Rehabilitation of Lummus Park
AGREEMENT BETWEEN
THE
CITY OF MIAMI BEACH
AND
VILA & SON LANDSCAPING CORP.
FOR
REHABILITATION OF LUMMUS PARK
BID NO. 102-98/99
City of Miami Beach - Procurement Division
1700 Convention Center Drive
Miami Beach, FL 33139
CITY CLERK
.'j
.' '
AGREEMENT
THIS AGREEMENT made this J~~fvl) day of St~pp1JbJ2--1999, A.D. between the
CITY OF MIAMI BEACH, a Florida municipal corporation, hereinafter called the City, which
term shall include its successors and assigns, party of the one part, and
Vila & Son Landscaping Corp.
20451 SW 216 Street
Miami, FL 33170
hereinafter called the Contractor, which term shall include its heirs, successors and assigns, party
of the other part.
WITNESSETH that the said Contractor for the consideration and compensation herein agreed to
be paid and the said City in consideration of the construction of improvements to be done by said
Contractor and designated "Rehabilitation of Lummus Park" by said City, do hereby
mutually agree as follows:
I. This Agreement shall extend to and be obligatory upon said City, its successors and
assigns, and upon said Contractor and its heirs, successors and assigns. Neither this
Agreement nor any part thereof nor any part of the Work herein contemplated, shall be
assigned or sublet, nor shall any sums of money provided to be paid to said Contractor be
assigned by said Contractor to anyone without the consent of the City Commission of said
City evidenced by its resolution.
2. The foregoing pages of this booklet, including the Notice to Contractors, the Proposal,
and the Contract Documents and such alterations as may be made in said Plans and
Specifications as therein provided for, are hereby referred to and made a part of this
Agreement and the terms and conditions set forth therein, except when in direct conflict
with this written Contract, are as much a part hereof as if copied herein. If conflicts exist
between them and this written instrument, only that part of the matter in direct conflict
herewith shall not be construed to be a part hereof.
3. The Contractor shall commence work within seven (7) days of the Notice to Proceed and
shall construct and complete in a good and workmanlike manner the materials herein
referred to, strictly in accord herewith the following:
3.1 The Contractor shall be Substantially Completed with the Work within eighty
(80) calendar days after the date when the Contract Time commences to run as
provided in paragraph 2.3 of the General Conditions, and completed and ready
for final payment in accordance with paragraph 14.13 of the General Conditions
within ninety-five (95) calendar days after the date when the Contract Time
commences to run.
Bid No.. 102-98/99
3.2 Damages - City and Contractor recognize that the City will suffer direct financial
loss if Work is not completed within the Contract times specified in paragraph 3.1
above (or alternate bid item No.1, if awarded by City) plus any extensions thereof
allowed in accordance with Article 12 of the General Conditions. They also
recognize the delays, expense and difficulties involved in proving in a legal or
arbitration proceeding the actual loss suffered by Owner if the Work is not
completed on time, and therefore time is of the essence. Accordingly, instead of
requiring any such proof Contractor agrees to forfeit and pay Owner as liquidated
damages for delay (but not as a penalty) the amount of Three Hundred Dollars
($300.00) for each calendar day that expires after the Contract Time
specified in paragraph 3.1 for Substantial Completion until the Work is
substantially complete. After Substantial Completion if Contractor shall neglect,
refuse, or fail to complete the remaining Work within the Contract Time,
Contractor shall pay Owner Three Hundred Dollars ($300.00) for each
calendar day that expires after the time specified in Paragraph 3.1 for
completion and readiness for final payment. These amounts represent a
reasonable estimate of Owner's expenses for extended delays and for inspection,
engineering services and administrative costs associated with such delay.
4. In such construction said Contractor shall furnish all implements, machinery, equipment,
transportation, tools, materials, supplies labor, and other things necessary to the execution
and completion of the Work, nothing being required of the City except that it may, at its
expense, supervise such construction and enter upon and inspect the same at all
reasonable times.
5. If any dispute arises between the City and said Contractor with reference to the meaning
or requirements of any part of this Contract and they cannot agree, the more stringent
requirements shall govern as determined by the City.
6. If the Contractor shall complete the construction herein contemplated in a good and
workmanlike manner within the time herein specified and in accord herewith, the said
City shall pay to the Contractor the contract sum in accordance with the Conditions of the
Contract. The City, by allowing Contractor to continue with said construction after the
time for its completion hereinbefore stated shall not deprive City of the right to exercise
any option in this Agreement contained nor shall it operate to alter any other term of this
Agreement.
7. The Contractor shall file with the Procurement Director of said City of Miami Beach a
Performance and Labor and Material Payment Bond, each in the amount of 100 percent of
Contract Amount, in the form as set forth herein or as otherwise approved by the City of
Miami Beach City Attorney and shall be executed by said Contractor and Surety Agent
authorized to do business in the State of Florida.
Bid No.. 102-98/99
8. The Contractor shall file Insurance Certificates, as required, and they must be signed by a
Registered Insurance Agent licensed in the State of Florida and approved by the City of
Miami Beach Risk Manager.
9. All documents shall be executed satisfactorily to said City and until Bonds and Insurance
Certificates have been filed and approved, this Contract Agreement shall not be effective.
10. Owner shall pay Contractor for performance of the Work in accordance with the Contract
Documents in current funds at the lump sum or unit prices presented in the Bid Proposal,
attached to this Agreement. The parties expressly agree that the Contract Price is a
stipulated sum except with regard to the items in the Bid which are subject to unit prices.
Contract Price:
$390,045.70
11. The Contract Documents which comprise the entire Agreement between City and
Contractor are attached to this Agreement and made a part hereof.
The Contract Documents may only be amended, modified or supplemented as provided
in the General Conditions.
IN WITNESS WHEREOF the said City has caused this Agreement to be signed by the Mayor
of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by the City
Clerk of the City of Miami Beach and the said Contractor has caused this Agreement to be signed
it its name.
VfLA & ~Qi\3_ ~~~'lD_']~APlt-J_G
L)
CITY OF MIAMI BEACH
:lay"r 191
Title
A TTEST/o)
\Uktcr fell ceu^,-
City Clerk
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
11(~
Mornoy
I~~~d)
o 7
Bid No.. 102-98/99
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
http \lci miami-beach II us
COMMISSION MEMORANDUM NO. l..L.q-q't
TO:
Mayor Neisen O. Kasdin and
Members of the City mission
DA TE: September 22, 1999
"
FROM: Sergio Rodriguez
City Manager
SUBJECT: Request for proval to Award a Contract to Vila & Son Landscaping Corp.
in the Amount of $390,045.70, Pursuant to Bid No. 102-98/99 for the
Rehabilitation of Lummus Park.
RECOMMENDATION
A ward the contract.
FUNDING
$390,045.70 Funding is available from the Parks Bond Budget Account Number 370.2169.067357
BACKGROUND
This Invitation to Bid was issued on August 11, 1999, with an opening date of September 10, 1999.
Eighty-five (85) notices were mailed, resulting in requests for ten (l0) sets of plans and
specifications and the receipt offour (4) responsive bids.
The Base Bid includes supplying all labor, materials, equipment and supervision necessary for the
improvements to Lummus Park including landscape improvements, additional irrigation, paving and
park furniture. Alternate No.1 consists of the furnishing and installation of May pan Coconut Palms
in lieu of Green Malayan Coconut Palms.
The Contractor shall be substantially completed with the work within eighty (80) calendar days after
the date of the Notice to Proceed, and complete and ready for final payment within ninety-five (95)
calendar days after the date of the Notice to Proceed.
ANAL YSIS
The City's consultant for this project, Bennello & Ajamil & Partners/Curtis & Rogers Design Studio
has reviewed the bids received and recommends award (letter attached) to the low bidder, Vila &
Son Landscaping Corp including Alternate No.1.
FUNDI
AGENDA ITEM
c..2E.
DATE-3.2.'2....'1'1
Manage
15
Bid No. 102-98/99
September 22, 1999
Page Two
BID TABULATION
Vendor Base Bid Alternate No.1 Total
Vila & Son Landscaping Corp. $357,681.70 $32,364.00 $390,045.70
Recio & Associates, Inc. $413,274.60 $10,503.00 $423,777.60
Capricorn Construction Corp. $469,000.00 $15,175.92 $484,175.92
Tenusa, Inc. $560,342.11 $100,550.00 $660,892.11
CONCLUSION
This contract should be awarded to the lowest responsive, responsible bidder, Vila & Son
Landscaping Corp.
\ ~s.A. ~
S&~J1): ~.
16
;fA
.,
~
CUI-! r I S
ROCERS
f) : S I G N
STUDIO
I I.j C
I rl II d " I II Pi
.'111 I) i,t' / tit 1/'
Q
GilA N n
AVrNU(
SUI TEl 0 I
COrONu]
G . 0 V E
I lOR: lJ ~
3 J \ 3
IFlEPHONF.
305 114? '7/4
F A <. S I M I I E
J05 4J \ 9.!ijU
CUitog@bl:lI~OlJlh ncl
lI( t C. t (;0,'1'2.1
2-d
Septei,,',b8i" ] 0, 199':;
l\l\r _ tv;;cht:: tV~(.i.g:i0i"~
City of Miami Beach
1700 Convention Center Drive
Miami Beach, FL 33139
Re:
Lummus Park - Bid. No.1 02-98/99
Bid Review
Dear Michel:
We attended the bid opening for the above project. The City received a total of 4
bids.
We have reviewed the bids and confirm that Vila & Son Landscaping Corporation is
the low bidder with a total base bid of $ 357,681,70. We have worked with Vila &
Son in the past on various City of Miami Beach projects and feel extremely
confident of their ability to perform the work on time and of the quality requested.
They are familiar with the park, having installed previous bond improvements for it,
which gives me great confidence in their knowledge and performance.
We also recommend that you purchase Bid Alternate No.1 - the provision of
Maypan Coconut Palms in lieu of Green Malayan's. These palms are more robust
and would be more compatible with the existing Jamaica Tall's in the park. This
would be an increased price of $ 32, 364.00. This would put the total bid at
$388,045.70.
I recommend that the City of Miami Beach award this contrad to Vila & Son
Landscaping. I rook forward to continuing to serve you on this projecl and others.
Please call me if you have any questions.
Sincerely,
~dOJ-.\ C l.~~
Aida M. Curtis
Principal
BB'\.S-S'\.'\.-SOE
S~3~O~ 'I SI.L~n:)
17
dl'\.:10 SI EI das
BID PROPOSAL FOR
REHABILITATION OF LUMMUS PARK
BID No. 102-98/99
PROPOSAL PAGE 1 OF5
JM~
PROPOSAL OF
I ~,j LA~f~G LDt=p.
(Name
~51 SW ~ lIP ~17 ftltl1W-1/, yl-. ~~''7l)
(Address)
(FOR)
Constructing the improvements designated and described in the attached Notice to Contractors, and
which said Improvements are designated as the "Rehabilitation of LUMMUS Park" and more
particularly set forth herein.
SUB:MITTED~mP1kr JtJ~9!I:L
.
TO MAYOR AND CITY COMMISSION OF MIAMI BEACH, FLORIDA:
We the undersigned, hereby declare that no person or persons, firm or corporation other than the
undersigned, are interested in this Proposal, as principals, and that this Proposal is made without
collusion with any person, finn or corporation, and we have carefully and to our full satisfaction
examined the attached Notice to Contractors, General Provisions, Specifications for Materials and
Construction Methods, Supplementary Conditions, and form of Contract and Bond, together with
the accompanying Plans, and that we have made a full examination of the location of the proposed
Work and the sources of supply and materials, and we hereby agree to furnish all implements,
machinery, equipment, transportation, tools, materials, supplies, labor, and other things necessary
to the prosecution and completion of the work, fully understanding that the quantities shown in the
Notice to Contractors and Proposal are approximate only, and that we will fully complete all
necessary work in accordance with the Plans and the attached Specifications, and the requirements
under them of the Engineer within the time limit specified in this Proposal for the following unit
prices to-wit:
BID NO: 102-98/99 Amended
DATE: 9/11/99
CITY OF MIAMI BEACH
2
BID PROPOSAL FOR
REHABILITATION OF LUMMUS PARK
BID No.102-98/99
PROPOSAL PAGE 2 OF 5
All bid items shall include costs for furnishing to the City all material, equipment, and supplies and
for all cost incurred in completing the work, including installation of all materials, equipment, and
supplies furnished, complete in place and ready for continued service, including all tie-in work and
testing, all other labor, permit fees, taxes, insurance, miscellaneous costs, overhead and profit.
The undersigned, as Bidder, proposes and agrees, if this proposal is accepted to enter into a contract
with the City in the fonn of the contract specified, to complete the above captioned Project in full
and complete accordance wit the shown, noted, described and reasonable intended requirements of
the drawings and specifications and other contract documents to the full and entire satisfaction of
the City, with a definite understanding that no money will be allowed for extra work except as set
forth in the Contract Documents:
This proposal shall include the total cost for supplying all labor, materials, tools, equipment and
supervision necessary to complete the Lummus Park Project, as per plans and specifications.
The quantities on the plans are listed as an aid to the bidders and are not intended to be a complete
list of materials or quantities. It shall be the Contractor's responsibility to determine quantities and
provide all materials, labor, equipment and supervision, necessary to complete the job as specified
in the plans and technical special provisions. The installation guarantee and maintenance shall be
included in the lump sum cast.
ITEM # DESCRIPTION UNIT QTY UNIT COST TOTAL COST
MOBILIZATION
1. Mobilization LS 1 $ ID,DW.CO $ jD,[ll) .00
I
SITE PREPARATION
2. Relocation of EA 2 $ 2 '50.00 $ GTJO .00
Coconuts
BID NO: 102-98/99 Amended
DATE: 9/11/99
CITY OF MIAMI BEACH
J
BID PROPOSAL FOR
REHABILITATION OF LUMMUS PARK
BID No.1 02-98/99
PROPOSAL PAGE 3 OF 5
ITEM # DESCRIPTION UNIT QTY UNIT COST TOT AL COST
PAVING
3. Concrete walk SY 405 $ !!J / .!:;;-o $ 1),1757.50
at 7th Street
Playground
4.. Beachwalk 8:3./0 $ ::10/ ICJ:3.~D
at 5th Street SY 243 $
PLAYGROUNDS
5. Concrete base for SY 694 $ ~#5fJ $l~4?5:t()
accessible tiles at
playgrounds
6.. Seatwall UN. 15 $ 1,;Jft,[i;tO $ /~ CJ'75: 00
FURNITURE
7. Double seat benches EA 6 $ A,4tJtJ.ttJ $ pi 4/JO.to
8. Triple seat benches EA 4 $ ~/OctJ.O() $ !~ UJO -tXJ
9. Trash receptacles EA 27 $ /50.tD $ 109;.00
(Installation Only)
LANDSCAPING
10. Coconut Palms EA 259 $ ~8Lf.fP $ 1{p,5()(p.tXJ
5' gw
11. Coconut Palms EA 130 $ b~.OO $ ~gJ 4OtJ.OO
10' gw ,
'-' qOb
\ 1 'I
BID NO: 102-98/99 Amended
DATE: 9/11/99
CITY OF MIAMI BEACH
4
BID PROPOSAL FOR
REHABILITATION OF LUMMUS PARK
BID No.102-98/99
PROPOSAL PAGE 4 OF 5
ITEM # DESCRIPTION UNIT QTY UNIT COST
12. Seagrape Trees EA 17 $ bJ.3:A .50
12'-14' oa ht
13. F akahatchee Grass EA 230 $ <6.00
3 gal., 24" oa
14. St. Augustine Sod SF 9454 $ .bO
solid sod
IRRIGATION
15. Irrigation as shown
in the plans and
specifications LS
TOTAL COST
$ ~I 1S{)..sO
,
$ ~ g'~.fX)
$ 5:~7J.'-iO
,
1
$ :<r; tJOOt:V $ ::l7,OtrJ.tO
16. Contingency
LS
$
1
15.000.00
Total
$
15.000.00
$ '351, 108/.1fl
I
AL TERNA TE NUMBER ONE;
Provide Cocos nucifera "Maypans", Jamaica Certified, Florida No.1, in lieu of Cocos Nucifera
"Green Malayans".
1.
$ 4o~{,()
Cocos nucifera
"Maypans"
5' gray wood
EA 259
2.
787.50
Cocos nucifera
"Maypans"
1 0' gray wood
$
EA
130
$Ioi gCj!i; tJ/J
$ / O~J 815: 00
$ 20~;). 7{)(;t)
,
Corff. ryVVIiI""5A'5E" l31D +jt ~/~, eo)
Alternate No. One Total
BID NO: 102-98/99 Amended
DATE: 9/11/99
CITY OF MIAMI BEACH
5
BID PROPOSAL FOR
REHABILITATION OF LUMMUS PARK
BID No.102-98/99
PROPOSAL PAGE 5 OF 5
Bidders must sign below to acknowledge receipt of addendum (if necessary).
Amendment No.1: 1~6/q9
Amendment No.2:
Amendment No.3:
ADDRESS:
jt{t.A- ~ {oN LAr-U:>.5C.AopI....G (;;~.
I~ I 'FL.. 170
FIRM'S NAME (Print or Type):
SIGNATURE: ~
(Perso I auth1rized to submit bid for firm)
PRINT NAME: 1::~ Le:A-L-
TELEPHONE NUMBERfM 25"5-q2IJ~ FAX:{~~) 2~~ 92LJ?
BID NO: 102-98/99 Amended
DATE: 9/11199
CITY OF MIAMI BEACH
6
CITY OF
MIAMI
BEACH
CITY HALL 1700 CONvE,'HlON CENTER DRIVE MIAMI BEACH FLORIDA 33139
PROCUREMENT DIVISION
1700 CONVENTION CENTER DRIVE
MIAMI BEACH, FLORIDA 33139
INVITATION TO BID NO 102-98/99 TELEPHONE: (305) 673-7490
1 . SUNCOM: (305) 933,7490
CITY OF MIAMI BEACH FAX: (305) 673,7851
ADDENDUJ\I NO.1
August 26, 1999
City of Miami Beach Bid No. 63-98/99, Rehabilitation of Lummus Park is amended as follows:
I. Modifications to the specifications.
1. Drawing L-500: Provide an alternate price (Alternate No. 1) to provide Cocos nucifera
"Maypans"- Jamaica Certified, in lieu of Cocos nucifera "Green Malayans", in the
quantities, sizes, standards and with the required "certifications" as currently specified.
2. The Proposal document is revised. A copy of this revised document marked "Amended"
is attached and made a part of this Addendum. Bidders shall submit their Proposal on this
revised Proposal F OnTI.
When submitting your bid, please note that Addendum NO.1 was received. We look forward to
receiving your bid.
CITY OF !VIL\MI BL\CH
--I
l ,~/' "--',
,LL''-.-{_ 'v c!..,- "-
Michael A. Rath, CPPB
Procurement Director
Attachments
I RF:CElVEDl
I AU G 2 7 1999
~Y:
-.
THE AMERICAN INSTITUTE OF ARCHITECTS
.
AlA Document A310
Bid Bond
BOND # GA0212652
KNO\V ALL MEN BY THESE PRESENTS, that we
VILA AND SON LANDSCAPING CORP.
20451 SW 216 STREET MIAMI, FL 33170
(Here insert full name ,and address or legal title of Contractor)
as Principal, hereinafter called the Principal, and
GENERAL ACCIDENT INS. CO.
436 WALNUT STREET PHILADELPHIA, PA 19106
a corporation duly organized under the laws of the Stak ofPA as Surety, hereinafter called the Surety. are held and tirmly bound unto
CITY OF MIAMI BEACH
(Here insert full name .and address or legal title of Owner)
as Obligee, hereinafter called the Obligee, in the swn of Five Percent of Amount Bid -Dollars ($ 5%), for the payment of
which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors
and assigns, jointly and severally, tirmly by these presents.
WHEREAS, the Principal has submitted a bid tor
REHABILITION OF LUMMUS PARK. BID # 102-98/99
(Here insert full name, address and description of proJect)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter 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 Docwnents with good
and sufticient surety tor the faithful pertormance of such Contract and tor the prompt payment of labor and material furnished in the
prosecution thereo( or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall
pay to the Obligee the difterence 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 pertorm the Work covered by said bid then this obligation shall be null
and void, otherwise to remain in full force and eftect.
Signed and sealed this 10th day of September. 1999.
G CORP.
(Seal)
/'t(\ ~
~ Ct\"';c)L'-'2'---':" /C, ., ::;-:-j
(Witness) C l
<J + '
( ~~. ~r..-~
(Witness)
GENE~.RALAC INS. CO.
~ : '~~Seal)
(Title)
AlA DOCUMENT A310 BID BOND AIA@ FEBRUARY 1970 ED THE AMERICA."l
INSTITITTE OF ARCHITECTS, 1735 N.Y. AVE., N.W. WASHINGTON, D.C. 20006
WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution.
1
I
Po\ver of
Attorney
GA 0212652
LU=:
General Accident
436 Walnut Street, Philadelphia, PA 19106
KNOW ALL MEN BY THESE PRESENTS, that the GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA, a Pennsylvania corporation having its
pnncipal office in Philadelphia, Pennsylvania does hereoy make, constitute and appoint: Arturo F. Hoyo, Thomas L. Webb, Ralph M. Callander, all of the City
of Mia m i S p ri ng s, S tate of F lorid a-------------------------------------------------------------------------------------------------------------------------------------------------------------------
each individuallv if there be more than one named. its true and lawful Attorney-in-Fact. to make, execute, seal and deliver as surety for and on its behalf,and
as Its act and deed any and all bonds and undertakings of suretyship, and to bind the GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA hereby
as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the
GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA and sealed and attested by one other of such officers, and hereby ratifies and confirms all
that its said Attorney(s)-in-Fact may do in pursuance hereof; provided that no bond or undertaking of suretyship executed under this authority shall exceed in
the amou nt the su m of; F I FTE E N M I LLlO N DOLLARS-----m---------------m-------m------------------------______________________________________________________m__-~--------------------
_ __ __ _ _ _____ _ _ ____ __ _ _ _ _ ___ _ _ _ ____________________ _ _ __ _ ___ _ _ __ __ __ _ __________ ___ _ ________ __ __ __ _ __ ______ --- - - -- - - --------- -- --------- ---------- ---- --------- - - ------- - - - -- -- ---- --------------- (1 5, 00 0 , 000 . 00 )
This power of attorney is granted under and by authority of Subsection 5.1 (b) of Article V of the by-laws of GENERAL ACCIDENT INSURANCE COMPANY
OF AMERICA which became effective February 20, 1992 and which provisions are in full force and effect, reading as follows:
5.1 (b) The Board of Directors or PreSident. Vice PreSident. or other officer designated by them or either of them shall have power to appoint Attorneys-in-Fact and to authorize
"them to execute on behalf of the Company bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to attach the
seal of the Company thereto; and shall also have the power to remove any such Attorney.in-Fact at any time and revoke the power and authority given to him. Any instrument
executed by any such Attorney-in-Fact shall be as binding upon the Company as if Signed by an Executive Officer, and sealed and attested by the Secretary."
This power of attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the board of directors of GENERAL
ACCIDENT INSURANCE COMPANY OF AMERICA, at a meeting held on the 20th day of February, 1992, at which a quorum was present, and said resolution
has not been amended or repealed:
"Resolved. that in granting powers of attorney pursuant to subsection 5.1 (b) of the by-laws of the Company the signature of such directors and officers and the seal of the
Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile
signatures or facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached"
IN WITNESS WHEREOF, GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA has caused these presents to be signed by Dennis S. Perler, its
Vice President, and its corporate seal to be hereto affixed, this 12th day of April
~::~oowe'lth ,IPeon'yl,,';, GENERAL ACCIDEN&::::NY OF Ap'CAO A _ ~
Philadelphia County Dennis S. perl~
On this 12th day of April ,19 .j!L, personally appeared Dennis S. Perler to me known to be the Vice President of
GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA, and acknowledged that he executed and attested the foregoing instrument and affixed the
seal of said corporation thereto and that the seal affixed to said instrument is the corporate seal of said Company, that said corporate seal and his signature
were duly affixed pursuant to the by-laws and e resolution of the board of directors of said Company.
,~", It'" """~#
~...' \~~~.~~~.l.~ "~~
~ '-:"."ONW~~,~ ~..
: .' ~~. """i' ':.
: ':0 ",.... -:.
- '0 OF ~'. :
: *; :.)<.:
: :,~ : =
~ "'~~ ~~::
':... 'k,". Yl."'" .:'", ..'
.. "...... ,.' ~..
..~ Vl", . ....... 'fbv "
~",~~.~y p\) "....
I, James E: Carr6n>ssistantSecretary of the GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA, do hereby certify that the above and foregoing
is a true and correct copy of a power of attorney executed by GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA, which is still in full force and
effect, and that Article V, Subsection 5.1 (b) of the by-laws of the Company and the resolution set forth above are still in full force and effect.
~.~
Notary Public in and for the Commonwealth of Pennsylvania
IN
/J day of
~-
.........
L..~
_~n
-
James E. Carroll, Assistant Secretary
This Power of Attorney may n:Jt bp. used to execute any bond with an inception date after
April 12, 2003
SB-00273.92
This document is printed on a red background
For verification of the authenticity of this Power of Attorney vou may ell! l-iH;()-2Dil..2360 and .l:,k for the Po\V("r of Attorney supervhor. Please refer to the Power of
Attorney number, the above named individual(s) and details of the bond to which the power is attached. In Pennsylvania, Dial 21.1-625-3081.
S8-0027 3.92
CONTRACTOR'S QUESTIONNAIRE
NOTE:
Information supplied in response to this questionnaire is subject to
verification. Inaccurate or incomplete answers may be grounds for
disqualification from award of this bid.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
.
By VILA ~ ~N LANt:>SCJrpu',\~ t.Dtlf>.
Principal Office ~Lj5"1 5\N 'LIft, 5,,-. Mlflml, -PL. ~~/rjD
How many years has your organization been in business as a General Contractor under your
present business name? is-
Does your organization have curren occupational licenses entitling it to do the work
contemplated in this Contract? '8"$
State of Florida occupational license - state type and number: it; - C. oS/ ~5 d
-,Nt). aG2 ~-? Still 11\.1'
Dade County certificate of competency - state type and number: ~t1/I ~7 P~at;:)I? '=' JI!Je.I6M1~
/J /IJ
"
City of Miami Beach occupational license - state type and number:
Include copies of above licenses and certificates with propasal.
How many years experience in similar work has your organization had?
(A) As a General Contractor bll~
(B) As a Sub-Contractor I G 'i'~
(C) What contracts has your organiZation completed?
Contract Amt Class of Work When Completed Name/Address of Owner
'1 '
~ee: h/~'7:(t:h.ed.
Have you ever had a contract terminated (as prime contractor or sub-contractor, under existing
company name or another company name) due to failure to comply with contractual
specifications? Uo
If so, where and why?
Has any officer or partner of your organization ever failed to complete a construction contract
handled in his own name? ptJ
BID NO: 102-98/99
DATE: 9/11/99
CITY OF MIAMI BEACH
9
If so, state name of individual, name of owner, and reason thereof
In what other lines of business are you financially interested or engaged?
IJ"/le
cia! standing
What equipment do you own that is available for the proposed work and where located?
~/
a ,I,' q .el-
~ee
What Bank or Banks have you arranged to do business with during the course of the Contract
Shoulditbe~~:;yo~l1~ /' #;4m/
Please list the names and addresses of the subcontractors to be used for the portions of the work
listed below.
/ e answ} are true and correct.
--,,? .__/"-
(SEAL)
(SEAL)
BID NO: 102-98/99
DATE: 9/11/99
CITY OF MIAMI BEACH
10
INSURANCE CHECK LIST
xxx 1.
Workers' Compensation and Employer's Liability per the Statutory limits
of the state of Florida.
xxx 2.
Comprehensive General Liability (occurrence form), limits of liability
$1,000,000.00 per occurrence for bodily injury property damage to include
Premises/ Operations; Products and Completed Operations; Independent
Contractors; Broad Form Property Damage Endorsement and Contractual
Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
xxx 3.
Automobile Liability - $100,000.00/$300,000.00 - $50,000.00 each
occurrence - owned/non-owned/hired automobiles included.
4.
Excess Liability - $1,000,000.00 per occurrence to follow the primary
coverages.
xxx 5.
The City must be named as and additional insured on the liability policies;
and it must be stated on the certificate.
6.
Other Insurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
Other
$
$
$
$
$
$
.00
.00
.00
.00
.00
.00
XXX 7.
Thirty (30) days written cancellation notice required.
xxx 8.
Best's guide rating B+: VI or better, latest edition.
XXX 9.
The certificate must state the bid number and title
BIDDER AND INSURANCE AGENT STATEMENT:
t evidence of this
..
BID NO: 102-98/99
DATE: 9/11/99
CITY OF MIAMI BEACH
23
CONTRACTOR REFERENCES
Altman-Barry Construction
Robert Altman
7720 NW 53rd Street
Miami, FI. 33166
(305)592-3520
(305)592-2326 Fax
Betancourt Castellon and Associates
Mr. Ramiro Betancourt
7355 SW 87th Avenue, Suite 100
Miami, FI. 33173
(305)598-2932
(305)59~083 Fax
The Brewer Co. Of Florida
Mr. Walter Brewer
9801 N.W. 106 St.
Miami, FI. 33178
(305) 364-3595
(305) 364-3599 Fax
Central Florida Equipment Rental Inc.
Mr. Bob Baer
9030 NW 97th Terrace
Medley, FI. 33178
(305)888-3344
(305)887-7804 Fax
Codina Development
Mr. Jeff Williamson
8323 N.W. 12th Street Suite 115
Miami, FI. 33126
(305)477-8700
(305)477-8720 Fax
Disney Development Company
Mr. Frank Woods
1190 Celebration Blvd.
Celebration, FI. 34747
(407)939-D850
(407)939-D855 Fax
Dooley & Mack Constructors
Mr. Richard Mulligan
3200 N. University Dr. Suite 204
Coral Springs, FI. 33065
(305) 345-8288
(305) 345-9041 Fax
Martin K. Eby Construction, Inc.
Mr. Ed Westall
201 N. Bear Island Rd.
Bay Lake, FI. 32830
(407)824-8236
(047)824-8246 Fax
Harrison Construction
Ms. Charlotte Willis
1000 N.W. 54 St.
Miami, FI. 33127
(305) 757-D62l
Hewett Kier Construction Co.
Mr. James Hewett
1888 NW 23rd St.
Pompano Beach, FI. 33069
(305)945-6454
Horizon Contractors Inc.
Mr. Jose Sanchez
6157 N.W. 167th St. Suite F24
Miami, FI. 33015
(305) 828-2050
(305) 82M905 Fax
Baker Mellon Stuart Construction
Mr. John Lee
P.O. Box 22782
2000 Cayman Way
Lake Buena Vista, FI. 32830
(407)827-5151
(407)827-5984 Fax
Miri Construction Inc.
Mr. Dion Suarez
7340 S.W. 121 St.
Miami. FI. 33156
(305) 233-5266
Pan American Contractors Inc.
Mr. Mort Myrick
7600 NW 69th Avenue
Miami. FI. 33166
(305)863-9007
(305)863-D443 Fax
Pavex Inc.
Mr. Paul Possanza
2501 N.W. 48th St.
Pompano Beach, FI. 33073
(305) 428-8712
(305) 429-9637 Fax
Recchi America, Inc.
9200 South Dadeland Blvd., Suite 225
Miami. FI. 33156
(305)670-7585
(305)670-7462 Fax
Sessom's Construction
Mr. Lee Sessoms
7777 N. Davie Road Ext.
Hollywood. FI. 33024
(305) 431-7900
(305) 436-6789 Fax
S.1. Nicholas, Inc.
Mr. Samir Nicholas
1600 South Federal Highway, Suite 811
Pompano Beach. FI. 33062
(954)786-2990
(954)783-9256 Fax
Southeastern Engineering
Mr. Eduardo Dominguez
12054 N.W. 98 Ave.
Hialeah Gardens, FI. 33016
(305) 557-4226
(305)557-8568 Fax
Triple R Paving Inc.
Mr. Roger Hawkes
3328 SW 46th Avenue
Ft. Lauderdale, FI. 33314
(305)944-4349
(305)792-8985 Fax
M. Vila & Associates Inc.
Mr. Martin Vila
12097 NW 98th Avenue
Hialeah Gardens. FI. 33018
(305) 821-1226
(305) 826-CXXl4 Fax
W. Jackson & Sons Construction Co.
Mr. Russell Sepielli
1888 NW 21 st. Street
Pompano Beach, Fl. 33069
(305)973-3060
(305)960-1679 Fax
SiteScape
A Phillips and jordan Company.
Mr. Larry Shotwell
P.O. Box 829
Windermere, FI. 34786
(407)827-6193
(407)827-6814 Fax
MAJOR PROJECTS COMPLETED
NAME OF PROJECT: Broward County Contingency Landfill-Contract 3
LOCATION: Broward Co, FI.
LANDSCAPE ARCHITECT: Post, Buckley, Schuh & Jernigan, Inc.
CONTACT PERSON: Joseph L. Miller
(305) 921-7275
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $928,000.00
DATE OF COMPLETION: January, 1992
NAME OF PROJECT: Grand Palms Golf and Country Club
LOCATION: Pembroke Pines, Florida
OWNER: Shelby Homes
LANDSCAPE ARCHITECT: Rhett Roy L.A. / Planners
CONTACT PERSON: MR. Rhett Roy
(954) 462-0704
CONTRACT AMOUNT (VARIOUS) $2,262,600.00
DATE OF COMPLETION: October, 1992
NAME OF PROJECT: Ft. Lauderdale Beach Revitalization Phase III
LOCATION: AlA Boulevard, Ft. Lauderdale, FI.
OWNER: City of Ft. Lauderdale
LANDSCAPE ARCHITECT: Edward D. Stone and Associates
CONTACT PERSON: Mr. Kevin Mangan
(305) 524-3330
GENERAL CONTRACTOR: Triple R Paving Inc.
CONTACT PERSON: Roger Hawkes
(305)944-4349
CONTRACT AMOUNT: $382,000.00
DATE OF COMPLETION: July, 1993
NAME OF PROJECT: Landscaping and Irrigation Loop Road and
Lakes(3194) Landscaping and Irrigation
Commercial Rd. and Third Level Planters(#195)
LOCATION: Orlando International Airport
OWNER: Greater Orlando Aviation Authority
CONTACT PERSON: Larry Willbur, ZHA Inc.
( 407)825-4037
LANDSCAPE ARCHITECT: Edward D. Stone and Associates, Inc.
CONTACT PERSON: Greg Meyer
(407)425-3330
CONTRACT AMOUNT: $2,980,000.00
DATE OF COMPLETION: August, 1993
NAME OF PROJECT: Kendalltown Tree Planting
OWNER: Kendalltown Homeowner's Association
CONTACT PERSON: Ms. Joyce Collins
LANDSCAPE ARCHITECT: O'Leary Design Associates
CONTACT PERSON: Mr. William O'Leary
(305) 596-6096
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $130,000.00
DATE OF COMPLETION: September, 1993
NAME OF PROJECT: Key Biscayne Street tree Planting
OWNER: Village of Key Biscayne
CONTACT PERSON: Sam Kissinger, Village Manager
(305)365-5500
LANDSCAPE ARCHITECT: O'Leary Design Associates
Mr. William O'Leary
(305)596-6096
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $384,830.00
DATE OF COMPLETION: December, 1993
Page 1
NAME OF PROJECT: F. A. U. School of Education
OWNER: Florida Atlantic University
LANDSCAPE ARCHITECT: Barretta and Associates
(407) 997-5660
GENERAL CONTRACTOR: Sessoms Construction Company, Inc.
TELEPHONE NO.: (305) 945-1547
CONTRACT AMOUNT: $78,000.00
DATE OF COMPLETION: January, 1994
NAME OF PROJECT: Eden Roc Hotel Landscaping
OWNER: Eden Roc Hotel
CONTACT PERSON: Mr. John Sheppard
(305) 531-0000
LANDSCAPE ARCHITECT: Rhett Roy LA/Planning
CONTACT PERSON: Mr. Rhett Roy
(305) 462-0704
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $78,000.00
DATE OF COMPLETION: February, 1994
NAME OF PROJECT: City of Miami Tree Planting Project PhaseVIII/X
OWNER: City of Miami
CONTACT PERSON: City of Miami Public Works Department
(305) 579-6865
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $50,000.00
DATE OF COMPLETION: June, 1994
NAME OF PROJECT: Key Biscayne Neighborhood Landscaping
OWNER: Village of Key Biscayne
CONTACT PERSON: Mr. Sammuel Kissinger, Village Manager
(305) 365-5514
LANDSCAPE ARCHITECT: A. Gail Boorman and Associates, Inc.
(813) 263-2242
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $122,973.00
DATE OF COMPLETION: June, 1994
NAME OF PROJECT: Country Walk Revegetation Project
OWNER: Country Walk Homeowner's Association
CONTACT PERSON: Ms. Donna Enos
(305) 238-9336
LANDSCAPE ARCHITECT: O'Leary Design Associates
CONTACT PERSON: Mr. William O'Leary
(305) 596-6096
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $308,000.00
DATE OF COMPLETION: June, 1994
NAME OF PROJECT: Miami Beach 5th Street Beautification Project
OWNER: City of Miami Beach
CONTACT PERSON: Mr. Kevin Smith
Director of Parks and Recreation Dept.
LANDSCAPE ARCHITECT: Rosenberg Design Group
CONTACT PERSON: Mr. Bill Rosenberg
(305) 235-5310
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $660,326.00
DATE OF COMPLETION: June, 1994
Page 2
NAME OF PROJECT:
OWNER:
ARCHITECT:
GENERAL CONTRACTOR:
CONTACT PERSON:
CONTRACT AMOUNT:
DATE OF COMPLETION:
NAME OF PROJECT:
OWNER:
CONTACT PERSON:
LANDSCAPE ARCHITECT:
GENERAL CONTRACTOR:
CONTRACT AMOUNT:
DATE OF COMPLETION:
NAME OF PROJECT:
OWNER:
CONTACT PERSON:
LANDSCAPE ARCHITECT:
GENERAL CONTRACTOR:
CONTRACT AMOUNT:
DATE OF COMPLETION:
NAME OF PROJECT:
OWNER:
CONTACT PERSON:
LANDSCAPE ARCHITECT:
GENERAL CONTRACTOR:
CONTRACT AMOUNT:
DATE OF COMPLETION:
NAME OF PROJECT:
OWNER:
CONTACT PERSON:
LANDSCAPE ARCHITECT:
GENERAL CONTRACTOR:
CONTRACT AMOUNT:
DATE OF COMPLETION:
NAME OF PROJECT:
OWNER:
CONTACT PERSON:
LANDSCAPE ARCHITECT:
GENERAL CONTRACTOR:
CONTRACT AMOUNT:
DATE OF COMPLETION:
Elementary School 0-91
School Board of Broward County
Shrum Ali and Associates, Inc.
305-822-1865
Hewett-Kier Construction Co.
Mr. Craig Colligan
(305) 945-6456
$150,000.00
August, 1994
Hiawassee Road Landscape Beautification
Orange County Public works
Mr. Antonio Lozada
( 407)836-7930
HWH Architects Engineers and Planners
(407) 423-5525
Vila and Son Landscaping Corp.
$124,000.00
August, 1994
Kendall Drive Landscaping
Florida Department of Transportation
Mr. Khaled AI-Said
O'Leary Design Associates
(305)596-6096
Vila and Son Landscaping Corp.
$220,058.00
October, 1994
Dade County Street Beautification
Metropolitan Dade County
Mr. William Cutie
Director of Parks and Recreation
Metropolitan Dade County Parks and Recreation
Vila and Son Landscaping Corp.
$780,000.00
November, 1994
Key Biscayne Beautification
Florida Department of Transportation
Mr. Jorge Ortis
(305) 470-5445
O'Leary Design Associates
Mr. William O'Leary
(305) 596-6096
Vila and Son Landscaping Corp.
$388,575.00
November, 1994
U.S. Coastguard Richmond Heights Housing
United States Coast Guard
Mr. Jack Fink
(212) 668-7077
Laura Llerena and Associates
(305)279-1651
Vila and Son Landscaping Corp.
197,881.00
November 1994
Page 3
NAME OF PROJECT: Johnson and Wales University
LOCATION: Dade Co.
OWNER: Johnson and Wales University
CONTACT PERSON: Mr. Douglas Sidelinger
(305)892-7051
LANDSCAPE ARCHITECT: Savino & Miller Design Studio
CONTACT PERSON: Mr. Barry Miller
(305)538-9062
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $67,814.00
DATE OF COMPLETION: December, 1995
NAME OF PROJECT: Surfside Central Business District Renovation
LOCATION: Dade Co.
OWNER: Town of Surfside
GENERAL CONTRACTOR: Southestern Engineering Contractors
CONTACT PERSON: Mr. Eduardo Dominguez
(305) 557-4226
CONTRACT AMOUNT: $80,795.00
DATE OF COMPLETION: August, 1995
NAME OF PROJECT: Ringling Bros. Elephant Caretaking Facility
LOCATION: Polk city, Florida
OWNER: Ringlin Bros. and Barnum & Bailey Combined Shows
REFER8'JCE Mellon Stuart Construction
CONTACT PERSON: Mr. Charlie Dorr
(407)827-5151
CONTRACT AMOUNT: 55,657.00
DATE OF COMPLETION: November, 1995
NAME OF PROJECT: Normandy Isles Roadway Improvements
LOCATION: Dade Co.
OWNER: City of Miami Beach
LANDSCAPE ARCHITECT: Savino and Miller Design Studio
CONTACT PERSON: Mr. Barry Miller
(305)583-9062
GENERAL CONTRACTOR: Horizon Construction
CONTACT PERSON: Mr. Jose Sanchez
DATE OF COMPLETION: December, 1995
NAME OF PROJECT: Lake Destiny Drive Landscape and Hardscape Imp.
LOCATION: City of Maitland, Florida
OWNER: The City of Maitland
REFEREl\lCE P.B.S. and J. Inc.
CONTACT PERSON: Mr. Barry Rymer
(407)647-1998
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $60,487.25
DATE OF COMPLETION: January, 1995
NAME OF PROJECT: Summit Beautification Project
LOCATION: Dade County, Florida
OWNER: Dade County Aviation Department
CONTACT PERSON: Mr. Jeff Dawson
(305)375-5289
landscape architect: Curtis and Rogers Design Studio
CONTACT PERSON: Ms. Aida Curtis/Ms Espe Suarez
(305)442-1774
GENERAL CONTRACTOR: Vila and Son Landscaping
CONTRACT AMOUNT: 349,070.50
DATE OF COMPLETIO~ag~CW' 1995
NAME OF PROJECT: Homestead Motor Sports Complex
OWNER: City of Homestead
LANDSCAPE ARCHITECT: Bermello, Ajamil and Partners
CONTACT PERSON: Ms. Ana Maria Pages
GENERAL CONTRACTOR: BCA, Inc.
CONTACT PERSON: Mr. Ray Betancout
(305)598-2932
CONTRACT AMOUNT: 732,975.00
DATE OF COMPLETION: December, 1995
NAME OF PROJECT: Little Lake Bryan C.P. 3
LOCATION: Lake Buena Vista, Florida
OWNER: The Little Lake Bryan Co.
GENERAL CONTRACTOR: Baker Mellon Stuart Construction, Inc.
CONTACT PERSON: Mr. Charles Dorr
(407)827-5151
LANDSCAPE ARCHITECT: P.B.S. and J. Inc
CONTACT PERSON: Mr. Barry Rymer
(407)647-1998
CONTRACT AMOUNT: 608,297.00
DATE OF COMPLETION: November, 1995
NAME OF PROJECT: Pompano Beach Service Plaza
State Project No. 97860-3386
LOCATION: Broward Co.
OWNER: Florida Department of Transportation
GENERAL CONTRACTOR: W. Jackson and Sons Construction Co.
CONTACT PERSON: Paul Rimavicus
(954)920-0111
CONTRACT AMOUNT: $133,834.28
DATE OF COMPLETION: 1995
NAME OF PROJECT: John Young parkway Highway Beautification
LOCATION: Orange Co.
OWNER: Orange County Board of County Commissioners
CONTACT PERSON: Mr. Antonio Lozada
( 407)836-7930
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $246,401.00
DATE OF COMPLETION: May, 1996
NAME OF PROJECT: Orange Avenue Highway Beautification
LOCATION: Orange Co.
OWNER: Orange County Board of County Commissioners
CONTACT PERSON: Mr. Antonio Lozada
( 407)836-7930
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $191,352.40
DATE OF COMPLETION: June, 1996
NAME OF PROJECT: Riverside Drive
LOCATION: Broward Co.
OWNER: Broward County Board of County Commissioners
GENERAL CONTRACTOR: W.Jackson and Sons Constrction Co.
CONTACT PERSON: Paul Rimavicus
(954)920-0111
CONTRACT AMOUNT: $114,755.00
DATE OF COMPLETION: July, 1996
Page 5
NAME OF PROJECT: DDA Plaza PH 1
LOCATION: Broward Co.
OWNER: Downtown Development Authority
CONTACT PERSON: Mr. Jerry Sternstin
(954 )463-65 74
LANDSCAPE ARCHITECT: Rhett Roy Landscape Architect and Planners
CONTACT PERSON: Mr. Rhett Roy
(954 )462-0722
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $280,513.68
DATE OF COMPLETION: December, 1996
NAME OF PROJECT: Flaming Road landscaping
LOCATION: Broward Co.
OWNER: Town of Davie
CONTACT PERSON: Mr. Dan Oyler
(954) 797 -2061
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $75,845.00
DATE OF COMPLETION: September, 1996
NAME OF PROJECT: McFarlane Homestead Linear Park
LOCATION: Dade Co.
OWNER: City of Coral Gables
CONTACT PERSON: Mr. Thomas Springer
(305)460-5014
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $53,995.00
DATE OF COMPLETION: September, 1996
NAME OF PROJECT: Military Trail Palm Beach Beautification
LOCATION: Palm Beach Co.
OWNER: City of Boca Raton
CONTACT PERSON: Mr. Jeffry Borick
(561 )338-7300
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $113,232.00
DATE OF COMPLETION: December, 1996
NAME OF PROJECT: Brickell Avenue FDOT
LOCATION: Dade Co.
OWNER: Florida Department of Transportation
GENERAL CONTRACTOR: P.J. Constructors, Inc.
CONTACT PERSON: Mr. Tom Reiner
(305)863-9007
CONTRACT AMOUNT: $422,104.81
DATE OF COMPLETION: January, 1996
NAME OF PROJECT: Collins Avenue Beautification Ph 1 & 2
LOCATION: Dade Co.
OWNER: Bal Harbour Village
CONTACT PERSON: Mr. Alfred Treppeda
(305)866-4633
LANDSCAPE ARCHITECT: O'Leary Design Associates
Mr. William O'Leary
(305)596-6096
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $2,033,360.00
DATE OF COMPLETION: August, 1996
Page 6
NAME OF PROJECT: 41 st Street Beautification Project
LOCATION: Dade Co.
OWNER: City of Miami Beach
CONTACT PERSON: Mr. John De Pazos
(335)673-7490
ARCHITECT: Curtis and Rogers Design Studio
CONTACT PERSON: Ms. Esperanza Suares
(305)442-1774
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $109,869.00
DATE OF COMPLETION: November, 1996
NAME OF PROJECT: Celebration CP 12 & 26
LOCATION: Orlando, FI.
OWNER: Enterprise Community Development District
Disney Development Co.
CONTACT PERSON: Mr. Steve Hedden
( 407)566-1935
LANDSCAPE ARCHITECT: EDAW Inc.
CONTACT PERSON: Mr. Walter Cole
(703)836-1414
CONTRACT AMOUNT: $2,275.000.00
DATE OF COMPLETION: October, 1996
NAME OF PROJECT: Celebration Lakeside Rec. Center
LOCATION: Orlando, FI.
OWNER: McDevitt Street Bovis
CONTACT PERSON: Mr. Raymond Bowen
( 407)939-0938
CONTRACT AMOUNT: $112,958.00
DATE OF COMPLETION: October, 1996
NAME OF PROJECT: State Schools F-H1-U
LOCATION: Dade Co.
OWNER: Dade County Public Schools
GENERAL CONTRACTOR: The haskell Co.
CONTACT PERSON: Mr. Anthony Williams
(904)791-4500
CONTQRACT AMOUNT: $469,411.23 (combined)
DATE OF COMPLETION: March, 1997
MANE OF PROJECT: Lincoln Road Mall Improvements
LOCATION: Miami Beach Florida
OWNER: City of Miami Beach
LANDSCAPE ARCHITECT: Pressley Associates, Inc.
CONTACT PERSON: Mr. David Cates
(305) 673-7080
GENERAL CONTRACTOR: S.1. Nicholas, Inc.
CONTACT PERSON: Mr. Samir Nicholas
(954)786-2990
CONTRACT AMOUNT: 760,953.45
DATE OF COMPLETION: December, 1997
NAME OF PROJECT: North Federal Highway Beautification
LOCATION: Palm Beach Co.
OWNER: City of Boca Raton
CONTACT PERSON: Mr. Jeffry Borick
(561 )338-7300
CONTRACT AMOUNT: $326,554.50
DATE OF COMPLETION: 1997
Page 7
NAME OF PROJECT: Aloma Avenue Highway Beautification
LOCATION: Orange Co.
OWNER: Orange County Beard of County Commissioners
CONTACT PERSON: Mr. Antonio Lozada
( 407)836-7930
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $344,312.50
DATE OF COMPLETION: July, 1997
NAME OF PROJECT: SR 417 Central Florida Greenway landstar Blvd.
LOCATION: Orlando, FI.
OWNER: Orlando Orange County Expressway Authority
CONTACT PERSON: Mr. William McKelvy
( 407)425-8606
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $92,562.50
DATE OF COMPLETION: July, 1997
NAME OF PROJECT: Dadeland Mall Expansion
LOCATION: Dade Co.
LANDSCAPE ARCHITECT: Witkins Design Group
CONTACT PERSON: Mr. Andy Witkins
GENERAL CONTRACTOR: Central FI. Equipment Rental
CONTACT PERSON: Mr. Robert Baer
(305)888-3344
CONTRACT AMOUNT: $427,097.00
DATE OF COMPLETION: November, 1997
NAME OF PROJECT: Tract "G" @ Winston Park
LOCATION: Broward Co.
GENERAL CONTRACTOR: The Related Group
CONTACT PERSON: Mr. Michael Getz
(305)460-9900
CONTRACT AMOUNT: $384,460.25
DATE OF COMPLETfON: December, 1997
NAME OF PROJECT: Merrick Way Shops and Parking
LOCATION: Dade Co.
GENERAL CONTRACTOR: Betancourt Castellon Associates
CONTACT PERSON: Mr. Michael Betancourt
(305)598-2932
CONTRACT AMOUNT: $90,575.00
DATE OF COMPLETION: November, 1997
NAME OF PROJECT: F.D.O.T. 1-95 Landscaping
LOCATION: Broward Co.
OWNER: Florida Department of Transportation
CONTACT PERSON: Mr. Carl Higgins
(954)972-1760
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $3,176,998.00
DATE OF COMPLETION: January, 1998
NAME OF PROJECT: Buena Vista Dr. Widening
LOCATION: Orlando, FI.
OWNER: Reddy Creek Improvement District
GENERAL CONTRACTOR: Walt Disney Imagineering, Inc.
CONTACT PERSON: Larry Harlos
CONTRACT AMOUNT: $624,797.00
DATE OF COMPLETIO~ag~egruary, 1998
NAME OF PROJECT: Universal City Resorts Area Landscaping Ph 1
LOCATION: Orange Co.
OWNER: Universal City Development Parners
Mr. John Fitzgibbon
( 407)248-7500
GENERAL CONTRACTOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $2,938,000.00
DATE OF COMPLETION:
NAME OF PROJECT: Disney's Animal Kingdom "Advance Planting"
LOCATION: Orlando, FI.
GENERAL CONTRACTOR: Martin K. Eby, Inc.
CONTACT PERSON: Mr. Ed Wastall
(407)824-8236
CONTRACT AMOUNT: $3,320,000.00
DATE OF COMPLETION: April, 1998
NAME OF PROJECT: Aventura Blvd. Streetscapes
LOCATION: City of Aventura
OWNER: The City of Aventura
CONTRACT PERSON: Mr. Robert Sherman
(305)466-8900
LANDSCAPE ARCHITECT: O'Leary Design Associates
CONTACT PERSON: Mr. William O'Leary
(305)596-6096
GENERAL CONTRATOR: Vila and Son Landscaping Corp.
CONTRACT AMOUNT: $1,483,122.00
DATE OF COMPLETION: August, 1998
Page 9
9/9/99
VILA & SON LANDSCAPING CORPORATION
MIAMI DIVISION
VEHICLE AND EQUIPMENT LIST
NO. TAG BRAND 'VA SERIAL NUMBER DESCRIPTION
PICK-UP TRUCKS
PT-2 RBL 79 F !XXlGE 93 1 B7KM26C4PS235932
PT-3 NPH 98 R FOR) 882FT JW35M7 JCB24325
PT-4 QBJ 54 X FOR) 872FT JW3514HCA62835
PT-5 LNY 28 E FOR) 882FT JW35M4JCA31942
PT-6 RBX 99 R TOYOTA 87 JT4RN50RXH0270501
PT-16 UIR 89 Q FOR) 90 1 FTHX25M8LKB07831
PT-17 UIC 98 B FOR) 91 2FTHF25MOMCA22975
PT-18 TVV 67 P FOR) 891FT JX35M5KKA51241
PT -22 PEJI.D FOR) 92 1FTHX25M7NKA83668
TRACTOR TRUCKS
T-1 AX)( 42 C MACK 79 R686ST3381 TRACTOR TK
T-2 QBJ 61 Y MACK 81 1M2N178Y5BA071970 TRACTOR TK
T-3 SYE 92 Z MACK 90 1M2AA06YXLW005895 TRACTOR TK
T-4 M 0554 E MACK 78 U685ST14810 TRACTOR TK
T-5 M 0553 E FOR) 78 F70EVAH3162 TRUCK
T-9 PEND. MACK 91 1M1AA13Y2MN013506
DUMP TRUCKS
DT - 3 M 0336 D MACK 88 2M1N190Y6JC023452 DUMP TRUCK
DT - 4 PEND MACK 89 1 M2AA07Y8KM01 0613 DUMP TRUCK
WATER TRUCK
WT - 1 M 0587 E MACK 90 VG6M113X1LB400005 WA TEA TRUCK
WT - 2 M 0236 D FOR) 77 A902VZ12287
WT-3 M 8000 P MACK 88 VG6M113XOJB066501
WT-5 UIC 99 B MACK 85 2M2N187Y8FC008275
WT-6 M3829Q MACK 78 DMM6856S2535 . (HEAVY DUTY)
STEP VANS
'1-1 I 7734 Q ~ fl:.-"I Ir""I 'I 8 8 JvV'6ADF1 C6JLOO2808 VAN
IlIillUucnl
V-5 SXV 67 Z ISUZU 89 JALB4B1H5K7002140 VAN
TRAILERS
FB-2 NPI 82Q GDAN 85 1 GADM8428FJ003066 FLAT BED TL
FB-3 RJE 03 D HMDE 84 XXX FLAT BED TL
FB-4 UVF01 K DEXTa 94 1H9FB282P10471136 FLAT BED TL
TV-2 LMR 60 Y HARD 85 1 H9ACD625F4013445 DUMP TL.
TE-3 TGA54X BEAV 86 11208D306GS090110 EQUIP.
TE-4 QAU78T ASPT 72 XXX EQUIP.
TE-9 QAV 67 E C?HE. 789D78157 EQUIP.TL
TE-11 UJE 54 E T8I 79 TC79087 LOW BOY TL
HEAVY EQUIPMENl:
Page 1 of 2
9/9/99
NO. TAG BRAND VA SERIAL NUMBER DESCRIPTION
EB-1 580 SK CASE 92 JJG0167550 BACKHOE/LOADER
EV-2 1845 C CASE 92 JAF0101785 SKID LOADER
EB-3 580 K CASE 90 JJG0024149 BACKHOE/LOADER
ET-4 212 JOHN DEERE C12J1258993M AGR. TRACTOR
EB-6 580 K CASE 90 JJG0031629 BACKHOE/LOADER
EF-7 UT586 E CASE 92 JJG0069400 FORKLIFT
EF-8 584 E CASE 88 JJGOO67264 FORKLIFT
EF-9 CHALMER FORKLIFT
EB-13 580L CASE 95 JJG0221359 LOADERlBACKHOE
EL-14 621 CASE 88 JAK0020658 WHEEL LOADER
TR - 17 R 40 DITCH WITCH 80 278568 TRACTOR
EM - 18 TM7-30 X (TAG IUC 41 E) RBNCO 90 3028 POWER MULCH
ECH-19 1250 (TAG U 4591 F) VERMEER 90 IVRC1413XlI001598 WOOIJ01IPPER
EG - 20 206 VERMEER 92 IVRC07196N1001772 STUMP GRINDER
TR - 21 2300 DITCH WITCH 80 301487 TRACTOR
ES - 24 8 FT BRILLlON 95 171890 SEEDER
2 SAND BLASTER 90 PRESSURE CLEANER
3930 FORD T#3053 96 008246B AG. TRACTOR 4X4
7310 . T#2642 96 S5A0084 AG. LOADER WIHDY. TREE BOOM
LX885 NEW HOLLAND T#2930 96 877096 SKID STEER W/SUPER TRACKS
CUSTOME . T #2888 96 N/A TREE BOOM/ATIACHMENT
Page 2 of 2
CGU
General Accident Insurance Company of America
2601 Westhall Lane, Maitland Florida, 32794
407-660-1985/407-660-9368 (Fax)
Bond Number:
S'./6 00 S[?.;)S')
This is the front page of the performance/payment bond issued in compliance with Florida Statue 255.05.
Contractor Name: VI \ Q '\ SOf\
Contractor Address: ~ 0 '-IS I 8' LU ~ L (., si.
Contractor Phone Number: :3 oS ~ Q S S - Cj ~ ZJ 'J
~(. 33/ '0
Owner Name:
Cl \:-y C).c t--\ l c~ Vyt, I t{) ea.c~
Owner Address:
!fJO
DI"\ uenl-I 01
33 t3Cj
Owner Phone Number:
Obligee Name (if different from property owner):
Obligee Address:
-s~
.J
Obligee Phone Number
Contract Number (assigned by owner): T3 \.0 AJu - I 0 c;) - '1 f- 77
Project Description: W <2...Vta...v21 ~ f \ -\- 0....+ I 0,"1 () -f" L {),tyt yVl US P.4A ~ .
Project Address:
Legal Description of Property:
This is the Front Page of the bond. All other pages are subsequent regardless of preprinted numbers.
FL Rider 255.05
THE AMERICAN INSTITUTE OF ARCHITECTS
.
Premium Amount Based
on Final Contract Amount
Bond No. SB0058255
AlA Document A312
,
Performance Bond
Any singular reference to Contractor. Surety, Owner ex' other party shaH be considered plunl where applicable.
CONTRACTOR (Name and Address):
VILA AND SON LANDSCAPING CORP.
20451 SW 216 STREET
MIAMI, FL33170
SURETY (Name and Principle Place of Business):
GENERAL ACCIDENT INS. CO.
436 WALNUT STREET
PHILADELPHIA, PA 19106
OWNER (Name and Address):
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE
MIAMI BEACH, FL 33139
CONSTRUCTION CONTRACT
Date: 1 1
Amount: S 390 045.70
Description (Name and Location):
REHABILITATION OF LUMMUS PARK BID NUMBER 102-98/99
BOND
Date (Not earlier than Construction Contract Date): 10/05/1999
Amount: S 390,045.70
Modifications to this Bond: [X] None
LJ See Page 3
CONTRACTOR AS P
COMPP,NY
VILA AND SO
SURETY
(Corporate Seal)
G CORP.
Si.gnature:
Name and Title:
JUAN CARLOS VILA I
p~.
(Any additional signatures appear on page 3)
FOR INFORMATION ONLY-Name, Address and Telephone
AGENT OR BROKER:
COAST AL I;'\/SURANCE GROUP
150 Westward Drive
Miami Springs, FL 33166
OWNER'S REPRESENTATIVE (Architect,
or Engineer or other party):
AlA
DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED., AlA 0
TilE AMERICA.'1INSTlTUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON D.C. 20006
TIIIRD PRINTf.'iG. MARCH 1987
A 312-1984
1 The Contractor and the Surety, Jomtly and sever-
ally, bind themselves their heirs, executors, admini-
strators, successors and assigns to the Owner for
the perfonnance ofthe Construction Contract, which
is incorporated herein by reference.
2 If the Contractor perfonns the Construction Con-
tract, the Surety and the Contractor shall have no
obligation under this Bond, except to participate in
conferences as provided in Subparagraph 3.1.
3 Ifthere is no Owner Default, the Surety's obligation
under this Bond shall arise after.
3.1 The Owner has notified the Contractor and the
Surety at Its address described in Paragraph 10
that the Owner is considering declaring a
Contractor default and has requested and attemp-
ted to arrange a conference with the Contractor and
the Surety to be held not later than fifteen days after
receipt of such notice to discuss methods of per-
fonning the Construction Contract. If the Owner, the
ContTactoT and the Surety agree, the Contractor shall
be allowed a Teasonable time to perfonn the Con-
struction Contract, but such an agreement shall not
waive the Owner's right, if any, subsequently to declare
Contractor Default; and
3.2 The Owner has declared a Contractor Default and
fonnally tenninated the Contractor's right to complete
the contract. Such Contractor Default shall not be de-
clared earlier than twenty days after the Contractor and
the Surety have Teceived notice as provided in Subpara-
graph 3.1; and
3.3 The Owner has agreed to pay the Balance of the
Contract Price to the Surety In accordance with the tenns
of the Construction Contract or to a contractor selected to
perfonn the Construction Contract in accordance with
the tenns of the contract with the Owner.
4 When the O".meT has satisfied the conditions of Para-
gTaph 3, the Surety shall promptly and at the SUTety's ex-
pense take one of the following actions:
4.1 Arrange for the Contractor, with consent of the
OwneT, to perfonn and complete the Construction Con-
tract; or
4.2 Undertake to perfonn and complete the Construc-
tion ContTact itself, through its agents or through
independent contractors; or
4.3 Obtain bids or negotiated proposals from quali-
fied contractors acceptable to the Owner for a con-
tract for perfonnance and completion of the Con-
struction Contract, arrange fOT a contract to be pre-
pared for execution by the Owner and the contractor
selected with the Owner's concurTence, to be secured
with perfonnance and payment bonds executed by a
qualified surety equivalent to the bonds issued on the
Construction Contract, and pay to the Owner the
amount of damagcs as described in Paragraph 6 in
excess of the Balance of the Contract Price Incurred
by the Owner resulting from the Contractor's default; or
4.4 Waive Its ngnt 10 perronn ana complere,
arrange for completion, or obtain a new contract-
tor and with reasonable promptness under
the circumstances:
.1 After investigation, detennine the amount for
which it may be liable to the Owner and, as
as practicable after the amount is determined,
tender payment therefore to the Owner; or
.2 Deny liability in whole or in part and notifY the
Owner citing reasons therefor.
5 If the Surety does not proceed as provided in Para-
graph 4 with reasonable promptness, the Surery shall
be deemed to be in default on this Bond fifteen days below
after receipt of an additional written notice from the
Owner to the Surety demanding that the Surety peT-
fonn its obligations under this Bond, and the Owne
shall be er!l:itled to enforce any remedy available to
the Ownetf. If the Surety proceeds as provided in Sub
paragraph 4.4, and the Owner refuses the payment
tendered or the Surety has denied liability, in whole or
in part, without further notice the Owner shall be en-
titled to enforce any Temedy available to the Owner.
6 After the <A\11eT has tenninated the Contractor's
right to complete the Construction Contract, and if
the Surety elects to act under Subparagraph 4.1,
4.2, or 4.3 above then the responsibilities of the
Surety to the O\\11er shall not be greater than those
of the Contractor under the Construction Contract,
and the responsibilities of the Owner to the SUTety
shall not be greater than those of the Owner under
the Construction Contract. To the limit of the
amount of this Bond, but subject to commitment
by the owner of the Balance of the Contract Price
to mitigation of costs and damages on the Con-
struction Contract, the Surety is obligated without
duplication for:
6.1 The responsibilities of the Contractor for cor-
rection of defective work and completion of the
Construction Contract;
6.2 Additional legal, design professional and delay
costs resulting from the Contractor's Default, and
resulting from the actions or failure to act of the
Surety under ParagTaph 4; and
6.3 Liquidated damages, or ifno liquidated dam-
ages aTe specified in the Construction Contract,
actual damages caused by delayed performance
or non-performance of the Contractor.
7 The Surety shall not be liable to the Owner or
others for obligations of the Contractor that are un-
related to the Construction Contract, and the Balance
of the Contract Price shall not be reduced or set off
on account of any such unrelated obligations.No right
of action shall accrue on this Bond to any person or
entity other than the Owner or its heirs, executors,
administrators or successors.
AlA DOCUMENT AJI2
PERFOR~lg;CE BOND AND PAYMENT BOND DECEMBER 1984 ED, AIAO A312.1984 2
11 IE AMERICAN INS1ll1JI"[ OF ARCHITECTS, 1735 NEW YORK AVE., NW. WASHINGTON, D.C. 20006
8 The Surety hereby waives notice of any change, in-
cluding changes of time, to the ConstTuction Contract or
to related subcontracts, pUTchase ordeTs and other obli-
gations.
12 DEFINITIONS
12.1 Balance of the Contract Price: The total
amount payable by the Owner to the Contrac-
tor under the Construction Contract after all
proper adjustment have been made, including
9 Any proceeding, legal or equitable, under this Bond allowance to the Contractor of any amounts
may be instituted in any court of competent jurisdiction received or to be received by the Owner in
in the location in which the work or part of the work is settlement of Insurance or other claims for dam-
located and shall be instituted within two years after ages to which the Contractor is entitled, reduced
Contractor Default or within two years after the Contrac- by all valid and proper payments made to or on
tor ceased working or within two years after the Surety behalf of the Contractor under the Construction
refuses or fails to perform its obligations under this ContTact.
Bond, whichever occurs first. It the provisions of this
Paragraph are void or prohibited by law, the minimum
period of limitation available to sureties AS a defense
In the jurisdiction ofthe suit shall be applicable.
10 Notice to the Surety the Owner or the Contractor
shall be mailed or delivered to the address shown on
the signature page.
11 When this Bond has been furnished to comply with
a statutory or other legal requiTement in the location
where the construction was to be performed any provi-
sion in this Bond conflicting with said statutory or legal
requirement shall be deemed deleted here from and
provisions conforming to such statutory OT other legal
requirement shall be deemed incorporated herein.
The intent is that this Bond shall be construed as a statutory
bond and not as a common law bond.
MODIFICATIONS TO TIllS BOND ARE AS FOLLOWS:
12.2 Construction Contract: The agreement be-
tween the Owner and the Contractor identified on
the signature page including all Contract Docu-
ments and changes thereto.
12.3 Co'ntractor Default: Failure of the Contractor
which h!s neither been remedied nor waived to
perform or otherwise to comply with the terms of
the Construction Contract.
12.4 Owner Default: Failure of the Owner which
has neither been remedied nor waived to pay the
Contractor as required by the Construction Contract
or to perform and complete or comply with the
otheT terms theTeof.
(Space is provided below for additional signatures of added parties, otheT than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL
Company: (Corporate Seal)
Signature:
Name and Title:
Address:
SURETY
Company: (Corporate Seal)
Signature:
Name and Title:
Address:
AlA
A312-1984 3
DOCUMENT A312 PERFORMANE BOND AN PAYMENT BOND DECEMBER 198430, AlA 0
TIlE AMERICAN INSTITUTE OF AROIITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006
TlIIRD PRINTING- MAROl1987
THE AMERICAN INSTITUTE OF ARCHITECTS
.
Bond No.
SB0058255
AlA Document A312
Payment Bon4
Any stngu.Iar reference to Contnctor, Surety, Owner or other party than be consJdered plural where applicable.
CONTRACTOR (Name and Address):
VILA AND SON LANDSCAPING CORP.
20451 SW 216 STREET
MIAMI, FL 33170
SURETY (Name and Principle Place of Business):
GENERAL ACCIDENT INS. CO.
436 WALNUT STREET
PHILADELPHIA, PA 19106
OWNER (Name and Address):
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRNE
MIAMI BEACH, FL 33139
CONSTRUCTION CONTRACT
Date: / /
Amount: $ 390,045.70
Description (Name and Location):
REHABILITATION OF LUMMUS PARK BID NUMBER 102-98/99
BOND
Date (Not earlier than Construction Contract Date): 10/05/1999
Amount: $ 390,045.70
Modifications to this Bond:
See Page 6
CONTRACTOR AS PRlNCIPAL
SURETY
Signature:
Name and Title:
(Corporate Seal)
G CORP.
(Any additional signatures appear on page 6)
FOR INFORMATION ONL Y-Name, Address and Telephone
AGENT OR BROKER:
COASTAL INSURANCE GROUP
150 Westward Drive
Mhrmi Springs, FL 33166
OWNER'S REPRESENTATIVE (Architect,
Engineer or other party):
AI,\ DOCUMENT AJ12 PERFORMANCE BO:-<D A:,D PAYMENT BOND DECEMBER 1984 ED.. AIAO
TilE AMERICAN r.-ISTlTUTE OF AROIITECTS. 1735:'1EW YORK AVE., N.W.. WASHINGTON, D.C. 20006
TIIIRD I'IUNTlNG - MARCil 1987
A312-1984 4
1 The Contractor and the Surety, jointly and severally,
5 If a notice required by Paragraph 4 is given by
bind themselves their heirs, executors, administrators,
succeSSOTS and assigns to the Owner to pay for labor,
materials and equipment furnished for use in the per-
formance ofthe Construction Contract, which is incor-
porated herein by reference.
2. With respect to the Owner, this obligation shall be
null and void if the Contractor:
2.1 Promptly makes payment, directly or indirectly,
fOT all sums due Claimants, and
2.2 Defends, indemnifies and holds harmless the
Owner from claims, demands, liens or suits by any
person or entity whose claim, demand, lien or suit is
for the payment for labor, materials or equipment fur-
and tendered defense of such claims, demands, liens
or suits to the Contractor and the Surety, and provided
there is no Owner Default.
3 With respect to Claimants, this obligation shall be null
and void if the Contractor promptly makes payment, dir-
ectly or indirectly, for all sums due.
4 The SUTety shall have no obligation to Claimants un-
der this Bond until:
4.1 Claimants who are employed by or have a direct
contract with the Contractor have given notice to the
Surety (at the address described in Paragraph 12) and
sent a copy, or notice thereof, to the Owner, stating that
a claim is being made under this Bond and, with sub-
stantial accuracy, the amount of the claim.
4.2 Claimants who do not have a direct contract with
the ContTactor:
.1 Have furnished written notice to the Contractor
and sent a copy, or notice thereof, to the Owner,
within 90 days after having last performed labor
or last furnished materials or equipment includ-
ed in the claim stating, with substantial accur-
acy, the amount of the claim and the name of
the party to whom the materials were furnished
OT supplied or for whom the labor was done or
performed; and
.2 Have either received a rejection in whole or in
part from the Contractor, OT not received within
30 days of furnishing the above notice any com-
munication from the Contractor by which the
Contractor has indicated the claim will be paid
directly or indirectly; and
.3 Not having been paid within the above 30 days,
have sent a written notice to the Surety (at the
address described in Paragraph 12) and sent a
copy, or notice thereof, to the Owner, stating that
a claim is being made undeT this Bond and en-
closing a copy of the previous written notice fur-
nishcd to thc Contractor.
the Owner to the Contractor or the the Surety,
that is sufficient compliance.
6 When the Claimant has satisfied the condit-
ions of Paragraph 4, the Surety shall promptly
and at the Surety's expense take the following
actions:
6.1 Send an answer to the Claimant, with a
copy to the Owner, within 45 days after Te-
ceipt of the claim, stating the amounts that
are undisputed and the basis for challenging
any amounts that are disputed.
6.2 Pay c.1t arrange for payment of any undis-
puted amounts.
7. The Surety's total obligation shall not exceed
the amount ofthis Bond, and the amount ofthis
Bond shall be credited for any payments made in
good faith by the Surety.
8. Amounts owed by the Owner to the Contrac-
tor undeT the Construction Contract shall be
used for the peTformance of the Construction
Contract and to satisfy claims, if any, under any
Construction Performance Bond. By the Con-
tractor furnishing and the Owner accepting this
Bond, they agree that all funds earned by the
Contractor in the performance of the Construc-
tion Contract are didicated to satisfy obligations
ofthe Contractor and the SUTety under this Bond,
subject to the Owner's priority to use the funds
for the completion of the work.
9. The Surety shall not be liable to the Owner,
Claimants or others for obligations of the Con-
tractor that are unrelated to the Construction
Contract. The Owner shall not be liable for pay-
ment of any costs or expenses of any Claimant
under this Bond, and shall have under this Bond
no obligations to make payments to, give notices
on behalf of, or otherwise have obligations to
Claimants under this Bond.
10. The Surety hereby waives notice of any change,
including changes of time, to the Construction Con-
tract or to related subcontracts, purchase orders and
other obligations.
11. No suit or action shall be commenced by a
Claimant under this Bond other than in a court of
competent jurisdiction in the location in which the
work or part of the work is located or after the expir-
ation of one year from the date (1) on which the
Claimant gave the notice required by Subparagraph
4.1 or clause 4.2.3, or (2) on which the last labor or
scrvice was performed by anyone or the last labor
matcrials or equipment were furnished by anyone
undcr the Construction Contract, which ever of (I)
AL\ DOC!::\IENT A312
PERFORMANCE BOND AND PAYMENT BOND DECD1BER 1984 ED.,AIAO A312-198-t 5
TIlE AMERICAN INSTITUTE OF ARCIIITECTS, 1735 :-iEWYORK AVE., N.W., WASHINGTON, D.C. 211006
TIIIRD I'RINTI:-iG - :\IARCIl1987
VI \k) .1.-11""'" V........UI..." "'" """'-' t"......................~. ....~ ~ -.....o.-r..
are void or prohibited by law, the minimum period or
limitation available to sureties as a defense in the
jurisdiction of the suit shall be applicable.
12 Notice to the Surety, the Owner or the Contractor shall
be mailed or delivered to the address shown on the sig-
nature page. Actual receipt of notice by Surety, the Owner
or the Contractor, however accomplished, shall be suf-
ficient compliance as of the date received at the address
shown on the signature page.
13 When this Bond has been furnished to comply with a
statutoI)' or other legal requirement in the location where
the construction was to be performed, any provision in
this Bond conflicting with said statutoI)' or legal require-
ment shall be deemed deleted herefrom and provisions
conforming to such statutoI)' or other legal requirement
shall be deemed incorporated herein. The intent is that
this Bond shall be construed as a statutoI)' bond and not
as a common law bond.
14 Upon request by any person or entity appearing to be
a potential beneficiary of this Bond, the ContractoT shall
promptly furnish a copy of this Bond or shall permit a copy
to be made.
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
15.1 Claimant: An individual or entity having a direct
contract with the Contractor or with a subcontractor
of the Contractor to furnish labor, materials or
ment for use in the performance ofthe Contract.
intent of the Bond shall be to include without limita-
tion in the terms "labor, materials or equipment" that
part of water, gas, power, light, heat, oil, gasoline,
telephone service or rental equipment used in the
Construction Contract, architectural and engineering
services required for performance of the work of the
Contractor and the Contractor's subcontractors, and
all other items for which a mechanic's lien may be
asserted in the jurisdiction where the labor, mater-
ials or equipment were furnished.
15.2 Construction Contract: The agreement between
the Owner and the Contractor identified on the sig-
nature pag#:, including all Contract Documents and
changes thfreto.
15.3 Owner Default: FailuTe of the OwneT, which has
neither been remedied nor waived, to pay the Cont-
ractor as required by the Construction Contract or to
peTform and complete or comply with the otheT
terms thereof.
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL
Company: (Corporate Seal)
VILA AND SON LANDSCAPING CORP.
GENERAL ACCIDENT INS. CO.
SURETY
Company: (Corporate Seal)
Signature:
Name and Title:
Address: 20451 SW 216 STREET
MIAMI, FL 33170
Signature:
Name and Title: THOMAS L WEBB, Attorney-in-Fact
Address: 436 WALNUT STREET
PHILADELPHIA, PA 19106
AlA
A312-1984 6
DOCUMENT AJI2 PER~'ORMANCE nOND AND PAYMENT nOND DEcD18ER 1984 ED. A1AO
THE AMERICAN INSTITUTE OF ARCIllTECTS, 17J5 NEW YORK AVE., :O;.W., WASHINGTON, D.C. 20006
TIllRD PRINTING - MARCH 1987
~
Power ot
. .. .
Attorney"
GA0212665
. :......::......
.... ,,' "....-...
..," .....::....
...:' :....:",.. .
... .., . ..... ,..
GeneralAccidellt
. ... ., ,.
. ... .... . d...
436 Wal~utStreet, Phill!d~lphia, PA 19106
KNOW ALL MEN BY THESE PRESENTS, that the GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA, a Pennsylvania corporation having its
principal office in Philadelphia, Pennsylvania does hereby make, constitute and appoint: Arturo F. Hoyo, Thomas L. Webb, Ralph M. Callander, all of the City
of Miami Springs, State ofFlorida~~-------~~----~------~-~-~-~-~---~~~+~~---~-~~--~~~~:~ ~-~~~~C~~-~
each individually if there be more than one named, its true and lawful Attorney-in-Fact, to make,ei(ec(Jle, sElal and deliver as sUtetyforandol.1itsbehalf,and
as its act and deed any and all bonds and undertakings of suretyship, and to bind the GENERAL ~CCIDENT INSURANCE CqMPANYOFAMERICA hereby
as fully and to the same extent as if such bonds and undertakings and other writings obligatory inthe nature thereof were signed byah Executive Officer of the
GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA and sealed and attested by one6theLof such officers, and hereb{ratifies arid confirms .all
that its said Attorney(s)-in-Fact may do in pursuance hereof; provided that nO bond or undertaking of suretyship ex~cuted under\.his authority s.hal.lexGeed in
the amount the sum of: FIFTEEN MILLION DOLLARS-----------------~~- --;,.;,,----------";;,;,,-~------""--------....,.""""-""--"""--------------
___~_______________________________~_____________________________~~__~____________~_~_________________________ (15,000,000.00)
This power of attorney is grantecjunder ancjbYiauthority Of Subsection 5.1 (b) of Article V of the by-laws of GENERAL ACCIDENT INSURANCE COMPANY
OF AMER1CA;iJhichbecamed!3ffedive February 2.0, 1992 and Which provisions are in full force jlnd effect, reading as follows:
This power of attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the board of directors of GENERAL
ACCIDENT INSURANCE COMPANY OF AMERICA, at a meeting held on the 20th day of February, 1992, at which a quorum was present, and said resolution
has not been amended or repealed:
"Resolved. that in granting powers of attorney pursuant to subsection 5.1 (b) of the by-laws of the Company the signature of such directors and officers and the seal of the
Company may be affixed to any such power of attomey or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such faCSimile
signatures or facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached'"
IN WITNESS WHEREOF, GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA has caused these presents to be signed by Dennis S. Perler, its
Vice President, and its corporate seal to be hereto affixed, this 12th day of April
~::~OOW"lthof P,"MY'''';' GENERAL ACCIDEN&:::NY OF A't7Ao II- 1
Philadelphia County Dennis S. perl~
On this 12th day of April ,19.j!L, personally appeared Dennis S. Perler to me known to be the Vice President of
GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA, and acknowledged that he executed and attested the foregoing instrument and affixed the
seal of said corporation thereto and that the seal affixed to said instrument is the corporate seal of said Company, that said corporate seal and his signature
were duly affixed pursuant to the by-laws and e resolution of the board of directors of said Company.
,.,....."
""'Q~ MIL "'"
/' ~toNw/f"Y"''''
:- .. .;:-.... '"'1(....
: "0 .,A\ :.
: :U OF ~: :
.. * I .:*_
~ : ~ : :
~....~ ~-.:...:
.... ~"~;y\.."...,~ l
'., O~.........'o.v .' . ..... .....
"".~RY p\l~,." ..... ...H.d ..
I, James E: Carr'c5n: Assistant SecretaryoHhe GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA, do hereby certify that the above and foregoing
is a true and correct copyofa power of attorney executed by GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA, which is still in full force and
effect, and that Article V,Subsection 5.1 (b) of the by-laws of thec;ompany and the resolution set forth above are still in full force and effect.
~..~
Notary Public i~and for the Commonwealthof Pennsylvania
IN WITNESS WHEREOF;J have hereuntoiset my hand and affixed the seal of said Company this
October , 1999.
5th
day of
~e2
-
This Pc.Wcl of Attorney may f10t be used to execute any bond with an inception date after
April 12, 2003
SB-OG;J7 39:::
This document is printed on a red background
"r verifiGit,on of the authLnticity oi this Power at Attorney you may call. 1-300-288-2360 and a;k tor the Power at Attornev super..,,()r. P!ea5e reier to the Power oi
\ttorney nurC\ber. the dbove named individual(s) and details at the bond to which the power IS attached. In Pennsylvania. Dial 21'i-625-3081.
S13-0027 392
ACORD.. (3EIR41t=1(3,t.X""EOt=l...1J.X8Itl4"'t'ltN~l.J~AtNc;E~~M51 DATE (MM/DDIYY)
10/05/99
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Coastal Insurance Group, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
150 Westward Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Miami Springs FL 33166-1660 COMPANIES AFFORDING COVERAGE
UNIFIRST COMPANY
A Maryland Casualty Co.
Phone No. 305-887-5999 Fax No.
INSURED COMPANY
B TIG INSURANCE COMPANY
COMPANY
Vila And Son Landscaping Corp C ZENITH INSURANCE COMPANY
20451 S.W. 216th street COMPANY
Miami FL 33170 D
...... < ...... >
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR DATE (MM/DDIYY) DATE (MM/DDIYY)
GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000
e~
A f~ COMMERCIAL GENERAL LIABILITY CON32747504 03/09/99 03/09/00 PRODUCTS - COMP/OP AGG $ 2,000,000
--
_J CLAIMS MADE ~ OCCUR AGGREGATE LIMIT -PER PERSONAL & ADV INJURY $ 1,000,000
-----
OWNER'S & CONTRACTOR'S PROT PROJECT BASIS. EACH OCCURRENCE $ 1,000,000
~
~ BROAD FORM (X) XCU FIRE DAMAGE (Anyone fire) $ 50,000
CONTRACTUAL MED EXP (Anyone person) $ 5,000
AUTOMOBILE liABiliTY 1,000,000
- COMBINED SINGLE liMIT $
A ~ ANY AUTO CON28991145 03/09/99 03/09/00
~ ALL OWNED AUTOS BODILY INJURY
$
SCHEDULED AUTOS (Per person)
-
~ HIRED AUTOS BODILY INJURY
$
~ NON-OWNED AUTOS (Per accident)
~ COMP 500.00 DED
PROPERTY DAMAGE $
X COLL 500.00 DED
GARAGE liABiliTY AUTO ONLY - EA ACCIDENT $
f----- ..' <
ANY AUTO OTHER THAN AUTO ONLY: ..... ........,
e--
EACH ACCIDENT $
f-----
AGGREGATE $
EXCESS liABILITY EACH OCCURRENCE $ 10,000,000
B M UMBRELLA FORM XLL38017572 03/09/99 03/09/00 AGGREGATE $ 10,000,000
OTHER THAN UMBRELLA FORM $
WORKERS COMPENSATION AND X I 'fo'k~l~~Ws I IOTH- ......~> ........
ER .........
EMPLOYERS' liABiliTY 500,000
EL EACH ACCIDENT $
C THE PROPRIETOR/ MINCL 62026-WC 04/01/99 04/01/00 EL DISEASE - POliCY liMIT $ 500,000
PARTNERS/EXECUTIVE
OFFICERS ARE EXCL EL DISEASE - EA EMPLOYEE $ 500,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS
The Cit~ of Miami Beach is listed as additional insured in respects to the
Liabili 1.
BID NO: 02-98/99 Date 9/11/99
CERTIF1CATE.'HOLDER ........ ..... A T'i'"'I '" <
0000000 SHOULD ANY OF THE ABOVE DESCRIBED POliCIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
City of Miami Beach BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBliGATION OR liABiliTY
1700 Convention Center Drive
Miami Beach, FL 33139 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES
AUTHORIZED REPRESENTATIVE
ACORD.25-S..(1195) ........... > ". ACORD CORPORATION 1988
$V-