COMPENSATION AND XIT1),\'lLI;:':f'S I IUE~' B EMPLOYERS' LIABILITY WC8844578 02/01/06 02/01/07 $ 1000000 ANY PROPRIETORlPARTNER/EXECUTIVE E.l. EACH ACCIDENT OFFICER/MEMBER EXCLUDED? E.L DISEASE. EA EMPLOYEE $1000000 ~~~~I~is~~~s16NS below E.l. DISEASE - POLICY LIMIT $1000000 OTHER D Professional CPB 27-618-61-97 06/15/06 06/15/07 Per Claim 1,000,000 Liabilitv Aaareaate 1 000,000 DESCRIPTION OF OPERATIONS' LOCATIONS I VEHICLES' EXCLUSIONS ADDEO BY ENDORSEMENT 'SPECIAL PROVISIONS Re: Nautilus improvement Program Certificate holder is additional insured. 30 Day written notice of cancellation and/or restriction of coverage will be given. CERTIFICATE HOLDER CANCELLATION City of Miami Beach Florida Attn: Risk Manager 1700 Convention Center Drive Miami Beach FL 33139 CiTYOFM SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 50 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENT Tl @ACORDCORPORATION 1988 ACORD 25 (2001108) : 00710. FORM OF PERFORMANCE BOND Bondi 013019158 BY THIS BOND, We Ric-Man Intertl4t1onal, Inc. , as Principal, hereinafter called DESIGNlBUILD FIRM, and Liberty Mutual Insurance Company, as Surety, are bound to the City of Miami Beach. Flnrida"l as Obliaeeli hAreinafter called CITY, in the amount of TWenty-Sevexi"HI... ion one lIun red- ten thousand two hundred twenty-lilollars ($27,1l0,221'*for the payment whereof offdMII88Ut~B FIRM and Surety bind themselves, their heirs, executors, administrators, successors and assigns, Jointly and severally. WHEREAS, DESIGNlBUILD FIRM has by written agreement antered into a Contract, Bid/Contract No": ITBI36-05/06 , awarded the 17th day of January , 20~. with CITY which Contract and Bid Package are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the .Contract"; THE CONDITiON OF THiS BOND is that if DESIGNlBUILD FIRM: 1. Performs the Contract between DESIGNIBUILD FIRM and CITY for construction of NeiRhborhood #7 Nautilus improvement project ,the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays CiTY all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that CITY sustains as a result of default by DESIGNlBUILD FIRM under the Contract; and 57BID NO: 36-05186 CITY OF MIAMI BEACH 57 FORM OF PERFORMANCE BOND (Continued) 3. Perfonns the guarantee of all work and materials fumished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever DESIGN/BUILD FIRM shaD be, and declared by CITY to be, in default under the Contract, CITY having perfonned CITY obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract and Bid Package; or 3.2. Obtain a bid or bids for completing the Project in accordance with the tenns and conditions of the Contract and Bid Package, and upon determination by Surety of the lowest responsible Bidder, or, if CITY elects, upon determination by CITY and Surety joinUy of the lowest responsible Bidder, arrange for a contract between such Bidder and CITY, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the belance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paregraph, shall mean the total amount payable by CITY to DESIGN/BUILD FIRM under the Contract and any amendments thereto, less the amount property paid by CITY to DESIGN/BUILD FIRM. No right of action shall accrue on this bond to or for the use of any person or corporation other than CITY named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract and Bid Package and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this 22nd . day of January ,2007 . 58BID NO: 36-05186 CITY OF MIAMI BEACH 58 FORM OF PERFORMANCE BOND (Continued) DESIGNIBUILD FIRM By: &ie-Man International, Ine. .~ of Corpora:n) (Signature) David Mancini, President (CORfORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: -~-& INSURANCE COMPANY: Liberty Mutual Insurance Company By: "'--- nt and Attome '-In-Fact ason Rtlgers Address: 5600 New King Street, Ste 360 Troy, MI 1~8Jct) (City/StateJZip Code) Telephone No.: 248-643-7475 S9BID NO: 36-051G6 CITY OF MIAMI BEACH S9 BondI 013019158 I 00720. FORM OF PAYMENT BOND BY THIS BOND, We ate-Man International, Inc. , as Principal, hereinafter called DESIGN/BUILD FIRM, and Liberty Mutual Insurance Company, as Surety, are bound to the City of Miami Beach, Florid~'las Obligee, d hereinafter called CITY, in the amount of TWenty-seven ~ lion one hun red ten thousand two hundred twenty-one Dollars ($ 27,110,221*"1 for the payment whereof DESIGNIBUILD FIRM and Surety bind themselves, their heirs, executors, administrators, successors and assigns, joinUy and severally. WHEREAS, DESIGNIBUILD FIRM has by written agreement entered into a Contract, Bid/Contract No.: ITBI36-05/06 , awarded the Uth day of January _, 20~, with CITY which Contract and Bid Package are by reference incorporated herein and made a part hereof, and specifically include proVision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the .Contract"; THE CONDITION OF THIS BOND is that if DESIGNlBUILD FIRM: 1. Pays CITY all losses, liquidated damages, expenses, costs and attomey's fees Including appellate proceedings, that CITY sustains because of default by DESiGNlBUILD FIRM under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used direcUy or indirectly by DESIGNIBUILD FIRM in the perfonnance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with DESIGN/BUILD FIRM and who has not received payment for Its labor, materials, or supplies shall, within forty-five (45) days after beginning to fumish labor, materials, or supplies for the prosecution of the work. fumish to DESIGNIBUILD FIRM a notice that he intends to look to the bond for protection. 60BID NO: 36-05106 CITY OF MIAMI BEACH 60 FORM OF PAYMENT BOND (Continued) 2.2. A claimant who is not in privity with DESIGN/BUILD FIRM and who has not received payment for Its labor. materials, or supplies shall. within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies. deliver to DESIGNIBUILD FIRM and to the Surety, written notice of the perfonnance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be Instituted against DESIGNIBUILD FIRM or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed In Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract and Bid Package and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this 22nd day of January , 20~. DESIGN/BUILD FIRM ATTEST: By: Ric-Man International. Inc. ~Ofco::.on) (SignatUi'e) (Corporate Seal) David Mancini, President (Print Name and Title) ~~ayof j~,2001 . 61 BID NO: 36-05/86 CITY OF MIAMI BEACH 61 IN THE PRESENCE OF: ~~ 62BID NO: 36-05106 INSURANCE COMPANY: Liberty Mutual Insurance Company By: nt and Attorn y-In-Fact on Rogers, Attorney-in-Fact Addness: 5600 New Kin2 StreeT, Ste. 360 (Street) Troy, MI 48098 (City/StatelZip Code) Telephone No.: 248-643-7475 CITY OF MIAMI BEACH 62 . '. THIS POWER OF ATTORNEY IS NOT VAUD UNLESS IT IS PRINTED ON REO BACKGROUND, 1977252 1'hIa Power of AlIom8y limits lIIe _ of 1hose !IlI!II8CI1IereIn, end lheJ '- no aulhorlty to bInlIlIIe ComplIny except illllle IIIllIVIOI' and to lIIe _ hereIn__ UBERTY MUlUAL 1NlllJRANCl; COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW AlL PERSONS BY TH!:$IiPIlESENTS: . lhal Uberty Mutualll19Ul8l1Ce'i;Oropany (1hB~).a-~~ ~~;pur&Uar1tlO.1uld\ly IIUlhoriIy 0I1hB By-law and AulhoIt2alIon ~r 1l8I1orIh;~ ~~ ~lIn(I~ KA~LEEN$Ai;9wITz,-1.YIf" M. WOUiC:fii:AGER. JASON A. ROGERS, STEPHEN R. DEVORE, MAllCIE~1.1., A/..I-~FTHE~OFTROY. $TATj;()F ~ .....:....,,~..........._.._:~..:.;_.....___......_....___....__....... ~8iidiiid~NdY~Ii.iMR...b9;;;iiUi~~~.ii8~tnn;.~iii~r~tO.m~txi&U;:~~~.~~.~~b8iid";"jti"b8iiBiias sul8\yand lIS 118 ad and deed.lVIY"'*.aI!!i:ll!8rtll1dng9, b9i.iQil.:.~8iw:f-~ obI~ and 1hB.~ 01_ undertakInga. bond9, racognI_ and oIhBr SUI8\y obIIQl!IIQl'iI;ln::jlUl\llllII1lla Oftl'llise~$liilIbe.. birxIJng IlIlOI:ittje~ 8liJl1bey had been duly signed by IhB presIdenI andalte9l8d by IhB 98Cr81aJjctf/lljoCompany In IheIrO\illl\l(o\lar~ '.' .' . . . n. _, 0_' _._ ."'__ _._"_'_ '_',"__ lhal thI9 power I. mads and _ad PU--" to and by~OI the~'9 By-law andAutho~li6n: . ARTICLE XIII. ExaculIon 01 Contracl9: SecIIan 5.SUI8\y'1lOnda and Ur1dartaklng9. i =1 My officar of IhB Company 8\IIhOItzsd lor thai PUIJlO9llIn writing by IhB dlaIrinan or IhB ~ and ~ to 9UCh lI"liIalko.. as IhB chairman or 01 IhB presIdont may pragcribe. shall appoInI 9UCh attonlOys'In4ac as may be ~ to act In behalf 0I1hB Company to mak8, exacuta. saaJ. aclulOwIsdge and deIIIIer as SUI8Iy lVIY and aft undarlaldngs, bonds, racogrUance$ and _ SUI8\y obIIgaIIcln8. SUch ~ 9UbIacI \0 . IhB IrnIta1IoIls set forth In their raapactI\Ie pllW8I9 of attorney, shall have lull power \0 bind IhB Company by their sIgnalura and 8lC8CU1ion oIlVIY _ j t I lnelrumsnls and \0 atlach tharato IhB saaJ oIlhB Company. Whsn so8X8CUlsd such I~ shall be.. ~.. n signed by IhB \I_and .a ! _ by IhB $8CI8faJy. ~ = By IhB foIIowlng lnelrument IhB chairman or IhB \1_ has au1hllrizad the officar or _ oIIIcIaI namad - \0 appoInIallorJleylHrHact = S !i. =~..:.;Z~r~=::=~~~~':':=:t;'.: ~ J! lhallhBBy.Jaw and IhB AuthorlmIIot, Il8IIorIh above are bu& coplea thanloI and ""' !lOW in full flJl1;ll and aBaci. i III " - - ." - - - - - - - _." - - - -" Eli IN WITNESS WHEREOF, thI9 Power of AItomey has been 9Ubocribed by an 8\IIhOItzsd oIfIcer or oIIIcIaI oIlhB Company and the c:orporaIe saaJ of Uberty 01"" J z: Mutual Insurance Company has been aIIIxed _In PIymQuth MeetIng. PennsylVanIa thI9 61h day 01 Jutv . 2006 . i! .'" ~ i i UBERTY 1lUTUAL1NlllJRANCl; COMPANY ~ ~ JI COM~EALTHOFPENNSYLVAN~ as ~~,~~~~ 1i ~i :::~:MERY July , 2006 ,before me, /lNoIalyPlMl, personaI~ CIlITl8 GIl'1J8I W. EHklII \0 me known, and II i . ~=of=~:::'tM~of~~:;~=~"':u,U;~~~IhB"1~.~':=,,1hB 'ij Ii ='....I'.:-~. r ..".,.oot~:''''''S'i'!'~''''~~ M.....~_... t~ ~ o. ~~ /. "::SooI y ..........~.~..........................u j) +- ..'........L...................... olf OF." T___IWo.~ .~. .... ~T.....MongolmolyCouo'>' . ""....... .... "'~_Mlv.28.2IlI>>. .......... CERTIFICATE .......,.;~-~.J!:...I~.~;-. ',--..- ".'.'" , , - . ..........~ 1~~id9hor!1bY...~' thsI1ho>.~~...I"JWIirCll~j)t~1l1O!orlIgoInjj Is. fuI,.... SIId_ copy, IS In "'I "'"'" SlId _~lhl(csrIIIIcaIo; SlId I doJUithi;tcsdil1lhaflhs _ oi~ whoalillCdliii!.....i(pOw9r 01 allOrIlsy is on -.. Sec;nolaIy opOdaIy'- bV lhschslrm8n.orlhs"'-" to -""9tIOn\SYlO'In4aCiiili~ In_ X1n,~~ oIlhs~orU:Nwty M_I_ eompsny. _ _ and 1110 _ _ 01 allOrIlsy II\lll' be Iignsd by __ or rnechsnlcSIIy rspIOdlo:sd signa..... undsr and by llllIhcrIIy 011110 fO-.g '""" 011110 boon! ., _ 0I1.I>srly MuIusIInsuraIm eompsny at 011lllOling~ _ SlId hiIId..1ho 12th day oIl!sroh, 1980. V01ED thsIlho _ or mscl1snk:alIy rspIOdlo:sd signa'" 01 any _ _ oIlho oompsny, _~ -' 0 ...- copy oIony _ 01 _1_ by Ih. ~ In cor._wIIh oursty bonds, _ be void SlId binding upon 1l1O oompsny wllhlhs..... "'"'" and _ sslhcJuQll monusIly_. . . ,jt) INTESTIMONYWHEREOF,I____mynsmssnd.._lhs_-oIlhossk!oompsny.1h1tl a.;t . dsyol0AtJ~. d(J7)] ~~Z'~-~ 00708. FORM CERTIFICATE OF INSURANCE A form Certificate of Insurance will be attached here. (SEE ATTACHED) 56BID NO: 36-05/06 CITY OF MIAMI BEACH 56 " 00710. FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called DESIGN/BUilD FIRM, and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called CITY, in the amount of Dollars ($__ ) for the payment whereof DESIGN/BUilD FIRM and Surety bind themselves," their heirs, executors, administrators, successors and assigns. jointly and severally. WHEREAS, DESIGN/BUilD FIRM has by written agreement entered into a Contract. Bid/Contract No.: _._______, awarded the _ day of _.____._____.___, 20__. with CITY which Contract and Bid Package are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damafJes identified. and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if DESIGN/BUilD FIF\M: I 1. Performs the Contract between DESIGN/BUilD FIR!\!! and CITY for construction of _._ _______,__.__.___ ____, the Contract being made a part of this Bond by reference, at the times a:ld in the manner prescribed in the Contract; and 2, Pays CITY all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that CITY sustains as a result of default by DESIGN/BUIl.D FIRM under the Contract; and 57BID NO: 36-05/06 CITY OF MIAMI BEACH 57 ",.., FORM OF PERFORMANCE BOND (Continued) 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever DESIGN/BUILD FIRM shall be, and declared by CITY to be, in default under the Contract, CITY having performed CITY obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract and Bid Package; or 3.2. ,I Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract and Bid Package, and upon determination by Surety of the lowest responsible Bidder, or, if CITY elects, upon determination by CITY and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and CITY, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by CITY to DESIGN/BUILD FIRM under the Contract and any amendments thereto, less the amount properly paid by CITY to DESIGN/BUILD FIRM. No right of action shall accrue on this bond to or for the use of any person or corporation other than CITY named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract and Bid Package and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of ,20 58BID NO: 36-05/06 CITY OF MIAMI BEACH 58 WITNESSES: FORM OF PERFORMANCE BOND Secretary (CORPORATE SEAL) IN THE PRESENCE OF: -------- ----------- ;;.:I1L_________________ 59BlD NO: 36-05/06 (Continued) DESIGN/BUILD FIRM (Name of Corporation) By: (Signature) (Print Name and Title) INSURANCE COMPANY: By: - Agent and Attorney..in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: CITY OF MIAMI BEACH 59 . . ,.\.., 00720. FORM OF PAYMENT BOND BY THIS BOND, We , as Principal, hereinafter called DESIGN/BUILD FIRM, and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called CITY, in the amount of Dollars ($ ) for the payment whereof DESIGN/BUILD FIRM and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, DESIGN/BUILD FIRM has by written agreement entered into a Contract, Bid/Contract No.: _, awarded the ___ day of ___.' 20__, with CITY which Contract and Bid Package are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; '-HE CONDITION OF THIS BOND is that if DESiGN/BUILD FIRM: it. Pays CITY all losses, liquidated damages, expenses, costs and attorney's fees ./ including appellate proceedings, that CITY sustains because of default by DESIGN/BUILD FIRM under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by DESIGN/BUILD FIRM in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with DESIGN/BUILD FIRM and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to DESIGN/BUILD FIRM a notice that he intends to look to the bond for protection. 60BIO NO: 36-05/06 CITY OF MIAMI BEACH 60 FORM OF PAYMENT BOND (Continued) 2.2. A claimant who is not in privity with DESIGN/BUilD FIRM and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to DESIGN/BUilD FIRM and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against DESIGN/BUilD FIRM or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract and Bid Package and compliance or noncompliance with any formalities ~onnected with the Contract or the changes does not affect the Surety's obligation under this Bond. .!Signed and sealed this _____ day of ,20_. DESIGN/BUilD FIRM ATTEST: (Name of Corporation) By: (Signature) (Secretary) (Corporate Seal) (Print Name and Title) _ day of ,20_. 61 BID NO: 36-05/06 CITY OF MIAMI BEACH 61 IN THE PRESENCE OF: 62BID NO: 36-05/06 INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: CITY OF MIAMI BEACH 62 ."'" 00721. CERTIFICATE AS TO CORPORATE PRINCIPAL I, ' certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA ) ) 58 )COUNTY OF MIAMI-DADE ) .~ Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of DESIGN/BUILD FIRM named therein in favor of CITY. Subscribed and Sworn ,20__ to before me this day of ----------- My commission expires: Notary Public, State of Bonded by 63BIO NO: 36-05/06 CITY OF MIAMI BEACH 63 00735. PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue Issuing Bank's No. Beneficiarv: Aoolicant: City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Amount: in United States Funds Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at (branch address) by order of and for the account of (Design/Build Firm, applicant, customer) up to an aggregate amount, in United States Funds, of by your drafts at sight, accompanied by: available 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part (design/build firm. applicant, customer) agreed upon by and between the City of Miami Beach, Florida and (design/build firm), pursuant to the (applicant. customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (expiration date) 64BID NO: 36-05/06 CITY OF MIAMI BEACH 64 Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami Beach with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the CITY that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the (Design/Build Firm, applicant, customer) lrhis Credit is subject to the "Uniform Customs and Practice for Documentary Credits," 'International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature 65BIO NO: 36-05/06 CITY OF MIAMI BEACH 65 00925. CERTIFICATE OF SUBSTANTIAL COMPLETION (For example purposes only) PROJECT: (name, address) CONSULTANT: BID/CONTRACT NUMBER: TO (CITY): DESIGN/BUILD FIRM: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by DESIGN/BUILD FIRNt under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by CITY is the date certified by CONSULTANT when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by CITY. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date thereof are not to be determinative of the achievement or date of Substantial Completion. 66BIO NO: 36-05/06 CITY OF MIAMI BEACH 66 A list of items to be completed or corrected, prepared by CONSULTANT and approved by CITY, is attached hereto. The failure to include any items on such list does not alter the responsibility of DESIGN/BUILD FIRM to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. DATE CONSULTANT BY In accordance with Section 2.2 of the Contract, DESIGN/BUILD FIRM will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. CONSULTANT BY DATE CITY, through the Contract Administrator, accepts the Work or portion thereof des'nated by CITY as substantially complete and will assume full possession thereof at _~______ (time) on _.____._~ (date). City,pf Miami Beach, Florida By Contract Administrator Date The responsibilities of CITY and DESIGN/BUILD FIRM for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: 67BID NO: 36-05/06 CITY OF MIAMI BEACH 67 00926. FINAL CERTIFICATE OF PAYMENT (For example purposes only) PROJECT: (name, address) CONSULTANT: BID/CONTRACT NUMBER: TO (CITY): DESIGN/BUILD FIRM: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 5.2 of the Contract, and the final bill of materials, if required, have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective work, has been completed in accordance with the provision of the Contract Documents and is accepted under the terms and conditions thereof. CONSULTANT BY DATE CITY, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at (time) (date). City of Miami Beach, Florida By Contract Administrator Date 68BID NO: 36-05/06 CITY OF MIAMI BEACH 68 .".'.:f,' 00930. FORM OF FINAL RECEIPT: (For example purposes only) [The following form will be used to show receipt of final payment for this Contract.] FINAL RECEIPT FOR CONTRACT NO. Received this day of ' 20 , from City of Miami Beach, Florida, the sum of Dollars ($ ) as full and final payment to DESIGN/BUILD FIRM for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all Incidentals. DESIGN/BUILD FIRM hereby indemnifies and releases CITY from all liens and claims whatsoever arising out of the Contract and Project. DESIGN/BUILD FIRM hereby certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this Itertification regarding payment for work, materials and supplies, DESIGN/BUILD FIRM ... \nay submit a consent of surety to final payment in a form satisfactory to CITY. DESIGN/BUILD FIRM further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] DESIPN/BUILD FIRM A nEST: (Name of Corporation) By: (Signature) (Secretary) (Print Name and Title) (Corporate Seal) _ day of ,20_. 69BIO NO: 36-05/06 CITY OF MIAMI BEACH 69 F:\A TTO\AGUR\AGREEMNTlfrontendlstdfrm.frtend.fnl.doc 70BID NO: 36-05/06 CITY OF MIAMI BEACH 70 [If not incorporated sign below.] WITNESSES: F:\A TTOIAGlIRIAGREEMNTlfronlendlstdfrm.frtend.fnl.doc 7IBID NO: 36-05/06 DESIGN/BUILD FIRM By: (Name of Firm) (Signature) (Print Name and Title) _ day of CITY OF MIAMI BEACH 71 ,20_, [X] 00950. CONCEPTUAL PLANS: * NOTE: Volume 3 . Conceptual Plans are available for this bid but must be ordered through T-Square Miami (305) 324-1234. The attached order form on page 11 of this Bid package must be completed and returned to T -Square Miami before prospective bidders will receive requested plans. Following is a list of Conceptual Plans of the bid set. Conceptual Plans DESIGN CRITERIA PACKAGE VOLUME 3 - CONCEPTUAL PLANS Following this page is a listing of all Conceptual Plans within Volume 3. BID NO: 36-05/06 DATE: 06/22/06 CITY OF MIAMI BEACH 72 ;>l, '~J~.~I 'I", ,,+ " CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM NEIGHBORHOOD NO.: 7 - NAUTILUS COVER G002 G003 G004 G005 G006 G007 DESIGN CRITERIA PACKAGE VOLUME 3 - CONCEPTUAL PLANS Cover Sheet and Index of Drawings General Notes, Abbreviations, & Legends Existing Structures Not Included Key Map Key Map Key Map Existing Condition EC001 EC002 EC003 ECOO4 fECOO5 i~1I:COO6 ~ECOCl7 , EC009 .<.EC010 "t:C011 EC012 EC013 EC014 EC015 EC016 EC017 EC018 EC019 EC020 EC021 EC022 EC023 EC024 EC025 EC026 EC027 EC028 EC029 North Bay Road, STA 100+00.00 to 107~:75.oo North Bay Road, STA 107+75.00 to 115+90.00 North Bay Road, ST A 115+90.00 to 125+50.00 North Bay Road, STA 125+50.00 to 1:35+25.00 North Bay Road. STA 135+25.00 to 142+&,3.13 N. Lenox Ave & Nautilus Dr. Nautilus Drive, STA 213+50.00 to 223+00.00 Nautilus Drive, STA 223'''00.00 to 232+00.00 ~autilus Court N. Michigan Ave, STA 104+50.00 to 113-l-75.00 . Michigan Ave, STA 113+75.00 to 123~'60.00 . Michigan Ave, STA 123+60.00 to 133+50.54 orth Michigan Ave. & North Jefferson Ave. . Jefferson Ave, STA 300+60.95 to 310+25.00 . Jefferson Ave, STA 310+25.00 to 318+46.58 ams Ave, STA 400+69.50 to 410+25.00 dams Ave, STA 410+25.00 to 419+23.37 . Meridian Ave, STA 500+71.71 to 510+25.00 . Meridian Ave, STA 510+25.00 to 520+00.00 . Meridian Ave, STA 520+'00.00 to 529+80.00 . Meridian Ave, STA 529+80.00 to 539+35.56 est 48111 Street & West 43r1! Street est 42nd Street est 43'd Court est 44th Court, STA 900+88.40 to 910+00.00 est 44th Court & West 46th Street West 46111 Street, STA 602+20.00 to 612+00.00 West 46th Street & West 47'h Court BID NO: 36-05/06 DATE: 06/22/06 CITY OF MIAMI BEACH 73 EC030 EC031 EC032 EC033 EC034 EC035 EC036 EC037 EC038 EC039 EC040 EC041 EC042 EC043 EC044 EC045 EC046 EC047 EC048 EC049 EC050 EC051 EC052 EC053 EC054 .. EC055 West 47'h Court, STA 805+00.00 to 812+62.89 West 47'h Street, STA 700+00.00 to 709+50.00 West 47th Street, STA 709+50.00 to 195+00.00 West 47'h Street, STA 195+00.00 to 204+00.00 West 47th Street & Chase Ave. Chase Ave, STA 99+40.00 to 109+10.59 Prairie Ave, STA 95+95.03 to 105+00.00 Prairie Ave, STA 105+00.00 to 114+00.00 Prairie Ave, STA 114+00.00 to 123+00.00 Prairie Avenue & Post Avenue Post Avenue, STA 104+30.00 to 114+30.00 Post Avenue, STA 114+30.00 to 124+30.00 Post Avenue & Royal Palm Avenue Royal Palm Ave, STA 101+00.00 to 107+20.00 Royal Palm Ave, STA 107+20.00 to 117+00.00 Royal Palm Ave, STA 117+00.00 to 126+20.00 Sheridan Ave, STA 97+34.42 to 106+00.00 Sheridan Ave, STA 106+00.00 to 116+00.00 Sheridan Ave, STA 116+00.00 to 123+66.67 West 42nd St, STA 197+19.30 to 206+00.00 West 42nd St & West 43rd St West 43rd St & West 44th St. West 44th St, STA 201+00.00 to 210+33.11 West 45th St, STA 196+80.06 to 206+00.00 West 45th St & West 46th St West 46th St, STA 201 +00.00 to 209+14.26 Demolition Plan OM001 DM002 OM003 DM004 DM005 DMOO6 DMOO7 DM008 DM009 DM010 DM011 OM012 DM013 DM014 DM015 DM016 DM017 DM018 BID NO: 36-05/06 DATE: 06/22/06 North Bay Road, STA 100+00.00 to 107+75.00 North Bay Road, STA 107+75.00 to 115+90.00 North Bay Road, STA 115+90.00 to 125+50.00 North Bay Road, STA 125+50.00 to 135+25.00 North Bay Road, STA 135+25.00 to 142+43.13 N. Lenox Ave & Nautilus Dr. Nautilus Drive, STA 205+39.97 to 213+50.00 Nautilus Drive, STA 213+50.00 to 223+00.00 Nautilus Drive, STA 223+00.00 to 232+00.00 Nautilus Court N. Michigan Ave, ST A 104+50.00 to 113+75.00 N. Michigan Ave, STA 113+75.00 to 123+60.00 N. Michigan Ave, STA 123+60.00 to 133+50.54 North Michigan Ave. & North Jefferson Ave. N. Jefferson Ave, STA 300+60.95 to 310+25.00 N. Jefferson Ave, STA 310+25.00 to 318+46.58 Adams Ave, STA 400+69.50 to 410+25.00 Adams Ave, STA410+25.00 to 419+23.37 CITY OF MIAMI BEACH 74 DM019 DM020 DM021 DM022 DM023 DM024 DM025 DM026 DM027 DM028 DM029 DM030 DM031 DM032 DM033 DM034 DM035 DM036 DM037 DM038 DM039 DM040 DM041 DM042 DM043 DM044 A OM045 DM046 OM047 DM048 DM049 OMOsa DM051 DM052 DM053 DM054 DM055 N. Meridian Ave, STA500+71.71 to 510+25.00 N. Meridian Ave, STA 510+25.00 to 520+00.00 N. Meridian Ave, STA 520+00.00 to 529+80.00 N. Meridian Ave, STA 529+80.00 to 539+35.56 West 48th Street & West 43nl Street West 42nd Street West 43nl Court West 44th Court, STA 900+88.40 to 910+00.00 West 44th Court & West 46th Street West 46th Street. STA 602+20.00 to 612+00.00 West 48th Street & West 47th Court West 47th Court, STA 805+00.00 to 812+62.89 West 47th Street, STA 700+00.00 to 709+50.00 West4ih Street, STA 709+50.00 to 195+00.00 West 47th Street, STA 195+00.00 to 204+00.00 West 4-rt' Street & Chase Ave. Chase Ave, STA 99+40.00 to 109+10.59 Prairie Ave, STA 95+95.03 to 105+00.00 Prairie Ave, STA 105+00.00 to 114+00.00 Prairie Ave, STA 114+00.00 to 123+00.00 Prairie Avenue & Post Avenue Post Avenue, STA 104+30.00 to 114+30.00 Post Avenue. STA 114+30.00 to 124+30.00 Post Avenue & Royal Palm Avenue Royal Palm Ave, STA 101+00.00 to 107+20.00 Royal Palm Ave, STA 107+20.00 to 117+00.00 Royal Palm Ave, STA 117+00.00 to 126+20.00 Sheridan Ave, STA 97+34.42 to 106+00 00 Sheridan Ave, STA 106+00.00 to 116+00.00 Sheridan Ave, STA 116+00.00 to 123+66.67 West 42nd St, STA 197+19.30 to 206+00.00 West 42nd St & West 43'd St West 43nl St & West 44th 51. West 44th St, STA 201+00.00 to 210+33.11 West 45th St, STA 196+80.06 to 206+00.00 West 45th St & West 46th St West 46th St, STA 201+00.00 to 209+14.26 Paving, Grading & Drainage Plans PG&D001 North Bay Road, STA 100+00.00 to 107+75.00 PG&D002 North Bay Road, STA 107+75.00 to 115+90.00 PG&D003 North Bay Road, STA 115+90.00 to 125+50.00 PG&D004 North Bay Road, STA 125+50.00 to 135+25.00 PG&D005 North Bay Road, STA 135+25.00 to 142+43.13 PG&D006 N. Lenox Ave & Nautilus Dr. PG&D007 Nautilus Drive, STA 205+39.97 to 213+50.00 BID NO: 36-05/06 DATE: 06/22/06 CITY OF MIAMI BEACH 75 PG&D008 PG&D009 PG&D010 PG&D011 PG&D012 PG&D013 PG&D014 PG&D015 PG&D016 PG&D017 PG&D018 PG&D019 PG&D020 PG&D021 PG&D022 PG&D023 PG&D024 PG&D025 PG&D026 PG&D027 PG&D028 PG&D029 PG&D030 PG&D031 0> PG&D032 PG&D033 PG&D034 PG&D035 PG&D036 PG&D037 PG&D038 PG&D039 PG&D040 PG&D041 PG&D042 PG&D043 PG&D044 PG&D045 PG&D046 PG&D047 PG&D048 PG&D049 PG&D050 PG&D051 PG&D052 PG&D053 BID NO: 36-05/06 DATE: 06/22/06 Nautilus Drive. STA 213+50.00 to 223+00.00 Nautilus Drive. STA 223...00.00 to 232+00.00 Nautilus Court N. Michigan Ave. STA 104+50.00 to 113+75.00 N. Michigan Ave, STA 113+75.00 to 123+60.00 N. Michigan Ave, STA 123+60.00 to 133+50.54 North Michigan Ave. & North Jefferson Ave. N. Jefferson Ave. STA 300+60.95 to 310+25.00 N. Jefferson Ave, STA 310+25.00 to 318+46.58 Adams Ave, STA 400+69.50 to 410+25.00 Adams Ave, STA 410+25.00 to 419+23.37 N. Meridian Ave. STA 500+71.71 to 510+25.00 N. Meridian Ave, STA 510"'25.00 to 520-tOO.00 N. Meridian Ave, STA 520+00.00 to 529+80.00 N. Meridian Ave, STA 529+80.00 to 539+35.56 West 48th Street & West 43rd Street West 42nd Street West 43rd Court West 44'" Court. STA 900+88.40 to 910+00.00 West 44'" Court & West 46t11 Street West 46th Street, STA 602+20.00 to 612+00.00 West 46111 Street & West 4th Court West 47th Court, STA 805-tOO.00 to 812+62.89 West 47th Street, STA 700+00.00 to 709+50.00 West 471h Street, STA709+50.00 to 195+00.00 West 47'h Street, STA 195+00.00 to 204-tOO.00 West 47'h Street & Chase Ave. Chase Ave. STA 99+40.00 to 109+10.59 Prairie Ave, STA 95+95.03 to 105+00.00 Prairie Ave, STA 105"'00.00 to 114+00.00 Prairie Ave, STA 114+00.00 to 123+00.00 Prairie Avenue & Post Avenue Post Avenue, STA 104+30.00 to 114+30.00 Post Avenue, STA 114+30.00 to 124+30.00 Post Avenue & Royal Palm Avenue Royal Palm Ave. STA 101+00.00 to 107+20.00 Royal Palm Ave, STA 107+20.00 to 117+00.00 Royal Palm Ave, STA 117+00.00 to 126+20.00 Sheridan Ave. STA 97+34.42 to 106-tOO.00 Sheridan Ave, STA 106+00.00 to 116+00.00 Sheridan Ave. STA 116+00.00 to 123+66.67 West 4200 St, STA 197+19.30 to 206+00.00 West 4200 St & West 43'd St West 43rd St & West 44th St. West 44'" St, STA 201+00.00 to 210+33.11 West 45'" St, STA 196+80.06 to 206+00.00 CITY OF MIAMI BEACH 76 "~'I PG&D054 PG&D055 PG&D057 PG&D058 i .~,."" West 45th St & West 46th St West 46th St, STA 201+00.00 to 209+14.26 Details Details Pavement Marking Plans PMoo1 PM002 PM003 PM004 PM005 PM006 PM007 PM008 PM009 PM010 PM<l11 PM<l12 PM013 PM014 PM015 PM016 PM017 " PM018 , ... PM019 . . PM020 : PM021 PM022 PM023 PM024 PM025 PM026 PM027 PM028 PM029 PM030 PM031 PM032 PM033 PM034 PM035 PM036 PM037 PM038 PM039 PM040 North Bay Road, STA 100+00.00 to 107+75.00 North Bay Road, STA 107+75.00 to 115+90.00 North Bay Road, STA 115+90.00 to 125+50.00 North Bay Road. STA 125+50.00 to 135+25.00 North Bay Road, STA 135+25.00 to 142+43.13 N. Lenox Ave & Nautilus Dr. Nautilus Drive, STA 205+39.97 to 213+50.00 Nautilus Drive, STA 213+50.00 to 223+00.00 Nautilus Drive, STA 223+00.00 to 232+00.00 Nautilus Court N. Michigan Ave, STA 104+50.00 to 113+75.00 N. Michigan Ave, STA 113+75.00 to 123+60.00 N. Michigan Ave, STA 123+60.00 to 133+50.54 North Michigan Ave. & North Jefferson Ave. N. Jefferson Ave, STA 300+60.95 to 3'10+25.00 N. Jefferson Ave, STA 310+25.00 to 318+46.58 Adams Ave, STA 400+69.50 to 410+25.00 Adams Ave, STA 410+25.00 to 419+23.37 N. Meridian Ave, STA 500+71.71 to 510+25.00 N. Meridian Ave, STA 510+25.00 to 520+00.00 N. Meridian Ave, STA 520+00.00 to 529+80.00 N. Meridian Ave, STA 529+60.00 to 539+35.56 West 48111 Street & West 43rd Street West 42nd Street West 43'" Court West 44lh Court. STA 900+88.40 to 910+00.00 West 44lh Court & West 46th Street West 46lh Street, srA 602+20.00 to 612+00.00 West 46th Street & West 47th Court West 47lh Court, ST A 805+00.00 to 812+62.89 West 47'h Street, STA 700+00.00 to 709+50.00 West 47'h Street, SrA 709+50.00 to 195+00.00 West 47th Street, STA 195+00.00 to 204+00.00 West 47th Street & Chase Ave. Chase Ave, STA 99+40.00 to 109+10.59 Prairie Ave, STA 95+95.03 to 105+00.00 Prairie Ave, STA 105+00.00 to 114+00.00 Prairie Ave, STA 114+00.00 to 123+00.00 Prairie Avenue & Post Avenue Post Avenue, STA 104+30.00 to 114+30.00 BID NO: 36-05/06 DATE: 06/22/06 CITY OF MIAMI BEACH 77 PM041 PM042 PM043 PM044 PM045 PM046 PM047 PM048 PM049 PM050 PM051 PM052 PM053 PM054 PM055 PM056 PM057 Post Avenue, STA 114+30.00 to 124+30.00 Post Avenue & Royal Palm Avenue Royal Palm Ave, STA 101+00.00 to 107+20.00 Royal Palm Ave, STA 107+20.00 to 117+00.00 Royal Palm Ave, STA 117+00.00 to 126+20.00 Sheridan Ave, STA 97+34.42 to 106+00.00 Sheridan Ave, STA 106+00.00 to 116+00.00 Sheridan Ave, STA 116+00.00 to 123+66.67 West 4200 St, STA 197+19.30 to 206+00.00 West 4200 St & West 43'd St West 43rd St & West 44111 SI. West 44111 St, STA 201+00.00 to 210+33.11 West 45lh St, STA 196+80.06 to 206+00.00 West 451h St & West 46lh St West 46lh St, STA 201 +00.00 to 209+14.26 Details Not Included Water System Plan and Profiles WM006B WM007A WM007B WMOO8A WM008B WMOO9A WM009B WM010A WM010B WM011A WM011B WM012A WM013A WM013B WM015A WM017A WM025A WM025B WM027B WM028A WM028B WM029A WM029B WM030A WM030B WM031A WM031B BID NO: 36-05/06 DATE: 06/22/06 N. Lenox Ave & Nautilus Dr. Nautilus Dr, STA 205+39,97 to 209+50.00 Nautilus Dr, STA 209+50.00 to 213+50.00 Nautilus Dr, STA 213+50.00 to 218+30.00 Nautilus Dr, STA 218+30.00 to 223+00.00 Nautilus Dr, STA 223+00.00 to 227"'70.76 Nautilus Dr, STA 227+70.76 to 232+00.00 Nautilus Court Nautilus Court N. Michigan Ave, STA 104+50.00 to 108+90.00 N. Michigan Ave, ST A 108+90.00 to 113+75.00 N. Michigan Ave, STA 113+75.00 to 118+68.42 N. Michigan Ave, STA 123+60.00 to 128+50.00 N. Michigan Ave, STA 128+50.00 to 133+50.54 N. Jefferson Ave, STA 300+60.95 to 305+50.00 Adams Ave, STA 400+69.50 to 405+50.00 West 43'" Street West 43rd Court West 46lh Street West 46111 St, STA 602+20.00 to 607+00.00 West 46111 St, STA 607+00.00 to 612+00.00 West 461h Street West 47111 Court West 471h Ct, STA 805+00.00 to 810+00.00 West 47111 Ct, STA 810+00.00 to 812+62.89 West 4rch Ct, STA 700+00.00 to 704+50.00 West 4rch Ct, STA 704+50.00 to 709+50.00 CITY OF MIAMI BEACH 78 WM032A WM032B WM035A WM035B WM037 A WM039B WM040A WM040B WM041A WM041 B WM043B WM044A WM044B WM046A WM046B WM047A WM047B WM048A WM049A WM050A WM051B WM053A WM053B WM054A WM056 WM057 WM058 West 47th Ct. STA 709+50.00 to 714+20.00 West 47th Ct. STA 714+20.00 to 195+00.00 Chase Ave. STA 99+40.00 to 104+20.00 Chase Ave. STA 104+20.00 to 109+10.59 Chase Ave. STA 105+00.00 to 109+50.00 Post Avenue Post Ave. STA 104+30.00 to 109+30.00 Post Ave. STA 109+30.00 to 114+30.00 Post Ave. STA 114+30.00 to 119+30.00 Post Ave. ST A 119+30.00 to 124+30.00 Royal Palm Ave, STA 104+00.00 to 107+20.00 Royal Palm Ave. STA 107+20.0010112+00.00 Royal Palm Ave. STA 112+00.0010117+00.00 Sheridan Ave. STA 97+34.42 to 101+00.00 Sheridan Ave, STA 101+00.00 to 106+00.00 Sheridan Ave. STA 106+00.00 to 111+00.00 Sheridan Ave, STA 111+00.00 to 116+00.00 Sheridan Ave, STA 116+00.00 to 120+50.00 West 42nd St. STA 197-1,19.30 to 201+00.00 West 42"d St & West 43"' 8t West 43'" S1 & West 44th 5t West 4511> St, ST A 196+80.03 to 201 +00.00 West 4511> St. STA 201+00.00 to 206+00.00 West 4511> Street Water Main Details Water Main Details Water Main Details Stormwater System Plan and Profile SW006A SW006B SW007 A SW007B SW008A SW008B SW009A SW009B SW010A SW010B SW011A SW011 B SW012A SW013A SW013B SW014A SW014B N. Lenox Avenue Nautilus Drive Nautilus Drive, STA 205+39.97 to 209+50.00 Nautilus Drive. STA 209+50.00 to 213+50.00 Nau1i1us Drive Nau1i1us Drive Nautilus Drive Nautilus Drive Nautilus Court Nautilus Court N. Michigan Ave, STA 104+50.00 to 108+90.00 N. Michigan Ave, STA 108+90.00 to 113+75.00 N. Michigan Avenue N. Michigan Avenue N. Michigan Avenue N. Michigan Avenue N. Jefferson Avenue BID NO: 36-05/06 DATE: 06/22/06 CITY OF MIAMI BEACH 79 SW015A SW016A SW016B SW018A SW018B SW019A SW0198 SW020A SW021 A SW0218 SW022A SW0228 SW023A SW023B SW024A SW025A SW0258 SW026B SW027A SW028A SW028B SW029A SW030A SW030B SW031 A SW031 B SW056 N. Jefferson Avenue N. Jefferson Avenue N. Jefferson Avenue Adams Avenue Adams Avenue N. Meridian Avenue N. Meridian Ave, STA 505+50.00 to 510+25.00 N. Meridian Avenue N. Meridian Avenue N. Meridian Ave, STA 524+95.00 to 529+80.00 N. Meridian Avenue N. Meridian Avenue West 48th Street West 43rd Street West 42nc1 Street West 43rd Court West 43rd Court West 44th Court West 441h Court West 46111 Street West 46111 St, STA 607+00.00 to 612+00.00 West 46th Street West 47th Court West 47th Court, STA 810+00.00 to 812+69.89 West 47th Street West 47th Street Details Lighting Plans EOOO Electrical Notes and Legend E007 Nautilus Drive, STA 205+39.97 to 213+50.00 E008 Nautilus Drive, STA 213+50.00 to 223+00.00 E009 Nautilus Drive, STA 223+00.00 to 232+00.00 E012 N. Michigan Ave, STA 113+75.00 to 123+60.00 E015 N. Jefferson Ave, STA 300+60.95 to 310+25.00 E016 N. Jefferson Ave, STA 310+25.00 to 318+46.58 EO 17 Adams Ave, STA 410+25.00 to 419+23.37 E020 N. Meridian Ave, STA 510+25.00 to 520+00.00 E026 West 44th Court, STA 900+88.40 to 910+00.00 E028 West 46th Street, STA 602+20.00 to 612+00.00 E034 West 47th Street & Chase Ave. E035 Chase Ave, STA 99+40.00 to 109+10.59 E036 Prairie Ave, STA 95+95.03 to 105+00.00 E037 Prairie Ave, ST A 105+00.00 to 114+00.00 E038 Prairie Ave, STA 114+00.00 to 123+00.00 E039 Prairie Avenue & Post Avenue BID NO: 36-05/06 DATE: 06/22/06 CITY OF MIAMI BEACH 80 E040 Post Avenue. ST A 104+30.00 to 114+30.00 E041 Post Avenue. STA 114+30.00 to 124+30.00 E042 Post Avenue & Royal Palm Avenue E043 Royal Palm Ave. STA 101+00.00 to 107+20.00 E044 Royal Palm Ave. STA 107+20.00 to 117+00.00 E045 Royal Palm Ave. STA 117+00.00 to 126+20.00 E046 Sheridan Ave. STA 97+34.42 to 106+00.00 E047 Sheridan Ave. STA 106+00.00 to 116+00.00 E048 Sheridan Ave. STA 116+00.00 to 123+66.67 E049 West 42nd St. STA 197+19.30 to 206+00.00 E050 West 4200 St & West 43n1 St E051 West 43n1 St & West 44tll St. E052 West 44th St. STA 201+00.00 to 210+33.11 E053 West 45th St. STA 196+80.06 to 206+00.00 E054 West 45th St & West 46th St E055 West 46" St. STA 201+00.00 to 209+14.26 E057 Service Point Detail E058 Electrical Details E059 Electrical Details E061 Pole Data E062 Tabulation Quantities E063 Tabulation Quantities E064 Tabulation Quantities Landscapo Plans LA001 . LA002 LA003 LA004 LA005 LA006 LA007 LA008 LA009 LA010 LA011 LA012 LA013 LA014 LA015 LA016 LA017 LA018 LA019 LA020 LA021 North Bay Road. STA 100+00.00 to 107+75.00 North Bay Road. STA 107+75.00 to 115+90.00 North Bay Road. STA 115+90.00 to 125+50.00 North Bay Road. STA 125+50.00 to 135+25.00 North Bay Road. STA 135+25.00 to 142+43.13 N. Lenox Ave & Nautilus Dr. Nautilus Drive. STA 205+39.97 to 213+50.00 Nautilus Drive. STA 213+50.00 to 223+00.00 Nautilus Drive. STA 223+00.00 to 232+00.00 Nautilus Court N. Michigan Ave. STA 104+50.00 to 113+75.00 N. Michigan Ave. STA 113+75.00 to 123+60.00 N. Michigan Ave. STA 123+60.00 to 133+50.54 North Michigan Ave. & North Jefferson Ave. N. Jefferson Ave. STA 300+60.95 to 310+25.00 N. Jefferson Ave. STA 310+25.00 to 318+46.58 Adams Ave. STA 400+69.50 to 410+25.00 Adams Ave. STA 410+25.00 to 419+23.37 N. Meridian Ave. STA 500+71.71 to 510+25.00 N. Meridian Ave. STA 510+25.00 to 520+00.00 N. Meridian Ave. STA 520+00.00 to 529+80.00 BID NO: 36-05/06 DATE: 06/22/06 CITY OF MIAMI BEACH 81 LA022 LA023 LA024 LA025 LA026 LA027 LA028 LA029 LA030 LA031 LA032 LA033 LA034 LA035 LAD36 LA037 LA038 LA039 LA040 LA041 LA042 LA043 LA044 LA045 LA046 LA04 7 LA048 LA049 LA050 LA051 LA052 LA053 LA054 LA055 LA056 N. Meridian Ave. STA 529+80.00 to 539+35.56 West 48th Street & West 43rd Street West 42"" Street West 43rd Court West 44lh Court, STA 900+88.40 to 910+00.00 West 44th Court & West 46th Street West 46th Street, STA 602+20.00 to 612+00.00 West 46th Street & West 47th Court West 47th Court. STA 805+00.00 to 812+62.89 West 47th Street. STA 700+00.00 to 709+50.00 West 47th Street. STA 709+50.00 to 195+00.00 West 47th Street. STA 195+00.00 to 204+00.00 West 47th Street & Chase Ave. Chase Ave. STA 99+40.00 to 109+10.59 Prairie Ave. STA 95+95.03 to 105+00.00 Prairie Ave, STA 105+00.00 to 114+00.00 Prairie Ave, STA 114+00.00 to 123+00.00 Prairie Avenue & Post Avenue postAvenue, STA 104+30.00 to 114+30.00 Post Avenue, STA 114+30.00 to 124+30.00 Post Avenue & Royal Palm Avenue Royal Palm Ave. STA 101+00.00 to 107+20.00 Royal Palm Ave. STA 107+20.00 to 117+00.00 Royal Palm Ave. STA 117+00.00 to 126+20.00 Sheridan Ave. STA 97+34.42 to 106+00.00 Sheridan Ave, STA 106+00.00 to 116+00.00 Sheridan Ave, ST A 116+00.00 to 123+66.67 West 42nd St, STA 197+19.30 to 206+00.00 West 42nd St & West 43rd St West 43rd St & West 44th St. West 44th St, STA 201+00.00 to 210+33.11 West 45th St. STA 196+80.06 to 206+00.00 West 45th St & West 46th St West 46\11 St, STA 201+00.00 to 209+14.26 Landscape Notes & Details BID NO: 36-05/06 DATE: 06/22/06 CITY OF MIAMI BEACH 82 01000. ADDENDA AND MODIFICATIONS All addenda and other modifications made prior to the time and date of bid opening shall be issued as separate documents identified as Addendums to the Bid Document and Design Criteria Package. (Please see page ATTACHED) BID NO: 36-05/06 DATE: 06/22/06 CITY OF MIAMI BEACH 83 02000. CONCEPTUAL SPECIFICATIONS: BID NO. 36-05/06 DESIGN/BUILD SERVICES FOR NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF -WAY INFRASTRUCTURE IMPROVEMENT PROGRAM * NOTE: Conceptual Specifications are available for this bid but must be ordered through T-Square Miami (305) 324-1234. The attached order form on page 11 of this Bid package must be completed and returned to T-Square Miami before prospective bidders will receive requested Conceptual Specifications. Conceptual Specifications DESIGN CRITERIA PACKAGE VOLUME 2 - CONCEPTUAL SPECIFICATIONS VOLUME2A-ATTACHMENTS Following this page please find the listing of all Sections within Volume 2 - Conceptual Specifications and Volume 2A - Attachments BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 84 CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM NEIGHBORHOOD NO.: 7 - NAUTILUS DESIGN CRITERIA PACKAGE VOLUME 2 - CONCEPTUAL SPECIFICATIONS SECTION TITLE , DIVISION 1 - GENERAL REQUIREMENTS 01000 01005 01010 01012 01026 01031 01045 01050 01060 01070 01090 01152 01200 01311 01~0 01380 01400 01410 01505 01510 01520 01530 01540 01545 01550 01560 01570 01580 01590 01600 01700 01710 01720 01730 01740 Professional Services Public Information I Liaison Services Summary of Work N.I.C. Items Measurement and Payment General Project Procedures Cutting and Patching Field Engineering Regulatory Requirements and Permits Abbreviations Reference Standards Applications for Payment Project Minutes Schedules and Reports Shop Drawings. Product Data and Samples Construction Photography Quality Control Testing Laboratory Services Mobilization. Site-Preparation & Demobilization Temporary Utilities Construction Aids Protection of existing Facilities The Emergencyrrerrorism Response Plan ROW Program Hurricane Plan ROW Program Site Access and Storage Temporary Controls Traffic Regulations Project Identification Signs Contractor's Field Office Material and Equipment Contract Closeout Cleaning Project Record Documents Operating and Maintenance Data Guarantees and Bonds BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 85 PAGES 01000-1 - 01010-12 01005-1 01010-1 -01010-15 01012-1 01026-1 - 01026-3 01031-1 - 01031-3 01045-1 -01045-3 01050-1 - 01050-2 01060-1 01070-1 - 01070-5 01090-1 - 01090-2 01'152-1-01152-2 01200-1-01200-4 01311-1-01311-11 01340-1 - 01340-6 01380-1 - 01380-3 01400-1 - 01400-3 01410-1 - 01410-4 01505-1 -01505-2 01510-1 - 01510-3 01520-1 - 01520-2 01530-1 - 01530-6 01540-1 01545-1 01550-1 - 01550-3 01560-1 - 01560-5 01570-1 - 01570-2 01580-1-01580-4 01590-1 - 01590-3 01600-1 - 01600-5 01700-1 - 01700-5 01710-1 - 01710-2 01720-1 - 01720-6 01730-1 - 01730-7 01740-1 - 01740-2 DIVISION 2 - SITEWORK 02010 02050 02110 02140 02200 02222 02250 02400 02410 02460 02500 02510 02513 02577 02601 02662 02713 02850 02900 Subsurface Investigation Demolition Clearing Dewatering Earthwork Excavation and Backfill for Utilities Steel Sheet Piling Storm Drainage FacUlties Storm Drainage Force Maln Storm Drainage Pump Station Surface Restoration Concrete Sidewalk, Curb and Gutter, and Valley Gutter Asphaltic Concrete Paving - General Pavement Marking and Car Stops Manholes and Maintenance Access Structures Water Service Connections and Transfers Water Distribution System Transplanting Trees, Shrubs and Groundcover DIVISION 3 - CONCRETE 03305 Concrete and Grout DIVISION 4 - MASONRY 04060 Mortar DIVISION 15 - MECHANICAL CONSTRUCTION 15100 Valves, General 15130 Miscellaneous Valves 15180 Horizontal Directional Drilling DIVISION 16 . ELECTRICAL 16000 Electrical General Requirements 16950 Electrical Teslln9 BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 86 02010-1 - 02010-2 02050-1 - 02050-9 02110-1-02110-3 02140-1 - 02140-4 02200-1 - 02200-13 02222-1 - 02222-13 02250-1 02400-1 - 02400-11 02410-1 - 02410-8 02460-1 - 02460-8 02500-1 - 02500-2 02510-1 - 02510-6 02513-1 - 02513-17 02577-1 - 02577-2 02601-1 - 02601-6 02662-1 - 02662-6 02713-1 - 02713-19 02850-1 - 02850-4 02900-1 - 02900-20 03305-1 - 03305-23 04060-1 - 04060-3 15100-1 - 151QO-13 15130-1 -15130-3 15180-1 - 15180-7 16000-1 -16000-8 16950-1 -16950-26 ..;.' CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM NEIGHBORHOOD NO.: 7 - NAUTILUS DESIGN CRITERIA PACKAGE VOLUME 2 A - ATTACHMENTS ATTACHMENT - A A-1 General ROW Program Design Standards Manual A-2 Comprehensive Stormwater Management Master Plan A-3 Water System Master Plan A-4 Basis of Design Report Nautilus Neighborhood No.7 ATTACHMENT - B ATTACHMENT - C Topographic Survey C-1 Drainage Report for Nautilus Neighborhood Improvements Basins 99, 97 and 92 C-2 Preliminary Drainage Analysis C-3 Sketches of Easements for Proposed Outfalls ,'~,.. "lTACHMENT - D 1" 0-1 Water Service Relocation Sketches 0-2 Water Service Relocation -- Owners Consent Status D-3 Location Map - Additional Water Main Replacement ATTACHMENT - E E-1 Meeting Notes with M-D PWD TED E-2 Draft Traffic Calming Study ATTACHMENT - F Encroachment Analysis ATTACHMENT - G Underground Utility Coordination ATTACHMENT -- H Results of Geotechnical Exploration - Roadway Soil Survey ATTACHMENT -I 1-1 Emergency Terrorism Response Plan ROW Program 1-2 Hurricane Plan ROW Program OPINION OF PROBABLE COST BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 87 03000. BID PROPOSAL FORM REPLACE WITH ACTUAL Please refer to Section 00407. SCHEDULE OF PRICES BID BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 88 04000. ACKNOWLEDGEMENT OF ADDENDA Invitation for Bid No. 36-05/06 Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No.1, Dated _August 9, 2006 Addendum No.2, Dated _August 15, 2006 Addendum No.3, Dated _August 16, 2006 Addendum No.4, Dated _August 17, 2006 Addendum No.5, Dated _August 21, 2006 Part II: No addendum was received in connection with this Bid. Verified with Procurement staff Name of Staff Date _RIC-MAN International Bidders- Name ~ -- _8/23/06 Date ,1)(7 t>.' d Signature . / .. A/ c:1p:l L: / r/ I BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 158 06000. ADDENDA AND MODIFICATIONS DIVISION 3. LOBBYISTS Sec. 2-481. Definitions. The following words, terms and phrases, when used in this division, shall have the meanings ascribed to them in this section, except where the context clearly indicates a different meaning: Advisory personnel means the members of those city boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the City commissioners. Autonomous personnel includes but is not limited to the members of the housing authority, personnel board, pension boards, and such other autonomous or semi-autonomous authorities, boards and agendes as are entrusted with the day-to-day policy setting, operation and management of certain defined functions or areas of responsibility. Commissioners means the mayor and members of the City commission. DeP'lrtmental personnel means the City manager, all assistant City managers, all depa~ent heads, the City attorney, chief deputy City attorney and all assistant City attorfl@Ys; however, all departmental personnel when acting in connection with admk)istrative hearings shall not be included for purposes of this division. Lobbyist means all persons employed or retained, whether paid or not, by a principal who seeks to encourage the passage, defeat or modification of any ordinance, resolution, action or decision of any commissioner; any action, decision, recommendation of any City board or committee; or any action, decision or recommendation of any personnel defined in any manner in this section, during the time period of the entire decision-making process on sLlch action, decision or recommendation that foreseeably will be heard or reviewed by the City commission, or a City board or committee. The term specifically includes the principal as well as any agent, attorney, officer or employee of a principal, regardless of whether such lobbying activities fall within the normal scope of employment of such agent, attorney, officer or employee. Quasi-judicial personnel means the members of the planning board, the board of adjustment and such other boards and agencies of the City that perform such quasi-judicial functions. The nuisance abatement board, special master hearings and administrative hearings shall not be included for purposes of this division. (Ord. No. 92-2777, ~ ~ 1,2,3-4-92; Ord. No. 92-2785, ~ ~ 1,2,6-17-92) Cross reference(s)--Definitions generally, ~ 1-2. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 90 :'~ Sec. 2-482. Registration. (a) (b) (c) (d) All lobbyists shall, before engaging in any lobbying activities, register with the City clerk. Every person required to register shall register on forms prepared by the clerk, pay a registration fee as specified in appendix A and state under oath: (1) His name; (2) His business address; (3) The name and business address of each person or entity which has employed the registrant to lobby; (4) The commissioner or personnel sought to be lobbied; and (5) The specific issue on which he has been employed to lobby. Any change to any information originally filed, or any additional City commissioner or personnel who are also sought to be lobbied shall require that the lobbyist file an amendment to the registration forms, although no additional fee shall be required for such amendment. The lobbyist has a continuing duty to supply information and amend the forms filed throughout the period for which the lobbying occurs. If the lobbyist represents a corporation, partnership or trust, the chief officer, partner or beneficiary shall also be identified. Without limiting the foregoing, the lobbyist shall also identify all persons holding, directly or indirectly, a five percent <;Ir more ownership interest in such corporation, partnership, or trust. ~parate registration shall be required for each principal represented on each ~cific issue. Such issue shall be described with as much detail as is practical, Ihcluding but not limited to a specific description where applicable of a pending lequest for a proposal, invitation to bid, or public hearing number. The City clerk Shall reject any registration statement not providing a description of the specific issue on which such lobbyist has been employed to lobby. Each person who withdraws as a lobbyist for a particular client shall file an appropriate notice of withdrawal. In addition to the registration fee required in subsection (a) of this section, registration of all lobbyists shall be required prior to October 1 of every even-numbered year; and the fee for biennial registration shall be as specified in appendix A. In addition to the matters addressed above, every registrant shall be required to state the extent of any business, financial, familial or professional relationship, or other relationship giving rise to an appearance of an impropriety, with any current City commissioner or personnel who is sought to be lobbied as identified on the lobbyist registration form filed. The registration fees required by subsections (a) and (f) of this section shall be deposited by the clerk into a separate account and shall be expended only to cover the costs incurred in administering the provisions of this division. There shall be no fee required for filing a notice of withdrawal, and the City manager shall waive the registration fee upon a finding of financial hardship, based upon a sworn statement of the applicant. Any person who only appears as a representative of a nonprofit corporation or entity (such as a charitable organization, a neighborhood or homeowner association, a local chamber of commerce or a trade association or trade union), without special compensation (e) (f) (g) (h) BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 91 or reimbursement for the appearance, whether direct, indirect or contingent, to express support of or opposition to any item, shall not be required to register with the clerk as required by this section. Copies of registration forms shall be furnished to each commissioner or other personnel named on the forms. (Ord. No. 92-2777,!l 3,3-4-92; Ord. No. 92-2785,!l 3,6-17-92) Sec. 2-483. Exceptions to registration. (a) Any public officer, employee or appointee or any person or entity in contractual privity with the City who only appears in his official capacity shall not be required to register as a lobbyist. (b) Any person who only appears in his individual capacity at a public hearing before the city commission, planning board, board of adjustment, or other board or committee and has no other communication with the personnel defined in section 2-481, for the purpose of self-representation without compensation or reimbursement, whether direct, indirect or contingent, to express support of or opposition to any item, shall not be required to register as a lobbyist, including but not limited to those who are members of homeowner or neighborhood associations. All speakers shall, however, sign up on forms av~i1able at the public hearing. Additionally, any person requested to appear before any city personnel, board or commission, or any person compelled to answer for or appealing a code violation, a nuisance abatement board hearing, a special master hearing or an administrative hearing shall not be required to register, nor shall any agent, attorney, officer or employee of such person. (Ord. No. 92-2777,!l!l !l4, 5, 3-4-92; Ord. No. 92-2785, !l!l 4,5,6-17-92) Sec. 2-484. Sign-in logs. In addition to the registration requirements addressed above, all city departments, including the offices of the mayor and city commission, the offices of the city manager, and the offices of the city attorney, shall maintain signed sign-in logs for all noncity employees or personnel for registration when they meet with any personnel as defined in section 2-481. (Ord. No. 92-2785,!l 6,6-17-92) Sec. 2-485. List of expenditures. (a) On October 1 of each year, lobbyists shall submit to the city clerk a signed statement under oath listing all lobbying expenditures in the city for the preceding calendar year. A statement shall be filed even if there have been no expenditures during the reporting period. (b) The city clerk shall publish logs on a quarterly and annual basis reflecting the lobbyist registrations filed. All logs required by this section shall be prepared in a manner substantially similar to the logs prepared for the state legislature pursuant to F.S.. 11.0045. (c) All members of the city commission and all city personnel shall be diligent to ascertain whether persons required to register pursuant to this section have complied with the requirements of this division. Commissioners or city personnel BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 92 may not knowingly permit themselves to be lobbied by a person who is not registered pursuant to this section to lobby the commissioner or the relevant committee, board or city personnel. (d) The city attorney shall investigate any persons engaged in lobbying activities who are reported to be in violation of this division. The city attorney shall report the results of the investigation to the city commission. Any alleged violator shall also receive the results of any investigation and shall have the opportunity to rebut the findings, if necessary, and submit any written material in defense to the city commission. The city commission may reprimand, censure, suspend or prohibit such person from lobbying before the commission or any committee, board or personnel of the city. (Ord. No. 92-2777, ~ 6,3-4-92; Old. No. 92-2785, ~ 7,6-17-92) BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 93 Cone of Silence ORDINANCE NO. 2002-3378 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2 OF THE CODE OF THE CITY OF MIAMI BEACH, ENTITLED "ADMINISTRATION", BY AMENDING ARTICLE VII' THEREOF, ENTITLED "STANDARDS OF CONDUCT', BY AMENDING DIVISION 4, ENnTLED "PROCUREMENT', BY AMENDING SECTION 2-486, ENTITLED "CONE OF SILENCE"; SAID AMENDMENT, IN PART, EXTENDING THE PROHIBITIONS ON ORAL COMMUNICAnONS ON ALL REQUEST FOR PROPOSALS (RFP'S), REQUEST FOR QUALIFICATIONS (RFQ'S), AND INVITATION FOR BIDS (BIDS), BETWEEN THE MAYOR AND CITY COMMISSIONERS AND THEIR RESPECTIVE STAFF AND ANY POTENTIAL VENDOR, SERVICE PROVIDER, BIDDER, LOBBYIST, OR CONSULTANT: PROVIDING FOR ADDITIONAL EXCEPTIONS RELATIVE TO ORAL COMMUNICATIONS: PROVIDING FURTHER FOR REPEALER, SEVERABILITY, AND AN EFFECTIVE DATE. WHEREAS, on January 29. 2002, the Miaml-Oade County Commission approved Ordinance No. 02-3, amending Section 2-11.1(t) of the Miemi-OalUt County Code, the County's Cone of Silence Ordinance. with an effective date of February 8, 2002; and WHEREAS, Miami-Dade County's approved amendments extended the prohibition on oral communications regarding a particular RFP, RFO, and bid for the sollcltatlon of goods and services to those between a potentIa\ vendor. service provider, bidder, lobbyist " or consultant, and the Mayor. County Commlaaloners and their respective staffs; and WHEREAS, Miami-Dade County's approved amendments added addltlonat exemptions to the prohibition on oral communications regarding a particular RFP, RFO, or bid for the soIlcitatlon of goods and services between any person and the procurement director or hlslherdesignated staff responsible for administering the procurement process for such RFP, RFQ or bid, and between a member of the respective selection committee, provided the communication be limited strictly to matters of process or procedure already contained in the corresponding solicitation document; and WHEREAS, Miami-Oade County's approved amendments added additional exemptions to the prohibition on oral communications between the County Manager and the chairperson of a selection committee about a particular selection committee recommendation, only after the committee has submitted a recommendation to the Manager and provided that, should any change occur in the committee recommendation, the content of the communication and of the corresponding change shaH be described in writing and flied by the Manager with the Clerk of the County and be included In any recommendation memorandum submitted by the Manager to the County Commission; WHEREAS, Miami-Dade County's approved amendments added additional exemptions to the prohibition on orat communications pertaining to emergency procurements. WHEREAS, said Miami-Dade County amendments are applicable to the Mayor and City Commissioners of the City of Miami Beach, the City Manager, and their respective stsffs; and in order to extend said amendments and their applicability to potential vendors, BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 94 service providers, bidders, lobbyists, and consultimts doing business in the City of Miami Beach, the Administration and the City Attorney's Office herein recommends that the Mayor and City Commission amend the City's Cone of Silence Ordinance accordingly. NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH: SECTION 1. Section 2-426, of Division 4 of Article VII of Chapter 2 of the Miami Beach City Code is hereby amended to read as foUows: Article VII. Standards of Conduct DIVISION 4. PROCUREMENT Sec. 2-488. Cone of silence. (a) Contracts for the provision of goods, services, and construction plojecta. eIlef l1an awdit OOMF8Gte. "".: (1) DefInition" "Cone of slenee" Is hereby defined to mean a prohibition on: (a) any communicetlOll regarding a particular request for proposal ("RFP"), request for qualifications ("RFQ"), F8llwe.. fer letteF8 ef IAtlf~. ("RFI.IW), or bid between a potential vendor, service provider, bidder, lobbyist, or consultant and the city's admlnistfatlw staff including, but not limited to. the city manager and his or her staff; (b) any communication regarding a particular RFP. RFQ, RAfr or bld between the mayor. city commillsioners. or their retlpedIY8 stafftl. and any member of the clty's administrative staff Including, but not ImIted to. the city manager and his or her staff; (c) any communication regarding a particular RFP, RFQ, ~ or bid between a potential vendor. service provider, bidder. lobbyist. or consultant and any member of a city evaluation and/or sefectlon committee therefor: aM (d) any communication regarding s, particular RFP. RFQ, ~ or bld between the mayor, city commlssioners..or their respective ~..and any !!..membar of a city evaluation and/or selection commltt1 therefor: (El) any communication reaardlna a Dartlcular RFP. RFQ. or bid Jtween the ma::; ;itv commiss~ or their~ sta~ =~=:= vendor. service Drovider. bidder. iobbvist. or consultant. \ IRe felegeing. Die seRe Elf ,DeRse ,l:1all RElt allPIy Ie ElEIA'lpetillve prelell.1 fer the awaN ef CDSG, HOM'. SHIP aAd S\I_ F\lRH asMiRi8teFe~ by t~8 sity .68 9f 6GFARUJAil}.. Ele'/elepIR8At. aA~ 69A'lA'l\lRlsati9RI 'I:iltl the Eli"" alteA'l8Y aRd his Elr tier etaft:. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 95 (2) Procedure. a" A Imlcone of silence shall be Imposed upon each RFP. RFO, RRJr aA4 Q[,bid after the advertisement of said RFP, RFO, RFbl-r or bid. At the time of imposition of the cone of silence, the city manager or his or her designee shall provide for public notice of the cone of silence. The city manager shan Include In any pubilc solicitation for goods and se.vices a statement disclosing the requirements of this division. b. The cone of silence shaH terminate~ ~at the time the city manager makes his or her written recommendation as to selection of a particuler RFP, RFO. AR.Jr or bid to the city commission, and said RFP, RFO. RFbl-r or bid is awarded; provided. however, that following the Mmanager making his or her written l'8COl1VTlendation. the cone of slenee shall be lifted as relates to communications between the M-mayor and M-membe1'8 of the G::stommlsslon and the G-9tY M-manager; providing further if the city commission refers the manager's recommendation back to the city manager er etaff for further review. the cone of silence shall continue until such time 88 the manager makes a subsequent written recommendation. and the particular RFP, RFO. RRJr or bid is awarded;. (3) ~ 1!!l.in the event of contracts for less than $25,000. when the city manager executes the contract. Exceptions. The flFGvlsl9A8 at this 9RlIAaAIl8 CQne l,>( !i@enC8 sha' not apply to; ,!j\\ ,.lIt (a) ~O::~I==:eU:V~ofofc=n:f~~~~~~~~F (b) communlcetlons with the citv attomev and,bis or her staff. ~ ua.oral communications at pre-bid conferen($S; ~ {gLoral presentations before evaluation and/or selection committees; !iH!Ucontract discussions during any duly noticed public meeting; ~ill public presentations made to the city commisslonel'8 during any duly noticed public meeting; ~ (g} contract negotiations with city staff following the award of an RFP, RFQ. ;u;y. or bid by the city commission; ~ !I1l communications In writing at any time with any city employee, official or member of the city commission, unless specifically prohibited by the applicable RFP, RFQ. RRJ. or bid documents; eF BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 96 ~ city commission meeting agenda review meetings between the city manager and the mayor and individual city commissioners where such matters are scheduled for consideration at the next G-gJmmission meeting. {RHj) communications reaardlna a oarticular RFP. RFQ or bid between the orocurement director. or hislher administrative staff resoonslble for adminlsterlna the orocurement orocess for such RFP. RFQ or bid and a member of the evaluation/selection committee therefor. orovlded the communication 'sllmlted strlctly to matters of DrOCeSS or orocedure already contained In tha corresoondina solicitation document: au dulY noticed site visits to determine the comDetencv of bidders reaardlna a oartlcular bid durlna the time oariod between the ODenJna of bids and tha time the cItv manaaer makes his or her written recommendation: ill any emeraencv orocurement of QOOda or services: em) communications reaardina a D8rticu1ar RFP" RFQ. or bid between anY oarson, and the Drocurement director, or hislher aclllllOlslratlve staff resDOnsible for administerlna the Dl'OCUrement DrOCeSS for such RFP. RFQ" or bid. orovIded the communication Is limited strictly to matters of DI'OC8S8 or Drocedure allJadv contained in the COrr8SDOndIn9 solicitation docufTl8tll !nl.. The bidder. proposer. vendor. service provider. lobbyist, or consultant shall file a copy of any written communications with the city cIerIt. The city clerk shall make copies available to any person upon request. (8) AYOIt .LlllaJte. f4-)- .CeRe &f sUeAs.- 18 ".",by ".RAS" te ",eaR 8 pF8hlWlkitR SR: (8) SAY 68IRMllfllsatlenl F9l1sNifll S llaAlel1lar RFP. AFQ, AR.I, 91' '-III '-Mr.-ellR S lle&eAtial '/aflde" saMsa Ilrevldar. Blllde~ lea8ylet. er seAewltafll SAil ~a IRSyeF, &ity saIRMluslenaF8 8r Ulsil' FOSllasli';e eta., SAd sny MaIR'-a, ef ~a slty'a adMlflistraUve e&aff IflaIu4IAI. Wt flat 1iRlite8 te the eity NAIlI8' Ilfld hie 8' Rar eta#, SFld Ea) SAY aF81 68MIRIIRleatl8A F8gaNlFI8 a jNIltlll\llar AFF\ AFQ, RFtI. e, * llet\'J8aA tha RI8}'8F. eitr 68MMiealeAeF8 a'~.iI' F981l8el'w etaffe afld SflY MaMaar 8f ""a s~~a adIRlflletF811 Ie eta<< iflet.JdIAg. awt Flea limited &e. ~a eity MSAager aAd hl8 er R.r eta#i and (a) GAY eaR.J\wflleatlofl F9gardiAg a paFti6Ylar RFP. RFO, AI''''', 0' Dill '-&tv:e8A a llll&eFltl81 'l8F1der, seMee pF9',ider, alddeF, leallylet, 8r B8n8111taFlt sflll af!}' MamD8r ef a eIty e'lSlwaillR aAElJer 8el8slien eemmitt8a; aRE! (4) Gny 68mMIIAleatieA regardiAg a Ilartiswlar ~p. RFQ ar bid aetwean ""a MayaI', C~' CeIRIRie8ieA8F8 er ttlsil' Fespesli.... Staff8 GAd aAY IReIRl)sr sf a sity &'JalwatleFl aAdlerealeslieFl ae IRmlltee. Nelwith8tsAdlAg ""a f9reg8IAg. the allfl. sf 8l1eAaa 8IIal fist apply &e 68IRFRUfliGatieA8 with the eity altemay aAll hl8 ar tlar 8taft (2) IilCsapt as pl9\'lded in 611S8a6tion8 (a)(3) aAd (1))(4) heF9af, a 68F1UfeitllA68 shalll)a imllesedllpeA aash R'"P, RFQ, R'"bl. 9r Illd fer allllit 8eMS98 after tI:Is allveftisaMeFlt ef salE! RIOP. RFQ, RFI.I, er alll. N. the tiFRe sf the b"p9sitlaA at the seAe of eitsRse, the sly FR8Ragar ar Aie ar her ~e8igAe8 BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 97 BRall ~Rl'AEle fer tt:le ~YlilliG RGtil.e Elf tile GeRe at SileAGe. The Gene at,lilenGe sllall teR'AIAate a) at tt:le time tile Gily maAager makes Ilis er Iler! Wfitten RlsalRlReAdatlaR al tEl 9aleGtien at a ~MiGular RFP, RFQ. RFt..I. ar bid tEl tt:le slly GEllRlRieliaA, aREI lalEl RFP, RFQ. RR.I. ar biEI is 8W8FGeEl: ~AWiEled. h~:..ver, thet f911~tJiRg tl=te M2Rager MakIRg I=tie er t:ler -.witteR RlGElmlReRdatlsR, tt:le Gel'll at SnSRes shall be lifteEl al relatel 18 GGIRIRYAleatleA6 betweeR DIe Mayer aREI MelRbeAl at DIe CSlRlRillieA aREI the City ManageF; prqvjEllAg foFtller if the 6ity GelRlRiesillA ..faAl DIe IRBnager's reaElmmeRElatiElR llask ta the IIty lRanager er staff far folther I'e'Jl8\.... Ule GeAe at silsAse ellall eeAtiFN8 YRt. eyell tllRe al ths IRsAsgsr IRsks. . ewl:lelMlU.Rt ,witteR Al ssmmeRElatiElA. aREI the paAiNer RFP. R,"o. RFll. sr IlIEl Ie ....181'9_ er II) iA DIe eveRt at s".lI ute fer lell tI:lSR $2&.000 \vII8A tII_ eIy FR8A888r auew., the seAb1let (3) .~IFllJ laAt8iAeElllereln Illall pRlhllil1t llAY IllddsF, pAlllalS'" 'JIAd8F, 88M;S pFeVidsF. IellDylst. ar llaASYItaRt (I) RIR lRaklAg p..blle IlAlSeAtatieAs III ElIIIy RefillSd ~re I*j 88RfereAGllS Elr befeF8 EIlIIy Aatlll8d lMIIYatlsA GelRlRlttse IRs.ti.; (II) Rm sAgagiAI In sllAtFalll dl88~88iIAS ElYfiRIIRY duly Aatillsd IIYlllle lR.etIFllJ\ (ii) RIR eAlJ8ll1iRi iA 9laHtl.al'lt RalatlatlaRs ,. ~. 6Iaff falle\vlAI DIe It\V8FG at SA RFP. R.'PQ, Flt;:L.I. er IilIEI far a"dlt by DIe 8Ity s8FAMllli8Ri .r (4\1 Rift een ,mwRls8tiA8 In \.~J IVlII-:. 8~. ally .MlllaV.. 8r effilllal fer IlYl1lS8es at 88eldAg e1l1f1flsatlaA sr aElElllillASI illfsIR'lstiSA RIR tie 8Ity sr AllpsAdiAg te the ~~ "lIY- fer e1aFlfill8tlaA ar adElltlsnaI iRfelR'latieA. sulljelM tEl tie pl'e'JieiGfle at tile alllpliealille RFP. R,"O. RFI.I. sr Bid ElllBUlReAtl. The Illdder 8r prepaler ate. I'" file a GeIlY at aAY ,'JfitIeA ssmlRYRlsatieA 'JJMh tie llIty eleFk. The llIty e1art sllalllReke llapils &vaiIable tEl the glAIral pY~lie "ileA FBlIU98t. (1) Nett-'lIAlI lleRtaiAsd llerelA shall flAlllllllt aAY IIBll)>let. liliEldeF,JlAlJMIser. ":eAder, 8"". previti,,. 8GA6Yl8At, er ett..r paFlIA er 8Atit-;~ MaM pwWt81y addF8llsiRt till GIly llelMllesleAeAllNl'IRI anv dYIy All";S" pulillle "'oatlFll reglilFGlR1 aetieA ElA 8RY awEllt 88Atrast The slty meABllr II'" IR slYd.IA 8AY p"lilIi; &el1~~tieA fer awaiting IlSI'1.'iGel a statameAt dlslllSIl~ Alll"I"lRenw ef tllie divlllieA. . ! {G)UU VIolations/penalties and procedures. A violation of this section by a pa~CUlar bidder. proposer, vendor, service provider, lobbyist. or consultant shall subjeCt said bidder, ef proposer. vendor. service provider. lobbyist, or consultant to the same procedures set forth in Division 5. entitled :Oebarment of Contractors: from City Work; shaD render any RFP award, RFQ award, RFL.I 8WBFG. or bid award to said bidder. proposer. vendor. service provider, bidder, lobbyist. or oonsultant vaida; and said bidder. proposer. vendor. service provider, lobbyist. or consultant shall not be considered for any RFP. RFQ. RJ:IJ or bid for a contract for the provision of goods or services for a period of one year. Any person who violates a provision of this division shall be prohibited from serving on a city evaluation and/or selecllon committee. In addition to any other penalty provided by law. violation of any provision of this division by a city employee shall subject said employee to disciplinary action up to and Including dismissal. Additionally. any person who has personal knowledge of a violation of this division shaD report such violation to the city attorney's offICe or state attorney's office... and/or may file a complaint with the county ethics commission. (Ord. No. 99-3164. S 1.1-6-99; Ord. No. 2001-3295. S 1. 3-14-01) BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 98 SECTION 2. CODIFICATION. I It Is the intention of the Mayor and City Commission of the City of Miami Beach. and it is hereby ordained that the provisions of this ordinance shall become and be made part of the Code of the City of Miami Beach. Florida. The sections of this ordinance may be renumbered or relettered to accomplish such intention, and the word "ordinance" may be changed to "section". "article", or other appropriate word. SEcnON 3. REPEALER. All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed.. SECTION 4. SEVERABILITY. If any section. subsectlon. sentence. clause, phrase or portion of this Ordinance Is. for any reason. held invalid or unconstitutional. such portion shan be deemed a separate. distinct and independent provision and such holding shall not affect the validity or constitutionality of the remaining portions of this Ordinance. SECTION 5. EFFECTIVE DATE. This Ordinance shaD take effect on the 10th day of AUlUlIt Is 10 days after adoption. PASSED and ADOPTED this _._31st . 2002. which 2002. ATTEST: City Clerk Letters or numbers that are stricken through are deletions from existing ordinance. Letters or numbers that are under1ined are additions to existing ordinance. F:\ATTO\OLIJ\RE8-0RO\CONEOFSILENCE.FNL.DOC AfIIIR()VED AS 10 FORM&1.ANGlIAGE & FOR CUTlON , ~.2~~ Date BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 99 OFFICE OF THE CITV ATTORNEV MURRAY H. DUBBIN City Altoney ~ tlJ/Uami 1ImM , LOR 0 A . Telephone: Telecopy: (305) 673-7470 (305) 673-7002 COMMISSION MEMORANDUM DATE: JULY 31, 2002 FROM: MURRAY DUBBIN CITY A1TORNEYtM JORGE M. GONZALEZ CITY MANAGER SUB1ECT: AMENDMENT TO CITY'S "CONE OF SILENCE" ORDINANCE SECOND READING PUB1 Ie: HEA'RING TO: On January 29, 2002, the Miami-Dade County Conunission approved an amendment to the County's "Cone ofSilenc:e" Ordinance, with an effective date of February 8, 2002. The approved ameudments to the County's Ordinance, which the City Mzlager and the City .Altomey's Office herein recommeDd be iDcocporaI'ed as an amendment to the Oty's own "Cone ofSi1cnce" Ordinance, an: as follows: (I) Extending the prohibitioo on oral COI'III1lIIIlicons regardina a particular RFP, RFQ, and bid for the solicitation of goods and services to those between a potential vendor, service provider, bidder, lobbyist or consultant, and the Mayor, Commissioners. and their respective staffs; (2) Extending the prohibitioo on 0t1I1 communications regarding a particular RFP, RFQ, or bid between any administrative staffmember, and any member of an evaluation and/or selection committee therefor; (3) Notwithstanding the prohibition in subsection (2) above, providing an exemption allowing the Manager and the chairperson of the evaluation and/or selection committee to communicate upon a particular evaluation and/or selection committee Agenda Item ASC t 700 Conveatlo. Ce.tor Drive - F..rtll Floor - MIami Bead Date 7-.3/-();)- BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 100 RESOLUTION NO. 2000-23879 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH REQUIRING THAT CONTRACTORS ADOPT A CODE OF BUSINESS ETHICS PRIOR TO ENTERING INTO A CONTRACT WITH THE CITY OF MIAMI BEACH WHEREAS, the Greater Miami Chamber of Commerce ("QMCC") adopted a Model Code of Business Ethics (the "Model Code"); and WHEREAS, the City ofMiarni Beach is a member of the GMCC; and WHEREAS, the Model Code, attached hereto as Exhibit A, is a statement of principles to help gUide decisions and actions based on respect for the importance of ethical business standards in the community; and WHEREAS, the GMCC encourages its members to adopt the principles and practices outlined in the Model Code; and WHEREAS, the Commission believes that each entity which does business with the City of Miami Beach should be required. as a condition of doing business with the County to adopt a Code of Business Ethics. NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF' THE CITY OF MIAMI BEACH, FLORIDA: Section I. Each person or entity that Jeeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the City Manager or his or her designee prior to execution of any contract between the contractor and the City. The Code of Business shall, at a minimurn. require the contractor to comply with all applicable governmental roles and regulations including. among others, the conflict of interest, lobbying and ethics provisions of the City Code. Section 2. The Commission urges the Greater Miami Chamber of Commerce to require that all ofits members adopt the Model Code of Business Ethics. Section 3. adoption. This resolution shall become effective immediately upon its BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 101 PASSED and ADOPTED this 12th dayof April 2000 ATTEST: fluB ~YOR _~vJ' fLi~C~~ CITY CLERK Al'PF\oveDMTO FCRM&LANGUAC,': . FOR EXECUlIClr, :... 7-c/lJ BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 102 GREATER MIAMI CHAMBER OF COMMERCE MODEL CODE OF BUSINESS ETHICS STATEMENT OF PURPOSE The Grealer Miami Chamber of Commerce ('GMCC") seeks 10 create and sustain an ethical business climate for fts members and the community by adopling a Code of Business Ethics. The GMCC encourages its members 10 incorporate the principles and practices ouliined h.re in their individual codes of ethics which will guide their relationships wilh customers, clients and suppliers. This Model Code can and should b. prominently displayed at all bus in... locations and may be incorporated into marketing materials. The GMCC believes Ihat its members should use this Code as a model for the development of their organizations' business codes of ethics. This Model Code is a. statement of pri,nciples to help qyide decisions and actions basad on respect for the importance of elhlcal business stMdards In the community. ,he GMCC believes the adoption of a meaningful code 01 ethics is the responsibility of e.lery business and prolessiollm orgAnization. Comoliance with Government Rules & Reaul.tions We will property maintain all records and post all licenses and certificates in prominent places easily se.n by our employees and customers; In dealing with government agencies and employees, we will conduct business in accordance with all applicable rules and regulations and in the open; We will report contract irregularities and other improper or unlawful business practices to the Ethics Commission, the Office of Inspector General or appropriate law enforcement authorities. ful.sruitment, Selection & Compensation of Vendors and Suppliers We will avoid conflicts of interest and di~l05e such conflicts when identified; Gifts which compromise the integrity of a business transaction are unacceptable; we will not kick back any portion of a cordrac! payment to employees of the other contracting party or accept such a kickback . Business AccountinQ All our financial transactions will be properly and fairly recorded in appropriate books of account, and there will be no "off the books" transactions or secret accounts. Promotion and Sales of Products and Services Our products will comply with all applicable. safety and quality standards: We will promote and advcrtist our business and its products or services in a manner which is not misleading and does not falsely disparage our competitors: Doinq Business with the Governmef1! BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 103 We will conduct business with government agencies and employees in a manner which avoids even the appearance of impropriety, Efforts to curry political favoritism are unacceptable; Our bids will be competitive, appropriate to the bid documents and arrived at independently; Any challenges to contract,s awarded will have a substantive basis and not be pursued merely because we are the. unsuccessful bidder; . We will, to the best of our ability, perform govemment contracts awarded at the price and under the terms provided lor in the contract. We will nol submit inflated invoices for goods provided or services performed under such contracts, and claims will be made only for work actually performed. We will abide by all contracting and subcontracting regulations. . We will not, directly or indirectly, offer to give a bribe or otherwise channel kickbacks from contract. awarded, to government officials, their family members or busina.. associates. We will not seek or expect preferential treatment on bids based on our participation in polltical campaigns. fllll.lieLlfe and Political Camolians We encourage all employees to participate in community Iile. public service and the political proeess; We encourage all employees to recruit, support and elect ethical and qualified public officials and engage them in dialogue and debate about business and community issues; Our contributions to political parties, committees or individuals will only be made in accordance with applicable law and will comply WIth all r.quirements for public disclosure. All contributions made on behalf of the business must be reported 10 senior company management; . W. will not contribute to the campaigns. of persons who are convict.d felons or those who do not sign th. Fair Campaign Practices Ordinance. We will not knowingly dis..minat. fal.. campaign information or support those who do. Corporate Officer Company Name Date BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 104 ORDINANCE NO 2000-3234 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2, ARTICLE VI, ENTITLED "PROCUREMENT", BY CREATING DIVISION 5, ENTITLED "DEBARMENT", SECTIONS 2-397 THROUGH 2-406 OF THE CODE OF THE CITY OF MIAMI BEACH, FLORIDA, PROVIDING FOR DEBARMENT OF CONTRACTORS FROM CITY WORK; PROVIDING FOR SEVERABILITY; CODIFICATION; REPEALER; AND AN EFFECTIVE DATE. NOW THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: SECTION 1. Miami Beach City Code, Chapter 2, entitled "Administration", Article VI, entitled "Procurement", is hereby amended by adding the following Division 5, entitled - "Debarment of Contractors from City Work" reading as follows: Division 5. Debarment of contractors from Citv work. Section 2-397. Purpose of debarment. ;~\ (a) The City shall solicit offers from, award contracts to, and consent to subcontractors with responsible contractors only: To effectuate this police, the debarment of contractors from City work may be undertal(en. ,1i' (b) The serious nature of debarment requifes that this sanction be imposed only when it is in the public interest for the City's protection. and not for purposes of punishment. Debarment shall be imposed in accordance with the procedures contained in this ordinance. Section 2..398. Definitions. (a) Affiliates. Business concerns. organizations, lobbyists or other individuals are affiliates of each other if, directly or indirectly. (I) either one controls or has the power to control the other, or (ii) a third part controls or has the power to control both. Indicia of control include, but are not limited to. a fiduciary relation which results from the manifestation of consent by one individual to another that the other shall act on his behalf and subject to his control. and consent by the other so to act; interlocking management or ownership; identity of interests among family members; shared facilities and equipment; common use of employees; or a business entity organized by a debarred entity, individual, or affiliate following debarment of a contractor that has the same or similar management, ownership, or principal employees as the contractor that was debarred or suspended. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 105 (b) Civil judgment means a judgment or finding of a civil offense by any court of competent jurisdiction. (c) Contractor means any individual or other legal entity that: (1) Directly or indirectly (e.g. through an affiliate). submits offers for is awarded" or reasonably may be expected to submit offers or be awarded a City contract, including, but not limited to vendors, suppliers, providers, Bidders, Proposers, consultants, and/or design professionals, or (2) Conducts business or reasonable man be expected to conduct business. with the City as an agent" representative or subcontractor of another contractor. (d) Conviction means a judgement or conviction of a criminal offense. be it a felony or misdemeanor, by any court of competent jurisdiction. whether entered upon a verdict or a plea. and includes a conviction entered upon a plea of nolo contendere. (e) Debarment means action taken by the Debarment Committee to exclude a contractor (and. in limited instances specified in this ordinance. a Bidder or Proposer from City contracting and City approved subcontracting for a reasonable, specified period as provided in subsection 0) below: a contractor so excluded is debarred. (f) Debarment Committee means a group of seven (7) individual members, each appointed by the Mayor and individual City Commissioners, to evaluate and. if warranted. to impose debarment, (g) Preponderance Greater weight of the evidence means proof by information that, compared with that opposing it , leads to the conclusion that the fact at issue is more probably true than not. (h) Indictment means indictment for a criminal offense. An information or other filing by competent authority charging a criminal offense shall be given the same effect as an indictment. (I) Legal proceeding means any civil judicial proceeding to which the City is a party or any criminal proceeding. The term includes appeals from such proceedings. 0) List of debarred contractors means a list compiled, maintained and distributed by the CityDS Procurement Office. containing the names of contractors debarred under the procedures of this ordinance. Section 2-399. List of debarred contractors. (a) The City's Procurement Office. is the agency charged with the implementation of this ordinance shall: (1) Compile and maintain a current. consolidated list (List) of all contractors BID NO: 36.05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 106 .' . debarred by City departments, Such List shall be public record and shall be available for public inspection and dissemination; (2) Periodically revise and distribute the List and issue supplements, if necessary, to all departments. to the Office of the City Manager and to the Mayor and City Commissioners: and (3) Included in the List shall be the name and telephone number of the City official responsible for its maintenance and distribution. (b) The List shall indicate: (1) The names and addresses of all contractors debarred. in alphabetical order; (2) The name of the department that recommends initiation of the debarment action; (3) The cause for the debarment action, as is further described herein. or other statutory or regulatory authority; (4) The effect of the debarment action; (5) The termination date fOi each listing; (6) The contractor's certificate of competence or license number, when applicable; (7) The person through whom the contractor is qualified, when applicable; (8) The name and telephone number of the point of contact in the department recommending the debarment action. (c) The City's Procurement Office shall: 'd; i:t!i (1) In accordance with internal retention procedures maintain records relating to each debarment; (2) Establish procedures to provide for the effective use of the List, including internal distribution thereof to ensure that departments do not solicit offers from, award contracts to, or consent to subcontracts with contractors on the List; and (3) Respond to inquiries concerning listed, contractors and coordinate such responses with the department that recommended the action, Section 2-400. Effect of debarment. (a) Debarred contractors are excluded from receiving contracts, and departments shall not solicit offers from award contracts to, or consent to subcontracts with these contractors unless the City Manager determines that an emergency exists justifying such action. and obtains approval from the Mayor and City Commission, which approval shall be given by 5/7ths vote of the City Commission at a regularly scheduled City Commission meeting. Debarred contractors are also excluded from conducting business with the City as agents, representatives, subcontractors or partners of other contractors. (d) Debarred contractors are excluded from acting as individual sureties. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 107 and any mitigating factors should be considered in making any debarment decision. (b) Debarment constitutes debarment of all officers, directors, shareholders owning or controlling twenty-five (25) percent of the stock, partners, divisions or other organizational elements of the debarred contractor, unless the debarred decision is limited by its terms to specific divisions, organizational elements or commodities. The Debarment Committee's decision includes any existing affiliates of the contractor if they are (I) specifically named and (ii) given written notice of the proposed debarment and fin opportunity to respond. Future affiliates of the contractor are subject to the Debarment Committee's decision. (c) A contractor's debarment shall be effective throughout City Government. Section 2-404. Causes for debarment. (a) The Debarment Committee shall debar a contractor for a conviction or civil judgment, (1) For commiSSion of a fraud or a criminal offense in connection with obtaining attempting to obtain, performing, or making a claim upon a public contract or subcontract or a contract or subcontract funded in whole or in part with public funds; (2) For violation of federal or State antitrust statutes relating to the submission of offers; (3) For commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, mal<ing false statements, or receiving stolen property; (4) Which makes the City the prevailing party in a legal proceeding and a court determines that the lawsuit between the contractor and the City was frivolous or filed in bad faith. (b) The Committee may debar a contractor, (and, limited instances set forth hereinbelow a Bidder or Proposer) based upon a preponderance the greater weight of the evidence, for; (1) Violation of the terms of a City contract or subcontract or a contract or subcontract funded in whole or in part by City funds such as failure to perform in accordance with the terms of one (1) or more contracts as certified by the City department administering the contract; or the failure to perform or unsatisfactorily perform in accordance with the terms of one (1) or more contracts, as certified by an independent registered architect engineer or general contractor; (2) Violation of a City ordinance or administrative order which lists debarment as a potential penalty; (3) Any other cause which affects the responsibility of a City contractor or subcontractor in performing City work. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 109 Section 2-405. Debarment procedures;. (a) Requests for the debarment of contractors may be initiated by a City Department or by a citizen-at large and shall be made in writing to the Office of the City Manager. Upon receipt of a request for debarment, the City Manager shall transmit the request to the Mayor and City Commission at a regularly scheduled meeting. The Mayor and City Commission shall transmit the request to a person or persons who shall be charged by the City Commission with the duty of promptly investigating and preparing a written report(s) concerning the proposed debarment, including the cause and grounds for debarment as set forth in this ordinance. (b) Upon completion of the aforestated written report, the City Manager shall forward said report to the Debarment Committee. The City's Procurement Office shall act as staff to the Debarment Committee and, with the assistance of the City department person or persons which prepared the report present evidence and argument to the Debarment Committee (c) Notice of proposal to debar. Within ten working days of the Debarment Committee having received the request for debarment and written report, the City's Procurement Office, on behalf of the Debarment Committee shall issue a notice of proposed debarment advising the contractor and any specifically named affiliates, by certified mail. return receipt requested, or personal service containing the following information: (1) That debarment is being considered: (2) The reasons and causes for the proposed debarment in terms sufficient to put the contractor and any named affiliates on notice of the conduct or transaction(s) upon which it is based; (3) That a hearing shall be conducted before the Debarment Committee on a date and time not less than thirty (30) days after service of the notice. The notice shall also advise the contractor that it may be represented by an attorney, may present documentary evidence and verbal testimony, and may cross-examine evidence and testimony presented against it. (4) The notice shall also describe the effect of the issuance of the notice of proposed debarment, and of the potential effect of an actual debarment. (d) No later than seven (7) working days, prior to the scheduled hearing date, the contractor must furnish the City's Procurement Office a list of the defenses the contractor intends to present at the hearing. If the contractor fails to submit the list, in writing, at least seven (7) working days prior to the hearing or fails to seek an extension of time within which to do so, the contractor shall have waived the opportunity to be heard at the hearing. The Debarment Committee has the right to grant or deny an extension of time, and for good cause, may set aside the waiver to be heard at the hearing, and its decision may only be reviewed upon an abuse of discretion standard. (e) Hearsay evidence shall be admissible at the hearing but shall not form the sole BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 110 -r1 basis for initiating a debarment procedure nor the sole basis of any determination of debarment. The hearing shall be transcribed, taped or otherwise recorded by use of a court reporter, at the election Committee and at the expense of the City. Copies of the hearing tape or transcript shall be furnished at the expense and request of the requesting party. (f) Debarment Committee's decision. In actions based upon a conviction or judgment, or in which there is no genuine dispute over material facts, the Debarment Committee shall make a decision on the basis of all the undisputed material information in the administrative record, including any undisputed, material submissions made by the contractor. Where actions are based on disputed evidence, the Debarment Committee shall decide what weight to attach to evidence of record, judge the credibility of witnesses, and base its decision on the prepondenance greater weight of the evidence standard. The Debarment Committee shall be the sole trier of fact. The Committee's decision shall be made within ten (10) working days after conclusion of the hearing, unless the Debarment Committee extends this period for good cause. (g) The Committee's decision shall be in writing and shall include the Committee's factual findings, the principal causes of debarment as enumerated in this ordinance, identification of the contractor and all named affiliate: affected by the decision, and the specific term, including duration, of the debarment imposed. (h) Notice of Debarment Committee's decision. ('1) If the Debarment Committee decides to impose debarment, the City Manager shall give the contractor and any named affiliates involved written notice by certified mail, return receipt requested, or hand delivery, within ten (10) working days of the decision, specifying the reasons for debarment and including a copy of the Comrnittee's written decision; stating the period of debarment, including effective dates; and advising that the debarment is effective throughout the City departments. (2) If debarment is not imposed,the City Manager shall notify the contractor and any named affiliates involved ,by certified mail. return receipt requested. or personal service, within ten (10) working days of the decision. (i) All decisions of the Debarment Committee shall be final and shall be effective on the date the notice is signed by the City Manager. Decisions of the Debarment Committee are subject to review by the Appellate Division of the Circuit Court. A debarred contractor may seek a stay of the debarment decision in accordance with the Florida Rules of Appellate Procedure. Section 2-406. Period of debarment. (a) The period of debarment imposed shall be within the sole discretion of the Debarment Committee. Debarment shall be for a period commensurate with the seriousness of the cause(s), and where applicable, within the guidelines set BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 111 forth below, but in no event shall exceed five (5) years. (b) The following guidelines in the period of debarment shall apply except where mitigating or aggravating circumstances justify deviation: (1 ) (2) (3) (4) (5) For commission of an offense as described in subsection 2404(a)(1): five (5) years. For commission of an offense as described in subsection 2404(a)(2): five (5) years. For commission of an offense as described in subsection 2404(a)(3): five (5) years. For commission of an offense as described in subsection 2404(a)(54): two (2) to five (5) years. For commission of an offense as described in subsections 2404(b)(1) or (2): two (2) to five (5) years. (c) The Debarment Committee may, in its sole discretion, reduce the period of debarment, upon the contractor's written request for reasons such as: (1) Newly discovered material evidence; (2) Reversal of the conviction or civil judgment upon which the debarment was based; (3) Bona fide change in ownership or management; (4) Elimination of other causes for which the debarment was imposed; or (5) Other reasons the Debarment Committee deems appropriate. (d) The debarment debarred contractor's written request shall contain the reasons for requesting a reduction in the debarment period, The City's Procurement Office, with the assistance of the affected department shall have thirty (30) days from receipt of such request to submit written response thereto. The decision of the Debarment Committee regarding a request made under this subsection is final and non-appealable. SECTION 2. SEVERABILITY. If any section, subsection, clause or provision of this Ordinance is held invalid, the remainder shall not be affected by such invalidity. SECTION 3. CODIFICATION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this ordinance shall become and be made a part of the Code of the City of Miami Beach, Florida. The sections of this ordinance may be renumbered relettered to accomplish such intention, and the word "ordinance" may be changed to "section", "article," or other appropriate word. SECTION 4. REPEALER. All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 112 SECTION 5. EFFECTIVE DATE. This Ordinance shall take effect on the 3rd day of March,2000. PASSED and ADOPTED this 23rd day of Februarv. 2000. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH II3 ;' ~' ORDINANCE NO. 2002-3344 "' AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ESTABLISHING PROCEDURES FOR RESOLVING BIDS (BIDS), REQUEST FOR PROPOSALS (RFP's), REQUEST FOR QUALIFICATIONS (RFQ's), REQUEST FOR LETTERS OF INTEREST (RFLI's), AND PURCHASE ORDERS BASED ON WRITTEN OR ORAL QUOTATIONS, BY AMENDING CHAPTER 2 OF THE CODE OF THE CITY OF MIAMI BEACH ENTITLED "ADMINISTRATION"; BY AMENDING ARTICLE VI THEREOF ENTITLED "PROCUREMENT'; BY CREATING SECTION 2-371 ENTITLED "AUTHORITY TO RESOLVE PROTESTED BIDS AND PROPOSED AWARDS"; PROVIDING FOR SEVERABILITY; PROVIDING FOR CODIFICATION; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, from time to time the City procures goods and services through Invitation for Bids, Requests for Proposals, Requests for Qualifications, Requests for Letters of Interest, and purchase orders based on written or oral quotations, in accordance with the public bidding procedures set forth in Florida law and the Code of the City of Miami Beach (the "City Code"); and WHEREAS, such process may lead to protested bids and proposed awards; and WHEREAS, it is the intent of the Mayor and City Commission that procedural and technical issues related to Invitations for Bids, Requests for Proposals, Requests for Qualifications, Requests for Letters of Interest, and purchase orders based on written or oral quotations, be decided by the City Manager and the City Attorney, and that their determinations with respect to said procedural and technical issues shall be deemed final; and WHEREAS, it is in the best interests of the City and all respondents to Invitations for Bids, Requests for Proposals, Requests for Qualifications, Requests for Letters of Interest, and purchase orders based on written or oral quotations, to have a clear and unequivocal procedure for resolving such protests in a timely and expeditious manner. NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, as follows: Section 1. Them is hereby added to Article VI of Chapter 2 of the City Code a new Section 2-371, which shall read as follows: Section 2-371. Authority to Resolve Protested Bids and Proposed Awards. (a) Right to Protest. Any actual bidder, qualified proposer, or interested parties (hereinafter collectively referred to as the "bidder") who has a BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH II4 , ' substantial interest in, and is aggrieved in connection with the solicitation or proposed award of, a request for proposals CRFP"), request for qualifications ("RFQ'), request for letters of interest ("RFLI') or invitation for bid for goods and/or services ("hereinafter, collectively referred to as the bid") may protest to the City Manager or his or her designee. Protests arising from the decisions and votes of any evaluation or selection committee shall be limited to protests based upon alleged deviation(s) from established purchasing procedures set forth in this Code, any written guidelines of the Procurement Department, and the specifications, requirements and/or terms set forth in any bid. (1) Any protest concerning the bid specifications, requirements, and/or terms must be made within three (3) business days (for the purposes of this ordinance, "business day" means a day other than Saturday, Sunday or a national holiday), from the time the facts become known and, in any case, at least two (2) business days prior to the opening of the. Such protest must be made in writing to the City Manager or his or her designee, and such protest shall state the particular grounds on which it is based and shall include all pertinent documents and evidence. No bid protest shall be accepted unless it complies with the requirements of this section. Failure to timely protest bid specifications, requirements and/or terms is a waiver of the ability to protest the specifications, requirements and/or terms. (2) Any protest after the bid opening, including challenges to actions of any evaluation or selection committee as provided in subsection (a) above, shall be submitted in writing to the City Manager, or his or her designee. The City will allow such bid protest to be submitted anytime until two (2) business days following the release of the City Manager's written recommendation to the City Commission, as same is set forth and released in the City Commission agenda packet, for award of the bid in question. Such protest shall state the particular grounds on which it is based and shall include all pertinent grounds on which it is based, and shall include all pertinent documents and evidence. No bid protest shall be accepted unless it complies with the requirements of this section. All actual bidders shall be notified in writing (which may be transmitted by electronic communication, such as facsimile transmission and/or e-mail), following the release of the City Manager's written recommendation to the City Commission. (b) Any bidder who is aggrieved in connection with the solicitation or proposed award of a purchase order based on an oral or written quotation may protest to the City Manager or his or her designee anytime during the procurement process, up to the time of the award of the purchase order, but not after such time. Such protest shall be made in writing and state the particular grounds on which it is based and shall include all pertinent documents and evidence. No bid protest shall be accepted unless it complies with the requirements of this section. (c) The City may request reasonable reimbursement for expenses incurred in processing any protest hereunder, which expenses shall include, but not BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 115 be limited to, staff time, legal fees and expenses (including expert witness fees), reproduction of documents and other out-of-pocket expenses. (d) Authority to Resolve Protests. The City Manager or his or her designee shall have the authority to settle and resolve a protest concerning the solicitation or award of a bid. (e) Responsiveness. Prior to any decision being rendered under this Ordinance with respect to a bid protest, the City Manager and the City Attorney, or their respective designees, shall certify whether the submission of the bidder to the bid in question is responsive. The parties to the protest shall be bound by the determination of the City Manager and the City Attorney with regard to the issue of responsiveness. +He dotermiAatioR af tl:1e City MaRa€ler aRd tl:1e City ^ttarRey witl:1 re€larl'! ts all pFG6sl'!uF81 ai'll'! te61:1Rical matteFS 51:1811 be final. (f) Decision and Appeal Procedures. If the bid protest is not resolved by mutual agreement, the City Manager and the City Attorney, or their respective designees, shall promptly issue a decision in writing. The decision shall specifically state the reasons for the action taken and inform the protestor of his or her right to challenge the decision. Any person aggrieved by any action or decision of the City Manager, the City Attorney, or their respective designees, with regard to any decision rendered under this section may appeal said decision by filing an original action in the Circuit Court of the Eleventh Judicial Circuit in and for Miami-Dade County, Florida, in accordance with the applicable court rules. Any action not brought in good faith shall be subject to sanctions including damages suffered by the City and attorney's fees incurred by the City in defense of such wrongful action. (g) Distribution. A copy of each decision by the City Manager and the City Attorney shall be mailed or otherwise furnished immediately to the protestor. (h) Stay of Procurements During Protests. In the event of a timely protest under this section, the City shall not proceed further with the solicitation or with the award pursuant to such bid unless a written determination is made by the City Manager, that the award pursuant to such bid must be made without delay in order to protect a substantial interest of the City. (i) The institution and filing of a protest under this Code is an administrative remedy that shall be employed prior to the institution and filing of any civil action against the City concerning the subject matter of the protest. G) Protests not timely made under this section shall be barred. Any basis or ground for a protest not set forth in the letter of protest required under this section shall be deemed waived. (k) At the time the City Manager's written recommendation for award of a bid is presented at a meeting of the Mayor and City Commission, the City Attorney, or his or her designee, shall present a report to inform the Mayor BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH II6 and City Commission of any legal issues relative to any bid protest filed in connection with the bid in question. (I) The determination of the City Manaqer and the City Attornev with reqard to all procedural and technical matters shall be final. Section 2. All ordinances, resolutions or parts thereof in conflict herewith be and the same are hereby repealed. Section 3. If any section, sentence, clause or phrase of this Ordinance is held to be invalid or unconstitutional by any court of competent jurisdiction, then said holding shall in no way affect the validity of the remaining portions of this Ordinance. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this Ordinance shall become and be made part of the Code of the City of Miami Beach, Florida, The sections of this Ordinance may be renumbered or relettered to accomplish such intention, and the word "ordinance" may be changed to "section," "article," or other appropriate word. Section 4. This Ordinance shall take effect ten (10) days after its adoption on the 19th day of Januarv. 2002. PASSED on First Reading this 19th day of December ,2001. PASSED and ADOPTED on Second Reading this 9tl1 day of January. 2002. J2:cr!!~ F'\A'J'IO\Aq\lIt\Jll9OSlBlDPMllT.I.....4o< APfIllOYEO AS TO fORM & I>>lGUAGE & FOR EXECUTION ~ ';.t-" { BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 117 ORDINANCE NO. 2002-3363 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING MIAMI BEACH CITY CODE CHAPTER 2, DIVISION 3, SECTION 2-485 THEREFORE ENTITLED "LIST OF EXPENDITURES; FEE DISCLOSURE; REPORTING REQUIREMENTS", BY REQUIRING DISCLOSURE OF LOBBYIST' FEES; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND EFFECTIVE DATE. NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: SECTION 1. That Miami Beach City Code Chapter 2 entitled "Administration", Division 3 entitled "Lobbyist", Section 2-485 thereof is hereby amended to read as follows: Sec. 2-485. List of expenditures; fee disclosure; reporting requirements. a. On October 1 of each year. lobbyist subject to lobbyist registration requirements shall submit to the city clerk a signed statement under oath as provided herein listing all lobbying expenditures in the city for the preceding calendar year. A statement shall be filed even if there have been no expenditures during the reporting period. The statement shall list in detail each expenditure by category. including food and beverage. entertainment, research, communication. media advertising, publications, travel, lodging and special events. 'r:;:;:';,,: >>~;, <,,' . ?'< -(i''1:'>'' ", ........X--.::. ," ">>: '. .: .'''^:r'''':>>~ t,,//:';' ::':-i': "--:( :,' .-, .'.. > ....,liklll ~ ~~X1ittJ'l~ bee\!lea9;a~~!!l~""', If no comoensation has or will be oaid concerninq the subiect lobbv services. a statement shall nonetheless be filed reflectinq as such. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 118 s duty to ~ @ The city clerk shall notify any lobbyist (or principal) who fails to timely file an the expenditure or fee disclosure reports referenced in sections (a) and (b) above. In addition to any other penalties which may be imposed as provided is section 2- 485.1, a fine of $50.00 per day shall be assessed for reports filed after the due date. {e) !ID The city clerk shall notify the Miami-Dade County Commission on Ethics and Public Trust of the failure of a lobbyist (or principal) to file a either of the reports referenced above and or pay the assessed fines after notification. (G).ill A lobbyist fQL..Qrincipal) may appeal a fine and may request a hearing before the Miami-Dade Commission on Ethics and Public Trust. A request for a hearing on the fine must be filed with the Miami-Dade Commission on Ethics and Public Trust within 15 calendar days of recaipt of the notification of the failure to file the required disclosure form. The Miami-Dade Commission on Ethics and Public Trust shall have the authority to waive the fine, in whole or in part, based on good cause shown. SECTION 2. REPEALER All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 119 " SECTION 3. SEVERABILITY If section, sentence, clause or phrase of this ordinance is held to be invalid or unconstitutional by any court of competent jurisdiction, then said holding shall in no way affect the validity of the remaining portions of this ordinance. SECTION 4. CODIFICATION It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this ordinance shall become and be made a part of the Code of the City of Miami Beach, Florida. The sections of this ordinance may be renumbered or relettered to accomplish such intention, and the word "ordinance" may be changed to "section", "article", or other appropriate word. SECTION 5. EFFECTIVE DATE This Ordinance shall take effect l.~th day of ~2002. PASSED and ADOPTED on Second Reading this 8tl:1 day of May_, 2002. jJWM r~ CITY CLERK ArrEST: (Requested by Commissioner Matti Bower and Co-sponsored by Commissioner Simon Cruz, Jose Smith and Richard Steinberg) Shl;lc:ied languagEl reflects changes between first and second reading. JKO\kw F:A TTO\OUJ\RES-ORD\2.485.0RD. DOC APPROVED ,.s 10 fORM & IANGu;.GE & FOREXECUllON J Al M q uJJ._ &1' fj-cSV ~-"DoIe BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 120 ORDINANCE NO. 2003-3389 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING MIAMI BEACH CITY CODE CHAPTER 2, ARTICLE VII BY CREATING DIVISION 5 THEREOF ENTITLED "CAMPAIGN FINANCE REFORM", AND FURTHER AMENDING CITY CODE SECTION 38-6 ENTITLED "PROHIBITED CAMPAIGN CONTRIBUTIONS BY VENDORS" AND CITY CODE CHAPTER 2 BY TRANSFERRING SAID SECTION FROM CHAPTER 38 OF THE CODE TO CITY CODE CHAPTER 2, ARTICLE VII, DIVISION 5, RENUMBERING CODE SECTION 38-6 TO CODE SECTION 2-487; AMENDING SAME BY MANDATING THAT THE CITY PUBLISH NOTICE REQUIREMENTS OF THIS ORDINANCE, ESTABLISHING RESPONSIBILITY OF CANDIDATES FOR ELECTED OFFICE TO DETERMINE STATUS OF POTENTIAL DONOR AS VENDOR, CLARIFYING AND CREATING DEFINITIONS, CREATING ADDITIONAL WAIVER PROVISION WHEN TERMINATION OF EXISTING CONTRACT WOULD BE ECONOMICALLY ADVERSE TO CITY'S BEST INTERESTS; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION AND AN EFFECTIVE DATE. NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, F'LORIDA: SECTIOlU., That Miami Beach City Code Chapter 2, Article VII, is hereby amended by the creation of Division 5 thereof entitled "Campaign Finance Refonn" and is further amended by transferring Section 38-6 entitled "Prohibited Campaign contributions by Vendors" from City Code Chapter 38 to City Code Chapter 2, Article VII, Division 5 and renumbering said Section 38-6 to Section 2-487, to read as follows: DIVISION 5. CAMPAIGN FINANCE REFORM * * * Sec. J8-& 2-487. Prohibited Campaign Contributions by Vendors fajA, General. (1) W No !lemon who is a vendor te-the-city shall give a campaign contribution directly,or lhrollgfl a memller ef the !larsen's i!llffiediate family, er threllgfl a !lelitieal aelien ee!llffiittee, er threllgh UIly ether !lefsen, indirectly to a candidate, or to the campaign committee of a candidate, for the offices of mayor or commissioner. Commencing on the effective date of this ordinance. all proposed city contracts. as well as requests for proposals (RFP)' requests for qualifications (RFOl. requests for letters of interest (RFLI), or bids issued bv the City. shall incorporate this Ordinance so as to notifv potential vendors of the proscription embodied herein. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 121 ill No candidate, or campaign committee of a candidate for the offices of mayor or commissioner, shall solicit or receiye deposit into such candidate's campaign account any campaign contribution directly or indirectly from a person whe is a vendor te the eity, or thrO\lgh a member ef the pemen's immeeiate family, er thr-eHgR a political actien cemmittee, or tflrOHgfl ElBY ether persen en Behalf ef the persefl. This prehilJitiefl applies te natural pemens aRe te persens whe he Ie a eontrollillg HnaReial iBterest in BHsiness eHtities. Candidates (or those acting on their behalf) shall ensure compliance with this code section by confirming with the Procurement Division's City records (including City of Miami Beach website) to verify the vendor status of any potential donor. (2) A fine of up to $500.00 shall be imposed on every person who violates this premaition section. Each act of selieitatien, giving or reeeiving depositing a contribution in violation of this paragraph section shall constitute a separate violation. All contributions FOeeWe6 deposited by a candidate in violation of this paragraflh section shall be forfeited to the city's general reyenue fund. (3) A person or entity who directly or threHgh a memller ef the pefsefl's immediate family, er thfOHgfl II pelitical astion cOHlHlitiee, er thfeugfl any ether persefl indirectly makes a contribution to a candidate who is elected to the office of mayor or commissioner shall be disqualified for a period of 12 months following the swearing in of the subject elected official from tFII!ItlIIcting BHsilless serving as a yendor with the city. This pF-ehiBitian-en tfansllcting aHsiness with the c-ity ma-y Be waivee enly ill the mallller flfflvided horeiHilelow in suBseetiofl (b). (4) As used in this section: (a) 1., A "yendor" is a person and/or -".!Itity who transacts Busilless with the e-ity,-af has been aflPfeVee by the e-ity eOlflHlission to transaet BHsiness ,....ith the city, or is listee on ~he city-manager's appro",'ed veneer list. selected by the City as the successful bidder on a present or pending bid for goods, equipment or services, _or has been approyed by the City on a present or pending award for good~, eQuioment or services, prior to or upon execution of a contract. purchase order or standing order. 2. "Vendor" shall include natural persons and/or entities who hold a controlling fiIlancial interest in a vendor entity. The term "controlling financial interest" shall mean the ownership, directlv or indirectly, of 10% or more of the outstanding: capital stock in any corporation or a direct or indirect interest of 10% or more in a finn. The term "firm" shall mean a corporation.J!artnership, business trust or any legal entity other than a natural person. 3. For purposes of this ordinance, "vendor" status shall terminate upon completion of the agreement for the provision of goods, equipment or services. ill For purposes of this section, the term "services" shall mean the rendering by a vendor through competitive bidding or othelWise, of labor, professional and/or consulting services to the City of Miami Beach. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 122 ,.j ~ /\ "eontriautien" is: h ^ gift, suaseriptioll, eon'/Byanee, deposit, IOIHl, payment, or distriautien ef melley er 1HI)~hing of vallie, ineluding eontrialltiolls in kind having an attrialltable mOlletary vallie. ;h .\ transfer of funds aetweell politieal eammittaes, aBtweBfl ea_ittees of eantiHUous mdstenee, er aetween a politieal eEl_ittee IHId a eElllliRittee of eontiffilaHs existenee. '" ~ The payment, ay IHIY persoll ather thlHl a eafldidate or politieal eElmmittee, Elf eaffiflBfls!ltion fer tile personal s6fviees af afIather person -dOOh are .f6Il.defed to a eanaidate ar palitieal eammittee withellt-eflarge ta the eandidate ar ee_itteB for slleh sBrviees. 4, The tmflsfor of funds ay a earnpaign treasllfor er dllfluty ellffi\laign trea&UTBr aetweBfl a ~---Elepository and a sBflaffite intefest aearing aeemmt er eertifieate of deposit, and the teFIR inellides any interest eamed ell slleh aeeBllHt er eertifieate. (f} The tenll contJjbJ!tioil shall h_(lve Jp.e meaning ascribed to such term in Chapter 106. F).Qrida Statlltes, aLamended an<Lsupplemented (copies available in City Clerk.!i.offiy~1 ~!L Conditions for waiver of prohibition. The requirements of this section may be waived Qy a 5/7th vote. for a particular transaction by dty commission vote after public hearing upon finding that: i (B--~ opea te all~petit~~.2r prBflBHal-bas been subfl~-and the e~ff!6ia!fdenee has ill-He-way jlnrttcifllHe4-ill-the-tleteFIRination sf the-bid " ~ns or bid-avfllflit ~)ill 'TIle preperty good~gllimTI';.lli or services to be involved in the proposed transaction are unique and the city cannot avail itself of such property goods. eauipment or services without entering into a transaction which would violate this section but for waiver of its requirements; or (J-)ill The business entity involved in the proposed transaction is the sole source of supply within the city as dtl"'-.rminedJI.Y_the Ci!is Procurenlent Director in accordance with proceill!fYs establisl]sd in section 2-367( c) of the Miami Beach City Codl;; or -(41ill An emergency contract (;Is authorized P...Y.the City Manager pursuant to section 2- 396 of the Miami BeachJ'itY..~ode) must be made in order to protect the health, safety or welfare ofthe citizens ofthe city, as determined by a five-sevenths vote of the city commission,; or 'J:'\\'. {~,: ill Mntr~~ tor t1thec~rovisiOJ~J~eauiDJ.nent Of services e.xi~ts ~hicf-uM Ui:1 t; Y It:: Y. wuu ~ CI,;UUUHlll,; 111 t;1t:: :s U Any grant of waiver by the city commission must be supported with a full diselosure of the subject campaign contribution. ~C. Applicability. This section shall be applicable only to prospective transactions, and the BID NO: 36-05/06 CITY OF MIAMI BEACH DATE: 06/23/06 123 city commission may in no case ratify a transaction entered into in violation of this section. SECTION 2. REPEALER All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. SECTION 3. SEVERABILITY If any section, sentence, clause or phrase of this ordinance is held to be invalid or unconstitutional by any court of competent jurisdiction, then said holding shall in no way affect the validity of the remaining portions of this ordinance. SECTION 4. CODIFICATION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this ordinance shall become and be made a part of the Code of the City of Miami Beach, Florida. The sections of this ordinance may be renwnbered or relettered to accomplish such intention, and the word "ordinance" may be changed to "section", "article," or other appropriate word. ~TION 5. EFFECI1VE DATE Thill Ordinance shall take effect the _~~.dayof Janua 2003. PASSED and ADOPTED this 8th day of 03. ATTEST: ~~~ (Requested by Commissioner Jose Smith. and approved by Community Affairs Committee) (Passed on 1st Reading on December II, 2002) JKO\kw F:\aIlo\OLlJlRES-ORD'Js.6.N2a.doc Ol!d:l.1ianC.1NoQ.200J"~:I8' MHAIO.. PORMa~ '1Ql1D\lltVllCiN J.")..-:u.-o 2.- DIIt BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 124 F:\PURCISALL \Roman\ORDlNANCES\CAMP AIGN ORDlNANCE2003.3389.doc , I",!,i'l< ORDINANCE NO. 2005-3494 AN ORDINANCE OF THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING MIAMI BEACH CITY CODE CHAPTER 2, ARTICLE VI, DIVISION 3, BY CREAnNG SECTION 2-373 THEREOF, ENTITLED "REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS," BY MANDAnNG THAT CITY CONTRACTORS PROVIDE EQUAL BENEFrrS FOR DOMESTIC PARTNERS; PROVIDING FOR REPEALER, SEVERABIUTY, CODIFICATION AND AN EFFECTIVE DATE. WHEREAS. it is in the best Interest of the City to be responsibie to the changing needs of 80Ciety and to treat all persons fairly and equitably; and WHEREAS. the City recognizes that long-term committed relationships foster economic stability and emotional and physiological bonds; and WHEREAS, the City has adopted a humlUt rights ordinance and seeks to comply with the full spirit of it. NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: e' i!ti: m?gTION 1. That Miami Beach City Code Chapter 2. Arllcle VI. Division 3. is hereby .!l\1' amonded to create a new Section 2-37~-l therem. entitled "Requirement for City '.. ..'li't ContractOl'$ to Provide Equal Benefits for Domestic Partners". to read 115 follows: ARTICLE VI" PROCUREMENT ... DIVISION 3. CONTRACT PROCEDURES ... SECTION 2-373. REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS lA) Qeflnitions. For DUrDOses of this section only. the followina definitions shall acolY: , ill Benefits mean tha followina Dlan. Droaram or coliey orovided or offered bv a Contractor to its emDloyees as Dart of the amDloyer's total comoensation Dackaae: sick leave. bereavement leave. familY medical leave. and health benefi1s. IUD NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 125 ';"1.,' , i ill BId shall mean a comoetltlve bid orocedure established bv the City throuah ttlt issuance of an invitation to bid. reQuest for oroDOsals. recuest for Qualifications. or reauest for letters of interest. Q) Cash eQuivalent means the amount of money oaid to an emolovee with a Domestic Partner (or SDOUS8. if soolicable) in lieu of orovidina Benefits to the emDIovee's Domestic Partner (or $DOuse. if aDDilcablel. The Cash EaulYilent ill eaual to the emDlover's direct exDense of Droviding Benefits to an emDlovee for his or her SDOuse. Cash eQuIvalent. The cash ecu!'(~ient of the fo.owina benefits aooly. L For bereavement leave. cash Davment for the number ofdavs thll ~ alowed as oaid time off for the death of a soouae. Cash oavment would be 10 "e form of the waaes of the domestic Dartner ernoIovee for the number of dava allowed. b. For health benefits. the cost to the Contractor of the Contracto(s share of the sino. monthly oremiums that are belna oald for the domestic cartner emDlovee. to be Daid on a regular b8~ )YhlIe the domestic oartner en'l!lovee malntlins such insuran~ in force for himself or herself. i sc. For familY medical leave. ca~lLllayment for the number of davs that =~~=:*~=~~S~~=~~!1S of davs allowed. 1;;< ;:1, '-\. I related servlces or any combination of the foreaolna. nt 2 either the current or the Drecedina calendar vear. Work n and non-consecuUve work we~ ~ Covered Contract means a Contract between the City and subseauent to the date when this section becomes effective valued at qyer $100.000, ill Domestic Partner shall mean anv two (2) adults of the same or different sex. who have reolstered as domestic Dartners with a Governmental bodY Dursuant to BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 126 .", '.'1 ~';i ~ ::, state or local law authorizina such realstratlon. or with an intemal reai\ltrv maint{lined bv the emolaver of at least one of the domestic cartnera. A COntractor may institute an Intern81 reoistrv to allow for the orovislon of eaual benefits to emDlovees with domestic cartner who do not reolster their cartr]ershios DUfSUant to a aovemmental. Dlv authorizino such realltration. or who are located In a iudldlction where no such aovemmental domestic oartnersbip reclstrv exists. A COntractor that Institutes such reaistJy shan not imoose criteria for realstratlon tbat are more strlnoent than those reoulred for domestic cartl'lenthio r89istratlon by the City of Miami Beach. W Equel Benefits means the eauality of benefits between emolovees with SOOUS8S and emolovee8 with DomestlQ Partners. and/or between SOOUS9S of emDlovees and pomestIc Partners of emoIove98. UU Eaual Bene{!ta Reauirements. ill All B~' for Covered COntracts WhiQl'l are lsaued on or after thjJ effective date of this section shall include the reauirement to orovlde Eaual BeneflUl in the Dl'OCUrement soeclficatil;lns for such l)lds, ~ The CI(y shan not .enter Into any Covered Contract unlul....tbl ~9f'tI;1:lctor certifies that such Con1ractor does not discriminate In the oroviSion of B~j)j!tween amoIovees with Doma6tlc Pllrtners and emalovees with .DOUseS iOO/OI' &>etween thf! Dome~ Partners and SOOi.lll~ of such emDlomL }" ill ~\Ich certiflcation shall be ill writina And lIDill be sianed tr!' an autharized 9fficer of the ~tractor and delivered. alano wIJl a description of the Contractor's emolovee benefits clan.. to the Cltlt.LProcurement Dltec:tor D~r to enterina into such covered Contract. W The City ManlKler or bltllher desianee shaH reiect a Con~r's ~=~::;::; ~rhr::~r::'::a:ra~u~==~ certification was created. or is bjaina used for the DUlDOse of evadlpa V'e reaulrements of ~i8 section. ~ the Contractor shall orovide thf.! Qity and/or the City Manaoer or hislher desianee. access to its records for the ouroose of. audits and/or ~i:~~;. ~:~=~:~n:: l~nE:::~~:~;~:H Manaaer has received a comolj!int or has reason to believe the Contractor may not be in comallance with the arovislons of this section. This shall Include but not be limited to arovldina the City and/or the City ManlKler or hlslher. deslanee with certified coales of all of the Contractor's records oertainina to its BenefIts DOlleles and its emolovment DOllcles and practices. . BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 127 " , ' , i I LID The Contractor must DOst a coov of, the followine statement ill consDicuous Dlaces at its Dlace of business a~Hable to emDlovees and aDDlicants for emolovment: "Dunne the oerformance of a Contract with the Ci\)' of Miami ~each. Florida. the Contractor will orovide Eaual ~" to its emDlovees with SDOus81 and its emDlovees with Domest~ Partners". jhe DOSled statement must also I~ude a Citv contact teleollone number which wi. be Dl'OVid,d each Contractor when the Covered Contract Is execut~, ill The Contractor may not set uo or use ita contractina anti\)' for the ouroose of evadinG the reaulrements Imoosed by this section. ~ Other Octlons for ComDllance, ProvidJld that the Contractor does not discriminate in the orovlslon of Benefl!L.i Contractor may also comolY w.iIb tbill section In the followinG wave: .h :u The Contractor may orovlde an emolovee with jhe Cash ECIlI1!~ent Qf sUCjI] ~eogflt or Benefi~. It!he Ci\)'.. Mani.aer or blJlher dH!gnee determines that ~1I:her:. il Ihe ContractoLlJQS !:.118~ a reasonable vet un8uf;C88S~ orov~e Eaual ~eneflts. The Contractor sblll pf'O'll@ the Clti tt'al)eoer or hls{her ~~~~=':::nir:=:=:e~:,.~.:e::: Cash EGulYa,,"t orooosad. alona with its certificate of comDllanc,. al II reaulred under subsection (~) of this section. The City Mensaer or l1lI.9ealat'" Ih;!". !:>aaed :;:":=.='~:~:~~;~=S==n= pursuant to the reaulrements ottbis section: or ' .!U Under the circumstances. it would be unreasonabl4l to reauire the Contractor to orovlde Benefits to the Domestic Partner (or soouse. If aoolgble), 21 The Contractor orovides benefits [leither to emoloyees' &DOuses nor to emolovees' Domestic Partners. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 128 !ill Aoolicabilitv. .ll Unless otherwise exemot. a Contractor Is sublect to and shall comDly with ~II aODllcable DlOylslons of this section. ~ The reaulrements of this section shall saDly 10 Contractor's oDerations as follows: il Emolovees of a Contractor with a Coyered Contract who work wBhin the City limits of the City of Miami Beach. Florida: and bl !he Contractor's emo!oyeea 1ocate<l,ln the United States. but 9Utside of the City of Miami Beach limits. if those emoloyees are <!irectly oerformlna WOrk 00 the Covered Contract within the City of Miami ~each. r: {E} Mandatorv Contract PlOVi~lons Pertalnlna to Eaual BenefitJ, u~::.~~~e exemDt. every Covered Contract sh~11 contain lanauaae that Qj '___ th ntractor to comoly with the aODllcable Drovillions of this section. Th@ I~ shaD lncIu~e Drovllions for the following,; j) OUrlna the cerfonnance of the Covered Contract. the Contractor certiflt' llnd ~nta that It will comolv with J~is section. ~} lb. f~ilure of the Contractor to comoll( rovilhis sectjgn will be deemed to !?e f1 meJetial breach of tbe Co~r09 Qonb.:QJ:3.. ~1 It the Contractor fal!.8 to comply with this section. the City may termlna~ the Coyered Contract and..J.Il mOl)I,1l due or to become due under the Covered CQntract may be retalned ~y the CItv. 1he City may al80 DUrsue eny and a~ remedies at law or in eQuitv for any breach. 41 If the City Manaaer or h!i dQslanee d~termio!!S th~ a Contractor has set UD or use<! its contractlna eQ.tltv for the DUrpoS8 of evedjna the reaulrements of ib.lI section. the C~ mav IermlOilte the Covered Contr.m ID Elnure to comolY w~.h this secUon may subitct the Contractor to th~ Procedures set forth il! Division 5. entlt~ "Q@bamlent Of Conqctors from City Work." 1E.l Enforcement. .ll If the Contractor faits to comply with the orovisions of this section: BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 129 ,.,'1 I 1} The failure to comolv may be deemed to be a material breach of the Covered Contract: or 21 1)1e CitY may terminate the Covered Contract: or a1 Monies due or to becOme due under the Covered Contract may ~ retained bv the City untS comDliance is achieved: or ~ The Citv mav also oursue any and all other remedies at law or In eQUity for any l?reach; ID ';~~:, t~ :":~ w~~ ~~s section may also sublect Contractor .to ~ orocedures 8 n Iv n e iiti8d "Debarment of Contractors from Citv Work." !9.l Non-aDDlIca~llitY. Exceotions and Waivers, 1} The Drovisions of lhls~jQn shall not aDDlv where: Jl The Contractor Dl32vid8s Benefits neither to . emolovees' socuses IlQr to emDlovees' pomestlc Partners. Ql The Contractor is a religious ol"ailDlzallon. association. soc;ietv or IDY.;...non-profit charitable or eduCational Institution or oraanlzation ooerated. !\UlIIY~ or ~ bv or Jo ~~ith a rellaious Ol'Q8nlzatlon. ilSs,?cl~llQll Qr society. Q} The Contractor is l:l oovemmental entity. Zl The Dravlslons of this section shall not aoclv to Covered Contracts whioo im1llYJ!; il The sale or lease of CitY orooel'\y. Ql Develooment aareements entered into oursuant to Chaeter 163.3220. FIQrida Statutes. (the "Florida Local Govemment OeveloDment Aqreemenn. as same mav be amended. Q} The ~rd. oursuant to cornoetitiye orocesses. of CDBG. HOME. SHIP and Surtax Funds administered bv !/'Ie Citv's OffIce of Community Develooment. Q.} The award. Dursuant to comoetitlve oracesses. of Cultural Arts Council Grants. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 130 I.", ~ ,,"",, !.l ~ roUlsitlon.. of orofessional architectural. enaineerlna. land::O; a~~~ral~ or survey and m,:oing sarvlces oracured oursuant to Cha 87.0 rid statutes (the "Co ltants' Comoetitive Neaotiatlon Act"), as sarna may be amended. . n T~e orocurement of life. health. accid~nt. hosoltalization. laaal :XD:~r:: iC:;;;ar:: ~I ~ any ~liu!s of other insurance for the officers and m . the deoendents of such oftIcers and ernDlovees. from a arouo inaurBnc& Dlan. a1 Uoon the reauest and written recommendation of the City Mansaer. the City Commission mav. by resolution ad~ bv a ~venth (517ths\ vote of the CItv Commission. waive comDllance of this section under the foItow1na circumstances: Jl~ Covered Contract Is necessarv to resoond to an emeroencv. wh~:~=:;n:~:n:=~:~ested. uoon written recommendation of the _ r I I the Citv Cgmmlsslon. For DUmoses 0( ;;~ u~er this subaectlon onlv. In determioina whether there Is an erneraency. the CItv Commission may consider the foIloW1no non-e/.SclusMl facto!:!!;. The nature of the Covered Contract: The lenoth of the Covered ~ntract; The cost of the Covered Contract: Whether Grants are Involvt.dID the Covered ContJ:N and trnt reaulrements of those arants := ~re Is a need to ~ materiils. 00001. and _~ fu _ iMled Immedlatelv and the conseauenC8S of a delay 11'1 hevir,; those matedals. aoodt..am1~ fumlshed: The moneta" consecuences if action is not teken Immedlatelll: Anv health. safety. and welfare jllsues that mav be involved. lnaeased labor costs. and schedullna of labor:; !.he need to comDlste work before a strict deadline: or The imosct of dplavina one chase or oortlon of a Droiect on the other chasels\ or Dortlon(s\ of the ~ Ql Where onlv one Bid resoonse is received: U Jll JIll M ~\ Yll Y!U ~ W lU Q} Where more than one ~id resoonse is received. but the Bids d:;on~u:~ t~~e none of the bidders can comDlv with the reaulrements of this s~ _ or more Of the Bids received would otherwise have been r ~Iv; If ~Dliance with this section woulsJ not have been listed as a reaulrement in the Bid soeclflcalions: BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 131 ""~.........,- Q.} Where more than one Bid resoonse Is received and Bid resoonses are received from: !l i't ill one or more b1ddenl that comDlv with the reauirements of th~ :c:r:nb~::" otherwise resoonslve: and or' that do not or cannot comDlv with tml :==~ Of this section. but wouid otherwise have been _ _ comDliance with this section would not have b;; i~ ~I ~ r&auirement In the Bid soecifications: and :: p:::me~ 0:01'8 revlaw of the Bids demonstrates t st Bid (and/or the DtODOfled Covered ~ ;hlch maY be nannIIAtAd for such Bid), as sub;ihcs ~ the lowest resoonslve bidder which corngliE!f ~ ~ ~~~nts of this section (or. In the case of a ;..rokt~-;I.~ De DOSSI of the toD-l1lnked oroooaer). would be _ rcent (5%l. or two hundred fifty thousand doli;; (S~~OOO\ (whichever il leu). greater than the lowest res naive bid submltt8cl by the bidder which does =~Jy ~.: the reaulrements 9f thll section but wou!c1 h been resconslve If cornDllenc8 with thlt! section would not bave b. "sled as a reauIrJmJDt iJl th_ Bid SD8clflcatloos (or. In the case of a J2.,rgnosal. whSlP the ~D08er which does not comoly wlttj tht ;;;uimments of this section. but would otherwise hfIV' 'been :on::,.: if comollarK;e with this section would not' have Ii as a reQUirement in the Bid so,citlcatlona): iIil LtU ConsistencY with Federal or State Law. The ~~a~orof :i~~n do not aDDIv where ~e application of these orovlsions wgyl viol e i tent with the laws. rules or reaulations of federal or state law. '"0; ~f t~~~~lc:nra:'Uid violate or be inconsistent with the telms or condition art with the United States of America. the State of FI~rlda. ~r the l~iNctIon of an authorized reDresentatlves of anv of these aaencies 'filth resoect to anv erant or contract. ill N~:~ In th:a sectl: shall be construed to limit the City's authority to cancel or telm' Con ct. d v or ~thdraw aooroval to DeI'form a subcontract or orovlde sUDDIl;S~ ISsue a non-resoonsibllity findlne. issue a non-resoonslveness flndina. BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 132 /' '''<" deny a oerson or entltv ore-Qualifications, or otherwise denv a oerson or entitY City business. ill Tlmina of ADDllcatlon. T~i~~:': ~ ~f'n:~~ onlv to Covered Contracts awerded DUrsua"t to Bids w ____ _ ( _ _~__ from the date when this section becomeS effective. Ia!CTlON 2. REPEALER All ordinances or parts or ordinances in conflict herewith be the same are hereby repealed. ~.IKUU., SEVERABIUTY If arlY section, sentence, clause or phraoo of this eminence ill held to be invalid or unconstllutlonal by any court of competant jurisdicllon. then said hOlding shall In no way affect the validity of the remaining portions of this ordinanoo. ~~.I!9.!ti. ~IFlCA1IOl:! 111$ iutention of the Mayor and City Commission of the City of Miami Beach, and It ill htlli(lOY oroainfld that the provisions of Ittls on:llnanC6 shall become and be made a pm! of th~ Code of the City of Miami Boach. Florida. The sections of this on:llnance may be jrenllmbered or reletterod to accomplish such Intention. and the word 'ordinlll1<;e" may be changed to "sedlo"", "article", or other appropriate word. !$i:CTION ~. EFFECTIVE DATE This Ordinal1OO sholl take eIfect the 29th PASSED and ADOPTED thl.l~ day of Oetober ,2 Oetober 2005. -' - ~t f~ -~ ATTEST: David Denner CiTY CLERK Robert Parcher IWRCNFiDM10 FORM" l..ANGUAGI a. FOR exECUllON . 111 ~ J(J'o- /O-oS CIly /'d1.OIIWt Dale F~R\RI!SOS-ORD'Equ.'-'" 00dI..... (FlnaO._ BID NO: 36-05/06 DATE: 06/23/06 CITY OF MIAMI BEACH 133