ITB for Normandy Shores Golf Course Improvements 21-06/07
fi ~A, 3/1/0 'J
INVITATION TO BID
FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS
ITB # 21-06/07
(~ITY CLERf.(
BID OPENING: January 30, 2007 at 3:00 PM
Gus lopez, CPPO, Procurement Director
PROCUREMENT DIVISION
1700 Convention Center Drive, Miami Beach, Fl 33139
www.miamibeachfl.gov
F: \PURC\$ALL \Roman \bids \07\ITB-21-06-07\FinaIITB-21-06-07 .doc
e MIAMIBEACH
f\ J Ii - 5/;'1/0'1
00600. CONTRACT:
CONTRACT
THIS IS A CONTRACT, by and between the City of Miami Beach, a political
subdivision of the State of Florida, hereinafter referred to as CITY, and QGS
DEVELOPMENT, INC., hereinafter referred to as CONTRACTOR.
WIT N E SSE T H, that CONTRACTOR and CITY, for the considerations
hereinafter named, agree as follows:
ARTICLE 1
SCOPE OF WORK
CONTRACTOR hereby agrees to furnish all of the labor, materials, equipment
services and incidentals necessary to perform all of the work described in the Contract
Documents and related thereto for the Project.
ARTICLE 2
CONTRACT TIME
2.1 CONTRACTOR shall be instructed to commence the Work by written instructions
in the form of a Standing Order issued by the City's Procurement Director and a
Notice to Proceed issued by the Contract Administrator. Two (2) Notices to
Proceed will be issued for this Contract. CONTRACTOR 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 CONTRACTOR's submission to CITY of all required
documents(including but limited to: Payment and Performance Bonds, and
Insurance Certificate) and after execution of the Contract by both parties.
2.1.1. The receipt of all necessary permits by CONTRACTOR 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 a second Notice to Proceed to mobilize on
the Project site and commence with physical construction of the work.
The CONTRACTOR shall submit all necessary documents required by
this provision within twenty-one (21) calendar days of the issuance of
the first Notice to Proceed.
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 81
2.2 Time is of the essence throughout this Contract. This project shall be
substantially completed within three-hundred-six (306) calendar days from the
issuance of the second Notice to Proceed, and completed and ready for final
payment in accordance with Article 5 within thirty (30) calendar days from the
date certified by CONSULTANT as the date of Substantial Completion.
2.3 Upon failure of CONTRACTOR to substantially complete the Contract within the
specified period of time, plus approved time extensions, CONTRACTOR shall
pay to CITY the sum of One-Thousand Dollars ($1000.00) for each calendar
day after the time specified in Section 2.2 above, plus any approved time
extensions, for Substantial Completion. After Substantial Completion should
CONTRACTOR fail to complete the remaining work within the time specified in
Section 2.2 above, plus approved time extensions thereof, for completion and
readiness for final payment, CONTRACTOR shall pay to CITY the sum of One-
Thousand Dollars ($1000.00) for each calendar day after the time specified in
Section 2.2 above, plus any approved extensions, for completion and readiness
for final payment. 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 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 CONTRACTOR to
complete the Contract on time.
The above-stated liquidated damages shall apply separately to each portion of
the Project for which a time for completion is given.
2.4 CITY is authorized to deduct liquidated damages from monies due to
CONTRACTOR for the Work under this Contract or as much thereof as CITY
may, in its sole discretion, deem just and reasonable.
2.5 CONTRACTOR shall be responsible for reimbursing CITY, in addition to
liquidated damages, for all costs incurred by CONSULTANT in administering the
construction of the Project beyond the completion date specified above, plus
approved time extensions. CONSULTANT construction administration costs
shall be pursuant to the contract between CITY and CONSULTANT, a copy of
which is available upon request of the Contract Administrator. All such costs
shall be deducted from the monies due CONTRACTOR for performance of Work
under this Contract by means of unilateral credit change orders issued by CITY
as costs are incurred by CONSULTANT and agreed to by CITY.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
82
ARTICLE 3
THE CONTRACT SUM
[] This is a Unit Price Contract:*
3.1 CITY shall pay to CONTRACTOR the amounts determined for the total number
of each of the units of work completed at the unit price stated in the schedule of
prices bid. The number of units contained in this schedule is an estimate only,
and final payment shall be made for the actual number of units incorporated in or
made necessary by the Work covered by the Contract Documents.
3.2 Payment shall be made at the unit prices applicable to each integral part of the
Work. 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 Contract Documents. The cost
of any item of work not covered by a definite Contract unit price shall be included
in the Contract unit price or lump sum price to which the item is most applicable.
[ X] This is a Lump Sum Contract:*
3.1 CITY shall pay to CONTRACTOR for the performance of the Work described in
the Contract Documents, the total price stated as awarded.
3.2 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.
*Note: Some Projects include both unit prices and lump sums in which case both
sections shall apply to the Work identified for each type of Contract.
ARTICLE 4
PROGRESS PAYMENTS
4.1 CONTRACTOR may make Application for Payment for work completed during
the Project at intervals of not more than once a month. CONTRACTOR's
application 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 CONSULTANT. CONTRACTOR shall include,
but same shall be limited to, at Consultant's discretion, with each Application for
Payment, an updated progress schedule acceptable to CONSULTANT as
BID NO. 21106/07
DATE: 12/28/06
CITY OF MIAMI BEACH
83
required by the Contract Documents and a release of liens and consent of surety
relative to the work which is the subject of the Application. Each Application for
Payment shall be submitted in triplicate to CONSULTANT for approval. CITY
shall make payment to CONTRACTOR within thirty (30) days after approval by
CONSULTANT of CONTRACTOR's Application for Payment and submission of
an acceptable updated progress schedule.
4.2 Ten percent (10%) of all monies earned by CONTRACTOR shall be retained by
CITY until Final Completion and acceptance by CITY in accordance with Article 5
hereof, except that after ninety percent (90%) of the Work has been completed,
the Contract Administrator may reduce the retainage to five percent (5%) of all
monies previously earned and all monies earned thereafter. Any reduction in
retainage shall be in the sole discretion of the Contract Administrator, shall be
recommended by CONSULTANT and CONTRACTOR shall have no entitlement
to a reduction. Any interest earned on retainage shall accrue to the benefit of
CITY. All requests for retainage reduction shall be in writing in a separate stand
alone document.
4.3 CITY may withhold, in whole or in part, payment to such extent as may be
necessary to protect itself from loss on account of:
4.3.1 Defective work not remedied.
4.3.2 Claims filed or reasonable evidence indicating probable filing of claims
by other parties against CONTRACTOR or CITY because of
CONTRACTOR's performance.
4.3.3 Failure of CONTRACTOR to make payments properly to Subcontractors
or for material or labor.
4.3.4 Damage to another contractor not remedied.
4.3.5 Liquidated damages and costs incurred by CONSULTANT for extended
construction administration.
4.3.6 Failure of CONTRACTOR to provide any and all documents required by
the Contract Documents.
When the above grounds are removed or resolved satisfactory to the Contract
Administrator, payment shall be made in whole or in part.
BID NO. 21106/07
DATE: 12/28/06
CITY OF MIAMI BEACH
84
ARTICLE 5
ACCEPTANCE AND FINAL PAYMENT
5.1 Upon receipt of written notice from CONTRACTOR that the Work is ready for
final inspection and acceptance, CONSULTANT shall, within ten (10) calendar
days, make an inspection thereof. If CONSULTANT and Contract Administrator
find the Work acceptable, the requisite documents have been submitted and the
requirements of the Contract Documents fully satisfied, and all conditions of the
permits and regulatory agencies have been met, a Final Certificate of Payment
(Form 00926) shall be issued by CONSULTANT, over its signature, stating that
the requirements of the Contract Documents have been performed and the Work
is ready for acceptance under the terms and conditions thereof.
5.2 Before issuance of the Final Certificate for Payment, CONTRACTOR shall
deliver to CONSULTANT a complete release of all liens arising out of this
Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and
subcontractors have been paid in full and that all other indebtedness connected
with the Work has been paid, and a consent of the surety to final payment; the
final corrected as-built drawings; and the final bill of materials, if required, and
invoice.
5.3 If, after the Work has been substantially completed, full completion thereof is
materially delayed through no fault of CONTRACTOR, and CONSULTANT so
certifies, CITY shall, upon certificate of CONSULTANT, and without terminating
the Contract, make payment of the balance due for that portion of the Work fully
completed and accepted. Such payment shall be made under the terms and
conditions governing final payment, except that it shall not constitute a waiver of
claims.
5.4 Final payment shall be made only after the City Manager or his designee has
reviewed a written evaluation of the performance of CONTRACTOR prepared by
the Contract Administrator, and approved the final payment. The acceptance of
final payment shall constitute a waiver of all claims by CONTRACTOR, except
those previously made in strict accordance with the provisions of the General
Conditions and identified by CONTRACTOR as unsettled at the time of the
application for final payment.
ARTICLE 6
MISCELLANEOUS
6.1 This Contract is part of, and incorporated in, the Contract Documents as defined
herein. Accordingly, all of the documents incorporated by the Contract
Documents shall govern this Project.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
85
6.2 Where there is a conflict between any provIsion set forth within the Contract
Documents and a more stringent state or federal provision which is applicable to
this Project, the more stringent state or federal provision shall prevail.
6.3 Public Entitv Crimes
In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a
person or affiliate who is a contractor, consultant or other provider, who has been
placed on the convicted vendor list following a conviction for a public entity crime
may not 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 by Contractor shall result in cancellation of the CITY purchase and
may result in Contractor debarment.
6.4 Independent Contractor
CONTRACTOR is an independent contractor under this Contract. Services
provided by CONTRACTOR pursuant to this Contract shall be subject to the
supervision of CONTRACTOR. In providing such services, neither
CONTRACTOR nor its agents shall act as officers, employees, or agents of the
CITY. This Contract shall not constitute or make the parties a partnership or joint
venture.
6.5 Third Party Beneficiaries
Neither CONTRACTOR nor CITY intend to directly or substantially benefit a third
party by this Contract. Therefore, the parties agree that there are no third party
beneficiaries to this Contract and that no third party shall be entitled to assert a
claim against either of them based upon this Contract. The parties expressly
acknowledge that it is not their intent to create any rights or obligations in any
third person or entity under this Contract.
6.6 Notices
Whenever either party desires to give notice to the other, such notice must be in
writing, sent by certified United States Mail, postage prepaid, return receipt
requested, or by hand-delivery with a request for a written receipt of
acknowledgment of delivery, addressed to the party for whom it is intended at the
place last specified.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
86
The place for giving notice shall remain the same as set forth herein until
changed in writing in the manner provided in this section. For the present, the
parties designate the following:
For CITY:
Procurement Division
1700 Convention Center Drive
Miami Beach, Florida 33139
Attn: Gus Lopez, Procurement Director
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
QGS Development. Inc.
17502 County Road 672
P.O. Box Drawer 108
Lithia, FL 33547
Attn: Jim Armstrona, Assistant Vice President
6.7 AssiQnment and Performance
Neither this Contract nor any interest herein shall be assigned, transferred, or
encumbered by either party. In addition, CONTRACTOR shall not subcontract
any portion of the work required by this Contract except as authorized by Section
27 of the General Conditions. CONTRACTOR represents that all persons
delivering the services required by this Contract have the knowledge and skills,
either by training, experience, education, or a combination thereof, to adequately
and competently perform the duties, obligations, and services set forth in the
Scope of Work and to provide and perform such services to CITY's satisfaction
for the agreed compensation.
CONTRACTOR shall perform its duties, obligations, and services under this
Contract in a skillful and respectable manner. The quality of CONTRACTOR's
performance and all interim and final product(s) provided to or on behalf of CITY
shall be comparable to the best local and national standards.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
87
6.8 Materialitv and Waiver of Breach
CITY and CONTRACTOR agree that each requirement, duty, and obligation set
forth in these Contract Documents is substantial and important to the formation of
this Contract and, therefore, is a material term hereof.
CITY's failure to enforce any provision of this Contract shall not be deemed a
waiver of such provision or modification of this Contract. A waiver of any breach
of a provision of this Contract shall not be deemed a waiver of any subsequent
breach and shall not be construed to be a modification of the terms of this
Contract.
6.9 Severance
In the event a portion of this Contract is found by a court of competent jurisdiction
to be invalid, the remaining provisions shall continue to be effective unless CITY
or CONTRACTOR elects to terminate this Contract. An election to terminate this
Contract based upon this provision shall be made within seven (7) days after the
finding by the court becomes final.
6.10 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
lie in Miami-Dade County, Florida. By entering into this Contract,
CONTRACTOR and CITY hereby 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. CONTRACTOR, shall specifically bind all subcontractors to the
provisions of this Contract.
6.11 Amendments
No modification, amendment, or alteration in the terms or conditions contained
herein shall be effective unless contained in a written document prepared with
the same or similar formality as this Contract and executed by the Board and
CONTRACTOR.
6.12 Prior Aqreements
This document incorporates and includes all prior negotiations, correspondence,
conversations, agreements, and 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 Contract that
are not contained in this document. Accordingly, the parties agree that no
deviation from the terms hereof shall be predicated upon any prior
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
88
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 set forth in writing in accordance with Section
6.11 above.
City Clerk Robert Parcher
their hands and seals the day and
IN WITNESS WHEREOF, the partie
year first above written.
CONTRACTOR MUST EXECUTE HIS CONTRACT AS INDICATED BELOW. USE
CORPORATION OR NONCORPORA TION FORMAT, AS APPLICABLE.
[If incorporated sign below.]
CONTRACTOR
ATTEST:
(Y~~
(Secretary)
By:
GIGS \)e:.VE'LCPf'-.IIeNT i I NC- .
(Name of Corporation)
? 4U~'d#i-iJ--
(Signature)
(Corporate Seal)
P. ~ChlARD e;AR.Nt5. Pt=l.I:.~1 Dc.t-J\
,
(Print Name and Title)
"l<a-n-ldayof APK\L.. ,20 0'1 .
[If not incorporated sign below.]
CONTRACTOR
WITNESSES:
(Name of Firm)
By:
(Signature)
(Print Name and Title)
____day of AP~ROV~~TO
CITY REQUIRES FOUR (4) FULLY-EXECUTED CONTRACTS FOR AGNE
'&F 10
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
89
r 5'jJj,1
j'oate
ACORDN CERTIFICATE OF LIABILITY INSURANCE QGfSR SF I DATE (MMlDDIYYYY)
SDE-l 04/20/07
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Wallace Welch , Willingham Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
300 First Avenue South, 5th Fl HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 33020 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
St. Petersburg FL 33733
Phone: 727-522-7777 Fax:727-:fi2J:.-~~~ ' INSURERS AFFORDllfG COVERAGE NAIC f.
INSURED INSURER A Amerisure Mutual Insurance 19488
INSURER B: Trav.lera Xnaurance Company 19070
i.G.S. Develogment, Inc. INSURER c:
.0. Drawer 1 8 INSURER D:
Lithia FL 33547
INSURER E
COVERAGES
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR NSRI TYPE OF INSURANCE POUCY NUMBER ~~~jMMlDOtrii DATE IMM/DDIYY UMITS
GENERAL LlABlUTY EACH OCCURRENCE $1,000,000
i--
A X X COMMERCIAL GENERAL LIABILITY GL2015404 10/31/06 10/31/07 ~REM:S~S (Eo occurence) $ 50,000
- CJ CLAIMS MADE ~ OCCUR
- MED EXP (Anyone person) $ 5,000
~ PERSONAL & ADV INJURY $1,000,000
GENERAL AGGREGATE $ 2 , 000 ,000
-
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000
I POLICY !xl fffi n LOC Emp Ben. 1. 000 . 000
AUTOMOBILE LlABIUTY COMBINED SINGLE LIMIT
- $ 1,000,000
A ~ ANY AUTO CAl300341 10/31/06 10/31/07 (Eo accident)
ALL OWNED AUTOS ~ BODILY INJURY
- ~ $
SCHEDULED AUTOS (Per person)
-
~ HIRED AUTOS BODILY INJURY
$
~ NON-OWNED AUTOS f?l (Per accidant)
PROPERTY DAMAGE $
(Per accldant)
GARAGE LlABIUTY AUTO ONLY - EA ACCIDENT $
R ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESSJUMBRELLA LIABILITY EACH OCCURRENCE $ 4,000,000
A ~ OCCUR o CLAIMS MADE CU1327823 10/31/06 10/31/07 AGGREGATE $ 4,000,000
$
R DEDUCTIBLE $
RETENTION $ $
, WORKERSCOMPENSAnoNAND X I TORY L1Mm;! _ut
EMPLOYERS' LIABlUTY 10/31/06 10/31/07 -~
A ANY PROPRIETOR/PARTNER/EXECUTIVE WC1324363 E.L. EACH ACCIDENT $100,000
OFFICERIMEMBER EXCLUDED? INCL EXEC OFFICERS EL. DISEASE - EA EMPLOYEE $ 100,000
If yes. describe under $ 500,000
SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT
OTHER
B Inland Marine QT660294X2283 10/31/06 10/31/07 Scheduled $7,067,979
Oed $ 1.000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
RE: Normandy Shores Golf Course Improvements, Bid *ITB)21-06/07
Certificate holder is included as ~tional Insured as respects General
Liability. *10 day notice for non-payment
CERTIFICATE HOLDER
CANCELLATION
CITYMBC
SHOULD ANY OF lliE ABOVE DESCRIBED POLICIES BE CANCEUED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN
NOTICE TO ntE CERTIFICATE HOLDER NAMED TO lliE LEFT, BUT FAILURE TO DO so SHALL
IMPOSE NO OBUOA noN OR LlABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
gw
@ACORDCORPORATION 1988
Ci t:y of Miami Beaoh
1700 Convention Center Drive
Miami Beach FL 33139
ACORD 25 (2001/08)
GUIGNARD COMPANY
SURETY BONDS
April 24, 2007
The City of Miami Beach, Florida
1700 Convention Center Drive
Miami Beach, FL 33 139
Re: Authority to Date Bonds and Powers of Attorney
Principal: Q. G.S. Development, Inc.
Bond No.: 337-33-69
Project: Bid/Contract No.: 21-06/07; Normandy Shores Golf
Course Improvements, 2401 Biarritz Drive, Miami
Beach, FL 33141
Dear Sir or Madam:
Please be advised that as Surety on the above referenced bond, executed on
your behalf for this project, we hereby authorize you to date the bonds and
the powers of attorney concurrent with the date of the contract agreement.
Once dated, please send a copy of the dated bonds to our office.
Best Jegard.s,
eat American Insura,nc~ Company
L. Live:\.
Attorney In Fact and Florida Licensed Resident Agent
1904 BOOTHE CIRCLE · LONGWOOD, FL 32750
PH (407) 834-0022 / (888) 220-3780 · FAX (407) 260-1767 / (888) 220-3228 · www.guignardcompany.com
Public Work
F.S. Chapter 255.05 (l)(a)
Cover Page
BOND NO.:
337-33-69
Q.G.S. Development, Inc.
CONTRACTOR NAME:
CONTRACTOR ADDRESS:
17502 County Road 672
Lithia, FL 33547
CONTRACTOR PHONE NO.:
(813) 634-3326
Great American Insurance Company
SURETY COMPANY:
580 Walnut Street
Cincinnati, OH 45202
SURETY COMPANY PHONE NO.:
(513) 369-5000
OWNER NAME:
The City of Miami Beach, Florida
OWNER ADDRESS:
1700 Convention Center Drive
OWNER PHONE NO.:
Miami Beach, FL 33139
(305) 673-7490
OBLIGEE NAME: (If contracting
entity is different from the owner,
the contracting public entity)
OBLIGEE ADDRESS:
OBLIGEE PHONE NO.:
BOND AMOUNT:
$ $6,586,417.50/$6,586,417.50
Bid/Contract No.: 21-06/07
CONTRACT NO.: (If applicable)
DESCRIPTION OF WORK:
Normandy Shores Golf Course Improvements
PROJECT LOCATION:
2401 Biarritz Drive, Miami Beach, FL 33141
LEGAL DESCRIPTION:
(If applicable)
FRONT PAGE
All other bond page( s) are deemed subsequent to this page regardless of any page number( s) that may be printed thereon.
Public Work F.S. Chapter 255.05 (1) (a) Cover Page Forms and Becomes a
Part of This Bond. Bond No. 337-33-69 Executed in 5 Counterparts
00710_ FORM OF PERFORMANCE BOND
BY THIS BOND. We Q.G.S. Development, Inc.
, as
Principal, hereinafter called CONTRACTOR, and
Great American Insurance Company, as Surety, are bound to the City of Miami
Beach, Florida, as Obligee, hereinafter called CITY; in the amount of
Six Million Five Hundred Eighty Six Thousand Four Hundred
Seventeen & 50/100ths Dollars ($6,586,417. 5~ for the payment whereof
CONTRACTOR and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally.
WHEREAS, CONTRACTOR has by written agreement entered into a Contract,
Bid/Contract No.: 21-06/07 awarded the day of
.20_, with CITY which Contract Documents 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 CONTRACTOR:
1. Performs the Contract between CONTRACTOR and CITY for construction of
Normandy Shores Golf Course Improvements , 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 aU losses. liquidated damages. expenses, costs and attorney's fees
including appellate proceedings, that CITY su.stains as a result of default by
CONTRACTOR under the Contract; and
BID NO. 21106/07
DATE: J2/28106
CITY OF MIAMI BEACH
91
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 CONTRACTOR 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 Documents; or
3.2. Obtain a bid or bids for completing the Project in accordance with the
terms and conditions of the Contract Documents, 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
CONTRACTOR under the Contract and any amendments thereto, less
the amount properly paid by CITY to CONTRACTOR.
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 Documents 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 \ 0 TH' day of tv\A Y
, 20 0-, .
BID NO. Z lf06/07
DATE: 12/28/06
CITY OF MlAMl 8EACU
?2
FORM OF PERFORMANCE BOND
~(Jrl~
Secretary
(CORPORATE SEAL)
IN THE PRESENCE OF:
BID NO. 2J106107
DATE: 12/28/06
(Continued)
By:
Q.G.S. Development, Inc.
(Name of Corporation)
'7L 1f~(~
(~S. nature~ I" D <'
.-Y\""~ i, 1.:)1'\ rr-e-->
,issl H'~ Prc-s'"deiA+
(Print Name and Title)
By:
Florida Licensed Resident
(City/State/Zip Code)
Telephone No.: (513) 369-5000
Inquiries: (407) 834-0022
CITY OF MIAMI BEACH
93
Public Work
F.S. Chapter 255.05 (1)(a)
Cover Page
BOND NO.:
337-33-69
CONTRACTOR NAME:
Q.G.S. Development, Inc.
CONTRACTOR ADDRESS:
17502 County Road 672
Lithia, FL 33547
SURETY COMPANY:
(813) 634-3326
Great American Insurance Company
CONTRACTOR PHONE NO.:
580 Walnut Street
Cincinnati, OR 45202
SURETY COMPANY PHONE NO.:
(513) 369-5000
The City of Miami Beach, Florida
OWNER NAME:
OWNER ADDRESS:
1700 Convention Center Drive
OWNER PHONE NO.:
Miami Beach, FL 33139
(305) 673-7490
OBLIGEE NAME: (If contracting
entity is different from the owner,
the contracting public entity)
OBLIGEE ADDRESS:
OBLIGEE PHONE NO.:
BOND AMOUNT:
$ $6,586,417.50/$6,586,417.50
Bid/Contract No.: 21-06/07
CONTRACT NO.: (If applicable)
DESCRIPTION OF WORK:
Normandy Shores Golf Course Improvements
PROJECT LOCATION:
2401 Biarritz Drive, Miami Beach, FL 33141
LEGAL DESCRIPTION:
(If applicable)
FRONT PAGE
All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be printed thereon.
Public Work F.S. Chapter 255.05 (1) (a) Cover Page Forms and Becomes a Part
of This Bond. Bond No. 337-33-69 Executed in 5 Counterparts
00720. FORM OF PAYMENT BOND
BY THIS BOND. We Q. G. S. Development, Inc.
, as
Principal,
hereinafter
called
CONTRACTOR,
and
Great American Insurance Company, as Surety, are bound to the City of Miami
Beach, Florida, as Obligee, hereinafter called CITY, in the amount of
Six Million Five Hundred Eighty Six Thousand Four Hundred
Seventeen & 50/100ths Dollars ($ 6,586,417.50) for the payment
whereof CONTRACTOR and Surety bind themselves. their heirs, executors,
administrators, successors and assigns. jointly and severally.
WHEREAS, CONTRACTOR has by wril1en agreement entered into a Contract,
Bid/Contract No.: 21-06/07 awarded the day of
, 20_, with CITY which Contract Documents 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 CONTRACTOR:
L Pays CITY all losses, liquidated damages, expenses, costs and attorney's fees
including appellate proceedings, that CITY sustains because of default by
CONTRACTOR 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
CONTRACTOR 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 CONTRACTOR
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
CONTRACTOR a notice that he intends to look to the bond for
protection.
BlD NO. 21/06/07 CITY OF MIAMI BEACH
OA TE: 12128/06 94
FORM OF PAYMENT BOND
(Continued)
2.2. . A claimant who is not in privity with CONTRACTOR 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 CONTRACTOR 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
CONTRACTOR 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 Documents 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 \ 011-\ day of MAY , 20 0, .
CONTRACTOR
ATTEST:
()Jj ~
(Secretary)
By:
Q.G.S. Development, Inc.
(Name of Corporation)
7Z- /* g,~
(~~~~%- t--\ \ e~~~
4s.:s;;h V; ~~ tJrt,<;', de v1- L
(Print Name and Title)
iO&day of M~'I .20 e>\ .
,
(Corporate Seal)
BIO l'lO. 21/06/07
DATE: 12/28/06
CITY OF MlAMJ BEACH
9S
IN THE PRESENCE OF:
Bm NO. 21106107
DATE: 12128/06
By:
Florida Licensed Resident
Address: 580 walnut Street
(Street)
Cincinnati, OH 45202
(CityfStatelZip Code)
Telephone No.:
(513) 369-5000
Inquiries: (407) 834-0022
CITY OF MIAMI BEACH
96
~ond No. 337-33-69
Executed in 5 Counterparts
00721. CERTIFICATE AS TO CORPORATE PRINCIPAL
I, OOfla.I.d ThoMCA...5 , 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
1i-\-<>."v...o.~ ~. P.:.Arv-s3"S , who signed the Bond(s) on behalf of the Principal, was
then A<"Sr, Vl'-C f(l-.i3,:>. 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.
. (jjJj ~ (SEAL)
Secretary (on behalf of)
QG-S DeJel~~f'A-U\+5ix:.
Corporation
STATE OF FLORIDA )
) SS
COUNTY OF MIAMI-DADE )
t+~\..-v'::> oo~uv'\-\ (.D..)~.-.{
Before me, a Notary Public duly commissioned, qualified and acting personally,
appea red D o~..s b. L..-{) ''l'l<<> ~ ~ 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 CONTRACTOR named therein in favor of CITY.
Subscribed and
tM;
My commission expires:
Sworn
,200/-.
to
before
me
this
IV
day
of
Notary Public, State of
# l'I~<t,
~~'"
of..... ~
-'Of \1.'11
(407) 39&-0153
GREG FOWLER
MY COMM!SSION # D0517304
EXPiRES: Feb. 13,2010
Florida Notary Service. com
BID NO. 21106'07
DATE: 12/28/06
CITY OF MIAMI BEACH
97
,.-
GREAT AMERICAN INSURANCE COMPANY@
Administrative Office: 580 WALNUT STREET . CINCINNATI, OHIO 45202 . 513-369-5000 . FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than EIGHT
No.O 18318
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing
under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-
in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or
other written obligations in the nature thereof; provided that the liability of the said Company on any such bond. undertaking or contract of suretyship executed
under this authority shall not exceed the limit stated below.
J.w. GUIGNARD
BRYCE R. GUIGNARD
PAUL J. CIAMBRIELLO
Name
APRIL L. LIVELY
BRETT RAGLAND
MARGIE MORRIS
Address
ALL OF
LONGWOOD, FLORIDA
Limit of Power
ALL
$75,000,000.
M. GARY FRANCIS JENNIFER L. MCCARTA
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate
officers and its corporate seal hereunto affixed this 9TH day of jUNE , 2005
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO. COUNTY OF HAMILTON _ ss: DAVID C. KITCHIN (513-412-4602)
On this 9TH day of JUNE, 2005 ,before me personally appeared DAVID C. KITCHIN, to me known, being
duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American
Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to
the said instrument is such corporate seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name
thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company
by unanimous written consent dated March I, 1993.
RESOLVED: That the Division President. the several Division Vice Presidents and Assistant Vice Presidents. or anyone of them. be and hereby is
authorized, from time to time. to appoint one or more Attorneys-in-Fact to execute 0/1 behalf of the Company. as suretv. any and all bonds. undertakings and
contracts of sure tv ship. or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority: and to
revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the
Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking. contract or suretyship.
or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such
officer and the original seal of the Company. to be valid and binding upon the Company with the samef(Jrce and effect as though manually affixed.
CERTIFICATION
L RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the
Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect.
Signed and sealed this
day of
S1029U (4-04)
,Q
Cl
(/J
t:I
(Il
-<
(Il
0-
'0
a
(Il
"::l.
5'
(")
c
....
::I
'"
"'0 [
::l. rr
rl Q.
(Il
C
S.
c
>-j
0
"" ~
.... ~
(J1
00 ~ t'"
.j:;o "00
\0 ...
~ <D
:...,
(J1 ~
.."
(Il
cr'
;J> 2
'0 "'
::1. ..:1
- -
,,1'-..>,,\0
l--> l-->
00
00
-.J -.J
.....
It
8
o
=
l>>
a
~.
U'J
(b
n
O.
o
::;
tn
I
>-l
(b
(b
n
o
::;
rn
M-
a
n
O.
o
::;
.... ~ ~ ->; .....
t~ It
t:I "CI 8
'.'. g [ [ [
:l ;=;. ;=;. ;=;
2: - - -
1- ~1
;:; " " It
-;::;
:l
n
2"
c..
It
ti
c ::1.
~
~c
. ;:;:;
'"
~
. "
"
.s
. .
0
~ .... =
V.> 00 "'\0 "'\0 l>>
<D 0 ;!5:;: a
~.
c
It C
'" ;:;:; ;:;:; ;:;:;
- - if! if!
....
::I
;!;
"'0 e:.
... rr
n' Q.
(Il
tv C
~ 2:: 00 0- 0- S.
~ 00 i.J, '"
-.J 0- tv 0-
i It ;:;:; ;:;:; ;:;:; c
'"
>-j
"" 0
0\ - - - ~
~
b V.>
p - ",00 J0
\0 <D -.J -.J 0-
0\ -.JO tv 00
~ -.J 00 00 ....
~oo 00 00
-..l V.> 0 0 ...
U'J
(b
n
O.
o
::;
U
I
U
....
~
S'
~
CfCi
(b
::;:<
",
8
tv l..,)
~ 0-
"8 "8
00
o
=
l>>
a
~.
n
""
c
....
::I
;!;
"'Oe:.
... rr
~. Q.
C
S.
""
N
.j:;o
o
\0
(J1
(J1
'='
o
>-j
o
"'--~
~ ~ t:3 t'""4
"'00 "'0"'0
0-000
<DO 0-
boo
000
U'J
(b
n
O.
o
::;
n
::;:<
",
8
tn
><
n
~
<1
~
O.
o
::;
o
=
l>>
a
~.
2 C
....
::I
;!;
"'Oe:.
... rr
~. Q.
C
S.
""
0\
N
\0
-..l
.j:;o
'='
~
>-j
o
if! ~
R3 t""I
"<D
-.J
...
o
V.>
U'J
(b
n
O.
o
l:j
to
~ ~ ~
[ 8
RO
~.
:l
n
~
~
1:1.
l:j
CfCi
"
rJ. ~ e
It
"
c..
"" '
....
\.g
Q'
....
::I
'"
...
::;., "'0 e:.
... rr
~ ~. Q..
C
S.
~
""
....
-..l
....
c,..,
0\
N
;....
0\
>-j
o
>-j
<A _ >
;S:;23 t'"
"'\0 "'-..J
0-0
tv 0
;""0
0- 0
w ~ ~ Z
n g. 1b 0
g. ~ ~ a"'t
l:j S'l:l;
>- ~ t;;. ~
~ ::s
~ g 0.-
;. to '--<1
S; ? en
to i3 ::r'
~~ 0
~. t:: '"'1
c' i3 ~
~ c:r- r.n
totoC')O'
~~. 0 ~
~:;l=:;::;
~~ (j
g. ~.
~ ~ g
~. I-t
" r.n
I:l. ~
~ '"
~ ~
~ ~.
to "
.... '.
~ tJ:j
~ ~
t;;. ,S-
~ ~
Cl '"
'" :::.
.... ;::....
;;; -
I:l.
to
'"
to
::l
to
s.;
S'
to
~
e
c:r-
~
~
So
"
c:r-
s.;
to
::l
I:l.
to
'"
to
i3
~
::l
'"
:?.
U'J
.....
M-
(b
'"d
....
(b
"0
~
....
~
o.
o
l:j
-
...
t'1l
S
NO
t'1l
Q.
"C
...
o
"tl
o
'"
e:.
"Tj
o
S
D
CJ
VJ
0
"
<:
"
0-
"0
3
"
.a ,.... :c n "? >-< en ~ ~ ~ ~ en
S' ~. " " ... n ,;' " :;; ~ n
~ ~. ~ "
" a- ::> i3 (1 " " ~ i3 (1
~ C;' q p. " ;;: 3 p.
, S- o: ~ 0 0: ~ 0
" " ::; t::: ::;
<= > >-< =' ~ :r::
" e
~ , l>j
to
>- ~ :to S. CJ
0- " "'l
~ 8-: if) ::> '"t
~ (1 c '"
" p. n ::;. if)
I:::: if)
0 '" ~ .......
::; ::; ::;
e- n ~ \JCi
>-< 0
~ C ~
n if) f.l
~ ,...J 8 >-< i::l
~~ " if) ~
" n '35
>> 8
a. if) ~
"
~
;;;.
..
g.
i::l
fl:o
to
~
;0 ...... ...... ~ ;0
tv C ~ 0 0 :i c
cyo ~ 8"~ ~ .. 0 tv <D <D ~ ~
:0 "'--.) b .. y'
a -..J ~ '0 0 a
~ 0 0 0 ~ 0 ~
0 ~. 0 \J' 0 ~.
s.
;5
" ::;:; " ~ ~ '" " c:
" " ...... ...... ...... "
..... .....
::l ::l
~ ~
"tl a "tl a
... ;r ... ;r
~ n' Q. n' Q.
l'I \J' .\J' v- l'I
':...J 'v- .. c: 'v ~ c:
v- 0 ~ g. 0 <D :: g.
cyo 0 .. -..J cyo cyo \J' \J' 0 0
;v 0 ~ 0 00 0 00 0 '" ~ 0
0 0 .. 0 -..J 0 <D 0 tv v- 0
~ " ::;:; " ~ ~ " ~ " ~ ". " c:
" " ...... " -< " ...... ...... "
>-3 -Efi >-3
-Efi -Efi 0 .... z 0
to;> 0\ ~ .... ;;~ ~
.... -~ ;:1 N <A .... if> if> if>
N if) <n if> -..J ~ to;> v- ...... if> if> v-
~ ~ ...... ...... .. ...... 1r. t-..> t""' '".....J .. \J' tv v- .. 0 t""'
~ cyo tv .:: -..J .. v- .;:: v- ~ <D
00 '-..J ".. Ln "0 <:> Ln """ "-..J "~ 00 "cyo b-
oo v- cyo .. v- <D N 0 00 -..J <D ...... -..J <D
N cyo 0 cyo 0 t-..> ~ tv t.. ~ 0 :0 t-..> 0 0
;v 0 8 0 0 ~ 0 0 \J' 00 0 0
<:> 0 0 0 0 <:> 0 <:> 0 0 0 0 0 0
.."
"
a-
>~
5.~
- -
10,,\0
N N
00
00
-..J -..J
I ~ ~ "" 0:; .....,
...
<= <= ~
Z ::> ::> i3
" ".. "..
" " ::; "
~ ,... "
v; If.
~ " "
::; ::> ::>
,... a. a.
-0; ~
.... '"
r;i'
" ~
~ :to
~ C
0- ::>
"
"
"..
I ::n
.s
-..J ;0
v- .. 0 ~ C
'-0> ,-..> b .. ~
<D 0 0 \J' a
-..J 0 0 cyo ~.
::;:; ::;:; ~ 8 c:
......
if> if> '" '"
.....
::l
~
"tl a
... ;r
n' Q.
l'I
c:
~ .. .. g.
:0 0 \J'
~ \J' ~ 0
-..J \J' tv 0
::;:; ::;:; ~ 8 c:
......
>-3
-Efi 0
.... >-3
VI
""" if> if! ifI ifI >
~ .. ,-..> ~ t""'
<D "::; <D \J'
00 00 ".. "~
VI ~ ...... 0 ......
0 \J'O 0 0
00 0 0
\Cl <D 0 0 0
en
n
(1
p.
o
::;
CJ
...J v- ~ ...... ~ ,.... .....,
<= 0 " t~ " (ti
3 7' " ?'- ~ "
" 2:: " i3
1-;:;' - ::; ;;:
i'l ~ ~ v ::
:to ;; 'J; i. 2:
'i " " ,
::> " " " --- r-< ~.
" ,... 9- "
-<
, -0 " ::;
..... ::>
i< r.~
"
......... fr
if 11'
"
"
i'
.....
f
I';J. ...... ...... ...... ;0
I.i ";:: v.> tv 0 0 0 c
0 'v "v.> "<D <D <D ~
-..J -..J "0 "0 a
\J' -..J \J' 0 0 0
\J' 0 0 0 ~.
i'
. ., ~ ::;:; ::;:; ::;:; ::;:; 'f. '" c:
...... ...... ......
,.
f/) <n V> if> if> if> Vi
.....
::l
~
"tl a
... ;r
n' Q.
l'I
c:
...~ ...... 9 .. .. 0 v.> g.
0 ...... ~ u, '" '"
\J' tv -..J cyo 0
~ ::;:; ::;:; ::;:; ::;:; ", ~ c:
...... ...... ......
>-3
-Efi Z 0
VI ----- >-3
to;> > <A
VI -v'I -lfl '(A v- >
1r. <A ~ ...... .. -..J <D t""'
~ ...... .:: ":: t-..>
VI ".. "\J' 'cyo ~
\Cl cyo <D 0 \J' t-..> 0
0. v.> v.> v.> <D 0 0
~ 0 ~ 0 0 0
<:> \J' 0 \J' 0 0 0
en
n
(1
p.
o
::;
'Tl
0::1
5
:>;-'
n
'"t
n
o
::;
if)
~
'"t
C
(1
p.
o
::;
CJ
'"t
n
n
::;
n
o
::;
if)
2
(1
p.
o
::;
,0
o
VJ
U
"
-<:
"
0-
'0
3
"
F
:::
(')
.."
"
a-
>-2
-g.~
- -
J"',\O
'-> '->
00
00
...., ....,
"0"0"0"0"0
>->->->->-
:;00;;0:;00;;0;;0
+ + + + +
tntntntntn
VJVJVJVJVJ
b,v.~~w
+>.0-000'->
NNNNN
VJVJVJVJVJ
l;,) t-.J ..J:;o. l;J ......
r.: ~ r:: r:: t"'D
~ ;.:> ~ ~ ~
-if.; {f) fA *A ift
U'1+:..+:-l;Jt.N'
"~..~~"~"~
00000
00000
00000
n r:: n r:: rD
~ P ~ ~ ~
~V)~-'V1if}
U1 \Cl -...J -- l;J
"'0\ "0\ "'0. "+-. "N
ooooo~
000000
ooooob
000000
n~~~8
i:;"r:<'9T.
~ Q ~ ~. if
~ rt ~~.
~ ~ ~
~
~
~
S'
~
~
:i<;
~
~.
~
",'
~
(;:l
'"
~
;;:::
'"
~
'0
",'
~
~
~
- v.>
000
" "
" "
VI .(A
'"
...., '"
V> V>
(:) b
00
" "
" "
(/)
'A ,00
...., V>
V> V>
00
00
00
'E~~
""'00
"-J "U1 "t-.>
<A ";;:'\Ol;Jij;l
o ..;;:.. t,,) U1 0
b 0000
00000
~~~
(t r:: r.:
" " "
lj) <A "If-i
Iv tv ......
0000-
00 00 V>
000
000
rt n t"'D
~ ~ p
G;~~C/J
~;. g
go i{'~ g.
~. g~. ::l
'J. ~ ~
~ ,
~ ~
~~.
~ !l>
~ O.
c." 0
~ ::l
~~
~. ~::!I!:Hi,i\;,
~Z
~
b
8
~.
o
~ ~
~
'0
'"
o
'i,
"
::1.
~
~
To
~
::.
i
'"
~
:;
g
I
,; ~
C: 15
~
VJ
v.>
00
v.>
b
2:
o
o
~
o
~
::,
<>-
~
l:,
~. ~
~~
~ r::
~ 0:::
;;0
"
~
""
""
....,
6
f-
'TJ:>-i
~ ~
0.. "
- "
rD &
0:: A
;;01:'"'
&, ~.
c n
'.f;
o
@'
;;
"
Q:I:
~:r:
~~
r:: t"'D r:: rt n
~ p ~ ~ ;;>
'A
(/) ifJ 'if1 .-tAV1
'"
............ \0 Iv
''0 "'0 "'0 u, "Vi
1-,) tv 0 0 0
00000
oboDa
00000
"
"
rt t"'D r:: n (C
p p p p p
'A
'"
'....,
V> if>
00
00
00
ffI ij) lj) .-fA
........ ....... ........ \.0
"0 "'0 '0 "U1
hJ Iv 0 0
0000
bbbb
0000
j ~ 0
g8~
>.......~
~ 8 (;:l
n (; ~
s. a ~
(\2.~
~ c-;
~. ~
:; ~
~
'"
~
~
~
~~8QQ88[.~
8LN~~"p"1.~~
>~t~~?~~h
g~o:o:~a::o:~~
5 (t 7~7~~~
p ~~t:!:~~
n..... -:-.;;-
~ ~ ~
"5 ~
" '"
~
~
~
0::> l;J Iv -+:.. l;J .......
::;:;2
(';. n r.: r:: r::
p ~ p p p
*F'I~Vltn"if1if!1
Ul~..j;:o.VJVJ
-J t...J "00 "+0. '"'00 t...J
UlOOOOO
000000
000000
000000
::;:;~
(t ~ n ('".; n
~ ~ ~ ~ ~
~ -lfI~(/)
t...J C'\ Ul \.0
'tn "0 "0. "C\
O<A ~ooo
000000
000000
000000
~~~
...., - v.>
"0\ "+0. t...J
00 0 ~
0000
0000
0000
- v.>
o 00
" "
" "
ifI~
'"
...., '"
V> V>
00
00
n ~
" "
if>
'A ,00
...., V>
V> V>
00
00
00
~~ ~
8 ~ ~
"
~ 0 8'
~~
~
~
~
~
1}
~
~.
'-c.
",'
~
00 00
::5 ""
"
"
ifI (/)
'" -
00 -
00 V>
<::> 0
o 0
" "
" "
ifI
~ ~
00 0
'"'VJ t...J
v)lNVJ~
OC\UlO
o 0 00
o 0 00
K5~
8 ~.
~~
g: ~
::1.
~
8 z
g ::l 0
~[~
:::;:;(')
go..O
s:-g~
n a ~
o .... -
?t ~ ~
.... <to <to
~ ~ :J'"
r-r ~
g' ~ :::-.
o ;;
"""1rng.
~~ 5-
<to (J) (J)
~. ;3 S'
<iQ . (') g.
~. g ~
g ; ~
<to (') '0
~ Q ;.
" <to "
3 :T ~
n~;;
a g. s.
.... 3 '0
;:; _. 3
- - "
~s:-a
n ;. m'''Co'
3 ~~. g
"'OO"'o~
~ n """1 ~
~. 2 2 ~.
:: c E. "Vl
g ~.~ ~
,?:=g?
o - ....
-< cw g
~ 5. 0
$ cw ~
s:- ~' (D
('Dos..
..0 ..., "
::: 0 Q.
~,~~
~ o' :;00
n' :: ~
Vl Vl _.
.... ::l
Vl g t:O
&. 3 a
~ ~ 8"
:! i5. S
(D (D ~
;.~~
_. "< ~
&:;oos
@ S' G
"'0 t:O 6
~..a~
~ ~ Z
Q.~::l.
~::r-N
~ ~ ~.
~t"D
"
"
C/J
(1)
n
O.
o
::l
~
I
.......
....
i:1.
C1Q
!l>
O.
o
::l
~
o
?:l
o
n
o
~
'"d
o
Z
tTJ
Z
>-1
C/J
'----'
I-<
;:;-
i3
-
10
c
~
a
~.
-
c:
-
I-<
:::
~
'"dE..
... i'i"
~. Co
c:
s.
I---
c:
I---
>-3
o
~
t""'
o
CJ
[/J
o
"
<:
"
0"
-0
3
"
"a
5"
o
.."
"
or
J> ::!
-0 ""
~..::!
1".<.0
NN
00
00
-.) -.)
II ;;.-
.:J:;
~
~
:<
I ~.
!
v ~ ~
;- 8 '.
~. c: ~
g,~~
n~ .::::
c ~ <:
~ g ~
("l ~ ~
6 g g=
;:; ;:; ;;:
.
.
........ ....... ~ tv tv
('C r':J r:: ro
'JJ p P P P
ifJ if'! ~ *A ~
'-0
-.) '"
"Vl "'0
00
00
00
00
v-
..j::..l,;.Ju,
-.)"'0
"'00
000
000
Il
r:: n n ~
'JJ P P P P
if>
-.) if>
C'\ oI,ft \.0 "Vi
V1 -...]U1C'\
"-.} "'Vl a ".......
..;:.. 0 0 -J
o OQUl
o 000
o 000
~~o
('t ~.
.-.. % +:.
0' ~ 0
:l '" -.:I
0.. ('\) -<
if ~ (;
5 ;; ....-::
g ~
"
r-.
0'
:l
c..
a.
~~~~;:t;:t
~~~~:;~
C r-.r-..I";~f;;,
a. " .' -g' rg'
2 ~ ~ ~ S' g.
g. g ~ ~. c: c::
;:j ;j b (t g A
n~u:~-..,-.
~ p.l ~ ~ 0' O'
?5"" n !!.. r:: ;::I S
'~W5f.23
r.: _ 0 ~ 0
--c ~ ~
9 ~ ~
~ g n
"","-"~
...... ......0\......
0000000
.....00
88888'0"0
0000088
~::;:;::;:;;:;:;;:;:;;:;:;::;:;
I../'J VI -{A lf1 kF1 ~ V)
\.N000090
OOOCOOOOO......~
OOOOOVlV1
;:;:;::;:;::;:;;:;:;::;:;::;:;::;:;
if>
<A ",-....I
-.) 0
00
00
00
00
ij)
l.;.) lj) lj) <A VI
000000000
"0'0"'0"0"'0
-if') 00000
000000
000000
000000
VI VI
'-0 v-
0'"
0.0
00
00
00
00
~~V;+;~S
~ "-~~3::
;; r~ 5" S' S'
~ ~ ....... l t'"""
~. ~ ;;- 5' 5 _
::::... S? rc n rb ~.
~ 5'
~
~
Vl\O~O\"""
r:: n n r:: n
p p p p p
-fA ~ o1;A v:. {A
-
LN VJ-+:>. 0-"0
OVlODO
00000
00000
00000
n r:: n n: n
p p p p p
Vl
~~\.O
"Vl "'...... "0\
if) DV1Q
o 000
o 000
o 000
Vl Vl
v- -
"0\ "0
00
00
00
00
~ t~ ~ v; ~ v; ~ c; ~ q ~
............u:-......~..........'f,.u:u:u:
t~ U t~ ~ t~ ~ ~ ~ ~
tJ~~~Gt:~~~
~o~"(")~_v(;"nn
........~~~" f~~
:: tv 0 tv 0 tv tv tv
~8~8~888
Cl
;;:.
~~
" ~
S" ~~
~
~
~
~
~
'"
;;:.'
~
'"
b:I
""
~
fv '"j fv
0.........0
OnO
~,~,.... ~
, ~ n ~
~ .... g
~ ~ ~ ~
~ ~
~ e:...
"" tv ""
~ o?,
~ 0:,
~~ ~
tj~. ~
~-;::; ~
fv ~ ~
-=--, ~ en
" l':l......o
f~ ~
'J; ~ ~.
tv:::t. ~
8~ 8
.< ~ ('D
~ ~ ~, ~ o. ~
n ~' ,r-, M
.......<
nr:
'>D '>D '>D-=-- C3 00,,00,,\0 \O.+;..~
8888~88g88~8~
;::;::;::;::;::;::;::;::;;;::;:;;::;::;:;:;;:;::;:;:;::;::;;:;:;
VI t/"J *FJ ~ ~if) lj) -if} ij"1 -VA ~ ij)
...... ....... fv IN
lNlN.+;..V1lNV1C'\000V100
:..noooo:..nocooooo
0V10000000000
;:;:;;:;:;;:;:;::;:;;:;::;;:;:;;::;::;:;:;;:;::::;:;;:;:;::;:;
ij4 {/) if} VI
lNlNlN-...J
~....... ".+;.. ~C'\ '"0
-v=; UlO\OO
o OUlOO
00000
00000
VI
tv
... if>
"'...
.0.0
00
00
00
00
VI ffl
'" -.)
fv tv
"00 ~o
00
00
00
00
Vl
tv of#)
~ -
"0 [v
o 0 Vl
000
000
000
ffl Vl
'-0 ~
"0 ''IN
00
00
00
00
=_v. :-.J <'" '7 'J. .J..
:-' t::"' s:: :3 2
0=>:; ~g.
~g~.,C~~
('; 3 _ ~ " 3
~. ~ ~ e. s
;:;0 ::=::: G 0..
............. < v~" =
~ ~~ ~~
:] ri S.Z
~ g ~
~ =:
::<::
.g
E.
;
S
c;:;
"
"
n: r:: r:: n: ~
~ ~ ~ ~ ~
ffl
V) VI lfJ o(A -{h
~
- - '-0
"-...J "Ul 'tn
en 0 0
000
000
000
v-
-.)
'"
o
o
"
"
r:: r:: n: r:: r::
~ ~ ~ ~ ~
VI
v-
-.)
...
o
~
o
o
VI -(A~'ifI
C\ .............. 1..0
"-.J "-.J "Ul "V1
V1-v)LnOO
00000
00000
00000
...
"
5'
~
c..
~
~
"
&,
~
-
00
-.) .",
'" 0
00
00
00
VI .00
-.) '"
'" 0 Vl
000
000
000
3i~
~Q
0'"
~ ~
~"'-
~~
~ ~
c~
'JOt.-,
i'i;'
~
~
~
""
~
~
~
if>
>-<
.....
(t
;3
Vl
(1)
n
O.
o
~
~
t
.......
....
t:1.
\1Q
ll'
O.
o
~
n
o
~
o.
~
~
(1)
0...
o
I:
ro
g
~.
c::
......
::I
~
"'~
... ii"
~. p..
c::
g.
c::
>-3
o
>-3
;>
t""'
0
0
VJ
0
(1)
<:
(1)
0-
-0
3
(1)
~a [~ C?,
s i
(') CJ CJ
;; ;;
r. (t
i -. <:: -<
(t
ri ;. ;.
~ ti
~ ti ~ :J
~
..,
o
;:l
0:: c, n
~~.~.
;?~~
...... ~ ?-'l
~ ~ ~
~
~
...,
b:I
l:l
;;;..
~
"
"0
~
~
'"
~
...,
~
'"
~
~
~
'"
~
~
~
"'!': "'"
r. =
~..g
~ 'T'
o 0-
;:l '"
~~
~
3
.,.,~",~;;p
1r2~g~
'l; S ~ 'Z :::r.
~s~~{~
g ~ g'~
;:l <-;
~
'1l
~
'"
~
~
~
t
~
~
oJ
....... tv to t-.J fv hJ .....
() I"';l r. rt I"';l
if. ~ ~ ~ ~ ~ ':r.
r'1l (';: I"';l rt: rt I")
~ ~ ~ ~ ~ j:.:l
"#I ~ ij) {/}
<A
if} <A -tn ~ lj} if)
- - v.> tv
S 0, '" tv '.!;)
v.> - tv 00 00 - ~:: -.t 0
..~ "~ 00 \..n "", "0 "0, "-.t "::; "tv "0
'" 0 0 0 tv 0, 00 tv 0
0 0 0 0 '" 0, 0 v.> '" -.t
Co Co Co Co Co Co Co Co Co Co
I.";; 0 0 0 0 0 0 0 0 0 0 0
~ (t (t " " (t ~ " (t (t r. " (t
" " " " " " " " " " "
~ VI VI
"'.!;) if) ~ VI v.> VI VI tv
v.> if! VI V> tv - 0, ~ '" tv '.!;)
":; v.> - v.> '" 0 00 00 P -.t 0
"0 "--' a "0 "0 "0, "-.t "::; tv ~o
-.t 0 0 0 0 if> ifl 0 VI tv 0, 00 tv 0 VI
-.t 0 0 0 0 0 0 0 0 '" 0, 0 v.> '" -.t 0
Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
.."
(1)
cr'
~ a
-0 0>
::l.~
- -
5" :.0
NN
00
00
-.t -.t
o
o
[/J
u
'"
-<
'"
0"
1::1
3
'"
?-
9H-'l;3::
O~~~8
53a~rH
e., q 3 ,..,
~ ~ a oj
cr. -;;' 'J; :i
,<' if? ~
~ ~ ~ 8.
3 ~ - 5
.,?
~ ~:
" ;:;-
::s~
o
.:::::
"
~
5'
"
ro ~ n n: ~ n:
~ ~ ~ ~ ~ ~
'iff -ij:f {/) -f.A "if1 ~
t::J~
~ 00 '"
000'-0
000
000
,
;
ro ('!; n rtl n ('t
f:.:l ~ ~ ~ $l:l ~
if>
--J Vl
o ij"j'if1ij4 IN
C\ +:-. t-.J 0
"C'o. "........ ........ "........ "00
-.J C\OOl..N\O
+::. 000\00
'=' 0000
o 0000
..."
'"
0"
:>> 2
1::1 0>
::!. .:1
- -
j'J,,1.O
N N
00
00
.... ....
'" '"
o t-..J IN
00 '\0 "f..,N
8::lg
000
000
;,om
" ""
a...~
~. ~.
:~
"
:>
::;
"
~
Q
:5
"
"
f">
::to
o
"
VI
Vl '"
10 '"
"\.O~
~8~
000
000
~~
~. c
2.%
[~
g e.,
" :J€
Cl'o
o .....
" "
" c:
" "
~ ~
:; "
"
.~ j..
"
~
c:
p
z~~~
~ ~ a ~
-.J 8 "2, ~
~:1. ~ ~
:5 .g jg ~.
" :.;? -;:: .......
'::Ii::: C\ l..lJ
:; ~ tc, ~
O'~oi:l
5~~~
~~s
g. s8
" Z'
.....
~
f">
;:;-
"
r2
~.
P
'" to
f,Jl......g
'J; (;;""~ ~ ::;:;
VI *A *F4 -if-} V)
- to
"Ul ~
o --J '"
0-0
000
000
to
'"
.~
'" '-0
..'"
o~
0..
'l; :r.- f. ~ ::;:;
{/} VI
-{A {A ij:; 1-..)........ *A
........ tv ........ Vi \0 Iv
"Ul \0 "-...I "0-. "........ 1-.)
o -...J U1 VI t-..,) oif1 U1
0........0..;::..0000
oooboo (:)
0000000
IN v..
!'.~'
" "-
"
<'
.,
"
g-
"
;:t>
"
3
"
"
"
0..
f">
9
ri
"
........ [-.J l..N
rt ro ~
" " "
Vl Vl if>
tv -.J -...J
"tv"+:-. "..;::..
'" ~ ~
o Iv tv
000
000
rt: n n
" " "
9
c
r:r
>n
-->
3 C
_. 3
g 5'
F 3
.. .
ftJ
~ ,.!....
" "
\0 ~
~'-O
.!.... C\
" ",.
"
if> <A
to
.. 10
'\o'tN
to 00 VI
..~o
bob
000
~e;~~
'" 0.. 0.. ",.
~~ ~ ;
~ tv t-..J ........
~ ,?~vf'
~ 5 r 5
~ -" ;;:
'" g- c;: 0..
~ ~ 0 ~
~ tv :E ~
~'?hJ
:-: S'?
&: 5
~ &;
- "
;g
~t.~T.rf~~~ ;p
5' " _" " :> " 5' ~ ~
0..&:5 c~ OO~'l:;-
". " jq r:i5 " r:i5 ;g.g '" ;;
8~~::':........_~~
0... ~ ,.!.. ..;::.. ..;::.. ... ..;::.. ..;::.. ~ ~.
n --:i ...!... ,.!... .!... ,.!... ..!... r-. ;::
.'"i ~v::.::~:i :i~tr1
s=g -~~ggg ~
C rt: --:::- '"0 .., "'" ...,
::: wSSS3S
u; ;:::l ~ ~ ~ ~ ~
~~,;".?-E
c... (t rs rt: J~ -.1(:1:
e,0..e,0..5
...... ...... tv U1 Iv ........ ...... ........ ...... ~ l,..)
rt: n ~ ~ n n n n n n n
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
-v"toif'liflv)-VlV'l~-V1(/)'V1-ij';
...... ....... ............. ...... IN VJ
"(J1 "'U1 ...... to -..J "'0 "'(Xl "'0-,
ODlNDVJOOCOOO
o 0 0 0 -.j ....... tv V..l
00000000
00000000
'" -
-u,.......OO
o -
'" 00
000
000
~ ~ ~ ~ ~ g g g ~ g g
I/) if} (f';if}'if}of#1ij':jij)
..............t0o-..............t.NVJ
'"'Vl 1;, "t...J "'0 "+- "'0 00 "0\
000\0-..1000000
oooo.+;:.........rvlN
88888888
if; -{/'J "if!J
'" '" '"
"'V1 ~ ".+;;..
o l,..) U1 -Jj}
U1\,,;.)+-.O
boob
0000
..+;................ ~
9=> + + ~ ~
;5' S s;;. ~
:,;: Q.. ~- r_
? ~ =- ~ ~J
5' ~ ~ ~ ~.
~::i > 0 '"
S~>z~
~~rr~~
~~~~~~
'V~"'~3'"
'S. ~ ? S'.g ~.
.... ....... b"'" ~ ~
~. S' ~ :4
~~=
~~
J1 8.
.o)r;;
~ ~
::t
~.
"'"
t.N IN V-I (....:I
rt: n n n
~ ~ ~ ~
<A~~V>
-
- 0
J~ ,,~ 00 "'~
IN -+:>. 0\ Iv
\OV1V1\....N
oobo
0000
r. rt: r. n
~ ~ ~ ~
'VI
VI '"
.V) .+;:.. Vi t..:>
C'\ C\ Iv 0
"':::"'~~~lj}
-JUlUl\ClD
00000
00000
......C'\OO~~~
~.V?? I. ~ C
~ v. :; g 8
:::.~o:~,,~
~~;S~~Cf)
? "- ~ X rt
v........oo~~ ~
0: ~ Ln ~ co g.
~ -. :::;.::s. I ~
;;::,~~. ....
b b ~ ~
~.:..--. 1:;:
~ '"
~ ......
:::. ~
~.
~
::::J
I"C n: IT
" " "
tA lfi ifJ
......
IN VI tv
"l,oJ "0-. "-..J
-..J 0 0
0"'0
000
000
n r.: rt
" " "
of#} Vi Vi
......
lH U1 Iv
"l.>,) "0\ "-...I
-..JOQffl V1
OUlOD 0
0000 (:)
0000 0
~
5i'
""
'"
....
~
~
-
...
~
S
en
(1l
n
O.
o
::l
l'
10
c
to
a
~.
~
~ ~ ~
~ ~ c
~. ~ ~
~ 'g ~
~ ~ ~.
~ ~ s.
~ ~ "
~ t:l. ::;-
:S..; g
;} t: ....
t:l.~ ~
~. ~ So
S. ~ ~.
S. ::. ~
.... g c
~~ ~.
" ::I. ....
~~ ..,.
e ~~
~ ~ .,
~ ~ ~.
::;- e ;}
~ ";j '"
~ ~ g
a g. e
::;.~ '*
"l So e ~
g " ~ ~
~ l::r- .... ~
.... is; is' '"
i:! ot:l is: ~
~. 1;; So ~.
~ ::. ",' "
!:l ~. @. t:l.
~. ~ R.
'" llil ~
. r'b ~.
s- ~ '"
~ ~.~
'" ~.~
I:l.. "-' '"
~ ~ i=b
g. ::. ::!
::. t:l. ...
~ So ~.
..... ~ ::::-
i=b r'b ....
e ~ ~
'" '" !Ill
S. ~ ::;.
;: ~ s
" So: ~
"l ~ '"
c c ~
~ '" t:
~r::.:;
" ; ~
~ r'b r'b
Q". ~~
~., ~
"l ~ g
~t:::::~
~ ::;']
s i=b ~
.... ::. "l
C ~"
t:l.
en
....
o
8
~
'"
....
(1l
....
c
-
::l
~
"'C~
.., ir
n' Q.
~ C
g.
c
>-3
o
>-3
>
t"'
I:)
o
(/l
tJ
<lI
<:
<lI
0"
"0
3
<lI
}:~
5'
o
?;
G
tI1
I ~
3
I . :E
I ~
(\
~
~
~
g
. "j
(\
2.
.~
--
. "
'" "
I~
~
...
't..
S~
\o~
00 '-.J
?1:!:
0000
00
.."
<lI
<:T
;J>2
1~
,tv ;0
tv tv
00
00
-.J -.J
:o:::rc
" ~ ~
, ::r
t:I rt (:)
~ c.. :5
2 ::tl Q
~ ~. (\
::r-'rc
-ti
~ 9.
"
;..: ~
tv"
0'<
~ ~
. ..,
~ ~
,,'?
-1 -
:!.s.
~
if; if;
tv tv
"Ul "'........
o tv
OCP
o~
o tv
if; if;
t-.J tv
"'U1 "........
o tv
o cP
oi..N
o tv
'f;
~ ~
ron
~. ~
o ::J:)
=' r.
\.n 3
.... '
':]:;
a g
3 "'"
~ "
" 6-
8
i;
~
rt
~.
5
".r-i
"0
-5'
!J.
~
-
t;"
..,
o
-
'f
5
~
2.-
0::
g
~ ~~~ '?-?7~B tt:f
i!i j-~~;g"~ 8-~~0-
il. "'0 ~ -Q ~ 8: ..,.~ ~ :? ~ ~.
i;> ~ " rt 0 ..,.::;: . tv - ...,..
~ ~'~g:;, ~~ ??~~~~
(1) ~. t:. ;~ ';:tl? I ;:r. c... - -
o " :;" 0- '" :T: .""
~ "'.""" 6- ':]:; rt~':" WN
U) ~ g. g ~ ~? ? ?
~ ~== ""'~::r>;:r.
rt tri-;:;'o... If"f ---
3 (i o~. ~;:r. B g
!:o.'.Q c ~ ~ 10 :s
rn 5t. :3- = 0.: 0:: 'g. =-
~ 'te: r:: 0 ~ ~'l;~
c.-,"tl '-'"' :E ~ -
'" "
~ ;;;.
~ ~
~~
~
~
-
o
"
"
if>
V>
o
cP
o
o
if)
V>
'0
cP
o
o
o
-...j V.J C'\ Jv
........ U1 0 tv "~ tv ~ ~
o 0 00
~,R.i~~g
if> if>
'"
'v
o V>
00
00
00
Vl
o
o
o
V> if;
"'if; ~
tv tv "t.J.,)
o U1 ij1 c\
00000
b 2:> <:=, l"')
00000
<A
o
o
o
<A
:; :>
n n
CC
0- 0-
rt "
0-0-
5 5
:;
n
"
0-
rt
0-
S' ~
~ "0-. ......
~. cP
n t
....
i1'
" "
Vl Vl
tv cP
C> -.J
"VI "-..J
V1 fA 0 ........ ~
o 0 tv tv 0
bb~oob
00000
;:;:;;:;:;
~ ij)
::~
~~
>-d
o
~
0..-
(Jl
~ ~ ~
g t ~
....:: 1; ~
<'1 (i 2
~:;:>> ':T. ("l
~ ~ g.
H ,,:>
n g "j
-'::t_;- = r.
gIg
~ ..,
ro
a. :l4
o "
~ 15-
(Jl 0
tJ:I 2-
ro ~
?
ro
ro
~
c.
>c
9'~ J~
00
r [; [;
00
Ii
if;
....
U1 ot.A V)
00 l;J Iv
~ "'Vl"Ul
-.J 00
o 00
b b b
o 00
~~.~c ?
. r. = g' S'
~~&~ ~
~ c... S' g p
3 &: .. ~
~ ;€ ~ ~.
~~ ~ 'J;
~ ~ ~
g'&?
:> '"
~ ~
g S.
0-
!2..
_ - V>
\D:::l;J~
OV1C\o
'J. (r. ~ ~;:;:; ~ ;:;:;
VI -ifj o{A ~ olj'j {/) .(A
V>
UlUlV10-.J
OOOOUl
00000
00000
~ ij} .<F1
*A -" -" lv
-5,A ,,+:.. "Ul ,,00 ,,+:..
l-,,) Ul -.J 0 0
Ul0V100V>
000000
000000
000000
S2
~
~
~ (5 ~
S' g ~
'7' ~ ~
~g;f;.
5" .Y ~
n9'~
;:::. :::r> ~
~ 0.. P .......
8 t;' -" ~ 8
~ n' 5' J~ ~
::i..,--.~n
c...~ <: ~ ~
9 "~ i: ~ ~.
"( g :::r>.9 c... v......
tv
'?
::;:;
5
"
g"
:5
jg
~~
~~
'" ;;-
'" :>
:::8
~ ~
~~.
l1; "
1}~
'. 0-
~
5
"
:>
~
17.
C
3
"
~
S:
...... l-,,) l-") V.> V.> V.>
rt: rt: rt: r':l rt: n
~ ~ ~ ~ ~ ~
VI VI Vl V'I ~ 1J}
-
tv -
v~ 1~ ,,~ VUl t "c:
-.JV1U1000
oooooc
000000
000000
Vl
if> V> '"
l-") -(A -if} ffl ~
v~ v~ ,,~ v~ v~ VUl
-...JoooooV'J Vi
00000000
88888888
~:::;;"'"
.!., ~ ~"
;:F~
, l-J t:.
~ f" ~
.!.. 5' t:>...
;:..&,~
:=:r ~
l1;
~
en
M
o
S
<1
""
M
ro
H
t)
H
e:..
~
""
C1CI
(tl
<1
ro
i=::
(Jl
o
o
[/)
o
'"
-<
'"
0"
"0
3
'"
}~.
S' .:: 0:
~ ~ ~. ~
g. ~ G.
{tt
(-5 e::.. H.
3 ?O "
~~. ~
" ,..,
~ 9 ~
<" n S'
n ~ a
n
:=-
"
"
r;'
"-
~
c
~.
3
n
::;
W~2G
~ g ~ ~.
i~jg
"
c..
n
n
3
n
::;
~
~
"'Ij:;....>~'J.I"':j = ~
~. =- g n a f[ (; ; 0'
~3~~b~~~5.
-gt:iov:~gg
[ 3 0 8 b ~ ~. = ~
~~~~c..c..~ 3
~_ =n~ ......
""t =' c... ~ ~ '"
(';~ 7j~~ a
~. "-
, 3p:{~
~ [
S' S 3:
~~ ~
... :=-
~ ~ [
g g ~.
~ 3 0
;;.
Cf;
2
n
g ~
e:... 0
'" ;;
r:: -...,:j
2
c~
g. a
~
g g ~,' g
q q q
~ ~ 9" ~
n n ~ rt
i3"?O
n n
r:: S'
08'
:5 (i
g n
n 3
(t g
2: ~
g.~'
n~~
g ~ c..
q~&-:
~ ~;g
~.
o. n
3 ~
~ g
;1.. q
::Po
n
~ r.f.
I""t ~ ~
~ 5. g.
b ~ ~
:;~. ~ ~~
~ ~ ~ S' 3.~.
a :4 ~ ~.
'f:, 'f;.
~ n-
it 3
3
2~;-
9 A ~
n
::;
'"
c
c..
51
n
0..
~
"
~
~
>-t >
g ~
~ g-
r-.~
:5 ~
q "
~ Q
(t ::P.
~n
g f
?J5
~
s_~ ~4 ~- ~
n :4 (1:
,....: ~ ::r" n
~r ~ :.2 r::
~ ~. ~ ~
3 ;l r -FE
a8=Z~
R- :5
~r/;
2
n
~
:;
"-
~ l, I""t ~ ~
~_' g:i~g
~. ;J r") 2 ~
~ ~ n ~
~~g~
o ~ ~ ~
g ~. ~ Q'
:; 5'
'J: ...
~.
SOrt~~~~
Ci' = .-t- e. :;'''' g
~ 0... :. ". ." ~ p
::; ~ :: 2 2 .....
~. c.. - n n ~
:5 ";(' ~
=S~55~
~~'U'f:,~
~5[~~
n,oc..c-
n Cf;1€j C .,
9_:, ~_ g: ;::.;
n 15- .. ~
n. v. ~
". 5
S.
Q
~
13'
S'
~
.,
.g
~.
~
~
~
[fJ
r1>
()
p.
o
~
~
'I:j
c
8
'"0
::r:
o
c
(fJ
r1>
"
~
n
g.
:5
~
Cl.:
i}
.,
Q
::.
~
~
::.
I:l..
So
~.
~-
...
'" CFJ
'" '1:l
i3 '"
::: !'
B- :=e
'" n
'" ;;>
~ ~
'" =
;;. n
." n
P-I---
~~~~~~~t~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~s~oo~~~~~~- ~
I---
......
=
00
a
i'i'"
p..
c::
g.
"'0
..
;:;.
n
-
c::
.."
'"
cr"
...
J;> ~
~~
j'J,,\O
tv tv
00
00
-.l -.l
>-l
o
>-l
>
t""
to
CJ
V1
o
<II
<
<II
0'
-0
3
<II
}:;
S
o
--: ..)
" ~
~ g
~rg
~ ~
":11'<
B ::::
g ~
.,
;>
n
n
~~~
~ 'R 3
2 ~ ::;.
8. ~: 2:
o ;> 5"
;> :;;
> ~
e- n
3 n
~:
...
.,
;:1.
i5
..... ~ l",j _
~ 8. ~ ~
:::: -g :10' !;1.
~ l-t "'t ;:;
3 ~ ~-.
o ~~"'" ~
~ _. a. g.
g g~ jq
;::to p:q T-
g ff g'
~ ~ ~
;!t 3 ~
3
"!J OClt::?
~ ~ ~ a tF,' ?r g
~ ~ ~ 5 8 3. a.
g- ~. g., 5 ~ e.
~;Jg ~~~
~ ~. ~ ~
2 B-O"'~
3"'t ~ ~ s:
n ~
~ R
:1.
;>
[f;
~"
n
n
S. ~
~ g.
c::jq
g >?
cr. ..-::
~ R'
~ '.F.
;:1.
i5
_~c~
r:: -. ~ =t'
o S' g. n
~.~ ,,~ ~
~ v v c...
n ~ ~ ~
c r;' '"' 0'"
5 ~ ~ n
" e-
n
;:1 [5
~ a.
o
;>
!2'
~
if.
~ ';J:: .-' 0:::
~ ~. ~ ~. ;.
~ m ~ ~~
~ g 2.. g"">
~ g. ~ ~. ~ ~ r;
o =- ~ ~ a. 2.. r,~.
"7 c... ::=::: ~ 5" ::
~ ~ a~ ~ ~,.., :1
g. a. 'J; ~. ~ ... ~
~ 3:lO
~ g ~
~ ~ g
~ ~.
5
~
--CI
::t' c
o?
g ~
a~
~ ~
~ ~ :..:.
e... g ~
v ;,) ~
" ;> e-
n c... c::-:
? ~~
:; c
~ j, a.
~. ~
<
n
g.
[
>~
=t' ~ c
b'.;J g.
2- ~ ~.
3.. a ~
(; ~ ~.
g -'2: 2'
~~ a
~
~.
c
a'
S?~
., ~
g' ~
~ ~
;> :1-
e-r:;r
~ ~.
g ~
'l.J E5
'.IJ c...
~ fB'
~.
~ -< <" ~ 7 ...-:: g:,.:.
r:: ~ n~ t ~ ...
B- ~ 0... t1 n f:. r;'
~ a. ~ c ~ ,.. "7
~. g ~. a Ro [
e.'-"::Ro(j ~
5'" :5 c... > ~ ;j
~[g~~ [
~. ~ ~ ~
5~. ~
o :1.
~ ~
.,
;>
e-
:;.-
~
~
~
a~~~~8~~~~~~~~~~~~j~~~~~~~S~~~~~~~~~~~~~~~~~
...,
<II
cr
;..2
l~
"N ",\0
N N
00
00
--.J --.J
~
~~
"
-'2
3
n
a
;::;
CJ
C/).
U
"
-<
"
0'
't:l
a
"
"~
5"
o
s;: ::;<
" (1)
" 9
~
~
'"
~
0
C/O
'"
"
0.
---..
u;
~
(t
;;
---..
u;
N
~
~
:E
---..
0
:::
"
0.
-:l
-5'
,..,
- 10
0 C
'D III
'0 a
0
0 ~.
"F- e
....,
if>
-
:l
~
'"d ~
.. ::r
ri' p.
"
e
u; ~.
'"
..
e
~
0
Vl ~
u;
00 t'"'
tv
'0
0-
0
0
0
"11
"
a'
)> 2
't:l '"
::l. ..:1
- -
J" "-D
tvtv
00
00
--.J --.J
C/l
(t)
n
O.
o
~
'i:i
~
,...,.
(t)
....
~
""
,...,.
(t)
VJ
ijj
0-
V.
00
0-
";t
--.J
i.n
o
~
....
\0
-:...:.
01
-....J
o
o
~
o
~ ~
'D t'"'
"--.J
u;
--.J
o
o
.......
...,.
(1)
9
10
c
III
a
~.
e
-
:l
'"
~E.
.. ::r
~. Q.
e
g.
e
C/l
(t)
n
O.
o
~
o
::r:
""
~
&:
n
""
'U
c;J
o
.......
........
n
""
....
,...,.
VJ
.....----
C/l
o
2)
~.
0...
(t)
....
I
I
00
o
:=>
00
\D
00
~
U>
In
U>
'----'
~
N
0\
~....
-....J
?' ~
01 i.n
o 0
~
o
Vl ~
tv _
"~ '
.......
...,.
"
9
10
c
III
:l
..
~.
e
00
o
:=>
U>
......
- 0
~ 0
'"da~
~ rr ~
~. 0.. '-/
e
g.
e
C/l
(t)
n
O.
o
~
Z
I
c;J
o
~
n
o
c
....
VJ
(t)
C/l
~.
""
\1Ci
(t)
o
(t)
VJ
~.
(t)
....
c;J
o
.......
H-;
n
o
8
'U
""
~
5 .. 'l~ l' r.f. S
~ ~. ~ ~. q c:
~ > ~ [ n- W
W'J; := n :t.
3 ~. ; ~ g
,.., " c:..
::r-c:..
~ :p ~
~ ~ ~
0. ... :::
~ g.
~ :=
a
;r [ ~~ 2
n a. g" R
",' ~ ~. 0
cr. --- ___ E5
g ::: '"' c:..
':;: ~ 0' ~
~ ~. 5 -.-
~ " " ~.
~ ;:t ~ :..:
~~~
l -' ;3 n
~~ ~
:= ('t: o-t
a
2::~7
~_~ a. ~. ~'"'
c:se'
~ g ~ 3
i.;? g 8-
oJ ~:::
2...~~r::
~ 3 0 ~
if. ~ S
":r: g 0
e; ~.F
c... r:: ..
~ ;
~ ~
,..,
~ r ~ ~
w;g~;.
;:t. ::; ~
g ~D ~
g
,.., ""
~
~
"Jj ':..I'-
;C' :;.
3 (t
-. ...-:
g 2'
'" ...
" .,.
0.
?
ff
.,.
g
'--';J:::""':
:; n ~ ~
2 ~. g -
8~ t-~
,-., :: ~ s
a ~ S'
sSJ
:::
r:r
r:r
g
I
I
.
g~~S~~~S:~~~~8~~~88S8~~~~
~
>-l
o
....
a
<A
o
o
o
ACORDN CERTIFICATE OF LIABILITY INSURA:NCE QGfSR SF I DATE (MMlDDlYYYYI
SDE-1 04/20/07
PRODUCER THIS CERTIFIC/oTE IS ISSUED AS A MATTER OF INFORMATION
Wallace Welch , Willingham Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
300 First Avenue South, 5.th Fl HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 33020 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
St. Petersburg FL 33733
Phone: 727-522-7777 Fax:727-521-2902 INSURERS AFFORDING COVERAGE NAIC.
INSURED INSURER A Amerisure Mutual Insurance 19488
INSURER B: Trav.ler. Ineurance Corapany 19070
~.G.s. Develogment, Inc. INSURER c:
,0. Drawer 1 8 INSURER D:
L1thia FL 33547
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT'MTHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT 'MTH 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR NSRt TYPE OF INSURANCE POUCY NUMBER DA TEi iMMlDDtrlt I P8k\<i,"'MMlDDIY'ii' UMITS
GENERAL LlABlUTY EACH OCCURRENCE $ 1,000,000
I---- ~~~~~H (E~~~~nce)
A X X COMMERCIAL GENERAL LIABILITY GL2015404 10/31/06 10/31/07 $ 50,000
I CLAIMS MADE ~ OCCUR MED EXP (Anyone person) $ 5,000
X PERSONAL & ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
I----
GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 2,000,000
h POLICY !xl jrg: n LOC Emp Ben. 1, 000 , 000
AUTOMOBILE LlABlUTY COMBINED SINGLE LIMIT
- $ 1,000,000
A ~ ANY AUTO CAl300341 10/31/06 10/31/07 (Ea accident)
ALL OWNED AUTOS BODILY INJURY
- $
SCHEDULED AUTOS (Per person)
-
..!... HIRED AUTOS BODILY INJURY
$
..!... NON-OWNED AUTOS (Per accident)
- PROPERTY DAMAGE $
(Per accident)
GARAGE LlABIUTY AUTO ONLY - EA ACCIDENT $
R ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESSlUMBRELLA LlABIUTY EACH OCCURRENCE $ 4,000,000
A t!JOCCUR D CLAIMS MADE CU1327823 10/31/06 10/31/07 AGGREGATE $ 4,000,000
$
R DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSA noN AND X I TORY LIMITS I IU~~-
A EMPLOYERS' UABlUTY WC1324363 10/31/06 10/31/07
ANY PROPRIETORIPARTNERIEXECUTIVE E.L. EACH ACCIDENT $ 100,000
OFFICER/MEMBER EXCLUDED? INCL EXEC OFFICERS E.L. DISEASE - EA EMPLOYEE $100,000
II yes. describe undar $ 500,000
SPECIAL PROVISIONS below E.L DISEASE. POLICY LIMIT
OTHER
B Inland Marine QT660294X2283 10/31/06 10/31/07 Scheduled $7,067,979
Ded $ 1,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
RE: Normandy Shores Golf Course Improvements, Bid *ITB)21-06/07
Certificate holder is included as Additional Insured as respects General
Liability. *10 day notice for non-payment
CERTIFICATE HOLDER
CANCELLA nON
CITYHBC
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPlRA noN
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAlL * 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGA lION OR LlABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
'~g<nfi;/
@ACORD CORPORATION 1988
Ci ty of Miami Beach
1700 Convention Center Drive
Miami Beach FL 33139
ACORD 25 (2001/08)
!:)
o
VJ
u
"
<:
"
0"
-0
a
"
"a
S'
o
ofF>
....
01
00
+-
\0
~
01
~
o
';; ~
~ t""
"00
.,.
""
:...,
~
.."
"
a"
;J:> 2
-0 '"
::l.~
- -
.!""'-O
IVIV
00
00
-.l -.l
>--<
....
(b
3
t:;
:::
~
::I
..,
~.
C
I-<
::I
r/l
"tl [
.., ir
n' ~
"
c
g.
c
C/l
(D
()
o.
o
~
tn
I
>-:l
(D
(D
n
o
~
ffJ
8
()
o.
o
~
I-' ~ 0; ~ ~
h; '1:i (b
- 3
;:;' ., ., .,
" :t. a. :t.
S' () () ()
S" - '1:i '1:i
-1 ~.~
;:;- "
~ 0
:l
()
i:
c-
. "
-
v
::1-
~
-E'
I ;0:;
"
~
~
"
0
,
.
.:;
'. t:;
~ I-' :::
V.> 00 ."" ."" ~
"" 0 <5 "" ::I
.,. ..,
~.
" ::;:; ::;:; ::;:; c
"
Vl Vl if> Vl
I-<
::I
~
"tl a.
.., ir
n' ~
"
tv C
~ ~ 00 "" "" S.
~ 00 en '"
...... "" tv ""
" ::;:; ::;:; ::;:; c
"
~
ofF> 0
<:7\ if) (A if} ~
c...
b I-' V.> I-' t""
P if> .00 Jv
\0 "" -.l ...... ""
<:7\ ......0 tv 00
~ ...... 00 00 I-'
l.NcP 00 00
-...J V.> 0 0 .,.
C/l
(D
()
o.
o
~
U
t
U
...
~.
~
~
r:Jq
(D
> ..., ~. ~
3 0 (b
a ~ & 3
" -, :;:
:>;"- ~
'7
R"- ",..
"
n ~
g ~
C 3
" "
::1. :l
:l ~
i<i
t:;
tv t-.J :::
'. ~ "" ~
. I-' "'0 "'0-, a
0 0
00 ~.
- () () C
if. -< ""
if> VI if>
I-<
::I
r/l
..,
"tl a.
.., ir
"" n' ~
V.> "
.00 c
.~ "" s.
"" V.> tv
C C :...,
0 0
~ ooQ Q C
~
ofF> 0
N ~
+- iff '" if>
<:>
"...0 "" ...... ...... t""
V.> ~ tv
01 "00 "0 "0
01 "" 000
0 "" 0""
c 00
<:> 0 00
C/l
(D
()
o.
o
~
n
tn
:.<
()
~
~
o.
o
~
~
(b
3
t:;
:::
~
a
~.
c
I-<
::I
r/l
~!.
.., ir
~. ~
c
a-
ofF>
<:7\
N
"...0
-...J
+-
o
c...
~
o
'" ~
~ t""'4
.""
......
.,.
c
V.>
C/l
(D
()
o.
o
~
t:d
n
~
~
::1.
~
r:Jq
ofF>
....
-...J
....
'"
<:7\
N
;...
<:7\
~
o
VlVl~
::=:::3 t""
"''0 "'-...J
""0
tv 0
:""'0
""0
g: ~
g 3
;;j'
"
g
:5
10
r ::
3 ~
..,
~ ~.
3
~
c
"
;:; c
rt
rt
c-
"6
o
I-<
::I
~
::;, "tl a.
.., ir
="- ~. Q..
C
S.
0"
is
c
C/l
(D
()
o.
o
~
>-
~ ~ Z
g.1!O
~ S!l '"'3
s. ~
~ ti;. ~
::3
8 g 0..
~ ........
:::-. r. ......
~ i:' en
r. i3 :::r'
~'15 0
;;. ~ I""t
~. i3 ~
~ ~ rn
r. r. ~ 0'
~~. 0 :'!
~ bl ::;;
~l'b ,....."
s.... l J
t5 ~. 0
'" i3 ::
~. I""t
... rn
I:l.. ~
~ '"
Cl ~
~ l:::'
~ ~
.... ~.
~ tx:I
~ ~
"l ~
ti;.
~ ~
Cl '"
., ::I.
.... ;:,...
l} ~
I:l..
r.
'"
~
r.
~
S.
r.
~
~
g:
s.
~
So
"
~
~
~
I:l..
r.
'"
r.
i3
~
'"
~
....
...
"
8
N.
(b
Q..
"tI
...
o
"0
o
'"
e:.
C/l
i-"
....
(D
'Ij
...
(D
"0
~
...
~
o.
o
~
"T:I
o
...
8
D
o
(/)
o
<I>
;:;
0"
'0
3
<I>
"::t
5"
r>
>1;i 'J) ~ ~
., ~ ., " c'
-< ~: ::; 8- :>
3 n
" S' ;,0 a: "
:> , ~ 0.. ~
~ ;-: "" " r:
R" t:I ~ ....,
" "
~v .::: 9 r:
C' ~ 0 n' s:::
'. 3 g:: ., 2
15' ::r,
-< 0 {;
., ~ :>
'. :> :l
n " R" ~ ~.
"
t10 t:I ~ ~.
0 ~. i:
:> ?O
0.. ~ :>
0.. .,
a. ~ ~
:;- ~
, ".
~~ ~
"
I 0..
P
I
.
tv -
00 ~ 88
- -0 "
. -.J
~ 0 0
0
'J; ., ;:;; ., 'J;
n n ~
I
I VI <A <A "" ""
I
I
~ -
~ "", ...
'" 0 ~
00 0 ... -.J 00
;v 0 ~ 0 00
0 0 ... 0 -.J
S 'J; ., ;:;; ., 'J;
n n ~
~
(.;J "" 'A
.....
N "" - ....... {A '!:
'" tv - ...
- ~ 00 tv "~
00 "-.J "... u, a
00 '" 00 ... '" -0
N 00 0 00 0 tv
;v 0 0 0 0
0 0 0 0 0 0
'"r1
<I>
a"
>2
5.~
- -
.!" "'0
WW
00
00
-.J -.J
VJ
(tl
n
~.
o
i:l
'---<
~ >-<
'""
, n (1)
., 8
::;
~
""
10
~ c
":::; ~
a
0 ~.
;:;; c
VI
......
0
~
';:j ~
... ii"
r;' Q.
n
C
tv S.
00
""
... ...
;:;; C
>-3
~ 0
0\ >-3
N VI
-..J ~ >
0. tv t""
-.J
0 U,
N 0
~ tv
~
0 0
:>
0...
~
~.
o
i:l
~
....-
......
rt
(tl
8
(f)
VJ
(tl
n
~.
o
i:l
......
g- ?O 'J) fr .....; S( t10 ~ >-<
n: 0 0 r: ~ fb
r: ~ 0.. ~ ~ " ., 8
" ~
" :3- ~ 3
" ~
,: ., ~ c; ~
t10 .-- - ~
m: " ::1 c ~
:> ~ 3
j! "'" lli
~ ~: '"
s.
c :5 ~
S
::;.
~
~
~
~
$
': ~
~
, ;::,
~.
, g.
::s -
:n 1\0
'"
c
:::.:
- - ~ 10
~ 0 0 .g c
...p tv
, ... .v' -0 -0 ~
-.JO ;... ~ "0 0 .. a
ii' 0 ~ 0 ~
0 en 0 ~.
g.
i ~
,::II! -
::i :1! ., ~ ., 'J; 'J; ., C
n n ~ ...... n
-
if> VI VI VI <A VI ""
......
0
~
';:j ~
... ii"
r;' Q.
en "::: '" n
'v "... C
0 -0 ::: g.
00 en en 0 0
0 00 0 c" ~ 0
0 -0 0 tv '" 0
-
~ ., :1! ., 'J; 'J; ., C
n n ...... ...... n
~ >-3
..... z 0
.... ....... "" if) "" ~
..... >- ;!?
(.;J tv '" "" "" '"
"....J ... en tv '" ... 0 t""
... '" "::: '" ~ -0
... "-.J "~ "00 "00 "~
00 -.J -0 -.J -0
1..> ~ 0 -0 tv 0 0
0 0 i.J, 00 0 0
0 0 0 0 0 0 0
~
(f)
n
2=
~
i:l
(tl
o
c
(f)
......
rt
(tl
8
(f)
VJ
(tl
n
~.
o
i:l
::r:
~ ~ t10 t10 >-<
c c '""
(1)
Z >1;i :> :> 8
r: "'" "'"
~ " ::; ::;
......
>1;i 'J) 'J)
., .,
r: <: :> :>
...
;'l('; 0.. 0..
"-;::7 ~
..., <:
~.......
n~- a.
~ "
~ ~.
r:r :5
.,
n
"'"
::n
p
10
-.J
I "~ ... 0.;-" C
'v "0 ... ~
0 0 en a
0 00
I 0 ~.
;:;; ;:;; 'J; S c
I ......
"" VI Vl VI
......
0
00
..,
';:j ~
... ii"
r;' Q.
n
C
1(;') -0 0 ... g.
... en
:.0 i.J, ~ 0
l.....:l -.J en tv 0
i ;:;; ;:;; 'J; S C
......
>-3
~ 0
..... ~
t11 if) VI (fJ iff
...
'" - ... tv ~ t""
-0 ":: -0 en
00 "00 "... "~
t11 ~ 0 -
'=> en 0 0 0
0 0 0 0
\0 -0 0 0 0
CJ
....
~
(f)
(f)
5'
(Jq
VJ
(tl
n
~.
o
i:l
CJ
'" --' ~ - +; ,.., ~
CC 0 ,,' t~ .,
,', ., " (1)
3 ~ n ?- Cj " 8
::-- "
-;e' " ~ ~
>l ... ~ u
- ~
~. 5 V; ti- s:::
:5 r: ::-- - ~.
::; " ... 0.. "
...... -< -<
" ~ ., ::;
..- :>
n~
i1
,: ~
, 1-5"
"
,i
!!!'!,
- - - - 10
,: "~ tv 0 0 c
'" "", 0 -0 -0 ~
0 -.J 'v -.J "-0 "0 "0 a
en -.J en 0 0 0
en 0 0 0 ~.
"
ii
'J; ;:;; ;:;; ;:;; ;:;; 'J; 'J; C
...... ...... ......
VI VI (fJ {/j if> VI if>
Ii ......
0
00
';:j a
... ii"
r;' Q.
n
C
i,.:.~ - p ... ... 0 '" g.
0 :.0 0 "" ""
en tv -.J 00 0
~. ;:;; ;:;; ;:;; ;:;; 'J; 'J; C
~ ~ ......
>-3
~ Z 0
t11 ....... >-3
(.;J >- VI
t11 VI ij'J VI '" >
0. VI VI - ... -.J -0 t""
~ - - ":: "~ tv
t11 ':+. "", "00 ':+.
\0 00 -0 0 en tv 0
0. '" '" '" -0 0 0
:..., 0 :..., 0 0 0
0 en 0 en 0 0 0
CJ
....
(tl
(tl
i:l
n
o
i:l
(f)
rt
....
C
n
~.
o
i:l
VJ
(tl
n
~.
o
i:l
'T1
to
c
i:l
.".
(tl
....
n
o
i:l
(f)
2
n
~.
o
i:l
to
Cl
Vl
t:l
"
-<
"
0"
"0
3
"
F
s
o
"TI
"
or
;J>2
"0 "'
2:-:
}V"I.O
t0t0
00
00
...., ....,
;;;;;;;;;;n'!!i'!!iOl
~ :;on: ?i' ~ ~ ~ ;;: [0
mmtnmm~M :fl:;
CfCfCfC(1Cf~ ~ ~
O\Vl.,f:::...,f:::..t".J~
",-O\OOOt0
NNNNNf)
VlVlVlVlVl~
~
~
~
?l
""
~
~
~
f",N Iv -+:-. I...N ......
n ,., f':I ("') r"D
~ ~ ~ ~ ~
ifI -{A if! *A V'l
Ul~..+;..I...N(..N
tv "co "+:.. "00 I..,,)
00000
00000
00000
00000
(t: n (t: (t ,.,
~ ~ ~ ~ ~
;!1ljjifJoifIVF'i
Ul -a -.J ...... l,;.)
"'0.. "0.. "0\ "..;:.. tv
DOOOO(/)
000000
bobboo
000000
- V>
000
" "
'" '"
-v> fA
t..J
...., t..J
V> V>
00
00
r: (t
'" '"
iff
<fiI .00
...., V>
V> V>
00
00
00
~I~ g . ~
"'-~ g'l if
~. ~. ~ I ::1.
'Jl et-- ~
~ ~ ~ ~
~ I 1-:;:::;-,; ~ ~ *
~ ~ ~ ~ is:
~ a'j (1 ~
~ ~ g 0
fk: o. "2
~ 0 w
" ~ I ",.
~.~.. i5
~~
~z
tJ;:I
~
n
o
~
"0
o
Z
trJ
Z
>-l
.!!J
o
~
~
~
~
,..:..
li::
:::-
~.
~
~
~.
~
~.
~
"" ""
Ov>
~8
'J.. r.n
" "
:::t. :::t.
~ if.
~~?6
(t l"D ,.,
'" '" '"
Vi VI iff
~~~
00 00 V>
000
000
,., (t r;
'" '" '"
~~~
""'00
"......J "VI tv
ifI .+;;.. \0 IN (A
O";:'[0UlD
00000
00000
. "
'"
I
I : 'fi>
I i~
I :~
I.. V>
I~ tTl
C 8
Is
iff
V>
00
V>
.0
S
o
o
-
00
"
'"
~s:r;
li:: ..::r;
~ ~ ~
l::.
~.
(gj
""'0
69'
-~~
p~
" "
0..0..
~~
-.::; ~
(;'"=r::r-
s: ~ ~
:::cr'c.n
e,~. ~.
C ~ S
o
~
:;;
=;
"
('tl (t ,., (t: (t
~ p p.:l ~ ::,)
*A -{A 'if! ifI ifI
t..J
...... ....... \0 Iv
"0 "'0 "0 "(Jl "Ul
h,J tv 0 0 0
00000
00000
00000
(t () (t: n (;
~ ~ ~ ~ ;,;l
SSQ
8~
-~
or--
V> <, J
~ ~
0' .......
~ ~
::.~
'"
~
?l
""
~
~
~
~~
0-
00
- V>
>""
" !:?,
g ~
~ "
,-.. >
~. a
g: (t:
n 5
'"
~:~::...::-
QCdQQQ
~~.6..;.~
tr;~Lt;J
C<C\o-.tf.'J..
~~~:=~
~~+:-.+:o.-J:;..
co (..N Iv ..;:. I...N ........
~~
,., (t: (t: n rt:
~ ~ ~ ~ ~
-V"J V'; -{A {J'J V'J V1
Ul.+;;..,J:;;..t;:lf",N
-...J Iv "00 ".+;.. 00 tv
V100000
000000
000000
ocoooo
:::;:; g
n n ~ (') rc
~ ~ ~ ~ ~
-{A ~ V"J if} if}
C\ i--l> \0
"-...J "OO"O"U1
U1 if} to tv 0 0
000000
000000
000000
~ ~~V"}~~Vi
to C\ V1 \0 -.J i--l> VJ
"~lfj VJ "8 "g; "g; "g; ~ ~ if>
0000000000
0000000000
0000000000
~
8
~"'-
l::. ~
~ ~
~8
~ ;:>;
0~
~
~
~
~
n
~
't
~
- V>
000
" "
'" '"
VI VI
t..J
...., t..J
V> V>
00
00
n n
'" '"
'fi>
ffJ ,,00
...., V>
V> V>
00
00
00
~I~ ~
8 ~ ~
r:
;;: 0 ~.
~~
~
~
~
~
~
<-.
~
~.
\s.
",'
~
00 00
::3 ""
" "
'" '"
iff iff
I..J
00 -
00 V>
o 0
o 0
(') (')
'" '"
if>
~ ~
00 0
"VJ 10
{/) IN VJ-(/7
OC\U10
g g g g
'l. ,-
,J~'
S ~.
~~
?V ~
:::t.
~
()
o
3
"0
"'
...
in'
o
::l
o
::l
~
8 z
g ~ 0
;e..?T;
::l " n
go..O
9- g ~
~ ~ ~
~ ~ ~
~ ~ ~
~ "'=
g' ~
o (tl 5'
~ U':l g..
~~ 0..
<Il " "
=1' ? :;'
QQ' n :r
~. g ;
g ~ ~
<Il () "0
'-< 0- ..,
IZI .., (S.
c:D tZl (tl
~~~
o <Il ..0
a 5- ::.
~ ~,~
~ ~ "
~ [~g
:r "'
~ ~. g
or 0 <Il
~ ~ ~
2 .g ~.
E. -0' "Vl
8. ~ ~
~ ::l '
o ~ ...
<: ~ g
" s.. 0
~ ~ ~
9- ~. 9
"00.
..0 ..., "
= 0 0.
a -g.~
;:;: 0 ;0
(b' :: ~
Vl ~ 5'
"
*' g ~
Q. ::l Q.
",30~
or "
o ::l :;'
~ g. IZI
~~g
_. '-< ~
~~~
ri ::l HI
"0 tJ:l 6
~~~
Q.; :;: 2
g.[.::l.
0':rt0
;; ~ ~,
~(tl
[fJ ::;<
(1) n>
n 8
o.
o
~
(\
I
~
....
1:1.
CJq
~
o.
o
~
~
o
i:O
o
n
o
~
"0
01--
Z
trJ
Z/:)
>-l :::
.!!J ~
a
~.
-
c:::
~
....
:::
~
"tI!.
~. rs-
n> 0-
c:::
g.
I--
c:::
I--
>-j
o
~
t'"'
10
o
C/l
u
"
<:
"
0-
'0
3
"
";:!.
5'
o
~
6:
~
!il:ii::i!} S?
"
:;:
< -.
'. p;g
.
c"" c:
~. ~
7'go
ntfq
g ~
::> 0
rt n
n "
::to g
g ::>
.
: ~ ~
1 1:;;- g fl fl g
>
if>
-...J kA
C\ V1 '-=' -f.A
~ "~b~~
+:-. oo--.J
o OOUl
<=> 00(:,
a 000
.."
"
r:r
;1>2
'0 '"
2,~
J".'D
NN
00
00
-.J -.J
~ "Vi tf'J {;FJ -fA
'D
-.J V>
"Ul "0
00
00
00
00
('t: rt; (:: I")
'J, ~ ~ ~ ~
~ t-.J t..J
v.>
..j:;o.. ("...) "U1
-.Jv>0
v>oo
000
000
~~S:Q~~~~~~
~ n ~. ..J.. 8 ::> > > ~ t:
2.n~<53 ~~~~~
"g~ 5,-...,0'....J-;;::.:~
.;.. '" ::;. .' "' ., ~' ~'
-< a g; < Q 0 ~ ~ ~. :1.
~ n::1. r~ _ :r ~ :3
~ g " ~ g g R-- ~. ~ g:
n rt: ..... ::).-... '"1 I-t
t:J;;'"1 ~ n~~'l:;nn
::;, ,.....,b-~8~CO
K 0' (t ~. ;:: s..::) 8
:3 --,-sr~c3
0.. (t rt: n ,.,
g. "-:: ~ ~ ~
o ::: 0 Go
~ ~ ~
a6~
~~~~~~~:~~~~~~~~~~~~q
$.~~~~_~.~~~~oo~~~~oo~~~~n
l...,) ~ ~ ~ ~ -... tv U t~ V t~ V V V U ..... ~
::. =~s.s.~.;~v~~t..~~;::vt: ~;;~vuvo;:; (b
'"..)J ; l -- .... ;..~ ~ .::::. v .:::. ;6 tv tv tv tv ;:::: ;:0 ~ N I-t
~. ~ S' 5' S' r ~ ;:::: ,-...,;:::: ~ ~ ~ ~ :-" ~ ~ ~ ~ e.
~ ,"""",r'P rt: r. r; ~ ~ ~OtvO:OO",.....,",-..",..., ~ m
c::s ~ f" ~:-"~~~fi.~~~~~
~ S' K ~.:;:' bov ~.:;:j ~~ r-- ~~ ~ ~~ ~~ ~ &; ~ ~ s
~ ~;;;; 8 ~ 8 g 8 8 ~ ~ ~ ~. ~.
~~ n;:.t...,)-t0",~- ooo~s
~.' ~o~o<o~~~~~. ~
~~ 0 nOn 0 n n n -- ~ < < . ~
~~I::9I~ nn M-
~~~n~n
~ :4 ~
'*~==..iZa.
::; ~
e:.. :::..
_"-".....................0\.......
0000000
"""""00
88888"0"0
0000088
::;:;::;:;::;:;::;:;::;:;;::;:;~
o{A 'if') '*A 'if1 *A 'if') 'if;
~000090
ooooooooo.......i..N
00000U1U1
::;:;::;:;::;:;::;:;::;:;::;:;::;:;
-
-if} ,,--J
-JO
00
00
00
00
-
v.>
o
"0
_ 0
o 0
o 0
o 0
IA Vi
"V}'if;'if1W\Ol..J.)
000000000U1
"0.0"0'0'0"0
oooooo~
0000000
0000000
0000000
Ul\O~O\""'"
rp rp n n rp
~ ~ ~ ~ ~
-if} '*A tT1 otA if1
-
l..J.) ~ +:-. 0\ "0
OUlooa
00000
00000
00000
rp ~ (b ~ n
~ ~ ~ ~ ~
{j} (A
- v.>
"'Ul ".......
o V>
00
00
00
-
~~
'D v.>
"0, "0\ "'0
ooov>
0000
0000
0000
\0 \0 \0:-" c3 00"00,,,\0 \O~:-"
888~0"'88gs8g~;s~
o 00 0
::;:;~::;:;::;:;::;:;::;:;::;:;::;:;::;:;;:;:;::;:;::;:;
fflifjotAif1-ifjij)"if'1if)-(Aifj-fAo{A
....... ....... to l..J.)
lNl..J.)+:-.Ul~UlO\OOOUlOO
V,OOOOv,ooooooo
OUloooooooooo
::;:;::;:;::;:;::;:;::;:;::;:;::;:;::;:;::;:;::;::;::;:;::;:;
-{A- ifj V"J v:'J
IN l..J.) IN --J
"'........ 4:.. "0\ "0
lJlC\oo
OlTlOO
8888
if>
tv
+:-. lj)
v>~
"0 "0
00
00
00
00
fA ij1
'D 0-
"0 "t.N
00
00
00
00
-
'v <A
0- ~
"'0 to
OO(/)
000
000
000
if> if>
V> -J
t..,) tv
00"'0
00
00
00
00
"
~
~
"
J,:\ ~
i
"
::to
o
::>
i
I
I
-
00
I
I
I
I
I
"
"
1.-;=
:> v.>
2 ~
~ 8
r- fl
-
v.>
-.J
~
'0
~
o
o
;!
S'
r:r
;;.
c..
""T"':~
t"
:;:>:;:i
'J: 3 c
! i. ~
<-
;'US
r3
if!
if!
0-
"-J
V> _
00
00
00
rp ~ rp n n
~ ~ ~ ~ ~
V'1ViV}Ij}if}
~ ~ 'D
"--J "Ul U,
V> 0 0
000
000
000
r; n n r. l"C
~ ~ ~ ~ ~
if} V) V)
~ ~ 'D
"--J "Ul "U1
V> 0 0
000
000
000
<'" r./;, t-t
5= 3 r.
~ ~ 3-
t :: 0
'" ~ 3
--< ~ ~
tI1&0'
::::;J n c...
(/;, t-t c
~E..
" rt
::to ............
C r..,)
::> -
;:;<
(1l
o s
'"
.....
i::l
'-
f)
'"
~
'-
= _.~
~
~
?l
'"
~
<;;-
~
~
"
~
-
00
-J "v>
V>O
00
00
00
if>
-(f) ",00
-J v>
Ul 0 {j}
000
000
000
V>~
~
o
o
~
'-f;
>-J
('i
'"
,...J
c
'-f;
\fl
(b
n
O.
o
::l
~
........
.....
t:1.
[JQ
~
o.
o
::l
n
o
::l
O.
::l
C
~
0...
10
c
~
a
~.
c:::
......
:::
~
"d~
;- ;-
(1l 0-
c:::
g-
c:::
...,
o
~
t"'
,0
o
VJ
o
"
<:
"
0'
'1:l
3
"
J:!.
S'
r>
'(~ f~ ~ ~ t~ ~ n ~ '0 - - :E r:.~ ~
~ fi- r:. " "
CJ c; 0:: n n ~. .g "'" "'" ~ ~ ~
;;:- " "
'; ~ ~ ~ " R~ - :E
" " " ~. [f; [
" " "'" 0:1 - q B: ~ ~.
,i) ,i" .... < :> :E:E :; ~ 0 " " "
~ 0 :; " "'" :;:.
~ ::. ~ ~ ~ ? CIi- ~ r:. " 0
.., ::; ::; ~ 8' n :;
~ ~ " (b 'l. ;;.
" $: $: $: " " ~
.., ~ " 3
n ft " ~ ~
a " 2.
(b ~ ;i. C' ~ '"
;j c: '" ~
;;:-
... ~
.....
~ ~
If '"
~
l:;:
~
'"
~
iij ~
~
? - tv tv tv tv tv - - - - - - -
.,~
i.~
ii~
'l. " " " n " 'l. " " " " n "
" " " " " " " " " " "
if! if! *A if'; iff Vl Vl if> if> Vi *A
U.> tv
- - - 0- en tv '"
U.> - tv 0 Q:l Q:l - ,= --J 0
!~ '0 Q:l V, 'en '0 0, '--J ~ 'v '0
0 en 0 0 0 tv 0- Q:l tv 0
0 0 0 0 0 en 0- 0 U.> en --J
0 0 0 0 0 0 0 0 0 0 0
'.1-4. 0 0 0 0 0 0 0 0 0 0 0
l 'l. " " " " " 'l. " " " " n "
" " " " " " " " " " "
~ VI if>
'", VI ~ ~ U.> if> <A tv
U.> ffl --t./'J VI tv 0- ~ en tv '"
':: U.> - U.> en 0 Q:l Q:l ,= --J 0
'0 '--J '0 '0 '0 '0- '--J ':::; 'tv '0
--J 0 0 0 0 <A VI 0 if> tv 0- Q:l tv 0 VI
--J 0 0 0 0 0 0 0 0 en 0- 0 U.> en --J 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
"!1
"
0'
;J> 2
5~
- -
l"o<.O
tvtv
00
00
--J --J
;:)
Cl
VJ
o
'"
<:
'"
0"
"0
3
'"
"~
S"
o
"11
'"
cr'
;J>2
"0 '"
~-:
j..J"'D
NN
00
00
--.J --.J
~::::
'" [
8 rt q
'" 3 2
I.. ~ ~ ~
I Jg -< ;:>
1'>/': r.r.. 'l:' ~
11' ~~
I 3 n!2.
~::!:l
" 0
3 ,,~
5 ~
$~
o
":::::
"
~
I
.
':.h:'::
~ ~
r:;' ~
"
,...,
,,'
;:>
;:>
"
"
::t.
o
;:>
~ n (') n n (C
;:.::. ~ ~ ~ ;,:l ~
ijJ {A ~ ~ ,{#J {-A
":: :: ~
'" 00 '"
000,",
000
000
'" '"
o tv VJ
''co \0 "v.-
'"' --.J 0
o 0
000
000
(C ('C r':l ('C n r:
~ ~ ~ ;:.,) ~ ~
Vl
--.J
o (/) Vi ~
"g: "':: __ J~
-.J 0\ 00 V.J
+:0. 0 00 \.0
'=' 000
o 000
<A if>
'" '" '"
o t...;> VJ
00 \0 ''IN
8:::!8~
0000
0000
"
;:>
il.
~.
::r
~
;:>
g
~
"
o
;:>
;:>
"
"
S!.
=>
t!1~s
~gP2-
~. ~~
~ 0 ~
o 0-
:;; ~.
r:l;
o .....
;:j 'J;
;:> '"
" "
8 ~
;1 n
J~
~
"
~
'J; rJ; 2- ~ ~
~~~~otA
- '"
"'v-. "''-0
o --.J U'>
0-0
000
000
'J; ;r."~ g ~
if} VI Vi
'" -
"(J1 \0 "'-I
O--.JU'>
0-0
000
000
zo~~
9 ~ g ~
V1 l::l ..,. ....
~ g ~ ~
2 E'~' ft.
;:> T,~, ,.
;-g~t!1
;; .g '0 ~
O'';o~
5 Z ~ t.,
C-.+:o.g
g QP
;:> ;;
.....
~
!2.
;;;
ora
~.
..'2,
UJ......25
U'> 0
'"
U'>
"",
U'> '"'
...U'>
o~
0...
Vl iff
t" -
U'> '"'
"0\ "'.......
VI tv "iff
...000
000
000
~~u
51&~
~;~
b c 2:
g- 2 3
rr g 5'
~ 3 '"
3 .... ?
~ T ~
::I = ,.!..
c.. ~ =
s ~ ~
~ s'T.
;:>
....... tv t...N
rr: ('C n
" " "
*A -fA iff
(-.) -.,J -..J
[0"+=- ".+;...
U'> '" '"
o tv (0
000
000
r:: n (")
" " "
'" '"
*A ....... (...:l
tv +:0. tv
[0 "'\0 "UJ
V1 tv 00 {A
0"+;:"0..0
0000
0000
2525~~~O\~~t~,~~~, +~ ~
c.. I I I =:. Cf If I ~ ~ ~ I .::: ~
" 5 5 5' S 5 5 5 5 5 ~ ~ ? 5 5'~ ..,
,,,::'~~Jg ggg,,~~;:;:" ~~Q~
~t8~~~~~~......~~?~~8~
:;-0 o...~1 f'+:O'_I.f".J;:.._'...._I.~ ~'5'~tl:::o~'
~ ~~ ~ ~ ~ ~ ~ ~ ~ ~ ~ [ ~ ~ ~ i
~~x~~~~ -- ~S~~~~
[",) '"'" <:...... .?~ Q -. -. -. ~ t-t ri ~ -..]3-' '"
_,...;..1,...;..0,...;..0""",",--, ,--~'J;o ;::
? :r. ::: ~ ~ ~ ~ ~ ~'-: ~ '< 5. ~ ~.
5 ~~Jg~~~ ~O, ~!2.""'"
0... c... n n ("'; n r. ,.~. *. o..~ _
j;;' P 0- P 0- & "'" ~ ~ g
S2g ~~~
~ ~ 0
,.., ~
~ 2
""Jg
~ ~
'"
"'-
!!1
s:
~~
~~
~ 25
~ S.
"'-
~~
'" 0
,. ::::
~ tv
%--y
<-; _.
'. ;:>
0-
j;;'
....... ....... tv u-. [-J ....... ....... ....... ....... ~ \..I.)
n I"'; r. ~ n ~ n n n n r.
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
-ff1~-{A"V'1-V'J-tniA f.:A 'if) (flif)
....... ....... .............. ....... \..I.) \..I.) \..I.) ....... .......
"'u-. "'u-. ....... t-J -......J "'0 00 "'0. "'u-. ....... "'00
OO\..l.)Ol".JcococoO .......
o 0 0 0 -...J ....... t-J l".J u-. ....... 00
00000000000
00000000000
n n n n n n ~ n n n n
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
{Aif)V)IJ}{#}.fAo(Affl'ift-vt~
....... ....... [-J 0.. ....... ....... \..I.) (",.N VJ (",.N U1
"'u-. ~ tv "'0 "'.+;. "'0 Co "'0.. "'u-. ~ ".+..
ooo..O-...JOOOOOOOVJUl'ift
o 0 0 0 +:-. ....... t-J VJ Ul VJ .+;. 0
000000000000
000000000000
\..I.) \..I.) \..I.) \..I.)
~ r. n n
~ ~ ~ ~
if) if) lj) V)
-
- 0
J.::~ oo"'~
\..I.) +:-. 0.. t-J
\Q Ul Ul VJ
0000
0000
n rt: rt: r;
~ ~ ~ ~
Vl
(/) ~
(/) +:-. Vi t-J
0.. 0.. hJO
"'::B~~(/}
-...JUlU1 \0 0
00000
00000
-"'00""""0>-0
~ ~ r+' ..!... ~ C
~ ~ ~ ~ ~ 8
0:, ~ ~~. ::: ~
~~~v..;(fJ
~~K~~;;t
:: p ~ S: -. 0".
'" U'> "h '" Do 0
~ ? ~ ~ ..!... ~
-:::.bb '. ,.
bb;; ~
"'-'P" 1::;::
x ""
~
::::...
o
I"'; I"";: n
" " "
Vl Vl Vl
.........
\..I.) U1 tv
"'VJ "'0\ "'-...J
-.j 0 0
OU'>O
000
000
I"";: rt: n
~ ~ ~
if.j {#} .{J't
~+:-.~
VJ U1 hJ
't.N "'0.. "-...J
-...JOOo{A if}
0U100 0
0000 0
0000 0
.....
~
",'
~
;;:;
",'
~
'"
::::t
.~
-
...
l"Il
:3
rJl
rt>
n
O.
o
::l
r
t:>-
~ ~
* ~ ~
~. B ~
~ ~ ::;.
'" g (;;.
~ ~s.rJl
~ ~ " 8
\3 Q. ::;. 8
s.~ ~
~ ::: .. ~
Q. ~ ~ ~'
:So '" s. (t
So S ~. I-t
::;. g.~
So ~ -.9.
~ S a
~'"6' ~
t3 ~~
~ ~ \3
'" ::: S
::;. E3 ~
R.. ~ "
~ ~ 8
a. g. E3
!3',",~ *
S. E3 '"
g " ~ ~
~ ~ ..... ~
.. ~. ~ '"
::! """'" ~ ~
;:; >Cl Cl.; ~
~. ~ e.. ~.
~ t::l "'. "
~ :::t. g. Q.
:::-. ~ R.
~ ~ >l
. " ::;.
S' ~ "
~ ~.~
" ~.~
I:l..' <;i
So: ~ t:ti
g. ~ E3
~ ~ S.
!::.t:>-",
~ ~ ......
~. f'll t::
t3 ~ ~
~ ~ ~
s. is' ::;.
:::::: .. !"l-
t:>- ~ "
" e.. ~
"'~. '"
g ~ S
~ ~ ~
~.....~
~ ~ ~
~ ~...'#;
S" ~
o ~ g
~t:::-.:
~ ~.~
~ ~ ~
c 1} "
Q.
10
c
r.>
:a
q'
c::
-
:::
~
~a.
"' i'i
~. 0.
c::
S.
c::
>-l
o
~
t""'
!:)
Cl
r:/1
U
ro
<:
ro
0-
-0
3
ro
";:;.
5'
o
-
~.
~
:::::
....
,
--
'r. ~
~
~
~
....
c...
O<A
....v.>
'\00<
00 "....,
~ ::
00 00
o 0
"TI
ro
cr
:J;> 2
-0 III
::l.Q
- -
"N ,,\0
NN
00
00
...., ....,
if; if>
rt;J~
;. 8 [xl
o~
-l 0 'v
VJ if)
tv tv
"Ul ".......
O'v
000
bf..N
O'v
"
"
-:
~ ~
o' a:I
::i A
~jl
-
o
"
"
VI
'"
o
00
o
o
<F1
'"
"0
00
o
o
o
0:
Ct.
n
~
"
::l
iO'.
3
c
..,
~
"
~.
a.
::l
(f:;
-0
.:a
~
~ tI~;
(f)" ~ ~ 5..
g ~ ~ 2
~~ ~ ~
~ IZS ~ '"t
(b ;;.. ~ D;
o <\S ~ ~
C "'-"
UJ ~ o.
....... rR; g
rt tr1 f-;:;--
8 ~.~
00 ~':7
c..,~
'" "
~ ~
~ g
~~
~
~
~-2V'dV~+~Cf
. n A :;:) S' 5' :5"
VI 0"' ~ ri
~a..S-~~~
~ 0.."""; " :r:
~ ~.~. ~ [::5 v u
~~~~Cf~~
""l ~ L-.J c....g ~. l-.J
",,2-O:ct fN'N
g=~:?-,?,?
e- "CfJ~~::::
cr. ~ ~ :r: g g
C :E b:o 'iC
::l ~ 0::1-& &
~~~~
-
,~
3
-
"('
S'
..::l;
2-
0:
~
- '"
:r. 1~ g :;; ~
if! 'if) if}
5' ;;;;
~ ~~
~ 0..0..
r:: n r?
iO'. 0-0-
IN ::i +>- :5" S'
tv '-' "0\ ~ ""j
8 9 ~ :t: -g' [g'
00 .......
00 ...
'if>
o
o
o
VI VI
v.><F1 >0
to tv '''IN
OV1{J'}C'\
00000
000 tv
00000
VI
o
o
o
--J IN C'\ Jv
o tv "'~ tv .+;.. -....J
o 0 O;S
if> VI
'v 00
0< ....,
u-. V--J
oJ;A~o.......o{A
00 tv t-..J 0
oo~ooo
00000
::;:;::;;
V"J -{A
=~
:::~
VJ I.> ~Z..'::~::;'
8 hE = n 0 ~ r:: ~.
8'r.n~~~~~'"t
,. - ct,_..,,,,
..:; 0 ':n ci. _. :~
...-:: ({~2e-,p'3"
~ ~2~:fg'+g
~/::< ~ ~ ~c~~...
(t ~ 0' ~
!-t ;,);::) ~;j g-
:to _ g 6 ?
~ ;g~&- Y'
::l C -':t. ;:P
::l c'"
(b '-,<~, Jq 5 S.
(') l:r 0-
~. S
o
::l
~ &
~
(I)
(I)
::l
"d
o
::l
0...
(Jl
<F1
...
Vi VI {A
00 IN to
"'Ul "'Ul "'l)l
...., 00
o 00
o 00
o 00
- - '"
\O~lN~
OUlo.O
Z~2"~;:'
_ -<: "J. n 0".
v_:rc;3
;;: ~ a. C ;;.
:,' ,; a ::n 5 rc
3 .3. a. ~
3 - ~ "
." ~ ~ f
n hJ ~
/_, 0 0'-<
::':..:., ;;, *' ~
.., ...,
a ~ ~
g ~ t
d..~
::r
~ 'J)
~
ct
~,~'i~::t:;g ~
+A"V'i-if'1oift~~Vi
v.> 'v
"V1 "Vl
00
00
00
00
'"
VlV1V1D-....J
OOOOVl
00000
00000
'v '7
'?~tt
S' ~ a.
F ~ ~
v ~ g
::a ~ ~
Ci3~]
, "'" ';i.
::;. ~ rt
J~~
::( ;:n
~ a.
~ Jg
C
3
"
P
~oif1of:A
oVA ....... ........ f..,)
cfft ,,+:.. "U1 ,,00 ,,~
fv V1 -.J 0 0
VlOVlOO<A -.J
0000000
0000000
0000000
~~~~~~
:r ~ ~ S' ~ ~
<,,-,-~~~v~
~g:fi. ?t~
~ ;;, ~ 5' ~ -
~"9'~8F_'~
5'~,,;i... ~
9 ~. -- --: ~ ~
~ n S' "H ::;:; ~
~ '"1: h:::::!:l n
~ :p-- I;: ~ ~.
~ SO~rtjg
!4 ~~ c.."........
~ ?
;:;:;
5
"
v
C
Ct.
~
........ fv t-.J t.".J t.".J ~
o r. n rt r. r.
~ ~ ~ ~ ~ ~
'if1 ofA ~ ."V) V} -if}
-
'v
,,~{~,,~~,,~~
-JUlV1000
000000
000000
000000
<A
tv oif'I ~ ij"j
,,~,,~~,,~
000
000
000
000
<fi
E~
"U1 "(Jl
OOJ,A-{A
000 0
000 0
000 0
VJ
....
o
8
~
~
....
(I)
.....
t:i
.....
~.
::l
~
C1Q
(I)
~
(I)
~
(Jl
D
o
Vi
o
"
<:
"
0-
-0
3
"
.~
S"tI:~~Jt;F
o g ~ ~ d 5'
...,. n' __ -r. :to
~ ~ ~'. ~
8- ~
~ ~.
n' ::r"
e.. a
;;:I
~ ~
~. ~
~ 3 ~
~ ~ 5'
(t a a
n
:r
>'
"
;:;.
::..
;;:I
ij
~.
"
3
r:
a
.<;"
"
-2
3
I'D
a
'J,C)
2" w
n N
~ ~.
"
0.
""
"
3
"
a
"'=i>>~
2: c g S
0- 9 ~
~~. ~ ~
~ 9 2 ~
~ ~ ~ ~
e; S' ~
" ~
~
~. [~~
(t !: g ~:
~Q.:T
~ ~ ~ n
::t 5 R e;
s' -:;l
9 B
g ~
'Jj
e.~
~ ~
~ ~
~ ~
0.0.
o 52 ~
~g
~ 5' ;
3 ~ "
a e.
;;o;s;:
o ~
&::..
:r
~n g:
::1.
" n
a d.
:2 ~
cr.C;)
2 ~ 0
a ~ g
H >'
e.. 0
'Jj "
" :2
[!.
nn
g i5
n n
H H
~ ::;
" "
...,
~..,.;r,: ~
_ S'
:r 'of
:q
n'-"''-'"
~,' :5 g'
Q q
~ ~ R
g- ~ 0"
I'D S' 3
~~~
" ::l
Q r: ~
~ 3
" I'D
a
~~
>' 0.
%&,
~~
~
'"
"
0.
o
i5
(l
~
n
~ ~ ~ 8
" E.. ~. ~
~~:5::
Q. -2. 0 ~
~ ~ ~ S'
a ~ ~
~ P.f~
g ~ 9
g 9
;1.
o
"
~
"-
5i
I'D
0.
~ ~ ~
rt ~ n
~ 9 ~
%'B
~ ...,. 0
sg:~~
~ ~ ~ Q
~ ~:
g ~
;- ~.
'a
l:-:<'"
o " 0'
~ ~ ~
a ~ ~
~. ~ E!.
i5 c i5
n ::to
Q a:
::.i ~
g
2=~
2.. ;1.
~ :i€
0. ,
>'
::.i ~
~ ~
>' 0
" H
n <
" If:,
"
'1
;:;.
Q
COb'
~ ~
2 2 ~
n n,
g g ~
" " '"
1,.1 cr. ~
~ & ~
3 ~ ~
o'l g., ...
~" ;::"
~ ~ ~
i2
t:'
g'
~
i3
::;.
S'
~
~Ff
~ 3
\/J
(1)
n
O.
o
::l
~
[
r:
H
>cr.
~~
:r
>' H
:r. "
n >'
9
I'D
a
'"
S
"0
:r:
o
c
CJJ
(1)
~
~
.,.
~
~
~
~
Cl.:
;}
...
is
Q
~
'"
Q
Cl..
~
"'.
~-
...
'" (J:J
'" "0
i3 "
I:: !"
g.. ::tI
'" "
'" ;;>
;} ::!
~ :::
~. ~
p.
-
(5 \0 00 -...J C\ Ul ~ v.> tv ....... =It
-
-
:::
~
e:..
ri"
0.
C
~.
"0
...
;.
"
-
c
~~~~~~~t~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
.."
"
cr
:J> 2
~~
.!"'.CO
NN
00
00
...... ......
>-3:
o
~
t'"'
D
CJ
(/J
tl
n>
<:
n>
0-
"0
3
n>
,::t
5'
(')
-=n
r, e
~ g.
~ ~
~ ~
.....,<
ri" "'-
~ ~ ~
rt ::: 3
g ~:
rt il
:;1,
i5
--.cr.:""Cl
g't1 r;
~ rt 3
2 $. ~
(") ;!?. >
g. g s=
;:l :E
.,
;:l
t'l
"
-= ::r. ~
~. 3~ 8 ;
>~ :1 g
ff~~~
3 ~ ~:€
Ci::i3%-;?;
~ S l~
~ ~ ~.. -
g.Yo ".
',,- c
~ r! ~
~ 3 ':F.
3
-'1::l~1"""
~J ~ ~ 8~
~ rD 1, c::
;;:~;:l
e X e,
a ::rf6
~ "
.,
;:l
~
3
~
.....,.~?:: w
". ::; n
8 (t ~
;:l :1. :1.
;; ~ ~
~ p ~
'h~rt
~.
B-
~
'J)
"
0"
3:
~
"
:1.
~
+~ ':J:;
g~
~. ~
~~.
0.......,
8 >r
c 51~'
~ Q ~
~. ~.
i5
~~~~c:g:
l'i :1.::!- ~ g ;:;'
~. J€ ,,~ ~ ~
::. U '"' c... ~ rr
r, :1 F= D ~ a.
~ a ~~0~
8. c: ~ ~
g ~ 2'-8
'll ~. ::;.':1.
~:5 ~
::P El
~ 0 0..
~. ~ ~
3 &
" 0
a ~
~[~
i1 n' -
p :r..g
~ rD "I--.
0.. n ~
~ ~.%
~ ::. ;.
~ ~~
~~. ~
" 0..
3 0:;
(t =..
;:l .,
;7. 5.
h%
?(.t:la:o"'~>;::V_v
" c:: ~ :E "' ~. ~ c ~
c 9: ::.. n ; 0~' 3 5'
g<v:=~~g:~
(f,... ~c = 9:. 2" b ~:::
". n 0... S. 0.. ~ _-. :;
p>~0 n~
;:l Ii 0;. ' o'rf '" 10-
c... ~ ;1- ~ 2r = -. ~ <
= 'J; ~. ~. ~ ~ ~ a
[g, ~ if, ~
~ (":" i~'
g ""
" c
2 g,.."
;! ".
~
S.
0"
"
:;1
i5
~~
~ ri'
g
~7~
=; g ;:;
~ g- ~.
~. i5
",-",
...... o'
~[
:;1.
i5
?cr.:
~~
., -
~. a f<o
::..f(oo
g:5'~
g, ~ 'll
Q ~
;1.
e
;:l
:::::........tJ;;
n === fj;
~ a ~
2
B-
El
n'
"'-
?'
~
"
:1.
~
.,
;:l
10-
~
~
fr-
~~~~~8~~~~~~~~~~~~j~~~~~~~~~~~~~~~S8~~~~~~~~
-r:I
n>
cr
....
> g;
"2:-:
j'J~\O
lVlV
00
00
...., ....,
to
o
Vl
1:1
"
-<
"
0"
"0
3
"
F
5"
r>
Cl ;:;<
... (1)
" S
"
::l
'J,
~
~.
~
0
If;
"
::l
c..
'-.
V>
"d
"
~
'-.
V>
~
~
~
:E
'-.
...
0
:;
::l
c..
"
.;;.
"
..- 10
0 C
'0 tl
'0 :a
0
0 ~.
'J, c::
.....,
-
-
::s
~
'" ~
.. ri"
ri' p..
0
c::
V> g.
e,.,
...
c::
...,
0
- ...,
V> >-
00 t'"'
'-..l
'0
c-
o
0
0
en ;:;< en ...... en
"'
(D (1) (D (1) (D
n S n S n
~. ~. ~.
0 0 0
::> ::> ::>
'"d 0 Z
I I
>- ::r: CJ
- ~ 0
.....
(D ::> -
H ~ H-)
::> n n
~ ~ 0
.....
(D 'I:l C
Ul H
CJ Ul
(D
0 en
::;:: ~.
n
~ ~
H C1Q
..... (D
Ul
.-----. .-----.
en tJ
0 (D
- Ul
0 ,......
H ~
,......
0...
(D (D
H H
10 10 CJ
c 00 c 0
tl 0 tl -
......
:a 9 :a n
~. 00 ~. 0
'"' 3
~
\..N ""0
\..N ~
V1 ~
\..N
'---"
c:: c:: 00
0
0
G>
......
- - 0
::s ::s 0
'Jl ~
g. 0
'" '" ~ ~
.. ri" .. ri" ......
ri' p.. ri' p.. '---"
0 c:: ..- 0
.... c::
g. V> g.
...
'-..l
V>
c:: c::
..., ...,
0 0
if> ~ {fl ~
~ if> N '#)
-.a 0\
':....J '0 t'"' ...... '-..l t'"'
01 '-..J -..J .:::
-..J V> ?' -..J
0 -..J c-
o 01 i..n
0 0 0 0
"TI
"
0-
>2
1~
',ON ,",\0
f-JN
00
00
-..J -..J
ffl
c-
.V>
00
c-
;::
-..J
i..n
o
il::: 'J;~ 'J; 5" ~ ,,~ u:, :;: ~ ~ [ ~ -: c ~ ~ '"' 0:: -:
c: ~ ::t. ~~ " 2 ~ ~ g " rt " ...
=l C ... 5 ~ " ... " :3 " g. 3. ~
" " " n il. n " :; "
/". :> ~ ;i. n' ;;;- :r. :1. a. n 0:- il. i3' ;;;- ~ ~. :;:; :1. n
Iii ;;;- ~~ " ... '" :; :@ ::> ....., CI ;;;- ... a. ~ if. ;; g c.. 'T'
" a. '-.'-. " ~ x 3 c '"' " " ;;;-
... :5 ::l ' , "
3 _. " ::l ::l [;,=~ ::l ~ " " ::l ~ C ::l ,.,. Q ~ Q =-
::l c.. ~. c.. n c.. ::l c..
!l c.. If; ~:'J; ~ ;:! a c.. 5
" ~ ~ r; ::l 0 ~ " ~
:1. n 0 ". :i ... /" ,
::;" ~ ~ ... i':i " ~ e; 2- 2'
\.' " ::> a. " ::> ... " g.
.:: :E ... ... ~ 3 ::> ,.,.
:i :; G" 'J, u: r':l 0 - g' G"
c.. :; n Y;' '-/J ~ ::n'^' G"
'-/J a. :3 " ;g g g
" c " 1.S 0:- 'T'
::< :i G" " ;;;- ",,::n
ii::i::: s' " .. a.. t~
a a :E ~
>> e;
"
ii,i,i:>
lii'i!i
I::.:
liii'i'
1:\>
\
DD
i:i::
iil\,
iii
'\
i
..- ..- ,..... ..- ..- ..- ..- ..- ,..... ..- ..- ..- ,..... ::; ,..... ::; ..- ::; ::; - ..- '0 '!:! '!:! '!:!
'-..l ,..... ..- ..- ..- ..- ..- ..- ..- ..- ,..... 0 0 0 0 s 0
0 '!:! 00 -..J c- V> ... V.> '-..l ..- 0 '!:! 00 -..J c- V> ... V.> '-..l 0 '!:! 00 -..J c-
\\....
::.~
j
-
0
0
0
ACORDN CERTIFICATE OF LIABILITY INSURANCE QGfSR SF I DAn: (MMIDDIYYYY)
SDE-l 04/20/07
PRODUCER THIS CERTIFICA"! IS ISSUED AS A MATTER OF INFORMATION
Wa.l.lace Welch & Willingham Inc ONLY AND ccr "3 NO RIGHTS UPON THE CERTIFICATE
300 First Avenue South, 5th FI HOLDER. THIS tTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 33020 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
St. Petersburg FL 33733
Phone: 727-522-7777 Fax: 727-521-2902 INSURERS AFFORDING COVERAGE NAIC'
INSURED INSURER A: Amerisure Mutual Insurance 19488
INSURER B: Tr.~l.r. In.uranee Ccapany 19070
B.G.S. Develo~ment, Inc. INSURER c:
.0. Drawer 1 8 INSURER 0:
Lithia FL 33547
INSURER E:
COVERAGES
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR NSRJ: TYPE OF INSURANCE POUCY NUMBER DATE iMMlDOrrif DAn: IMMIDD1YY LIMITS
GENERAL LlABlUTY EACH OCCURRENCE $ 1,000,000
-
A X X COMMERCIAL GENERAl LIABILITY GL2015404 10/31/06 10/31/07 PREMISES (Ea occurenca) 5 50,000
I CLAIMS MADE [!] OCCUR MED EXP (Anyone person) 5 5,000
~ PERSONAL & ADV INJURY $1,000,000
GENERAL AGGREGATE $ 2,000,000
-
GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG 52,000,000
I POLICY !xl ~rs: n LOC EIDJ) Ben. 1,000,000
AUTOMOBILE UABIUTY COMBINED SINGLE LIMIT
- 5 1,000,000
A ~ ANY AUTO CAl300341 10/31/06 10/31/07 (Ee accident)
ALL OWNED AUTOS BODILY INJURY
I-- 5
SCHEDULED AUTOS (Per person)
I--
~ HIRED AUTOS BODILY INJURY
(Per accident) $
X NON-OWNED AUTOS
-
- PROPERTY DAMAGE 5
(Per accident)
GARAGE LlABIUTY AUTO ONLY - EA ACCIDENT $
~ ANY AUTO OTHER THAN EA ACC 5
AUTO ONLY: AGG $
EXCESSlUMBRELlA UABIUTY EACH OCCURRENCE $ 4,000,000
A ~ OCCUR o CLAIMS MADE CU1327823 10/31/06 10/31/07 AGGREGATE 5 4,000,000
$
R DEDUCTIBLE 5
RETENTION $ $
WORKERS COMPENSATION AND X ITORY~LIM;TS I IU~~-
A EMPLOYERS' UABIUTY WC1324363 10/31/06 10/31/07 5100,000
ANY PROPRIETORIPARTNERIEXECUTIVE E.L. EACH ACCIDENT
OFFICERIMEMBER EXCLUDED? INCL EXEC OFFICERS EL. DISEASE - EA EMPLOYEE 5100,000
If yes, describe under $ 500,000
SPECIAL PROVISIONS below E.L DISEASE - POLICY LIMIT
OTHER
B Inland Marine QT660294X2283 10/31/06 10/31/07 Scheduled $7,067,979
Ded $ 1,000
DESCRIPTION OF OPERA nONS I LOCA nONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
RE: Normandy Shores Golf Course Improvements, Bid *ITB)21-06/07
Certificate holder is included as Additional Insured as respects General
Liability. *10 day notice for non-payment
CERTIFICATE HOLDER
CANCELLA nON
CITYMBC
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DAn: THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL * 3 0 DAYS WRITTEN
NOTICE TO THE CERTIFICA'IE HOlDER NAMED TO THE LEFT, BUT FAILURE TO DO so SHALL
IMPOSE NO OBUGA TION OR LlABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
'~g~~
@ACORD CORPORATION 1988
Ci ty of Miami Beach
1700 Convention Center Drive
Miami Beach FL 33139
ACORD 25 (2001108)
COMMISSION ITEM SUMMARY
Condensed Title:
Request for Approval to Award a contract pursuant to Invitation to Bid (ITB) No. 21 -06/07 07 for Normandy
Shores Golf Course Improvements: and Authorizing the Administration to enter into negotiations with the Top
Ranked Contractor, QGS Development, Inc.; further Authorizing the Administration to Reject All Bids in the
Event that Successful Neaotiations are Not Reached with the Top Ranked Contractor.
Issue:
I Shall the City Commission Approve Award of Contract?
Item Summary/Recommendation:
Work to be performed under this Contract shall consist of furnishing and installing 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 require for
fulfillment of the contract in strict accordance with the Contract Documents.
The Scope of the work is to proVide all materials, labor, equipment, supervision, mobilization, overhead & profit
required to provide but not limited to the following:
· Eradication of existing turf and Removal of invasive tree and shrub vegetation.
. Removal of all existing golf cart path.
. Renovation of eighteen tee complexes and practice range tee.
. Renovation of nineteen greens including practice putting green.
. Renovation andlor construction on bunkers/sandtraps.
· Installation of new asphalt cart path.
· Installation of drainage system, irrigation system and new pump station.
· Sprigging of specified Paspalum grass for all areas where the existing turf is eradicated.
· Construction of new irrigation pump house structure.
· Construct a drainage pump station with three low pressure electrical.
. Construct three pressurized drainage wells.
. Enlarge two lake areas to provide more storage.
· Construct a berm surrounding the golf course to contain on-site stormwater.
The Technical Review Panel unanimously ranked QGS development, Inc. No.1 and provided the following
recommendation to the City Manager the following Ranking of bidders:
1st Ranked - QGS Development, Inc., Bid Price $6,620,380. Difference in bid price over budget is $868,646.
2nd Ranked - Duininck Bros., Inc., Bid Price $7,977,829. Difference in bid price over budget is $2,226,094.
The Project budget available for construction is $5,751,734 and $575,175 for construction contingency. Award
to QGS Development, Inc.; will require an additional appropriation of $955,509; $868,646 for construction and
$86,863 for contingency. The Administration recommends negotiations with QGS Development, Inc., and
further Authorizing the Administration to Reject All Bids in the Event that Successful Negotiations are Not
Reached with the Top Ranked Contractor.
APPROVE THE CITY MANAGER"S RECOMMENDATION
Advisory Board Recommendation:
I N/A
Financial Information:
Sotm:e ~ Amount Account Approved
Funds:. 1 $ 955,509 Capital Reserve Fund
aBPI Total $ 955,509
Financi Impact Summary:
islative Trackin
JMG
G
MIAMI BEACH
230
AGENDA ITEM
DATE
R~A
3-/4-07
!9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
TO:
fROM:
DATE:
SUBJECT:
COMMISSION MEMORANDUM
Mayor David Dermer and Members of the Ci_ty C~ion
Jorge M. Gonzalez, City Manager )""'--0
March 14, 2007 ()
REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO
INVITATION TO BID (ITB) NO. 21-06/07 FOR NORMANDY SHORES GOLF
COURSE IMPROVEMENTS, AND AUTHORIZING THE ADMINISTRATION TO
ENTER INTO NEGOTIATIONS WITH THE TOP RANKED CONTRACTOR OF
QGS DEVELOPMENT, INC.; AND UPON CONCLUSION OF SUCCESSFUL
NEGOTIATIONS, FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE AN AGREEMENT WITH QGS DEVELOPMENT, INC., IN THE
ESTIMATED AMOUNT OF $6,620,380; AND FURTHER APPROPRIATING
ADDITIONAL FUNDS, IN THE AMOUNT OF $955,509 FROM THE CAPITAL
RESERVE FUND FOR THE ADDITIONAL CONSTRUCTION COST OF $868,646
AND $86,863 FOR PROJECT CONTINGENCY; AND FURTHER AUTHORIZING
THE ADMINISTRATION TO REJECT ALL BIDS IN THE EVENT THAT
SUCCESSFUL NEGOTIATIONS ARE NOT REACHED WITH THE TOP RANKED
CONTRACTOR.
ADMINISTRATION RECOMMENDATION
Award a Contract
FUNDING
Project funding in the amount of $6,609,833 was appropriated from the following sources for
the Normandy Shores Golf Course Improvements: $2,095,948 from Capital Projects Not
Financed by Bonds (301-2383); $3,613,885 from the 2001 Gulf Breeze-Normandy Golf
Course (381-2383); $900,000 from the Miami-Dade County Bonds (390-2383); for a total
budget of $6,620,380. However, $282,924 was already expended; therefore, the current
available construction funding is $5,751,734 and $575,175 in construction contingency. An
additional amount of $868,646 is needed to fully fund the construction contract of
$6,620,380 and an additional $86,863 is needed for a total construction contingency of
$662,038. Total new appropriation requested is $955,509 from the Capital Reserve Fund.
ANALYSIS
On October 8, 1997, pursuantto RequestforQualifications No. 79-96/97 (RFQ), the Mayor
and City Commission adopted Resolution No. 97-22575, authorizing the Mayor and City
Clerk to execute an Agreement with the firm of Arthur Hill and Associates, for Professional
Services for the design, construction, bidding documents, construction observation, project
administration, scheduling, and cost estimating necessary for the renovation and
improvement of three City golf courses: Bayshore Golf Course, Bayshore/Par 3, and the
231
Commission Memorandum
Invitation to Bid (ITS) No. 21-06/07 for Normandy Shores Golf Course Improvements
March 14, 2007
Page 2 of 5
Normandy Shores Golf Course.
On September 8, 2004, the City adopted Resolution No. 2004-25665 for Amendment No.2
for additional services necessary for the renovation of the Normandy Shores Golf Course
Project which included services relative to the drainage and irrigation system improvements.
SCOPE OF SERVICES
Work to be performed under this Contract shall consist of furnishing and installing all tools,
equipment, materials, supplies, and manufactured articles and fumishing all labor,
transportation, and services, including fuel, power, water and essential communications, and
performing all work, or other operations require for fulfillment of the contract in strict
accordance with the Contract Documents.
The Scope of the work is to provide all materials, labor, equipment, supervision, mobilization,
overhead & profit required to provide but not limited to the following:
1. Eradication of existing turf using applications of Round-up as defined for areas shown on
the turf eradication plan.
2. Removal of invasive tree and shrub vegetation identified on the tree removal plan.
3. Removal of all existing golf cart path.
4. Renovation of eighteen tee complexes and practice range tee.
5. Renovation of nineteen greens including practice putting green.
6. Renovation and/or construction on bunkers/sandtraps.
7. Installation of new asphalt cart path in eight and twelve foot widths as identified in the
construction drawings.
8. Installation of golf feature (e.g. bunker and greens) drainage systems.
9. Installation of limited drainage system including basins, piping, and outfall control
structures for moderate surface flow.
10. Sprigging of specified Paspalum grass for all areas where the existing turf was
eradicated.
11. Installation of new pump station including connections to the public water supply with
associated control fittings, brackish water intake, and irrigation system.
12. Construction of new pump house structure.
13. Installation of new irrigation system including connection to the new pump station, new
piping, new irrigation heads, control system, and control lines.
14. Construct a drainage pump station with three low pressure electrical pumps to convey
the on-site runoff to three drainage wells.
15. Construct three pressurized drainage wells.
16. Enlarge two lake areas to provide more storage.
17. Construct a berm surrounding the golf course to contain on-site stormwater. The berm
elevation will be set at the peak stage of a 25-year, 72-hour storm event while discharge
to groundwater wells at the approximate pre-condition 5-year, 24-hour peak discharge
rate.
ITB PROCESS AND CONTRACTOR EVALUATION
On December 28,2006, the City's Procurement Division issued Invitation to Bid (ITS) No.
21-06/07 for Normandy Shores Golf Course Improvements. The purpose of this ITB is to
obtain bids from qualified General Contractors to provide all labor, material, equipment,
supervision, mobilization, demobilization, survey, overhead and profit, bonds, insurance,
permits and taxes to complete the work to the full intent as shown or indicated in/on the Bid
Documents.
232
Commission Memorandum
Invitation to Bid (ITB) No. 21-06/07 for Normandy Shores Golf Course Improvements
March 14, 2007
Page 3 of 5
A non-mandatory Pre-Bid meeting was held on January 19, 2007 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 Process, and of all required documentation to
be submitted with their bid.
RFP Depot issued bid notices to 951 prospective bidders, resulting in 80 bidders requesting
the ITB documents. Additionally, the bid was also provided to prospective bidders by Bid Net,
which issued bid notices to 31 prospective bidders, resulting in 8 bidders requesting the ITB
document. Both bid notification systems resulted in the receipt of 2 bids from the following
Contractors:
. Duininck Bros. Inc.
. QGS Development, Inc.
The CIP Department provided a recommendation of Technical Review Panel members
which was approved by the City Manager's Office, consisting of the following individuals:
· Grace Escalante, Senior Capital Projects Coordinator (Chair)
· William Cary, Assistant Planning Department Director
. Kevin Smith, Parks and Recreation Director
· Brad Judd, Property Management Director
. Hossen Kadivar, Civil Engineer
On February 26, 2007, the Technical Review Panel convened, and all members were
present. The Panel was provided Scope of Work information by Ken Williams of Arthur Hills
(the "Consultant"). Procurement Division provided past performance evaluation surveys on
the two (2) bidders and Ms. Sarah Goodridge, PhD student, Florida Intemational University
provided insight on "Best Value Procurement".
The Panel also discussed the Evaluation Criteria, which was used to evaluate and rank the
Bidders. The Evaluation Criteria was articulated in detail in the Bid Document as well other
Addenda issued by the City's Procurement Division.
TECHNICAL REVIEW PANEL EVAlUATION/SELECTION PROCESS
The evaluation process used by the City for this bid is one of "Best Value Procurement",
meaning that the City will, in addition to price, consider past performance on previous
contracts, Risk Assessment Plans for this ITB, Qualifications of Personnel proposed, and
presentation and interview of Contractor's personnel.
The Technical Review Panel utilized a three-phase evaluation and ranking process. The first
phase consisted of the Risk Assessment Plan and the Past Performance. The second
phase consisted of presentation and interview of the bidders, and the third Phase was the
ranking of the bid prices submitted.
The following Criteria and respective points were used by the Technical Review Panel in the
Ranking of both bidders:
Phase 1:
Qualifications and Experience (15 points)
Risk Assessment Plan. (30 points)
Past Performance based on number and quality of the Performance Surveys. (15 Points)
233
Commission Memorandum
Invitation to Bid (ITS) No. 21-06/07 for Normandy Shores Golf Course Improvements
March 14, 2007
Page 4 of 5
Phase 2:
Interview of Key Personnel. (35 Points)
Phase 3:
Bid Price. (20 Points)
115 Points Total
The Technical Review Panel reviewed, evaluated, and ranked each bidder. Although the
Best Value process was discussed during the meeting the Technical Review Panel did not
fully understand the scoring of the bid price. For this reason the Technical Review Panel
would reconvene at a later date to discuss how they would score Phase III; Price.
On March 2,2007 the Technical Review Panel reconvened. In attendance were all Panel
members and via telephone conferencing there was representatives of the 2 bidders and
Ken Williams the Consultant's representative. At the conclusion of the meeting the Technical
Review Panel provided the final ranking of bidders pursuant ITB-21-06/07:
FINAL SCORES
Q&E RAP PPI INT BID TOTAL
1. Grace Escalante QGS Development 14 15 13 33.25 19 94.25 X
Duininck Bros., Inc. 15 15 14 35 2 81
2. William Cary QGS Development 12 15 7 34.3 19 87.3 X
Duininck Bros., Inc. 15 15 14 35 2 81
3. Brad Judd QGS Development 15 15 14 31 20 .95 X
Duininck Bros., Inc. 15 15 15 33.25 15 93.25
4. Kevin Smith QGS Development 14 15 10 28 18 85 X
Duininck Bros., Inc. 15 15 15 34.3 5 84.3
5. Hossen Kadivar QGS Development 13 15 9 32.2 20 89.2 X
Duininck Bros., Inc. 13 15 10 28 16 82
The Technical Review Panel unanimously ranked QGS development, Inc. No.1 and
provided the City Manager the following ranking of bidders:
1st Ranked - QGS Development, Inc.; bid price $6,620,379.49.
2nd Ranked - Duininck Bros., Inc.; bid price $7,977,828.47.
For QGS Development, Inc., additional funding for construction would be $868,646. For
Duininck Bros., Inc. the additional funding required for construction to meet their bid would
be $2,226,094; neither of these include project contingency.
REFERENCES:
Ed Miller
Quail Ridge C.C.
"QGS is the best Contractor I have ever worked with, on time, within budget."
Charles A. Cangianelli
Village of North Palm Beach
"The Village was extremely impressed with the Contractor. A total renovation to a Jack
Nicklaus Signature Golf Course in 6 months."
234
Commission Memorandum
Invitation to Bid (ITB) No. 21-06/07 for Normandy Shores Golf Course Improvements
March 14, 2007
Page 5 of 5
Jeff Klontz
The Country Club of Florida
"Great Job!"
CONCLUSION
Request for Approval to Award a Contract pursuant to Invitation to Bid (ITB) No. 21-06/07
for Normandy Shores Golf Course Improvements; and authorizing the Administration to
enter into negotiations with the top ranked Contractor of QGS Development, Inc.; and upon
conclusion of successful negotiations, further authorizing the Mayor and City Clerk to
execute an agreement with QGS Development, Inc, in the estimated amount of $6,620,380;
and further appropriating additional funds, in the amount of $955,509 from the Capital
Reserve Fund for the additional construction cost of $868,646 and $86,863 for project
contingency; and further authorizing the Administration to reject all bids in the event that
successful negotiations are not reached with the top ranked contractor.
Attachment 1: QGS Development, Inc. bid proposal
(T:\AGENDA\2007\mar1407\Regular\lTB-21-06-07Normandy ShoresMEMO.doc
235
lD
...,
MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeachfl.gov
PROCUREMENT Division
Tel: 305-673-7490, Fax: 305-673-7851
INVITATION TO SID (ITS) NO. 21-06/07
ADDENDUM NO.1
January 19, 2007
FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS is amended as follows:
I. The bid due date has changed from January 30 to February 13, 2007 at 3:00 pm.
Subsequent addenda will follow with clarifications to the bid document and answers to
questions from prospective bidders.
II. The "Minimum Requirement" as referenced in the bid document on pages 7 and 159 has
been amended to read as follows:
Minimum Requirements: Golf Course Contractor must be a Certified Member or Associate
Member of the Golf Course Builders Association of America, or a Golf Contractor must establish
that they have been in the golf course construction business for at least five years and have
completed construction of an 18 hole golf course construction project in the past 3 years.
Attached to this addendum please find amended bid document pages 7 and 159 please replace
these pages in the City's bid document.
Bidders are required to acknowledge this Addendum on ITB document Page 158,
"Acknowledgement of Addenda", or the proposal may be considered non-responsive.
CITY OF MIAMI BEACH
~
Gus Lopez, CPPO
Procurement Director
rm
F:\PURC\$ALL\Roman\bids\07\ITB-21-06-07\itb-21-06_07 A 1.doc
VVe orf' cornrnftled to providing exce!{f..mt public service ond 50(f.-';ty to al! v"ho live, '."vork, and pio'/ in our Vibrant,. trof)ico/, histone co,fnrrwni!:,./
<9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beoch, Florido 33139, www.miomibeachfl.gov
PROCUREMENT Division
Tel: 305-673-7490, Fax: 305-673-7851
INVITATION TO BID (ITB) NO. 21-06/07
ADDENDUM NO.2
January 25,2007
FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS is amended as follows:
I. The "Minimum Requirement" as referenced in the bid document on pages 7 and 159 was
amended in Addendum 1 to read as follows:
Minimum Requirements: Golf Course Contractor must be a Certified Member or Associate
Member of the Golf Course Builders Association of America, or a Golf Contractor must establish
that they have been in the golf course construction business for at least five years and have
completed construction of an 18 hole golf course construction project in the past 3 years.
Attached to this addendum please find amended bid document pages 7 and 159-162, please
replace these pages in the City's bid document.
II. There is a CD with AutoCad files for this bid available. Please contact the City of Miami
Beach Procurement Division at 305-673-7490 to secure a copy of the disk. The price for the
disk is $10.00, no credit cards please, check or cash accepted.
Bidders are required to acknowledge this Addendum on ITB document Page 158,
"Acknowledgement of Addenda", or the proposal may be considered non-responsive.
CITY OF MIAMI BEACH
L
Gus Lopez, CPPO
Procurement Director
rm
F :\PURC\$ALL \Roman\bids\07\ITB-21-06-07\itb-21-06-07 A2.doc
v"I,t'e ore committed to
excd/en! ,Dub/ie service (md 5Clfety to al! who five" \;vor.(, Grid ploy in our vibrant,
historic: C(1n!muni~yl
14. Construct a drainage pump station with three low pressure electrical pumps to
convey the on-site runoff to three drainage wells.
15. Construct three pressurized drainage wells.
16. Enlarge two lake areas to provide more storage.
17. Construct a berm surrounding the golf course to contain on-site stormwater. The
berm elevation will be set at the peak stage of a 25-year, 72-hour storm event
while discharge to groundwater wells at the approximate pre-condition 5-year,
24-hour peak discharge rate.
18. Interconnect on site lakes with HDPE pipes.
19. Build two control structures on the lakes to provide require water quality
treatment volume within the lake system.
Estimated Budget: $6,100,000
Minimum Requirements: Golf Course Contractor must be a Certified Member or
Associate Member of the Golf Course Builders Association of America, or a Golf
Contractor must establish that they have been in the golf course construction business
for at least five years and have completed construction of an 18 hole golf course
construction project in the past 3 years.
ANY BID(S) RECEIVED AFTER 3:00P.M. ON JANUARY 30, 2007, 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.
A Pre-Bid Conference will be held at 10:00 a.m. on January 19, 2007 at the City of
Miami Beach City Hall, 4th Floor Mayor's Conference Room, located at 1700
Convention Center Drive, Miami Beach, FL 33139.
Attendance at the Pre-bid Conference is highly encouraged and recommended as a
source of information but is not mandatory.
Attendance (in person or via telephone) to this Pre-Bid submission meeting is
encouraged and recommended as a source of information but is not mandatory.
Bidders interested in participating in the Pre-Bid 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).
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
7
I Amended page 7, Addendum #2 I
05000.
CUSTOMER REFERENCE LISTING
BID NO. 21-06/07
NORMANDY SHORES GOLF COURSE IMPROVEMENTS
CUSTOMER REFERENCE LISTING
Related Project Experience: (Minimum Requirements)
Golf Course Contractor must be a Certified Member or Associate Member of the
Golf Course Builders Association of America, or a Golf Contractor must
establish that they have been in the Qolf course construction business for at
least five years and have completed construction of an 18 hole Qolf course
construction proiect in the past 3 years.
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH I Amended page 159, Addendum #2 I
159 .
The City reserves the right to request, from the bidder, clarification or omitted information in reference to
this form. The bidder must submit the documentation within three (3) calendar days upon request from
the City, or the bid shall be deemed non-responsive.
SAMPLE Proiect
COURSE OWNERIDEVELOPER:
GOLF COURSE ARCHITECT:
ENGINEER:
IRRIGATION DESIGNER:
GOLF COURSE SUPERINTENDENT:
MUNICIPALITY:
CERTIFIED GOLF COURSE BUILDER:
SPECIAL FEATURES OF THE PROJECT:
*ATTACH ADDITIONAL SHEETS IF NECESSARY*
BID NO: 21-06/07
DATE: 12/28/06
CITY OF M/:OMI BEACH I Amended page 160, Addendum #2 I
SAMPLE Proiect
COURSE OWNER/DEVELOPER:
GOLF COURSE ARCHITECT:
ENGINEER:
IRRIGATION DESIGNER:
GOLF COURSE SUPERINTENDENT:
MUNICIPALITY:
CERTIFIED GOLF COURSE BUILDER:
SPECIAL FEATURES OF THE PROJECT:
*ATTACH ADDITIONAL SHEETS IF NECESSARY*
BID NO: 21-06/07
DATE: 12/28/06
CITY OF M/~MI BEACH I Amended page 16], Addendum #2 I
SAMPLE Proiect
COURSE OWNER/DEVELOPER:
GOLF COURSE ARCHITECT:
ENGINEER:
IRRIGATION DESIGNER:
GOLF COURSE SUPERINTENDENT:
MUNICIPALITY:
CERTIFIED GOLF COURSE BUILDER:
SPECIAL FEATURES OF THE PROJECT:
*ATTACH ADDITIONAL SHEETS IF NECESSARY*
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
162
I Amended page 162, Addendum #2 I
It. MIAMI BEACH
"!liIfY
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. 21-06/07
ADDENDUM NO.3
February 7, 2007
FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS is amended as follows:
I. The following are answers to question from prospective bidders.
Q. Is the project exempt from City of Miami Beach Permit Fees?
A. Yes, all Miami Beach permit fees are waived.
Q. What size are the Aluminum signs to be that are in section N of the bid form?
A. The contractor shall bid Item # TSB01 which includes "Custom Post Mounted
Aluminum Tee Sign/Bench Unit. Package includes: (1) 12"x18" aluminum tee sign; (2)
4"x4" aluminum posts; 101/2 gallon aluminum waste enclosure and liner; Par Aide
Master ball washer with mounting bracket; 8' pressure treated wooden bench".
Q. On Drainage Wells, will all the permits be completed by the Engineer?
A. SFWMD ERP permit has been obtained.
Q. On Drainage Wells, will all the permits be completed by the Engineer?
A. SFWMD ERP permit has been obtained.
DERM Class II stormwater and local approval of the wells have been approved;
however, the stormwater permit will need to be pulled by the contractor. DERM's fee
for the final permit is $17,300 and is included in the bid.
No dewatering permit is anticipated because of the large storage volume in the golf
course ponds. This needs to be confirmed by the contractor.
No Water Use Permit is required for the irrigation system since the pond has brackish
water.
The FDEP Class 5 Underground Injection Control (UIC) permit has been applied for.
One response for additional information was submitted (1/29/07). FDEP has not
commented on the Reasonable Assurance Report (RAR). The final permit will need to
be obtained by the contractor after selection so that they may complete the
application form. No additional fee is anticipated for this permit.
V'v'r:} ore cornrnftied 10
excellen!
SfHvic:e and safety to 011 ',,',/ho live: ..,'/or,(, and pioy in our vibront: iropicol, historic comrnuni!y
Q. Will the Reasonable Assurance Report be provided by the owner and will it be available prior
to bid submittal.
A. The reasonable assurance report is attached to this addendum for bidders
information.
Q. Will an alternate method of installation be accepted? Our standard methodology is the use of
a case driven well vs. the specification requirement of mud-rotary or reverse air. The majority
of the wells in Miami Beach have been case driven, why the change in methods? The RAR
should reflect the use of case driven wells if this technology is acceptable. This alternative
will not only be value added due to cost savings it will also reduce the overall project
schedule duration for installation of the wells. Case driven wells also produce a better
product which is why that is the only method we use to install these type of wells.
A. All wells are pressurized wells and FDEP required greater assurance to assure that the
well casings are sealed. If these were gravity wells, then the case driven method
would be acceptable.
Bids for alternative methods can be submitted, along with a bid for the original
method. However, the Contractor will be responsible for modifying the RAR and
permit application. As noted above, the Contractor must obtain the UIC permit in any
event. The Engineer will not accept liability for alternative well designs. The
Contractor's bid should clearly indicate the construction method or material,
especially if it varies from the bidding documents.
Q. We would also propose to use steel well casing vs. the specified PVC. This will also
significantly reduce the installation cost and is also the chosen materials for well installation
at other City of Miami Beach locations. FDEP routinely permits this type of well casing and
installation method.
A. See answer on No.3. Given the brackish groundwater and the pressurized system,
PVC was selected by the Engineer. Alternative materials that comply with Florida
Administrative Codes are acceptable but the Contractor must obtain FDEP approval as
part of finalizing the UIC permit.
Q. Please specify the discharge point for the well capacity test required. What is the required
duration of the test 5 - 15 minutes would be preferable due to the lack of available water in
the area as well as the discharge point and significant volume of water that would be
generated.
A. Nearby ponds can be used to receive the discharge water, or it can be placed on the
fairway to the north of the site if it does not interfere with the new grass placement
(e.g., no erosion, or kill new grass sprigging).
The well level needs to be stabilized regardless of the duration of the test.
Q. Please clarify which wells are to be gravity and which are to be pressurized. The
specification and drawings are unclear.
A. All wells are pressurized.
Q. Is a local clean water source available to the well installation area? If so please specify its
capacity.
A. Clean, local water will be available. Capacity is unknown at this time.
one
Q. Where is the 200 If of sheet pile to be installed, and is it to be permanent?
A. Sheet pile is for temporary shoring for the construction of a control structure in an
existing pond (CS-1).
Q. What is the 3" conduit leading to the pump station for?
A. The contractor that installs the control panel is also responsible for installing the
power line to the transformer. This is noted on the drawings. The Engineer contacted
FPL about 1 year ago and got their comments, which are reflected on the bid
documents. FPL was to determine if the transformer was of sufficient capacity, but
never responded. Because of the potential FPL lag time to change the transformer (up
to 6 months), the contractor will need to coordinate with FPL immediately to confirm
the transformer size and project schedule.
All HOPE drainage connection pipes between ponds are 18-in diameter. The pipes
between the two control structures and the pump station are 24-inch diameter HOPE.
II. Clarifications:
1. Turf areas that are not disturbed shall be tilled. Stripping and/or burying is not
necessary.
2. Row planting is the specified method for grassing.
3. Items added to the revised Itemized Proposal Form include four-inch drainage for the
driving range tee, eight-inch pipe, and a sod allowance in square yards.
Irrigation;
1. A section to the bid form for Rainbird components has been added. The contractor
may include a subtotal price for the both component suppliers, however, the
contractor is to INCLUDE only one (either TORO or Rainbird) in the SECTION TOTAL.
2. The City of Miami Beach will provide the water meters.
Pump House;
1. The bid form has been revised is reference to the Pump House and the Itemized
proposal Form is attached to this Addendum.
Those bidders that would prefer to have the revised Itemized Proposal Form in an Excel file
may download the Excel File from the documents download section in Bid Net and RFP Depot
or bidders may request the Excel file from the City, please request the file at
romanmartinez@miamibeachfl.aov
III. Please be advised that the City will not accept electronic bid submittals ofthis ITB. One (1)
Original and Ten (10) copies of the ITB are to be submitted in a sealed envelope or
container to the City of Miami Beach Procurement Office, 1700 Convention Center Drive,
Miami Beach, Florida 33139 on February 13, 2006 at 3:00 pm.
Bidders are required to acknowledge this Addendum on ITB document Page 158,
"Acknowledgement of Addenda", or the proposal may be considered non-responsive.
CITY OF MIAMI BEACH
f~
Gus Lopez, CPPO
Procurement Director
rm
F :IPU RCI$ALL IRomanlbidsI071ITB-21-06-07Iitb-21-06-07 A3.doc
VV'e Ofe committed 10
excef/enl
service one:! soh;ty to ol! who five,
Gnd pioy in our vibront; tropicol, hisloric community.
"a
.,
::
;:;
1;
"
.,
"
~
<::
"
~
.(i
<-
"S
~
~
~
.,
.,
"
.5
~
"
<::
"
.,
"
~
~~
'1:::: ~
~ ~
.~
~
~ ~
~ ~
.~ ~
~ ~
~ ~
~ a.
cu ~
~ .~
::l 1;
o .::
U';-
......~
'0
~~
.~
.~ =
" ~
S fIJ"::: ;;
..cu~c..
~ 0 ., v
--; ..c ~;t
Uicn~2
8. >-''' Vi
e "0 ~
ll. t::..,
~ ~
"'a~
.~ ~
S 0 ~
~Z~
,
<
r--
o
r--
'a
;; ~
"Cl .;::
..!:! .. -
'3 Q.. '--
CJ;
..:: Uc
;:;
'J
~
~ ~
u
><
"
~
c:
5
"f.
~
<: i=Q
.S " .g
~ ~
u E ~ u
v 2 v
'J) ::2 'f: V;
.q
-=
(':l
::l
CI
..J
<::
r--
0
r--
;:; ~ '3
~
~ CQ
'a Q
;:; '" .j
"Cl .;::
..!:! r.l
.. U
] Q.. ~
CJ;
..::
;:; "
~
.q
-=
,.
6
II
s
f.;
~
-'"
"
1 If
.::-
~
<::
E ~
~
2:' -'3
-=
OJJ
C
'C
~
~
'-'
v
,8
u
v
V;
..J
<::
r--
0
r--
;:; G ~ - '3
u
0
p
... 0
'3 Q
;; ~ 0
"Cl u .d
..!:! 'C r.l
] Q.. u
.~
CJ;
..::
;::. :.- :.- ......
u u
.~' 5
-= .f.
,. ;::.
::l ~
CI ~
,
f'
)
g !
J "
:oJ;
2 ~
~ " ;<
2
-'"
1 h
E ~ ~
2 ,~ t:
~ ...
,.,
.9
......
f"
...
~
u
~~
.......
Q
g
u
v
V;
..J
<::
r--
0
r--
;:; '- '- " '3
- ~
~
~ Q
'a
;:; Q
'" 0
"Cl .~ 'd
..!:! .. r.l
'3 Q.. 4.1
~
en
;::
-
;:; '-- c..- o'
- - ~
.q
-=
,.
::l
CI
:.,
~
~
s
~
s:
~
-
~
-g
~ ~ ~ ~
f f
.::: .~ J
E " ~ ~
:0: -
-
~ :.,. ~ x (-.J
-
v
bD
~
C
.~
'"
Q
.g
u
c;
V;
..J
<::
r--
0
r--
;:; '- '3
~
... ~
'a =
;:; '" 0
"Cl .;:: .tJ
..!:! .. 4.1
"3 Q.. ~
'"
..::
;:; '-
~
.q
-=
,.
::l
CI
f
--
~
E h
~ ~
~ -
.s
u
;:l
1::
'fJ
,...
,q
'-'
c;
.c.;
:-'
c
r.;
r.;
....
r ~
V
...l
<
E-<
0
E-<
...., '- '- = :::: '- '- ~
.... ~ ~. - - ".
... ""
'2 =
;:J '" <:)
"0 u 1~
..!: 'C D
~
] ~ ell
00 i,
c
....
;:J '- '- ,~ ,~ :::: :::: '-
f. ". - ".
!))'.
.q Ii
I:
~
;::
0
i/
2
-'"
u
-
"
"
"
~
"-. ;:
~ .:E..
"
~ ~ ~ '-c
- ~ ~ "
;:: -
" ~
~ .~ -
::r.
E " .r .U Z " ;:: E !i
~ ~ ;::
. - - .::>
~ :..,. :..,. :..,. tF-.
.s
U
::l
1::
C/)
c
o
U
2
u
r.;
V)
v
c
.g
u
r.;
V)
,
....
<
E-<
0
E-<
;:J '- '- :::: I~
- ".
... I~
'2
;:J '"
"0 u
..!: 'C
3 ~
00
C ,'i
....
>
;:J '- - '-
- ~ -
ii
.q
I:
~
;::
0
,
>
-
-'"
1
-
"
~
.. :;.[
"-.
- ~ ~
-
? ~ '-c
" ~ :::
'" '"
u j '-
,.. -;: -'" ~ -
(:; 3 ;:
~ j :..,. :..,.
.s
......
u
::l
....
......
C/)
5
v
....
r.;
...0<:
C
::l
~
.......
...l
<
E-<
0
E-<
;:J ~ --:;: '- ~ :;. ~ ~
~ 'f. ...
- ~
... ::t:
'2
;:J ell
'" <:)
"0 u .::
..!: 'C v
] ~ ~
ell
00
:::
....
-
;:J ~ '- '- u ~ u
~ ~ " " ~
r---
~
.q .~
~ -
I: =
" =
~ ~ -
;:: '"
0 ~
':::
"
'"
ol:I
- l::
.g
"
.~
~
~
~
:::
l::
"
.i::
\.;
i
..:::
\.;
.S
~
~ "
'., :;.[ -
'"
~ ~ ~ j
~ 2
:::: -
-.:: ". -
~ ~ ~ ::
E 2 :; 'f .~ ~ u
~ ~ <= u .?
'r u :2
- ::::: ~ :- - -/.
OJ;
E
C/)
C/)
~
....
r~
V
c
.g
u
r.;
V)
.2
u
r.;
V)
...l
<
E-<
0
E-<
;:J :::: '3
~
... -
'2 ell
;:J -8
"0 '"
.~ D
..!: ... ~
] ~ ell
00
.s
;:J '-
.q
I:
;;:
6
-"
::...
E
E -
'"
E
2
>-
C/)
~
r.;
c
...::l
::i
u
.~
~
...,:
c
.g
u
'"
V)
'3
~.
IH"":
;:
0
...,
l.l
4J
rn
i
..........
/
Ch
r'
C
2
>-
~
~
.-
;.:J
--0
<
....:i
<
E-<
o
E-<
-
;:J
-
..
'2
;:J
"'0 .~
.!( ..
]=-
<IJ
.s
-
;:J
t--
.f'
c
o:l
:l
o
----.
~
Z
~
z
,.,.
'-'
,..,
~
!'*'\
~
'-'
,..,
v
e:::
,....,
~
~ 0
-g
~
-
g
E u
~ ~
.s ~
:; ~ ~
N u'-
l-o 1: "'0
1 ~ ~
- ~ 2
~ B c..
~ 2
~~~
~E~
'"0 ;:::
-.~='" Il) ~
"S 5
B g .g
'"Os"'O
I.., 5 .8
~ 2 .~
~.~ .~
Eg.ffi
"E~c-
8~g
E-
E
o
'.)
~
"''2
~ 0
'" >-
:' 'E .s
~E-g~
c...:: c
"g. g. 0
Il) l-o 'C
'c ~ ~
~ u
o
t)
e
E
o
'..J
'"
.~
~
"
':J r.n
'.)
" '"
-;S
u
E-
.9- .E
=
0'" r.r.
"
=a]~
o '" ,...~.
.g 3 ~.
c.. ~ ~.
" e
:..c c
-50
"
s
;;
00
.: :~
Q rJl
~l ..-
.~ c
Il) e
'0 t:
Z 8
v
..,
v
c::: ~
::.- :J
=-- ~
x X
~
v
'C
oj;
~~
~-
't:
~~
~
~~
~ (; :;
z -.\li
z .~
~ ~~
"
:; :...
"
:.; :...
Of; :::
f....., _
~
'"
:~
"
~
~
~
.~
~ ~ .-;: ~
:J :J :... :J ::... :.;-
3 :J C '5 :... C '.....
- rr, "'7 ('] rr, X
~
~
"
I~
-.J ;,) :... ::; J
j '5 :.. :.:; j
~
"'"
%
~~
:::
'-
,,0
=:
g
iil
....
o
~
i
rn
..,
.:,)
Of;
----.
~
Z
L:..:
Z
,..,
v
~
..,....
,-";
!'*'\
V
V
Q
c:r::
>-
p::)
Zl~
~ .~
<I"::'
c:r:: !;c'
"-" .::::::
~ ~
.~ ~
~ .~
oc~
'C ~
... '"
>-,=-
5 ~ J
~ ~ ~
:J :... ,:;
~~~
:... j
'5 j
:; ~
~
'"
~
~
.~
'--;
~
~
~
<2
~
e
~
"
v
"
~
"
~~
:.; ~
~c-:
~~
~ -.\li
.g :%
u r.-:
'"
V)
n
~
%
.'>
v
.io: -.\li
\.... '..... :...
~ := ~:~;
,,~~~~~~v
t ~
() :J
v:z
r-:: -:-::: -:-:::
:.:; '-I:"" :J
~ ~ r-:: ~ ...;:
::... :.. :.. :..; :..;
......... rr, 'T (') rr
~
"'"
~
"
~
V':.c/)V'.:V'.V;;
~~:h~~
M"lT"'1"'Vl'f
JJ000~
+++++
C<::x:C<::>:::o::
<<<<<
~ "- ~ "- 0..
"CI
U
;:l
'E
:5
t..J
.2
.....
co;:
bL
'C
...,
.....
~
c
,5
t..J
u
v;
...J
i::1
o
1-<
.....,
-'
....
'E
;:J
"'tj .~
..:= ...
]Q.,
00
..5
;:J
.f'
-=
"
;:l
CI
:; ~ '-' J :..;
:1 8 5 J J
'>
t
'::
.<::>
~
'Z,.
;.
;::
;:J
:.; ~
-~
~ "'
"
"
e
I.
"
"
I
x
~
S:
~
== '....... .= '- =- ~ := '..... ::: ;:: == '.......
:::: '.......;: '......:::: ==::::.......:=::::::: '....
~5~5='
;:::: - -
_ 4:
~~~-
- - ~
~ "2
"
~ ~ ~
t; .-- :;
~
.....
c
u
~
E.
.~
~
~ - t
~
>;:6.=
~~
....... ("'I
~ ~: ~
~~
"""@ ~ ('J N r:-i ~ '-' '-
~ ~~ """ ^" N
~ ~:;7~~
C,) ~"" _ z _
G .~ ~ ~ .=; :.c ~ ~ ;r,
~ 2
2"2'N2'~E:C'I-
--'J.-'J:._'/.
Fl N .:=: 'f. ~;::::::r.
~~~~~~C~l_~_
C~ 2~ 'F.;j 'J'N 'f.
"
.-- .....: -~ ~ .....: r-.
:; ~ :: z :; 'f. ('I
r- ,-.. r-o (--.1 r"\ (-.\
'l:::i:z"-'l".;...........
'"
~ "
- ~
;:~
- ~ =-- =" If''J
~
"
~
~
~
'"
~
~ ~ ~ ~
."=
'-' :] :;
j j ::; 0 J
("I r-l
.......z-...,3
,-.. (--1 <:::",....-: ;:;:
_'f.:::-~ 2~
l)==~":-t~.....~1
(") t.....,
"
:.J :..;
====:=::::::::
'...... '........ ...... ........ '...... ...... '......
;::::: -- - - - - -
.=. ~ --
\.... ~~
~ ~ ~
~ ~19~ " "
_s:~~~_
;'::",::-6~~
:::,; :..; :.; ;.)
C:~~~~~E
~ J ,~ .- ,- ,-
- _ ~I<.o ~
12:::::~~~
('J ""'t -,
Qi~~:ff~
"
~ ~
,......, ~
.~ (-.1
;::...........
"
:... :.;
~ 'J;. ";
'" ;.)0
E-<
,
,.Q
::l
en
'3 :.) :..; J 'f.
('I r"1 :: - -
~
~ ~
~ g;~:;g
~ ~ - ~
~? 1-5Sf:~
~ ~ ~ ~_~_'. J ~ _
:::: "~. \.... - 'f.
,-,':f.~ -.:;_-
:; J " " " j - " " " " ~ ~
~ '" ~ ~ '" '" :.- :.-
,
i:IIIl
=
0
'g
u
00
.-;;-
...
=
u
=
" " " " " 0
j j :.- ". :.:; ~ ~ l:l..
~ :.- " :.- ~ ~ a
0
\)
~
~
- - - - - - - <'I '" 01 <'I 01 - ..
0
~
i
0;
r:t:
..
u
~ .s
....
% u
4:l
r>:::: ..a
~ \)
~ =
:~ ..,...
~ s
~ -., ~
"- ---::
~ ~ \)
~ :::: ~ ~
." 1t - 'f. ~ =
~ '" 0
c:: ~ :.-
" ":i " U
:::: ":i " ~
~ 'i: L :2 :::: ;: ........-
.; ~ ~ ~
f ~ :.- ~
- :.- i1. ~ :.- ~ ~ ~
;? '" .. ~ -;; :.-
~ ;; ~ 2 ;... ;... :.-
.~ :.- ~ cQ ~ -
"% ~ :.- - ~ ~ " ~ ~
~ 'f. ;::. g: -
- ~ " ~ ' . :i: ..
::: ~ :.- -'" ~ ~ .P ~ ~ ~ ~ ~ E
c:: ~ '1 -- ;.:; '(0-.1 X ;.:; OJ
- - ~
l:
...
<.i
.;..
~
'-' .~
v -s
~"-
~ Q
~
E ~
~ -s
"
'J;,"S
.~
~~
.~ ~
u
VJ
"
<.i
t::
'" ...:i
~. <
S E-<
Q 0
<.i E-<
",'
~
E
<.i
t::
~ ;:J
~
1:
.5 '2
~;:J
-a ~ .~
~ ~ '"'
.s '3 Q.
:: C
~-
~
z'
~
"
.~
~
~
"
.~
s
'"
'"
l:
Cl..
~
.s.:
t
8
"
~
',.
~
Cl..
~ ~
:..; :,.,
;:J
:.J :5 3
.E'
c::
"
;::l
C1
~
c
~
c
-::c
.~
~
~
.'
~
2'
c
.g
.2S
VJ
g
S -
QJ ;:l
... "
- >-<
~
~ \-
~ ~~ .~?
""'::::: ,.....; '"'" ,....., ":;: ~ -
~ ~ .-
.~ :::..- ~ S G ,,, :.;
~~=~~~~:
::::: It; =" - .. :..._
::; ~ ~ ~ ~ .~ ;;:. :!:
~ ~~~:;~~':'-'~
~~\C~-~"-:S ~
~ ~~:~'tr -J
J: ~ x '~ ~ d: .~ i
rr. ..r, ,.r, ,.r
':": ~ . ~
:..; ;,; :..;
-:<:: ~ ~
:.:; :J :.; :..;
"'"
i'l:' ~
.~t.
I ~ ~
c
<::::..
~
~
....,
'-
c.
:0-
.-.... :/.
"f
;::
~::::.
~ :;
J 'G
;...~
i5 '/.
4
~
:! ;i
r:: 0:;: ~
:..; ,;.. ::J :... :..;
:; v J ~ ZS J
3 :..; C :) 3 5 3 e 0 J :,)
....-,....-.---_C'Jt..r,C'I__
""
.~
'"
--:J -0 -' ""':J ""'"J
~ ~ 5J: ~ 5J:~
_ c",;/:.,
C":: " .. -:-: ".
C c: c c: c ,~
~;:-~;:'--S
~ ;::; r- B
:.:J ~ - E ......_
~ ~ '<t" ..;.
.~ ' ....-....-
'.., ~ ':;J: ~
c::; ~ " -
~~ E,
..... :::::: 1 '.....j-
Q:: ~ ;:?i r~ ~ ~ ~ =-
;:; :::..
-'J
-'.
N_~
t; ~ N ~
..2 ~-g
~--~
~J; ~~
-T C"i '::!
- ("I N ~
..,J ~ :-.i. ti:""'t'
J.r21:~~
- N ('j -j'" ~ _
35:;
,..- ('I.....
:::
~
-..:: _ :.J
=' -= ::::
:..-: :;'\ U
- ~ C
Yo "
'"TJ
~i
-J
:..; :,.,
- :..; .....
:::: :J ~- ,/,
Ei-~
~
:;
:or.
~.
"
-'"
~
~
'-
2 :/.
-'J _
:;
tc ~
...c~
tJ:., '....)
;? .~
;; :2
~
;:
or.
'J:.'
~ :j ... :3 :... :; :!
o
E;
i
r:.f)
o ::j ~ 3 :,., :5
u
':;
:;
~
'U
-1.:;0-
.F.
'f~
~
C
~
;~t~
~ ~Z cf.'
. -, :;,c
]~ -~~1
~]2~E:J;:
~- 2.J.5:J:.;
~
! i
~ 0
f-<
1 ~
;:I
f/') 0
.~
v
Q,I
f/')
'" " " " - .- :::: '-:J ~ 'J. ~ '- :::: '" :::: '" ~ '-:J ~ " 'J
:J ~ ~ " " :J - ~ c - " " ;... ~ ~
~ I
- -
er., - '" - -
'" ;;: - -
"'. '" "', '" r, - N - :;; U'1 - - r-- rl r, r, U'1 - - - -
'" ," "', rf '" .,.: r::: -
I.....
i. :; ":
:E. " ,r.
J C ~ -
c:;
c:; - ;.... '-
e i - :.> ;7.
~ V <" '- x. ~ -:i ~
~ f p:: ~ - '.7- ;;
V " - t; ~
'- S- 'J; - j -:i
~ " -" 5 ~ ", j
- E ~ - ;;-:
N - ~ '" ~ -
c:; - ~ ~ IS S: 'P --;::17 ::; t:i; 'J. ~ ::; -
bI:; - = 4: ~ '-' 2
oJ: ~ "2 u ""Q L J. -.r.
~ ;;: x. ;:: ..c ..c
co c: r-;- V " ::.L c:; fl ::: " or. 'J; E- ~
C :;; ~ '2 C '2 "5, E ~ -
@ " ~ ..... '" c::: C ::.L
C '- .~ .i:. ~
u ~ ,.; x. - .3 ~. ~. N
.., -e ~ 2- '" --g c "', ~ ~
Q i - ~ 2 2: / V '1 '-' >- ~ '"
~ '" t - u t i 2: ::; " ~
~ : - E '" ,- ~ ~ - ~ S- 2 - if. ,~
.., - :.J ~ .~ " " " ,.;:: ~ .... :.> ::l :.> '"
"'" - .~ ~ :S or. c g ~
c:; ::::: -- 4: ::::: '-:J 2- c:; -5 '-:J -R ~ 0 ^ '" "
~ ^ - -
~ 7- ~ 'J '- .;:: - :; ~~ r c:: .;:: :; '" u -s: ~
~ :.- '" ~ ~ '- ::: cr. " " '" 2 --5:
:! 1 2: 2 2 ^ "j IS or. ~ :.> '" E
~ ~~ ^ ~ _2- ~ ~ .E i::
"" ;;. ~ v "" ~ - - '" .~ ;] -
or. t - - ~ :.> ::: ~ 'f.
E '" ": N " ~ '" '" .~ z E 'fJ .;: ~ ~ V ~ ~
'" r, '" -" :;:: '" -'3 i:: ~ " ....... --0 -'3 -'3 :; j " ~ ;; i ;.; ::~
~ ~ r-- ~ ~ r-- ~ U
.., ~ ~ -:i ~ ~ er., ~ 5 ~ u " ," s ~
0 " u Z " E c u .~ '" -'" ^
,." -:i ~ - ," - ~ :.> ^ -:i - f: ~ ~ ;: ::::.
...., :t ..!. r ~ ...., 2: ..;. i:: ; ~ 'l.
v; .... ~ ...,. .;; ~ :2 N - /' ~ v; :yo - . Z '1 '. ,.::; S 7
n :- - r~l n :- -
<l..I
'./;
;;!
..;:
-
...l
-<
f-<
0
f-<
;J
-
"
OJ
'C
~
...
'2
;J
"0
~
]
'"
;:::
-
- x
=It: <', <"'. ...,. ,t'. -= e- x 0' = ~ <', <"'. ...,. <r, -= e- x '" ~ <', <'" ...,. .,.., -= e- x 0' i". <', <'" ...,. ~' -= e- x 0' ;;;: - <', <'" ...,. ,t'. -= t- O' IT - <',
- - - - - - - - - - - N <', <', <', N <', N <', <', <', <"'. <"'. <"'. <'" <"'. <"'. <"'. <'" ...,. ...,. ...,. ...,. ...,. ...,. ...,. ...,. ...,. en en
- "ti
OJ .~
U
;::: '"
" ~
..
.;: '"
" "
~ .c:
"
<.i ;:
" :::
'"" '"
IfJ "
f- ~
.~
'S
'1:l
:::
"
~
"
:::
"
"
...
~
:l5
~
~
:::
"
t:
.~
:::
~
l; i'i
~ .fo
.5 .~
.5 - 'f.
t: ~ ?
...... -
::: "
::: -" ~
.~
.r:: Ii: - ~ "
;:: ~ " ;::;
S ~ g ..
f. " ~ ? ~ 'f.
~ ",-" ;,: <= 7. 2 ~ ,.::; "
,::: ~ ~ ."1 ;; f. :...: f. C
~ ~ '.r. V ~ .- " - " .:g ~ ~ ~ E "
:.; .~ 2 2 V p E 2 J
... ~ -.r. :.; " E ~ ~ ~ /. 'f. ~ :.;
~ s ;@ -7: :.; ~ gf ~ " :.; .~ ~ ~ " E E '"
~ ~ :.; -< ;::: " .~ -'- ~
~ 2 :f ~ :.; ~ 2
!: u t ~ ~ ~ -'" ;: i 7. ?:: '" gf c ~ - ~ ~ 2 ~ ~
" -.r. ;: g ,j: :=: ~ ~ ~ ~
s:: ~ l i ~ ~ ~ ~ :J - '.r, " q f
'" ~ :; ::: - C) -< ::; ~ C) ~ :.; c g ::; 2= ~ .. :::: "
~ :.; ~ gf == ? ~ -< ~
t: '" 1 ~ 3 :.; ~ ~ - :r.: .~ -,0 ~ '? ~
~ ~ '7. "2 .~ ~ - -'- 2 ~ " I -,0 :.; u
~ - ? - -.r. .~ f. "2 .~ -< ~ ..::: c
:.; :.; 1 '- ~ " " ,-, :.; :.; :.; ~ -
.... 2 i "1 ~ i V ~ " ::; :f. ~ ~ ~ '" - E ~ ~ :- ? 'f. r; - ~ gf " ? ,. :;::: C) :;:::
~ ;:; V C ~ " .. ~ 'f. :=: ~ .; 2 :.; :;::: - /. 'c
8 :r. E ~ ;g ~ :.; ~ -:: :- S ~ '- g E g E V ;:i -;! "' :; 'f. ~ v ~ -'- .~ :.;
:=: t: .. ~ " ~ :.; ~ ~ -;; :.; t> V
~ ~ " :; ;: u ~ :r: E 2 ::; ;! ;~ ,~ ..2 ~ 3 }~ E :;:
:.; ::; ~ ~ :.-; :.; 2 2 C ~ ~ :.; ..::: Or -" ::
~ 'f. ".7- ~f. - ~ ~ ,;: of: 'f. ~ . - -;:: :2 ,:;. ~ c :.; .7: - '. . - -.7- .:' -.7-
- ~ ~ ~ - :- - :...: ~ ~ ~ =., - '.r, ~
c::..,
E
;::l
c::..,
~
C
.S
U
:..J
V;
r:<"'. "i" lr, ...::: r-- x ::"\
Lf': LJj L.J'"") lr; Lfi LJj If'.
~ ~ ~ :; 3 ~ ~ ~ ~ 22 ~ r::: ~ r: ~ ~ t? ~ ~ R ~
'/:. 11:
:1", u ... ~ s: ~
~.;:~ c]~
C
~o<;-;o
0<; " ~
:.- ~ f:-.2
::; f- v
;:... :2 'f. ~
- :] :;; ,. -
t: ,.:::;
r: -5 J
:: :... ~
_ :::: e:: _
2
_;.== E
~
'f.
5J: c
-. ;:;
S E
J;~
C '!
~ .~
~~ ~
"
~
~
,t: -
~;:
'!
g '/:.
~ ~
'-'
::2
~
;;;
'f
2
'/:. ~ -5
:: ~ s::
~ -~
--::.,,; "
J. t: c ~
- .-:: ;....
1~ ~-~;:
f
'-'
~
:;
.~
.~
2
'C
'-'
~ :g_ z
~- ~
u
:1". s:
w ~,~
'-' ~ ~ 2 a "
"~~~;~ .~
= ~ E
~ fr ~
'z
"
g
I..:!
~ ,~
e::
'-'
,~ ~ ~
U 2 U
~2;;
..-:
x:~;2;I
".
~
"
'" F-
~ .' -
., ;::
:5~~
ol
If) -.;: r-- x. =-
xx:t:xx
3~~(""3;~
".
:.-
~
'-
".
z
~ 7 ,):
B 'f.-
'7 ~ ~ :; J
~ ;; E: :.J S
~~~~ ~
.'t't i: E _
...... f:: - 'f.
;;. C f,.......
.? g .B S ~~
".
~~ J
-:; c::
~ ~ 2
, _ U
..::= -. :;
~ ~ ~ "f. -:: ::: 2
- ~ ~ ~ - -~..
~ ~~_Z-::~
j ! ~
- - .;;
_ ~ t
:.; :...J ~
:::l 51: ::
~ .= r
-- ~
~ ~
,..-' ";'. - "-
.-(
s
0
r-<
:s
'" r-- x =-- - '2:.' S :! ~ >? r::: .?E - '" '" ...,. "1 '" r-- xc '=' 1',
=-- '=' =-- =-- - '" - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - -
ii<.
<i
i
..
". ~
" ~ ". .,
~ :; ~ ~
:::: ~ " "
<.:: ~ ~ " ;::
OJ. . - ~ "
~ c: 'l:
2 ::2 ~ '/~ ~ 2! ~
" " z "
"2 ~ f -;:; E ". ., " ~ ~
~ ~ 2 " ..,
,- :; .~ ~ ".
X ~ ~ :::: '2 ". g S ~ "
~ " ;! ..;: .J. ;:: - -:; ..<:
~ 1 E- -:; ". ? -:; ~
" j ~ ~ ]
.:: -'5 ~ ~ :; - g .:::. '? ; .. " ~
- '" " " ". ~ ,.., ,~ 3 ,~. 'J; ~
" ~ ~ ,~ ~ ~ ~ :g <.2 ,... " .-
E l' " u - ~ 'J
-;:: ~ - E E
;: c 2 2 ;! ~ " - " :? ~ .~ ,~ [:.
~ " - c " " ...~ E C --
. . ,;:: :.. ~ :::: '.7- /: :7- 'J ::::
~ 'J; ,/, 'I.
z
s::
.~
~
U
:.J
'./)
....l
-<
E-<
0
E-<
-
::J ~
- Z
'2
::J 1:1
~ 0
'" .:= 'OZ
..!:! ... g
"3 Q.. r17I
<IJ
..:
.
::J
,
.~ <
= xc
~ -
=
CI
~ i
-
,.c:
-
E -
2 :;:
,...
.....
7
o
o
o
.....
<'i
~
~
~
00
:.-
c
<'l
c..,
,~
'-'
.......,
C
G
...,
v
C
.~
if;
v
8-
v
b[;
<'l
~
Vi
:.J
if;
...,
g
'-'
~
v
G
t""',
'-'
g
U
:.J
'./)
....l
-<
E-<
0
E-<
;:; I]
- Ie
'2
::J I]
'" OJ
.:=
..!:! ...
'3 Q..
<IJ
I:
-
::J
i
.~
= '"
~
6
'1'
cr,
E ~
2 '/.
~
<<-,
In
<'i
<'i
00
~
~
~
:s
00
...,
v
"0
~
'./)
'-'
~
...
,~
'-'
'.....
-
~
v
G
c..,
c-<:
u
~
C
c-<:
-
-
i])
-
{'l:$
....
o
~
....l
-<
E-<
0
E-<
::J
-
'2
::J ~
'" .:=
..!:! ...
'3 Q..
<IJ
.s
::J ;: l:;
....
~
.~
=
(\1
=
CI
"
-;:;
~
"1
......
..,
~ 2:
If'
1
~ 'f.
:::; S
;:
~ ::::;
" ,..,
F "
E 'J
2 .E ;:
~ - ~
'Jj
v
~
C
...,
H
<
c..,
c
.9
U
v
'./)
TECHNICAL REPORT
CH2MHILL
Reasonable Assurance Report for Normandy Shores
Golf Club Drainage Improvements
PREPARED FOR:
Florida Department of Environmental Protection (FDEP)
Mitchell 1. Griffin, P.E.
Grace Escalante jMiami Beach Capital Improvement Program (CIP)
Ken Williams j Arthur Hills/Steve Forrest and Assoc (AHjSFA)
November 26, 2006
169189.A3.05
PREPARED BY:
COPIES:
DATE:
PROJECT NUMBER:
Contents
CONTENTS...............................,...... ............ ........ ..............'........ ....... ................... ......... ................. ...... ....... ........1
INTRODUCTION.,......... ....... ............ ............. ......... .................... ......... ........ .................. ..................,. ...........,........1
PROJECT DESCRIPTION................................................. ................. ... ...... ............",...... ................... ..... ........ ..... ...2
DRAIN AGE S YSTEM DETAILS... ............. ....... ......................., ...... ........................., ....... ............... .... .....................3
Pretreatment Prior to Drainage Wells ...................,...............,........................................... ...........................4
POTENTIAL SOURCES OF CONTAMINATION ,............. ...... ..... .......... ........... ............. ............. ........... ............,........6
DEMONSTRATION OF COMPLIANCE WITH FDEP GUIDELINES .............................................................................6
A ITA CHMENTS ......... ................................. ....... ........ .............. .................. ............................. ................... ......11
Location Maps
Jaffer Associates Test Well Report
Pump Curve and Supporting System Computations
Nutting Engineering Lithology of Deep Well
Nutting Engineering Report 0/1 Arsenic Testing
Letter to SFWMD Demonstrating Saltwater Already in Pond
Design Drawings
Introduction
Normandy Shores is located in Miami Beach, Florida. The island is the home of a historic
golf course (Normandy Shores Club) that was built circa the early 1930s. Over time, portions
of the island surrounding the club have been developed with residential homes and some
multifamily units. All of this development was before current storm water management or
wetland preservation rules. The drainage system on this island is antiquated and in poor
shape. Most mapping on the golf course is old (1950s time period) and the residential
system has small outfalls that are typically in poor condition along Biscayne
Bay /lntracoastal Waterway. The City of Miami Beach proposes to improve the drainage
facilities on the island as part of its Capital Improvement Program (CIP). They have divided
the redevelopment into two parts:
SEW/11262006.RAR,DOC
REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE lMPRO'/EMENTS
· Konnandy Island Streetscape, which deals with the primarily residential development
around the golf course. This is refered to as the Right-of-way (ROW) project.
· Normandy Island Golf Course Rehabilitation, which deals solely with the golf course.
This report will be called the GC project and is this report's focus.
CH2M HILL has been contracted to improve the drainage for both phases, but they are
being managed by the City as separate projects as they are funded from different budgets.
The GC project is being designed by Arthur Hills/Steve Forrest and Associates (AH/SF A), a
golf course design firm, who has subcontracted engineering portions of the project.
The City is the owner of both projects. It is the intent of the City to proceed with
constructing the GC project first, then the ROW project later (within 5 years). The drainage
systems of the two projects are currently interconnected, albeit the existing connecting pipes
are very small and may not be flowing. Typically, stormwater percolates into the ground via
the on-site ponds or just in the ground. It is not unusual for the course to be flooded for days
at a time. As part of these projects, the golf course will be isolated from the ROW. The
proposed drainage system is described further in this report. An Environmental Resource
Permit has already been obtained from the South Florida Water Management District (ERP
No. 13-02709-P, Issued Jan. 11,2006) and a draft Class II drainage permit from Miami-Dade
County Department of Environmental Management (DERM).
The purpose of this report is to support the permit application for the construction of the
drainage wells that are part of the plan. The proposed system is described below. The FDEP
guidelines are presented later and addressed individually to facilitate the application
reVIew.
Project Description
TI1e proposed site, Normandy Shores Golf Club, is located in City of Miami Beach at Section
3, TWP 53S, RGE 42E with total drainage area of 116.8 acres. The existing golf course is a
nearly flat surface except for isolated elevated tees and greens. The average elevation of
most of the site is approximately 5 feet Bay Datum.
The GC project will reshape and regrade some parts of the golf course (mostly just greens
and tees), provide new landscaping, enlarge two existing lakes, interconnect all of the lakes,
provide capability to utilize stormwater for supplemental irrigation, and abandon the
existing stormwater management system and install new pressurized drainage wells to
serve the course. The drainage system for the golf course will be disconnected from the
ROW drainage system at existing pipe connections and then the course surrounded by a
low berm. The perimeter berm is designed so no water will flow to the ROW from the GC at
the peak stage for a 25-year, 72-hour storm event. A pump station was designed to inject the
runoff into three drainage wells. The proposed golf course drainage system will have no
discharge to the receiving surface water (Biscayne Bay) for storm events smaller than, or
equivalent to the 25-year, 72-hour storm event.
SEWi11262006.RAR.DOC
REASONABLE ASSURANCE REPORT FOR NORMANDY SfiORES GOLF CLUB DRAINAGE IMPROVEMENTS
Drainage System Details
A pump station was designed to inject stormwater runoff into the brackish groundwater.
The pump station was designed based on the pre-condition 5-year, 24-hour peak discharge
rate and the expected capacity of the wells. The pump station was designed to have the
capacity of delivering 40 cfs to three drainage wells.
The typical well disposal rates for this area range between 800 to 2500 gpIT\ (1.78 to 5.56 cfs)
per foot of head (Miami-Dade Stormwater Master Plan, 1996'). Jaffer Associates Corporation
measured 220 gpm/ft head from a 7-inch diameter test well, pumping through their cutter
head (report attached). The 24-inch wells should infiltrate at least 3.4 times as much (24/7 =
3.42) just because of the diameter difference, and the lower friction loss and pressurized
system will increase this capacity to a higher value. Jaffer Associates reported that typical
drainage well capacities range between 3 and 4 times their test results. The disposal rate, 800
gpm per foot of head, was assumed in this design based on test well data from Jaffer
Associates Corporation.
The hydraulic head at the wellhead will be limited to 8 feet maximum according to general
design criteria for Miami-Dade County. So the disposal capacity of the three wells can be
calculated as:
1.78 cfs/foot X 8 feet X 3 wells = 42.7 ds
A perimeter berm surrounding the golf course was set higher than the 25-year, 72-hour
storm event with 40 cfs discharge rate to the ground water. This will isolate the golf course
from the surrounding ROW. The existing pipe connections from the golf course will be
plugged and the existing drainage system abandoned. Some new facilities will be added by
AH/SFA to drain isolated wet spots into the lakes (both surface and subsurface drains), but
these will be done On an ad hoc basis with very small drainage pipe (less than 12-inch). They
were not accounted for in any computations for the main facilities_ Furthermore, concreted
overflow points were added to the berm along the northern side to provide for hydraulic
relief if the top of the berm is reached.
To facilitate drainage of the whole course, the lakes will be interconnected. Each lake will
have 18-inches diameter pipes between adjacent lakes to form a network. The proposed
pump station is located centrally on the course near the maintenance facility. The lakes will
drain into one pump station from two sides (east and west). The pipes connecting the pump
station to the lakes will be sized 24-inches diameter. The connecting pipes are proposed to
be plastic (HOPE).
An ICPR model was developed to simulate the proposed drainage system. Table 1 below
compares the peak discharge rate for different storm event. These results show that a
perimeter berm with a top elevation of 5.5 ft will contain the 25-year storm.
1 CH2M Hill. Part I, Planning Criteria and Procedures, Volume 2, Model Evaluation and Selection. C-9 East
Basin. Prepared for Miami-Dade County DERM. January 1996.
SEW/11262006.RAR.DOC
REASONABLE ASSURANCE REPORT FOR NORMANDY SrlORES GO"F CLUB DRAINAGE IMPROVEMENl S
TABLE 1
Peak Discharge Rate Comparison
Storm Event Pre. condition Post-condition Post.condition Peak Elevation of
Discharge Rate Discharge Rate Discharge Rate to Ponds for Event
(ets) to Groundwater Surface Water (ft Bay Datum)
(cfs) (cfs)
5-year, 24-hour 42 40 0 4.6
25-year, 72-hour N/A 40 0 5.4
100-year, 72-hour N/A 40 N/A 6.0
N/A means not available.
Peak elevation is the average stage In the lakes on the system which do have a slight gradient from
upstream to downstream (I.e., toward pump station).
Pretreatment Prior to Drainage Wells
Pretreatment of the wells include dry infiltration/retention by surrounding the ponds with
a low "ripple berm." This meets DERM's requirements for I-inch pretreatment prior to
entering the ponds. Following this dry treatment, the entire pond system is available for
wet treatment prior to collection into the pump station.
The minimum required detention volume for surface water treatment is the greater of either
the first inch of runoff from the entire site or 2.5 inches times the percentage of impervious
area.
The first inch of runoff from the entire site:
1 inch X 116.84 acres X lfeet/12inches = 9.74 ac-ft
The 2.5 inches times the percent of impervious:
Lake area: 8.345 acres
Total area for water quality: 116.84 - 8.345 = 108.495 acres
The golf course has very small impervious area, golf course trails and the dub house;
less than 1 acre. Assume it is 1 acre.
2.5 inches X 1 acre X 1 feet/12 inches = 0.21 ac -ft
The required volume for surface water quality detention is 9.74 ac-ft.
Table 2 lists the stage - area relationship for the on-site lakes above the seasonal high
groundwater elevation of 2.5 ft Bay Datum. The figure below Table 2 illustrates the stage -
storage relationship. At elevation 3.5 feet, the lake can provide 9.76 ac-ft treatment volume.
SEWI11262006-RAR DOC
REASO"lABLE ASSURAt,CE REPORT FOR NORMANDY SHORES GOLF CLUB Df<AINAGE IMPROVEMENTS
TABLE 2
Stage. Area Relationship
Stage (feet) Area (acres)
2.5 7.51
3.0 8.35
4 18.12
1..-.-----..-.-..--..-.-..-.-
I Stage-Storage Relationship
13.00
~ 11.00
u
.e 9.00
Ql
g' 7.00.
Ci
Cii 5.00
3.00 +--..---,-...-..........-..-..r-.-.---..,---.-. ,
3 3.2 3.4 3.6 3.8
Stage (teet Bay Datum)
4
L
The location of the proposed drainage pump station was such that the lake system was
generally separated into the east and west sides of the course. Each side will connect to the
drainage pump station. Two control structures with V-notch weirs will be located on the
two lakes connected to the pump station to detain and slowly drain the treatment volume
and recover the storage_ According SFWMD's criteria, half of the treatment volume need be
discharged within 24 hours. For a total volume of 4.88 ac-ft, each structure needs to drain
2.44 ac-ft volume within 24 hours.
V "" 9.76 j 4 := 2.44 ac-ft
H ::: 1.0 ft
e = 2 tan -I (0.492. 2.44) = 1000
12.5
The proposed control structures will be two FDOT Type E boxes with V-notch weirs with
their invert elevation at 2.5 and an angle of 100 degree. The top of the boxes, the overflow
grates, will be set at elevation 3.5 ft. The boxes will have baffles over the V-notch weirs_
The design flow rate of the pump station is 40 cfs. The 8.34 acres of ponds provide
sig.nificant detention time prior to reaching the pump station. On average, this is computed
as follows:
8.34 ac X 43,560 ft2jac X 1 ft deep treatment zone j 40 cfs -= 9,093 sec
The pumps will have loin. screening over the opening between the wetwell and pumps to
prevent larger materials from damaging the pumps.
SEW!11262006.RAR DOC
REASONA.8LE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE IMPROVEMENTS
Potential Sources of Contamination
The drainage boundary is the golf course boundary. Potential sources of contamination are
limited to the activities conducted on the course. Given the level of pretreatment and nature
of use, there is little opportunity for oil and grease to enter the system. There is a sanitary
pump station located south of the exisiting maintenance facility. This area does not drain
quickly into the ponds and has a monitoring system on it. Therefore, any sanitary
malfunction can be contained rapidly. No septic systems are on the island.
Historic use of pesticides has caused previous remedial actions related to arsenic in the soils
near the maintenance shed. The City and its contractor, Metcalf and Eddy, addressed the
resolution of the soil contamination about 5 years ago. More recently, the City and URS
have been addressing groundwater arsenic issues separately with FDEP. Additional
investigations were initiated to determine if deep zone montering well sample results were
representative. Based on discussions with DERM and FDEP (Mr. Joeseph May), it was
concluded that the reported arsenic concentrations at the 70 to 120 ft depth are not
representative and may be a false positive. Arsenic does not a typically occur at the
reported concentrations. The sampling report by Nutting Engineering is attached.
Demonstration of Compliance with FDEP Guidelines
This section repeats the FDEP requirements and then provides a response for each item in
bold. The application for construction of a Class V Group 6 Stormwater Drainage Well(s)
must consist of but not limited to the following:
1. A completed permitting application must be submitted on DEP Form 62-528.900(3), FAC,
"Construction/Clearance Permit Application for Class V well". (Available on line at
http://www.dep.state.fl.us!water/uic!forms.htm).
[Attached and executed by the City of Miami Beach.]
2. The information for water well contractor must be filled in the space provided on the
application form and signed by the water well contractor.
[This project has not been bid as of yet so the contractor is unknown. Per FDEP instructions, the
first page will be resubmitted after the contractor is selected.]
3. The permit application form, page 4 of 4, must be completed by the Local Program of
respective county (e.g. for Miami-Dade County, DERM; Broward County, DPEP). For
counties where Local Program does not exist, state the pennit number issued by the South
Florida Water Management District (SFWMD) or the FDEP Environment Resource
Permitting (ERP) for Stormwater Management System that incorporates drainage well(s).
[SFWMD ERP permit number is 13-02709-P. DERM will issue their Class III drainage permit to the
selected contractor, and it is only in draft form now. DERM has reviewed and approved the
drainage well system, as indicated on page 4 of 4.]
4. The application must accompany a fee of $750 for each well.
SEWI11262006.RARDOC
REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE IMPROVEMENTS
[Included with the application. ]
5. The drainage plans including well design & construction/calculations accompanying the
application shall include but not limited to the following:
[Plans are included, only for the drainage facilities. ]
a) Must include drainage plan of the area draining to the well. The drainage plan shall
illustrate any septic tanks, landfills, farm operations or other installations and/ or
landscape features that could contribute to stormwater contamination; [Sheets show plat
lines of the surrounding property, which is essentially the same as the property line
and drainage boundary. There are no septic systems, landfills, or farm operations at
this site. The existing maintenance building is shown and it is an area of potential
stormwater contamination. The City determined that there was past arsenic
contamination at this location. A remedial action plan has been implemented. Current
practices do not expose bulk materials to stormwater.]
b) Location plan of the project showing access roadway(s); [From Maintenance Shed area
from south.]
c) Property line to show the proposed storm water well location on the property; [See a)
above. ]
d) Pollution reducing arrangements for oil/ grease, if a baffle is used show the vertical
distance from the bottom of the baffle to the top of the well casing/pipe invert that leads
to the well (Please note that a minimum distance of 1.5 feet for this dimension is
preferred); (See baffle detail, sheet 49. Beacause of the pond elevations, 1.5 ft is not
possible. However, little possibility of oil and grease contamination from drainage
basin. ]
e) The well casing shall penetrate a zone containing a minimum of 10,000 mg/L Total
Dissolved Solids (TDS); [See Jaffer report]
f) Must be signed and sealed by a professional engineer licensed in the State of Florida per
Rule 62-4.050(3), F.A.C.; [Done]
g) The signing and sealing of the plans shall be in accordance with the Florida Board of
Professional Engineers (FBPE), requirements; [Done]
h) The calculation must address retention time for the stormwater before it enters the well
(Please note that a retention time of 90 seconds is preferred) [9,000+ seconds provided];
and
i) Specify well casing pipe material specification. Rule 62-532.500(1) (a), F AC, specifies all
well casing shall be new and conform to American Society for Testing and Materials
(ASTM) A53/ A53M-99b, A135-01, A252-98, A589-96, or American Petroleum Institute
(API) 5L-2000. For more materials see the rule. [PVC specified on drawings,
specifications call for compliance with above rule.]
6. A plan with marked up location and the distance between the proposed stormwater well and
the nearest Potable Water Well to satisfy the requirements of Rule 62-521.400(1)(g). (Please
note that a marked up Well field protection map of the county, where the well is located, is
acceptable).
[There are no potable wellfields in Miami Beach. There are no domestic wells on Normandy
Shores either.]
7. Submit the following certification per Rule 62-528.340(4), Florida Administrative Code (FAC)
signed by the owner. An owner (person, entity, or corporation with legal title to the
property on which an injection well exists or a person who has fiscal responsibility in the
corporation; or for a partnership or sole proprietorship, by a general partner or the
proprietor; for a municipality, state, federal, or other public agency, by either a principal
executive officer or ranking elected official (a principal executive officer of a state or
SEW" 1262006.R.~R DOC
REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE IMPROVEMENTS
federal agency includes the chief executive officer of the agency, or a senior executive
officer having responsibility for the overall operations of a principal geographic unit of
the agency)) can sign the application and the certification:
"1 certify under penalty of law that this document and all attachments were
prepared under my direction or supervision in accordance with a system
designed to assure that qualified personnel properly gather and evaluate the
information submitted. Based on my inquiry ofthe person or persons who
manage the system, or those persons directly responsible for gathering the
information, the information submitted is, to the best of my knowledge and
belief, true, accurate, and complete. I am aware that there are significant
penalties for submitting false information, including the possibility of fine and
imprisonment for knowing violations."
[See cover letter from City.]
8. The use of pumping station or discharge from the roof into the wells to create additional
head, in stead of gravity flow, will pressurize the wells. The pressurization of the wells may
cause mounding that may rise into USDW and/ or manifest as spring on land surface.
Address the following:
a) Submit the following documents:
1) Performance curve for the pump(s). [Attached.]
2) Provision of automatic pressure control devices, if any. [Sheet 52 shows taps
and note. PLC will limit pressure to 3.4 psi, which is 7.8 ft head. ]
3) Set points for the pressure control devices to control the on/ off operation of
the pump(s). [Sheet 55 lists the control elevations.]
9. Submit a reasonable assurance, in a report form, to the Department - for review and
approval. The reasonable assurance report (RAR) shall address the concerns stated below:
1) The report should provide a reasonable assurance that the buoyant stormwater
discharge into a Class G-III aquifer (total dissolved solids greater than 10,000 mg/L)
via the drainage well(s) has a minimum potential to: i) rise due to buoyancy drive into
a preferential pathway in a Class G-II aquifer system {Underground Source of Drinking
Water (USDW; total dissolved solids less than 10,000 mg/L)}, ii) impact any surface
water bodies in the vicinity of the project via groundwater discharge, and iii) cause
mounding that may rise into USDW and/ or manifest on land surface as spring due to
pressurization of well that are located or receive stormwater flow from building roof at
elevation + XXX' or near shutoff head YYY of pump in case a pump is used. The
report shall be signed and sealed by a Florida Licensed Professional
Geologist/Engineer with hydrogeological expertise to:
a) Document the existence of sufficient confining strata above the base of well
casing, to minimize the potential of injected buoyant stormwater to rise into a G-
n aquifer system; [The surficial aquifer is very shallow and is prohibited for
use as drinking water by ordinance, and by practical considerations because of
the proximity of high TDS groundwater to the surface (about 35-ft below
surface). The well will be cased and cemented to prevent flow outside of the
casing. Note that the golf course designer had an agronomist sample the on-
site Lake Number 2 and it was already very salty (similar to ocean water
chlorides at 21,800 mgIL and boron at 4.1 mgIL, see attached report). ]
SEWli 1262006-RAR.DOC
8
REASONABLE ASSl'RANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAiNAGE IMPROVEMENTS
b) Show the injected stormwater has minimum potential to impact any surface
water bodies in the vicinity of the project that may be affected via groundwater
discharge. (Normandy Shores is an island. This project removes the existing
direct stormwater discharges to surface waters.]
c) Show the pressurization of the well due to its location at elevation +++' or
receiving stormwater flow from building roof elevation + XXX' or near shutoff
head YYY' of pump in case a pump is used, will not cause mounding that may
rise into USDW and/ or manifest as spring on land surface. In the report, if a
model is used to anticipate mounding that may cause stormwater rising into
USDW and/ or its manifestation as spring on land surface, please address the
following:
[There is no underground source of drinking water on the island, or in Miami Beach, because the
shallow freshwater cannot support steady pumping. Based on the apparent connectivity of the on-
site lakes to the ocean, no significant mounding is expected. The pump station has taps near the
wells that will monitor pressure and shut off the system when the head builds to 7.8-ft. resolves
this issue. ]
The value(s) of all input parameters used; the basis for selecting the
value(s) chosen, and any worst case assumptions incorporated.
The predictive program(s) and/or model(s) used to produce the results.
Propose plans including monitoring well(s) to assure detection of
stormwater rising into USDW.
Submission of the following will be required:
1. An application and plan for the construction of monitor well(s)
designed to detect movement of stormwater into the USDW.
11. An application along with as-built drawings (including
certificate of completion of the monitor well(s)) for operation
permit. The operation permit, renewable every five (5) years,
shall include requirements for monitoring well(s) sampling, and
submittal of monthly operation reports (MOR) to the FDEP.
111. A proposed operating procedure for the stormwater well
system, including but not limited to the following:
(1) A monitoring plan including monitoring parameters and
reporting of monitoring results.
(2) Disposal well operation plan including continuous
indicating, recording, and totalizing devices to monitor
flow rate and volume; continuous indicating and
recording devices to monitor the injection pressure.
.
OR Concern No.1) c) may be resolved if a passive bypass at 8' NGVD in
the pump/roof discharge piping to the well or the retention tank is
provided to minimize possibility of pressurizing the well.
2) The report may be submitted along with the permit application or its submission may
be deferred until thirty (30) days the stormwater drainage wel1(s) construction permit
has been issued. However, it must be submitted for department review and approval
prior to the department's authorization to use the stormwater drainage well(s). [NA]
SEW/11252006.RAR.DOC
REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOlF CLUB DRAiNAGE IMPfl0VEMENTS
3) Please note that no fluid shall be discharged into the stormwater drainage welles)
without written authorization from the department to use the welles).
[Acknowledged.]
4) Issuance of a well construction permit does not obligate the department to authorize
the use of welles), unless the well(s), information required by the permit and the RAR
qualifies for an authorization. permit does not obligate the department authorize the
use of welles), unless the welles), information required by the permit and this report
qualifies for an authorization. [Acknowledged.]
The FDEP also has additional requirements for pressurized wells. These requirements all
pertain to cases when there is a Class G-II aquifer system {Underground Source of Drinking
Water (USDW; total dissolved solids less than 10,000 mg/L)}. There is not a G-Il aquifer
system on Normandy Shores Isle. This island was formed from dredging materials and is
isolated from other groundwater systems by Biscayne Bay. Test wells have been drilled to
up to 200-ft and the lithology is included in the attachments. The IDS testing shows that the
value exceeds 10,000 mg/L about 35 to 40 feet below surface. All water use on Normandy
Shores is currently from potable water provided by Miami-Dade Water and Sewer
Department from the mainland.
AH/SFA contracted with an agronomist to utilize the golf course ponds as part of its
landscape irrigation. A water sample from the pond shows that the surface water is already
salty (chloride at 21,800 mg/L, May 2005). Therefore, only salt tolerant vegetation can be
utilized (Paspalum turfgrass will be used in the restoration). The supplemental irrigation
water will be blended with potable water to reduce it salinity for use on the course.
SEW1112fi2006.RAR DOC
10
REASONABLE ASSURANCE REPORI FOR NORMANDY SHORES GOLF CLUB DqJl.INAGE IMPROVEMENTS
Attachments
Location Maps
Jaffer Associates Test Well Report
Pump Curve and Supporting System Computations
Nutting Engineering Lithology of Deep Well
Nutting Engineering Report on Arsenic Testing
Letter to SFWMD Demonstrating Saltwater Already in Pond
Design Drawings
SEWI11262006.RAR.DOC
11
Location Maps
SEWi11262006.R.Afl DOC
REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE IMPROVEMENTS
SEW111262006.RAR DOC
12
REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE IMPROVEMENTS
SEWI11262006.RAR.DOC
13
REASONAf;LE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE IMPROVE~\ENTS
Jaffer Associates Test Well Report
SEWi' 1262006-RAR. DOC
l;ff;!
~
A080ClATE6 CORP.
Well Drilling
Irrigation
Pumps
Water Treatmllf1t
On Site Fire Systems
Recovery Walls
MonitorIng Walls
Jaffer Assocl~tes Corp.
2801 NW. 6th Avenue
Miami, Florida 33127-3937
P.O. Box 370277
Miami. Florida 33137-0277
Dade: 3051578-7363
Broward: 954/523-6669
Fax: 305/573-8711
July 8th, 2005
CH2M Hill
One Harvard Circle
West Palm Beach, FL 33409
A TIN: Phil Langely
Rick Olsen
RE: Normandy Shores Golf Course
2401 Biarritz Drive
Miami Beach
Test Hole
Gentlemen:
From 6/22/05 through 6/24/05 a Dual Tube Reverse Circulation 7" diameter test hole was
drilled to sample the lithology and water quality in the Biscayne Aquifer underlying the
referenced site. Drilling terminated at a depth of 200' . Continuous formation samples
were obtained as well as water quality sampling at ten (10') feet intervals with five (5')
feet interval sampling in the critical portion of the aquifer. The test hole location was 25'
West and 35' South of the Northwest corner of the golf courSe maintenance building.
The test hole was abandoned with cement grout upon completion of data collection.
.,
Ground water satisfying :"the water quality criteria of Florida's Department of
Environmental Protection (~$P) required for construction of Class V Group 6 Stonn
Drainage Wells, specifically"a minimum 10,000 ppm Total Dissolved Solids (TDS)
concentration! was satisfied at thi.s location at a depth between 35' and 40' below land
surface and extended to the test hote'$ total depth.
The varied rock strata between 64' and 133' below land surface at this location provides
a lengthy open hole interval for potential storm water injection at this property. A
specific capacity of 220 gpm per foot of drawdown was noted from testing this interval of
the test hole.
A Lithologic Log and Water Quality Log together with laboratory analysis reports are
enclosed. These logs will provide a basis for the consultant to prepare the stoml drainage
design and for the preparation ofthe requisite DEP Reasonable Assurance Report.
JAFFER ASSOCIATES CORP.
tJr ~~ M,..~J- ~
William J. McCluskey /
Senior Vice President Well Drilling
cc: Gene Friedlander
NO~~NDYSHORESGOLFCOURBE
LithohJgic Log
D~pth
Descriotion
0'..1' ....,.....,............"......jt~~DbaJt, road base
1'..3' ."........j..,....,..,.~u,..t.......gray uns1 and ~hell
3'~12' ....................,......dark aray silty cIa"
12'~14' ...........................gray coarse shell frallments
14'..20' .....,.....................dark gray silt:v c1ax
20'-35' ...........................Ilght tllo gray porous limestone
35'..40' ...........................dark gray san~y Ihll~lt~m~ with larae shell: and quam I.8ml
40'-64' ...........................gold S~H,ldv limestone (hard @ 54'); and quartz mwI
64'..74'...........................dark brown bard dense gg19mite; and light brown earthy
limestone (hard.@64'-65'; 73'.74')
74'.76',...."...,........".4lI.......tan aray ~
76'..80' ...........................tan gray hard dense (cores) nmestQn~
80'..83' ...........................gray tan aleareous 8lD~l~QD~
83'..91' ...........................gray tan moderately hard dense (core$) sandy coauina
91'~lOS' ..........................tan sold predominantly denlJe (some cores) with some porous
~ones limestone
10~'-133'............,...........tJln gray porous to dense (hard in layers) ~andy Iim~UQ~
133'-147'........................gr.y hard dense sandy Jimeston~
147'-149' .......... ..............gray 5an~x nQ1at9~e with shell grains
149'.1 S7~ ............... to to... ..gold clJlcareou, sandstone with shell &ralns
157'-169'....... ............... ..dark gray &lkareous 5an~y 1~'t~t9..9& with sbeU fragments
169'-170' ........................dark brown black clay
170'..175' ........................dark gray cal~a~v~ ~8n~y siltstone with large pelecypod casts
with some remaining she))
175'.176' .............. to. .......black Q!I
176'~190' ......................,.light gray sand):: siltston~ witb shell and phosphte grains
190'.200' ........................tan earthy ealJreoml !pt3tone
NORMANDY SHORES GOLF COURSE
Water Quality Log
Total Dissolved Solids
llmth TDS (ppm)
20' . .... II... ... II'" II' ,....,.. ........" ..."".."..,'".~ ,"".".'" ,.. ..... 734
2S' ,,".. ~ t." .. .,., ill .., ....."" ... it . 'I" ~ . , II........ II .. "II .. . '" II II .. .. II II IU . a." ... t if 800
30' ....."" .'.'f' ...., ..... ,ft...". 'I" ............ t' ....... lIP., ...".. ..... 2,630
35' ...... .... ..., ,.. II ..... ........ III t". .......... .t'".1 '""~ ""'. '.;-;1 6,160
40' .,... 11.11.... ...".." ........... ..... ...... .... .... II".' II ..... ..... III 26,500
4St"...,.. .''''14 ........ It ..t ..... .tiltl ,.. II Y'lft............ ".......... 31,900
SO' "".......... .,,,. ,.......... ... t.t.. ... ,I.........." ....t,....... ,I., 31,600
55' ..... II ..... ..., ............lIII...'.. ....., ,... ... II ..... ,. ...... _". 3~,1 00
60; ...." ..... .t. ....... t. .t. ..~....~. ..... .".... "., ........... .... 31,700
65' .. ... ............ ....,............ .......t. ....... ......... ".41 ,.... 32,200
70' .. ..., I' ..,.... .......... .......... .....""" .... ,..... .t. ....... ....... 32,200
75' ....,.,. ,.. .... ...... 'fl'. '.'" ..... "~.""." ..... ... I' ... .... ,.. ,,_ 32,600
80' .. i... ..... ...~ ...... ...... ... .... ..... ....... .... ...,. ... ........ 32,700
85' .. tf' ,.,,,. ,., ...... ... ............... ... 'f"'.' ... lit............. 32,700
90' .t t.. ...... ... ..4', ...... ~ ..., ...., 't., ...... ... ..... ........ .... 32,500
95' ... a.. f" Ii ...... ...., ~.." i..., ... i .t.. ..,. ... .'.1 It" ...t. .t.,. 32,700
100' ''II'' +,...... ..... ...... ........., ......... ....... ..........".. 33,100
110' . .. . . I fl . ,. It".., ... It,. ,... . . t .'1". . t . i 4 . .. . . .... .. ".. . ... .. ... ..... 32,900
120. ,.." t, ... 't. lit... ........ ... .'11'.' ....~....t. ........ ...., ... ,... 32,300
130' ........ ... ....... ...... .... .... " ..t lit... i... _ "".. "'It, ,... I.. ... ,lit 32,800
140' . t,...... ..... tI"'" It.. I' .......t ........,..,...,,,... .~. " .tt t....., 32,700
150' .. .... 'Ill'.... "tI.. II' ......... I..."'.a...... i.... It,,,,. ... .... .... .... 33,400
160' ....... ..... ff. ...... ............. ... ... ..... "".., ..... .., ..... 33,300
170' ........t. .." .........,.".t ....t....t.. ..... Ill.... ._.t'", ....... .... 33,300
180' "."."... t tit............. ... "'.....,., ..".. of.... It: to..... ~ ..."..... 33,100
190' .............., ,..., ..... fi" .............It.... ......,,, ,..., ......, ..... 31,700
200' .....".. .t. .... ......... ........., ,.,.., ..". '4O.tl t.t ... ........ 33,100
81'a. ~.~I.'lml
1Cl200 uSA Todtly 'flAY
Mfrnmllf, FL 3302!)
1/35 @
S~"rt
" i'l [.
r ,'.
.,.,. . -'--, .-.-::?
Tell 854 4314550 Fax: 90.. 4311959
WVo'W..5tl>irlc.com
ANALYTICJI.L REKlRT
JC\b#: M05-5865
S'I".u Project#: MMA0203
Site Na.'rel JliOfferand ~oocie\t~~
'!'aeJc l ~mandy Shores
Sill McCluskey
41601 NW 6th Ave
M1ami, FL 33127
(Miram:u:' 1
- .~..... - ., -
07/05/2005
&wm rr~t ubof1jlcrl~. Ino.
Pfi~e: 071oS/200S
T il1\:): 13: 01 :4Q
Jefter end As!cciates
J6fftr and ASGoclatea
Notfilftndy Sl1oro.
E~l. rDI Nor~ndy Shor.. iOI
~.b Samp~. Ie. M5S8QS01
Pa~e Collected: 06/23/Z00~
Tfffif Coll~Qttd: QOlOa
27tJ5
P~,gg; 12
t:"pt: IIN1{.2D
D9t@ Rooolvtd: 06/30/,005
Prol~ct Wo: M^4AO,a~
Client No; J^PFD1
P~~allleter
ioIf1t Ch\'!milJtry Anaty,!'t,
Tot~l Di..o!vtd Solld~
!tllllll! t
ili
/'34
l>.tllctIOll
pm!~
10
--PUe/Tlma--
-..Ill:l.l.a. "111th cd Ann 1 v~~d l.rlI
MOIL 160.1 071M/3003 09100 FXP
STl MiamI
Dotol 07/0~/2D05
Tillie: 13101. "0
,IcHor find A430chtes
JeHl)r ~nQ A~;Qcl6te~
NormQnqy ~hore'
s~mpl~ IDe Norm~ndy ~Iorl' ,5'
LQb ~omplo 101 M5~/l650l
P~te Ca\lcctedl O~/,3/2005
Tlr.IO Colltl:ttKll 00100
Pa""'rntt1r
Hot Ctll~mi:J.try Anlllysls
TuCol DI~~Qlvcq Soll~
lli
~e~ul t
600
Dtttotfoll
~fmlt
10
li9/35
f>OQClI 11,
R~Rt; M!1I>?0
OQ~D R~colvcdl 06/~Q/~005
~rojoct No: MA4AD2Q~
ClIent ~ol J^rr01
-'---.
, ----Date/Time---
..JdDi1.L ~~ ^(l~lvT,~ J.uI
/Ill1JL
160,1 071O'nOO' m:oo Fi:P
STl ~il!\:;l1
P~t~l 07105/2005
Tim~: 13101 [40
Jnffer ~nd A~~ocibte6
Jaffer and A~.ociQt8S
~ormc(l(ly 6horl)s
sompl. 1~: Ncrmondy .nor.. 3QI
lap Semple 10: M5~86503
Qota Coll.ct.d~ 06/23/20C~
Tlmo Collected: 00:00
ZU}/35
p~c,; 15
f:C;;lt: I'.N1('20
D~to II&aalvtc1; Q6/301200~
ProjoDt ~Ot MA4A020~
Cll.nt >>QI J^FF01
~'I\l1 t
ll!I
-PH_IT 11llt--
~ HMrlll~_ _ {lnIllyzeq lLrt
P~Nmet"r
Wot Ch~lstry Analysis
TQt~1 Dleoolved SolIds
~630
D&t~oti on
limit
10
IlG/l 160.1 07/05nOO~ 09.00 rXil
~TL Miomi
D~tQI 07/0$/2005
rime: 13;01 ;(,U
J~frtr Ind AI.o~l.tea
J.1f,r Ind AI&oclnte~
~ormenay e~orlla
"",-'1':'17.
;".1;".:;)
I'IIGCI 10
R (;fl~: J\~!1 t,20
SQlnple 10: Nl1l1l1llm}y 3horol 351
lab Sample IPI M5586$04
Dot: Co\\OOtWQI Q6/~3/2005
Time coll~cted: 00100
Dato P.CC~IVedl O~/30/2D05
proJ.Qt No: MA4A0203
cl iel'it NQ: JAFFOl
?lIr~tI1eter
~~t Ch-m!otry Analy.t_
Toc~i D'I'Qlv~ SQ\ld~
Result
tJ.:.
P.t'~tlQT\
L 1rnll
~ ~.thQ~
~ate/Timo---
IInl\ I y~e~ .!.ill
6160
10
MUll 160.1
07/0SI?O~S 09:00 fY.D
an. i'iifH,)!
D~tBI 07105/200S
T\PiOl 1~I01140
~Qifer aM MlolXlllUI
J~1fer and A~oocl~tea
l'/r:lrmaI1QY Shores
S~mpIG 1~1 Norm5ndy 6hor~$ ,01
Lab S~mple 10: M5586505
Oatt coll'Q.,d: O'/23/Z00S
Tinl' (;01 Lc:ctClQ; OO:QO
peramn~r
~et Cnemistry ^nQly,l.
TotoL DlooolvQQ Solids
Re6ul t .llIi
25500
D$no~lo!'l
llmtt
10
22)35
PQ~ar 17
1::';jJ" I\N14~()
Oac, ~Qcelvod: 06/~O/2DO'
project 'lOr HA4A020J
C\lont ~o: J^~~D'
~.t'IT{zr._
....!:!Ll.ill- M.Q'WL t\ruJIY~~!Ill
l'lG/L 100.1 O'7/(l'IZDO~ 09:00 f;rp
S'fL tllll",1
DotUI 07105/~OO~
rime; l~;Ol ~I,O
Joff.r and AI.oQI.t~1
Jaffer and A39aclate5
lIarll)1\1\Ciy Snores
23/35
PP9~: 10
Il~p~ I tml,~o
~omplo IP; lIar~ndy snore. ~5'
~ftb S_mple I~; M~S86S06
Dat~ Colloctoa: 06/2~/ZOO'
Time Cctlocted: 00:00
Pa~e a~cefve~: OO/~O/,O~j
ProJeGt ~o; Mft.4A0203
ClIent No; J^~F01
Plrlmtttr
lJ~t Chcrnlotl"Y Anft I va'lt
Tot.1 OI..Qlv~ 80liQI
Il~"utt
w
Ootoctfol'l
PllIit
~Qt./Tlmt---
~'!.. ~tct~od _ AI1~tYr."q .1.o.t
31900
10
~G/L 160.1 07/05/200) 09.00 PXO
5Tl 11fwnf
Oat~: 07/05/20D5
nl7l~: H:01l~O
J.ft~r .nd ABlcol~tes
J~ff~r .na Assoc!a.e~
lI~rll1'f\dy GhQrOG
f5mpll IOl NOfm4ndy 'hQrii ,01
Lab 5~mp\e 101 M5S86'07
Date Collected: 06/ZZ/2005
limo Colleottdl 00,00
P~r~attr
~et Chemiltry An.IYII,
Tot.l Dii&Qlv~d 8011d.
Rftlu[t
f..i.a
'i~OO
Oot&ct! 01'1
\..1mb
10
2~/'[;5
(l~:J(:: 19
rl~pt: ^1Il(.20
~oto RD~olytdl 06/~O/,005
prcJ-ct No: 1vi4A02C3
ctle~t No: JA~FO'
...
--{)atefTl~
-.l.!o.UL MQ~hod Mal\fzed 1m
MOIL 1~O.1 0710\30005 09: on FXD
an rHnnli
CAt~1 07/D5/2005
Hme: 13 :01 II;!)
JlfT~r Ind A'i~~llt.~
Jeffer and Aaeoaf&t~a
1l0flT'.c1'l\Jy Shoru
sampL e 10: NOfll1llndy Shortt ~~ I
LGb 3nmpte 10: M55DG50B
OAto cotl~ct&d: Oo/2~/2D05
TIme C~I(oCtod, 00:00
25/35
PIOI: 20
Rapt: IIln 4,0
Dpto necelv60: 06/30/2005
?role~t No, IM4^O,~3
Client ~Ol JIIP?01
Rr"yll
Wl
----O~to/Time-.-
~ /:l~~hod _~ IIMt'r'Iq,g ~ lm.
P9rQrO~rllr
fiet Chominry i\nAlyait.
Total Dl~oQlvtd Sollas
321 00
penct! 011
Lfmlt
10
Malt. 160.1 07/0S/2lJ05 OQ;OO PXil
m MI<im!
Date: 07/0~/2005
TlmQ: 1;:1101",0
J.11tr tnQ A~,ociate~
Jaffer &od A$Qo~l.t&.
Normandy !hD~'"
Sample ED: Norm.ndv GhQre~ 60'
_Db B~pt~ 10; M~'n6509
P~to Colloet-ti: 06/~/,005
TfIDO Co~(ectedl 00:00
26135
Peool 21
[lep~: AtI14~O
Date ~ecolvtU: C~/JO/200~
Project No, MA4A0203
Cll~nt No: JAPF01
~U1,/lt........... fu
--nHi:\/Time-
.....JJclla... Me th od /i f'lD I Y~Q.t 1m.
1'. rlrn'nr
\let Chomlury AIl6(Ylii5
To~~l DissolveQ SPllde
~l7'OO
Pntg~lon
L1m1t
10
MD/L 160.' 07/05/200S 0'1100 Fl',o
$TL Iolfarnl
D~tc: 07/0j/2Q~
TlmQ: 1:3,0111,0
Jaiter en~ As~o~IQtEa
Jetfer enq A56oe!~tel
Ilormal'lGly S~ ores
iampla 10: Norm~ndy Sh9rea 6~'
L=)) SAmple IPI 'lSS06510
D8t~ Coll~ctedl 06"3;,005
Ti,no ColLected, 00,00
Z7/J5
Pan(\, 2Z
Rapt! I\N141:0
Dltt RQc~iv~d: 06/30{2005
PrDJ.~~ Her HA4AOa03
CljG~~ No; JAff01
Resut r
wlls
----Oat.ITlm~
^n~lY~od ~
ellL'liIl1~hr
w~! ChemIstry AnQlY$1s
70tol Pf'~olved soliQ~
~.i:OO
pe~~qtlun
Ll/ljl r
1D
-Y..n.i.a..
~Q/L
l1/ttQo"i
160.1
07/0~/2DOS 09:00 FXP
ST~ MliilTll
Datf: 07105/2005
jjm21 1:3,01 :40
Jbff~~ and A..o~lot.~
Jarrtt and A~~oci~te~
H(,lrmar,~ &hor..
SDrnple In: Normqndy 6horQ1 701
~Qb ~QmpL. lP= M5566~',
DQte CO\l~cte~, O&/2J/2005
Timo Cglloct~d; 00:00
48/35
rD~~: 23
n~t: M11';20
Co~o R~c@lv.dl 06/~0/20a5
proJect NOI MA4^Oa03
CL I eM 110' JAFFOl
P6r~moter
~ot ChemIstry An~LYGI.
io,Q( DflQolyod Golla,
~e~'l\t~ Ell!
32200
llett;tign
LImit
10
----DatefTl~D---
......1!!lUL ~~tho'.1 An!\I'(2a~ ill
I:'O/l W.l.1 OI'!O~/200S 09,DD ;':;0
OTL III oml
D.rel D7/0S/2DuS
'flIt\() I 1J:O~ :1,0
Jaffer and A!50olates
Jaftsr And A&'Q~t.tea
Normandy !lhon~a
uamplw 10: nOrm~ndy Shore$ 751
~.b 51'1lllfll41 10: t155a6~12
Dat~ Col(oetod, 00/23/200'
ilmo CQll.~t&d1 OOIPO
J'llflllMt~r
\;ct ClleJll:lCry An:ll)'lllll
Ta.~i DI~oolvQa SolIds
~~'Ul f
lla
J2600
D.t.;tjon
LImit
10
2~/:J5
PQ60,
Reptl
2~
M11420
Pata Recel~~; 06/30/2005
Pra)t:r NOI MA4^OZO~
C,fone >>0: JAFFO'
~---
~Qt$11Imt---
--.!1i:li1L t1~thcd ADA l~I~~ 1m
MQ/L 100.1 07/0~/2(JO:l 091C~ FXD
:3ll Mltro!
....w..., .""'.>1..'1......'"
"'.IIV' utrY ^...V..,..~..
nmt: 16:52;29
J~ffer ard AssocIates
Norml1'!dy ShorM
Sa~le IP: Norm.ndy Short. SO'
Lob S~mple I~: M55B6513
Care colloct'~1 06/,3/2005
rflllf Co~ 1..;nQ; 00;00
I'age:
!\"pt I Ai-J 14~O
O~r~ R~ee!v~d: 06/30/2005
~rQJ.c~ HOI HA4AO~03
client No: JAFFOl
PllfllmHl!!r
Utt Chem\.tr~ An.Ly.l,
Tot;l Diasotved SolIds
Oeteet!OI'I
Lillli~
RU\.llt
w
32700
iO
Ul'l,U
MOIL
----Date/1i~
M.thod Analvzld lDl
160. 1 07/05/~OOS 09:00 F)(O
sn Miami
Date: 07/05/,OO~
Hmol 13:01 :40
Jaffer flfId Ali1io<;r~t~a
J~Htlr ~nd I\~&oc!ates
~~rriltmqy Shores
31P/35
Pil:l?' 2S
Rept: (\:'i1/>20
s~mpl. ID: ~Qrrnandy Shor~~ B5'
Lob $arnplo IDI M~~56S14
Date Colle"teQI D~/Z3/200S
1'm~ CDllectmd: 00:00
Dot. ~~.eiYe41 06/30/2005
proJ~ot NQ, MA4A020J
Cl!ent ND: JAFF01
Peromo\:or
~.t Chemistry AnalY9is
Tctal a1B901v'Q ~otfd~
Reiul t
!ll
De~ectfon
~Iml~
----Date/T;m~
-J!n.i!L, Moth':!.l~ '/\"'Ilvud ~
'~70Q
10
MOIL 160.1 07/05/2005 09:00 FliP
"
sn 1~1amr
Oato: 07/05/Z00S
Timet 1]:01 :40
Jntf&r g~d 4e.ocleto3
J4tfer and ~"gcistes
Norn'landy shore.
~Ilm?\o 101 HOrl1lQl'ldy &horco 90'
L&P S~le IPI H5~CO~1~
OQtO Co\l~tedl 06/23/2005
Tlma Coller.,Cdl QOl~U
f'AreIll9~l)r
l.Jo~ Chonis,r\, AIli'llyeis
rot~l DIQ~Qlv~ SolIdi
RQ~~lt
!1Sl
32500
lletect;on
LImit
10
3V35
PQSo: 26
I\<.!pt; Mlll,ZO
Oate Rtcolved: 06/30/,005
Project No: MAhAOZ03
Client NQ; JAfi'01
--...-......
---Dete/T;1IlQ>.....-
.......l,/Q,UL H~thorl _ 1lI'l~ l~4:11 1m
M~']. 1(,0.1 07'/05/200j 09100 F)(D
SfL M; Iml
DQCo; Of105/200S
T1m:.: 1:=;01140
J~ff.r and Auo:lbteG
JQtfar and AiOo;t.t~4
Norrr.,ndy Shorb.
Sompt~ /01 Norm.nqy 8hore~ 95'
Lab 6ampl~ IPI M5~86516
O~te Colleottdl 06/23/2005
T1m. Collectedl OOrOO
32135
r~gClI a7
r.ept; Ml~,O
O~te Rqc~IVOQI 06/3QJ,005
?roJ~(;t NOI MA!.^u203
Cllont No: JAFf01
Ril~\ll r
--o~to/TfD\O--
^~~ly..q ~
P~r~m~ter
Yet Chomj~try AnQly,la
Tot~l DIQaol~d Solld~
lli
32700
Dl!Jtec~ Ion
Umr~
10
...Jl!l1ll.,. Jlath od.
MOIL 160.1
Q7IQ?/,OO~ 09:00 rxo
STL Miami
Date, 07{05/2005
Tirr.el 1:3;01t~D
Jaff~r .nd Alloclat.,
J,tt_r Ind A890cfatea
~IOrI1lDl'ld~ llhorlll
sample IDr NQr~~r.dv Bhor&& iOOI
Lab uamplt 101 MSoD6517
Dbt* Col~.c~.d: D6/~/2005
TIme Coileoteq; 00;00
~
eQ~lliMlcr
wet ChemIstry ^nlllyai.
rot~l DI;iOlvgQ So~tda
RClI\.l1 t
flg
33100
DetectIon
tlml t
10
7/35
Paae; 2
HOp!l 1IN1420
D~le ReceiveQ: C6{30/,DO~
ProJDo~ No: MA4^020~
CLIent tlol JM'01
---!latelT hr.i:-
~ M~t!19q ^nnlvvcod .1.oS
Hil/L 160.1 117/05/2005 09,CQ pr,o
STL lIIil\jQ!
Co.a: 07/0'/~009
TIme: 13;01:1,0
Jo~t,t Jnd A.ioel.tit
Jpffijr ~nd Atiocl6to2
~orrrlllnd)' Shores
sample I~l ~orm~ndy $horti 110'
Lob S~~plQ IDI MS5a~31a
DDte Colle~tedl 06/2~/2005
TIme Cnll~cted: 00100
8/J5
POGO \ 3
r.e;;~1 P,N11,20
Oete Received: 06/30/2005
PrOjaOt HOI MA4A0203
Clftr.. HOI JAPFOl
P"'r~nlllrt:r
Wot ChemIstry An~lyslB
Tat~l Dlr.oolv~q go\lq$
R~'iJ\~
Us
3~9aa
Detect ion
L1mlt.
10
~~te/Tlm~
~ ~QrhQr.t_ Anij\vzet1 N" 1CS
~IGh 160.1 07/05/20D5 09:00 Pl(D
an r.ll~:;ll
D~,Q: 07/05/200'
TlRIQ: 1~IOl\4D
J~1for Dnd Aaeoc1atoi
Jnffer ind A&@ooletaa
t1Clrl1llln~ (J"oreG
6Im?t. IDa Normandy Shor~& 1~CI
L~b ~Qmpl. (PI M~3e6S19
PAte Collected; 06/23/2005
T;II)O CQlll:<:t;d. 00,00
OJI,!;5
Po:::~: ~
fkp.l r\:i1~;W
Dot. Roccivvdr 06/30/2005
PtQJ~ct ~Ql MA4AC,03
Cllont No! J~ff01
~e8~tt
&
ME!th('d
----D~t~/rlm~
f\n"~'Xi 1m:
ParNnctcr
tJo;: Chcmhtry ^oQly.~*
To,ot piooo(v~Q So\fd~
ZDOO
Otuetion
l ;m!t
to
unfU
MQ/~
'~O.l
o7/os/aoos O~IDD [.~~
$T~ nil::ni
D~te; 07/0Jf?OO~
ifln~1 1:1,01,(,0
Je1f~r and Associbt~G
Jcfhr Ind "..oehu.
Ngrmandy Shores
'10.'/35
P~fl4:
fl~pti ^111~20
S~pl. 10: Norm~r\dl' shorea 1301
Lob S~~9l. 10: M~586S20
CAto CollGOteQ! 06/23/Z00$
Tl~ CQllc't.a, oOrOO
D.te R~'tlved: 06/30/2005
Project NOl ~A4AOa03
client Uo; JAFF01
p:orljflleter
\.!~t Chrnnlsu,/ A1lilty~rs
7D~ol P!sJo!yod Soljd~
Result
lli
Dat.QtlOl1
~{mji
-O~"O/Tlm"-
-1IDllL Marhorl Jlllil:;',~(!<j n ,'.m:
3260()
10
~IG/I. 1~O, 1 Oi'''O~/2005 09;00 no
SH M!emj
Dqte; 0710~/2005
ifill,: 131U',40
Jaff~r ond As~oc!eee~
JAffar Ind Aasoclatos
~JorlT1Qndy Shoro~
1]}35
PO\Je: 6
Kept' AW14Z~
5ample ID: Normandy SnQr~ 140'
lab samplQ IP: MG~e6S21
Oete collected: 06/2~/Z005
Tln~ cotlQottd: oOloa
C~tD Recelv~: D6/~0/20Q5
ProJ~ct NOI MA4A0203
C\ lene No! JMF01
. f\;r1I111lHtr
Hot ChclllfEnry AnIlIYil/;l
Totol QI~'olvDd $ot!dt
811AI,lI t
.EJ.a
DetectIon
limit
---OatelTime--
~ i1~\b~ ~Iytcd ~ ill
32700
10
M~/~ 1~O.1 Q7/0S/200S c::oa f:ro
llH f{1~mf
Pllt()1 07/0~/?005
Tilil~; 13:01140
Jbftar ina As,eql.tGs
Jaffer ~nQ Assooi.ttt
Norlli.nQ)' Shore.
],2/35
I'n!;D: 7
Poop,: Ai114!:o
~llInp~o JOI I!Qrll1&r)l:!y Shores ~SDI
Lab sample 10: M5S86,Z,
Olt. ccILOet.Q: 00/23/20D5
Time Collcctea; 00:00
Do.t ~ocerv8d: 0613D/2005
PrcJtct No, MA4t.020J
cl lent Ho; JAFF01
Pflrlll7'6t~r
\jot Chemletry AMlyol.
TvtQI Ptac~'vQd $O\tQS
ResuiJ;
lli
Pet&Gtlon
l\m'~
~ Method
--PIlCe/Tlm_
A~o:VZ~~ Lax
33~OO
10
MG/~ 160,1
07/D'l/2\lVJ O\': DO ~la)
HL Mf~tllf
O.tB; 07/05/2005
T II!\;:: 1~1 01140
Jetter ~n~ Asacel.t~a
Jijffer and A~Gociata.
NQrrrlllrldy &hO~lil
13/:3)5
?IlQC: 8
Rept; l\tllE.~O
s~mpl~ IP: "Oim~ndy ~hQrta 160'
~tlb Salllplo 10: M~~ll6YZ3
D~,. ~~lloct~d: 06/23/~POS
Tiu:~ Collect"cc: 00100
Ptlt~ ReceIved: 06/30/2POS
Project No: MA~A0203
CI \~nt NQ: J~fFa1
~~ral1l~)cr
i/H ~h,"lliatry 1\n~IYijllS
iotel DI~zolVod colids
.B.~.ult
!.Ul
D"a;ti en
~jmjt
....I.1!\1!s.. ~c ~ h ad
~Qt~/T1m~
~Q~\~Q~~ lnl
33300
10
MaIL 100.1
07/CS/iWO$ 09;00 PilO
STL Miami
O~ter 07/05/,005
1 im91 15:01,40
J9ff~r 6nQ As,ooi....
Jatler and ASGocl~,ou
NOi'IT14tpdy ihoroQ
lit.v'j5
PSgd; 9
Rep,t AN1/,?O
6ample 10, NQtmendy ShOrbG 170'
L~b Samplo 10: M5S86S24
PQt, Ootlectodl 06/23/200'
Tlmo Col\cct~d; 00:00
Dot. RtCQlv~: 06/30/~D05
Project I/o; MMA0203
cllQnt No: J^Pr-Ol
P~rllrnetor
Wet Ch.mlatry An.lyal.
Totel Ol~'ol~od SolfQs
RtaJl.l.-.. !la
Ollt"ot i an
LImit
----O.t~;Tlmo---
.....l,/o,J.1L Math IXl ~a.! Y.l!1L- ill
33300
10
MOIL '''0.1 07/0~/2005 0');00 FlIP
STL Mf~mf
OQ!Q: 07/05/2005
Tirn~: 13;01140
Jofftr ~nd Aa~Qol~tes
J~ff~r a~d A~.~~'ate.
N ormand)' Shorn
S~mplfl 1D: llorrnencly lilwrilll 'BOI
L~Q t~mpta tOI M"e~5a5
Date Collected; 06/2J/ZOOS
1 imt CoIlOll tctd: 00: DO
-- ..
Pgrllllliitir
Woe Chomletry An~lY8l.
Tot~l II r~iol""IlQ ilolld~
P.llul ~
lla
33100
Olltllctjon
LImit
10
15/35
Pll1101 10
r~"pt: Ail1.\20
Date qecelva~l 06/~JJ200S
ProJect !jPl MA4A0203
ciieht No: JAFF01
~ Method
----O.t./r1m~
line l"led 1M
1I~/~ 160.1
01/05/2005 09:00 F~P
STL l>1IDD\j
D~tol 07/oS/aaa~
rime: 13:01 :/to
J.ft~i ~nd AI~ocl~tf'
JGttOi and Aa.oell...
HOrm4rlQY Shores
Scmpl. 10; Normlndy ShorDJI '90'
Lib ~empl. IDr M53665~6
Ctto Colleoteq: 06/23/20Q5
lime ~oL\acteQ~ 00,00
Jl t1D/35
PacoL 11
f; ~p~: ~:{1 ~ ~O
OGle Rlc.lvodl a~/'O/aOOS
?roJect No, MA4A02Q)
Ctl.nr NOI JAP~D'
Re6U\ t
.Ela
----Oete/l!m~
-.!i!ll!lL Mntho~ ~DIIJ.l~ ill
P ~ra~ ~Ol'
Wot ch~mlo1ry ~nalYdis
TotQl Dis$OIVOd SQI!d;
:moo
Olltect!on
~lfI<lt
10
MaIL 1~O.1 0710512001 09; 00 FXP
on lit Dm!
PQtOl 07/0S/Z00S
Tlm"H 1;'.: 01 :',0
Ja~~.r und A"o.lstol
JJlHer .nd AD~OC( ~t~6
N(Jrrn~ndt Shore~
Sum?La ID: Normandy ahoreu 200'
lab SCmplO 10: M~~n'527
Date Colleoted: 06/23/2005
lime col~..;~d: 00100
parllm~ter
lJot Ch~ml~try Anulysla
TOt~l Oic;olvQ~ solId.
!te~ll[t
f.1.n
33100
~ bod
Dtttetlon
LImIt
10
H3!J5
P4\;'J~1 1;
~ept: :\:~ 1!120
D~t~ R~ceiv$dl 06/~DI,C05
~roJ~Qt NOI 1.1A4NmU
cLlunt No; J^Ff~l
, .....!1ll1n. _ M..th Qd
----D.tc/Tfm~
^,,!\IYiWI 1m.
I'Hl/L 160.1
C7/D~f2QOS O~;(lD f;:O
sn Ml~mf
REASONP.BLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE iMPROVEMENTS
Pump Curve and Supporting System
Computations
SEW/11262006.RAR.DOC
Q) Q)
.~ .& C/)
t-- ~ ~ ...J ~M
CO ...J 00-
6C\.! " .,....: w cia;
C\.! ~C\.! $ (')$ w
Q) Q) -I U. >
tIJ tIJ a
::l ::l ...J i=
w .!; >-
$ E t: <C
I- Z 0 >
<( Q <( a:
w 0.... W
Q) 2 I- <(
0.. 0 0 en
2m 0 ~ :;) ~ z ~~ Z
0 C/) <::l (') -
0.- . a:: ciw 0
- , ..- W 0.... C/)
1-0 2 (')$ (,)
oC\.! > w
- Q) 0 :;) D C
a:: tIJ 0 0.... ~
U. ::l W Z
-0 0 I- >
Q) I- D D 0 D C/) <C
19 w <( > o:l > (f) W
::l :;) W <!) <( <!) a
u I ...J ....
Ci.i 0 Q)a; z 0 z a;
0 ~.~ UJ ..... <( 0 2 <C
...J - W - <( ::2:
~ o:l ~ I ~ w M~
S~~ <( I 00_ -
$ 0 ...J ";w X
o'<t 0 i= <( C\.!$ 0
<(..- ...J <( I- a:
w Q) ...J f- a
I ~ <( C/) l- e..
e..
<C
U) a; w
c a:
0 ..... 2
::l <C
".;::; 0.. ~ ~
co E -+-, ....
...... 'x
::J Ci.i Q) W
0.. ::l TI W
C c
E rn rn J:
2
0 ~ Q) en
() (') u (')
c en
0.. Qi ~ Qi -
E $ c $ J:
a; a; Q) ....
::J Vl
0.. Q) 2 w
0.. - (f) Z
~ ~ ~ 0.... ~ .!; ~ 0
Cl) Q) E :l::
C/) :;::
"- ,g Vl en
::J E Q) Z
0 >
tIJ Q) Ci.i 0
0 Q) w $
Q) N > > i=
- 'ii) M X in C\.! c C\.!
-...
0 Q) C\.! rn Q) a; 0 a; <C
<.9 TI Qi E tIJ Vl € $ -0 $ ...J
<5 Q) Q) (!)
$ c .c .c 2 Vl :J
(/) c c 0 u u co
Cl) 0 0 TI c C C .D (,)
III Q) 0
"- E -0 -0 ~ ~ ~ ~ c ~ ...J
0 Q) Q) tIJ -0
.c ~ tIJ tIJ <Il (!) Q) <C
..s::: () <Il <Il .0 en '(3
(j)<Il .0 .D <Il (,)
.D :;::
Q) 3: Q) a;
>,al ..... Q)
, c ~ Q) 0
"0 .- c: Q) 0
c ~ Ql .(3 0.... '0
N :;:: ~ c Vl
co .- ltl Q) .... C") Vl
E~ :::c Qi Q) -... Qi 0 w
0 - Q) C\I ...J
'- 0 CI 0 (3 $ E J!! $ '- $
c: 0 0
Oc III S Qi ell Qi w c c
2(5 is $ S Q) ~
::> I > ...J
~
o
CJ
(/)
(1)
~
Or;
..c CJ
(j)~
>,CO
"0 .-
C ~
cu .-
E~
~o
O,e
ZG
o
CDO"," roCDC\lO"," '<;t<D<DC\I
C')C')C\I......-..-..-..-C\lC')C')'<;t
NCDO","ro<D'<;tOCO'<;tO<D
","C')C')C\I ...-..-NC')C')
Q)
a.
>.
f-
0)
c
E
u::
(j)
..c5
rnO _____
5~ ~~~~~~~~ffiffiffi~
~~ ~~~~~~~~~~uu
:r;~ ~CD"," ~~~~~~~~~~~~~~
00 r;O)CJ O....N~<D'<;t~~~~~~~(/)(/)(/)(/)(/)
m O)~Q)Q)"-OOO..-C\l~~~~~~~~~~~~
~~ ~~6~B~~~EB~~~~~m~~~~~~~
~ (/)f-O)>~~~~~~gggCJCJCJCJrororo~~c
to) ~WWES>>>~--uuu~~~~!!!!!~_
~cO~~WW~~~~~>>>Q)Q)Q)Q)Q)Q)Q)uCJCJCJCJc'~
w_'<;tNf-f-(/)~co([jm~~~~~~oc~oc~EEEEEww
I..~
c;?,.
'.~......'.'..........
;::.:.~~
;;:~i:'"
$~:st
;~
an.
~.
It
Id
cri
m
~
PAGE SECTiON CONFIG.
26 3 C-3300 CP/CT/CS
ISSUED SUPERSEDES 807 Impeller VANES PHASE
5/96 6/94 3 3
44
42
40
~ 38
I- 36
:::)
~ 34
* 32
30
28
65
60
55
50
45
tu 40
w
u..
0 35
<l::
w
I
-l 0,.,
vU
~
0 25
I-
20
15
10
5
p~
I I I - ..........
I
........ .........
........
-.... ......... "-
" .......,
"'
"- I
" ~
"
'\
"-
"
\.
"
~ - - -.....
V " ......... ,,~
/
I / ~ I 1,\ ;1
J ~ ~
/ "" " lX
I
V "- /" ,
><
-'
/ """"'- - --- "
NPSHHE
" -t
I "
/
o 0
o 1000 2000 3000 4000 5000 6000 7000 8000
FLOW GPM
44
42
40
0...
38 I
36 ~
34 ~
co
32 0
30
28
>-
""
(J
o
03
>
a;
Q
m
c
E g
~~
~;j
o 3:
.Yo
.~ Q)
a:.o
II
U)
30
25
20
15
10
5
ra
70
60 ~
>-
0
50 z
w
()
u::
tu 40 u..
w
w 0
u..
c:: 30 -.J
:J
I <l::
(/) c::
0...
Z 20 0
>-
I
10
0
M_
-
"Q) (lI
3:~
:r:
o
.....
C\I
~
"Q) (lI
3::!::-
:c
o
.....
,.....-.
-
"Q) ~
3::!::-
:c
o
.....
..-
l()
MUlO
Ng
"Q):;-
3: '0
o
"Q)
>
Z'qqq~~q~ql()oq~oo~
(lIOCl'<!"O<.DC\JOCl'<!""-f'-.<<i..-f'-.<<i"':'f'-.
(lIL()L()L()'<!"'<!"C")C")C")C\JC\JC\J ..-..-
~
m
-
m
o
0-
E
::]
0..
'<!" 0Cl<.D'<!"C\J 0'>f'-'<!"C\JQ)<.D(t')0l
CO(t')O l()C\JC\J'<!"OO'> l()(t')'<!"f'-.
r-...:OOOlO..-C"5t.Of'-.ONcOO)C"5r-...:..-
,... C\JC\JC\JC\J(t')C")'<!"
(t')0l'<!"0l.{)0l'<!"f'- '<!"<.Df'-0l0l0l
CX?"!O '<!"OqC\JOCl<.Dl'-:r:OClCOr-
f'-.OClO'>O..-C"5l()r-...:o)Nl()Q)NcO"':'
r- ...-..-..-C\JC\JC\J(t')(t')'<!"
Q)(t')COl()LO<.DOLOC\JC\JC")CO..-f'-<.D
f'- <.D'<!""<l:tC? f'-.COf'-.OU?C")C\J'<!"
r-...:roroOlO,...C"5<<i<.Dro..-C")cOo)C\J
...- C\JC\JC\JC\JC")
C\JC')'<!"l()<.Df'-OClOlO..-C\JC")'<!"<.D
Ol()OLOOLOOLO COr:tC?..-tC?
NC\JC"5C"5<<i<<it.Ot.OCOCOr-...:f'-.
'<!"COC\Jf'-..-l()Q)Mf'-C\JCOO'<!"COC\J
00 C\J,,!,,!C':!M"<l:"<l:U?U?LOt!)
Ul..-C\Jcr5<<iLO<.Df'-.COOlO C\JM'<!"t.r:l
0.
:!::-
(I) >-
~ ;g
o
"Q)
>
E
0.
~
::
o
u..
000000000000000
000000000000000
LOOl()OLOOLDOLOOl.{)OLDOLD
,.: ,.: N C\J- c:0 C'i '<!"- '<!" - LCi l.{)- cD cD r-...:- r-...:-
.c
.8
'~
(/)
Q)
....
::J
(/)
(/)
~
D..
000
>>>
c.':lc.':lC}
zzz
C\JC\JCO
..- f'- '
....:.. ' . f'-.
..-0,-
co
~
Q)
D-
'6..
~
E
(/)
i?EE
'(j) ::J ::J
::J~~O
'0'0'0>
2 ~ >'(9
6.. .0 1i z
E
o
u
~.:::
~o:
~o
......
..... -
LO-
NCO
II ~
I- Q)
II S: S:
o....JC}x
.~ S: I C'Cl
z....J(J)~
Cl.)
>
...
:J
o tJ)
E E
Cl.) 1'0
-
tJ)=
>.-
(/);':
tJ) c:
Cl.) Cl.)
... N
o 1'0
J:::c
(/)0)
>c:
-g tJ)
1'0::>
E
...
o
Z
',.<]
I
\<J I
\1
"'1;:1
;"<3
1
'j~
I'~.
I~
I ~
I .
I
!
i
! ;::1
;
o
1.0
o
LC)
o
"<t
o
M
(laaJ) Hal.
o
C\I
o
o
o
o
r-:
o
o
o
(!)
o
o
~
LC)
o
g E
"<t C.
~
o
o
A.
M
o
o
o
C\J"
o
o
~
o
o
~
I I1l
I~
I ~.
IT
I~
!~
<I
!l:
..Q
u.
I.O~
g<(
~l.{)
co,,:"":
~o
.- ,....
.-
"$
~
+
"<t
'0
"<t
I1l
Ol
~
a...
I1l
>
'-
:J
()
Q.
E
:J
a...
+
(])
>
'-
:J
()
Q.
E
:J
D:-
E
(])
t)
>.
en
rn
x
(])
>
:;
()
E
(])
t)
>.
en
rn
~
o
.c
en
>.
-0
c
~
E
'-
o
Z
Q.
E
:J
a..
REASOI.P.BLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE !MPRO"i!'MENTS
Nutting Engineering Lithology of Deep Well
SEWI11262006.RAR.DOC
Vllef! ;[l
L'3oC8li(.tl
~t.allalioI'lDlI.le
PI;Jr::cf..\iI!la~ert
~&~: DEiIow I..zr.ct SurfaC!-lf\.ll
~~~ ~l'S Cdf Cou;sr.
URS COCpOnttoOO
Nuttino Et\glrtMn1t9
/l1tU- C>
A./r. I
r FtJIt!JseV'
wel(s
Soil Boring Description Log
Page 1/4
Date: August 14, 2006 to August 15,2006
Location: NOffilandy Shores Golf Course
Project: Nomandy Shores Golf Course
Project: No: 38701107
Boring Number: Test Boring
Tolal Depth: 120 Feet bls
Screen Interval: NA
Drming Method: Wire Line Coring & Mud Rotary Reaming
Project Manager: CarlO!: F. GarcialURS
Recorded by: Edward MarkslURS
Drilling PersOImd: Nutting Engineering
Casing and Diameter: NA
Borehole Diameter 3"
No. From To Resistance Recovery Description
1 0' 0.4' Low Organic rich top soils -dark brown - black
2 0.4' 1.1' Low Silty sand wi shell fragments. lOYR 6/2 - 10YR4/2
3 1.9' 2.2' Low Sandy shell hash having 30% sand/silt of medium to very
coarse grain size. 5Y 5/2 - 10YR 7/4
4 2.2' 4.1' Low Clay, very plastic light gray to very light green. 5Y 6/1 - N6
5 4.1.' 5.2' Low Mulch laver, dark reddish brown wood chips 5YR 3/2 - 3/4
6 5.2' 8JJ' Low Silty & sandy shell hash, silt to very coarse grain size sand
and shell fragments 30% - 40% shell hash gray to med. I
gray COIOT N2 - N 5
7 8' 10' Low As above with < 5% 001 ids appearing throughout sample
8 lOt 12' Medium Silty sand with some shell hash, silt size to coarse grained
sand with -20% coarse to very coarse grained shell fragments
and S% -10% ooids medium to dark gray color - tight.
9 12' ]3' Medium None No Sample Recovery
10 13' 15' Medium Oolitic limestone having 15% - 20% sand of tine to medium
grain size offwhitc SY81l - N8
11 18' 20' Medimn As above.
12 23' 25' Medium No Sample Recovery except for single small fragment of
oolitic limestone 5Y81l - N8
13 28' 29.5' Low Sand,vcry line La grained quartz sand of sub roooded to
sub angular shape having few dark gray nodules of calcite
cemented sand stone throughout sample. 5Y 8/1 - N4
14 33' 35' Low None No Sample Recovery
15 38' 40' Low Sand, very fine to grained quartz sand of sub rOlUldcd to
sub angular shape having few dark gray nodules of calcite
cemented sand stone and trace of ooids. 5Y 8/1 . N4
Soil Boring Description Log
Page 2/4
Date: August 14, 2006 to August 15, 2006
Location: Nomlandy Shores Golf Course
Project: Nomandy Shores Golf Course
Project: No: 38701107
Boring Number: Test Boring
Total Dcpth: 120 Feet bls
Screen Interval: NA
Drilling Method: Wire Line Coring & Mud Rotary Reaming
Project Manager: Curios F Garcia/URS
Recorded by: Edward Marks/URS
Drilling Personnel: Nutting Engineering
Casing and Diameter: N A
Borehole Diameter 311
No. From To Resistance Recovery Description
16 43' 44' High Sand, vcry finc to grained qUaItz sand of sub rounded to
sub angular shape having 10%-20% coarse shell fragments
5Y 8/1 - N6
17 44' 45' Medium Limestone, highly recrystallized displaying corrals and shell
fragments with few very small open vugs and ~20% calcite
cemented sands filling vuggular sPace in sample, well
well indurated 10YR 6/2 . 10YR 8/2 - N9
18 48' 50' High As above
19 53' 55' Low Limestone, highly recrystallized displaying corrals, Bryozoans
mollusk shells nnd echinoderm spikes with micro and macro
vugs throughout ~ 20% sample is crystalline calcite, very well
indurated 5Y 7/2 - 5Y 5/2
20 58' 58.5' High As above
21 58.5 High Refusal of tooling using hammer & core method.
22 63 64.5 High Sandstone, calcite cemented saIlds of fine to medium grain
size having subangular to an!.rular shape, 10%-20% shell
fragments of coarse groin size and <5% ooids. or pclloids with
caleitc composing -30% of sample, highly recrystalized.
5Y 7/2 - 5Y 6/4
23 68' 70' High None No Sample Recovery - Possibly fine unconsolidated sands.
24 73' 75' High None No Sample Recovery - Possibly tine WlCffilsolidatcd sands.
25 78' 80' High Sandstone, interbedded calcite cemcnted sandstone,
limestones, & unconsolidated sands beds are ~ 11211 to 111
thick in intcrval, sands are very fine to medium l!Tain size
being sub angular to subrOlmded, limestones are -40% shell
fragments, ~30% sand and -30% calcite being highly
Soil Boring Description Log
Page 314
Date: Au!,'Ust 14, 2006 to August 15,2006
Location: Normandy Shores GolfConTse
Project: Nomandy Shores Golf Course
Pruject: No: 38701107
Boring Number: Test Boring
Total Depth: 120 Feet bgs
Screen Interval: NA
Drilling Method: Wire Line Coring & Mud Rotary Reaming
Project Manager: Carlos F. GarcialURS
Recorded by: Edward MarkslURS
Drilling Personnel: Nutting Engineering
Casing and Diameter: NA
Borehole Diameter 3"
No. From To 'Resistance Recovery Description
25 78' 80' H.igh vuggular and moldie (gastropods), highlyrecrystaHizcd.
5Y712
26 83' 85' High None No Sample Recovery - Driller states that interval is rock.
27 88' fl9.9' Medium Sand, very fine to fme grain size having 5% - 10% white
carbonate grains of same size throughout sample 5Y 8/1 - N8
28 89.9' 90' High Sandstone, calcite cemented sands of fine to medium grain
size having sllbangular to angular shape, 30% shellfTagments
of coarse I!,rain size and -30% calcite insaniple, highlv
recrystalized. 5Y 8/1
29 93' 94.2 Low Sand, very fine to tine grain \lllconsolidated sands having few
having few coarse graiIls throughout sample. 5Y 8/1 - N7
30 94,2 95' High Sandstone, calcite cemented sands of flne to medium grain
size having subangular to angular shape. 30% shell fragments
of coarse grain size and -30% calcite in sample, highly
recf)'$!alized. 5Y 8(1
31 98' 99.5 High Sand, very fine to fine grain unconsolidated sands, well
sorted, tight sands 5Y 8/1 - N7
32 995' 1O0' High Limestone, moderate to high recrystallization having -30%
fine grained sand and few small opcnvugs; vuggular space has
has been filled with calcite cenlellted sandstone, well
indurated. 5Y 7/2 - N7
33 103' 105' High Limestone, moderate to high recrvstallization having -20%
fine grained sand and small to mediwn QUell vuggular space
some of which has been fuled with calcite cemented sandstone
well indurated. I OY R 8//2 - 5Y 8/1 - I OY R 7/4 - N9
34 108' 110' Medium Sandstone, calcite cemented sands of fine to medium grain
Soil Boring Description Log
Page 414
Date: AU6'1lst 14, 2006 to August 15, 2006
Location: Normandy Shores Golf Course
Project Nomandy Shores GolfConrse
Project: No: 38701107
Boring Number: Test Boring
Total Depth: 120 Feet bgs
Screen Interval: NA
Drilling Method: Wire Line Coring & Mud Rotary Reaming
Project Manager: Carlos F. (;arciw'URS
Recorded by: Edward Marks/URS
Drilling PersOlmel: Nulling Engineering
Casing and Diameter: N A
Borehole Diameter 3"
No. From . T.o Resistance Recovery Pescription
34 108' 110' Medium sizehavingsubangular to angular shape,5%. 30% shell
shell fragments of coarse grain size and -30% calcite in
sanip.l~1 moderate to well indurated, highly recrystalized
5Y811 - lOYR 8/2
35 U3' 115' Medium S!l,nds~(m.e. calcite cemented sands of very fine to fine grain
size of sub an gular shape having 10% - 20% carbonate grains of
penoids and shell fragments and 20% - 30% calcite insilmple
with some unccmcnted sands that may be thin beds in interval,
well indurated. 5Y 811 - N8
36 lIS' 119.5 Medium Sandstone, calcite cemented sands of very fine to fine grain
size of sub angular shape having 5% - 10% carbonate b'Tains of
IpClloids and shell fragments and 30% calcite in sample with
few isolated vugs ~ 0.1" throughout sample, very well indurated
5Y8Il
TQtal Depth:119.5' bIs
REASONABLE ;,SSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAIt,AGE iMPROVEMENTS
Nutting Engineering Report on Arsenic Testing
SEW/11252006-RAR.DOC
-
. NUTTING
E ~ti'!m.2NM ENTAL
Environ me ntal Property Assessme rJts
Contamin<l1on Assessments ~ Rerrediaton
Laboratory ServK:es+ IIIbniloring Wells
WWN. n uttinge rg inee lS.com + info@ nU1:ingengineers.co m
October 6, 2006
Arthur Hills/Steve Forrest & Associates
Golf Course Architects
7351 West Bancroft
Toledo, Ohio 43615
Attn: Mr. Ken Williams
Re: Environmental Services
Normandy Shores Golf Course
2401 Biarritz Drive
Miami Beach, FL 33141
NEF#6561.1
Dear Mr. Williams:
NUTTING ENVIRONMENTAL OF FLORIDA, INC. (NEF) has performed Environmental Services at the above mentioned property
in accordance with your authorization. This letter completes NEF's services at the project as set forth in NEF's proposal.
Installation of Double-Cased Monitoring Wells
Between August 10 and August 24,2006 NEF personnel installed three deep monitoring wells designated as MW-4, MW-
5 and MW-6 as. a part of the scope of work of this investigation. Please refer to Figure 1 for the well locations
Seventy Feet Deep MonitorinQ Wells (MW-4 and MW-5)
For the installation of MW-4 and MW-5, a four inch PVC surface casing was installed utilizing mud rotary dr~ling
techniques to a depth of forty feet BlS. The surface casing was grouted into place and allowed to cure. MW-4 and MW-5
were then installed to a depth of seventy feet BlS through the surface casing. This method of construction is intended to
limit vertical migration of contaminants from the upper zone of the aquifer to the deeper screened portion of the well.
MW-4 and MW-5 were constructed of schedule 40 PVC pipe, with a two inch diameter screen. Five foot iong well screen s
(0.020 inch slot, ASTM thread) were installed at the sixty-five to seventy feet interval BlS. A filter pack (6/20 silica sand)
was placed around each well screen from sixty-five to seventy feet BLS with grout to the surface. The wells were
completed with an eight inch metal traffic cover and developed until clear water was observed, physical parameters
staei)ized, and all traces of PVC shavings were removed.
"
"
Hundre'cJ,,-~wenty Feet Deeo Monitorina Well (MW-6)
For the installation of MW-6, a four inch PVC surface casing was installed utilizing mud rotary drilling techniques to a depth
of forty feet BLS, The surface casing was grouted into place and allowed to cure. MW-6 was then lnstalled to a depth of
hundred-twenty feet BLS through the surface casing.
MW-6 was constructed of schedule 40 PVC pipe, with a two inch diameter screen. A five foot long well screen {0.020 inch
slot, ASTM thread} was installed at the hundred-fifteen to hundred-twenty feet interval. A filter pack (6120 silica sand) was
placed around the well screen from hundred-fifteen to hundred-twenty feet BLS with grout to the surface. The well was
completed with an eight inch metal traffic cover and developed until clear water was observed, physical parameters
stabilized, and all traces of PVC shavings were removed. Please see Appendix E for copies of well completion reports.
1310 Neptune Drive' Boynton Beach, FL 33426
Boynton Beach (561) 732-7200' Pompano Beach (954) 782-7200 . MiamilDade (305) 858-0981 . Fax (561) 737-9975
Performance of Soil Boring
On August 14 and August 15, 2006 personnel performed one 120-feet soil boring (designated as SB-1) on the subject
property.
Re-development of Monitoring Wells
Elevated heavy metal concentrations including arsenic are sometimes recorded in groundwater samples probably as a
consequence of sediment in the groundwater sample (as a result of turbidity). During sample preservation, the sample is
acidified. This acid can leach out naturally occurring heavy metals present in the sediment. Elevated heavy metal
concentrations can be recorded as a result. The elevated concentrations are not necessarily representative of ambient
groundwater conditions at the site.
In an attempt to minimize the presence of sediment present in groundwater samples, at the time of groundwater sample
collection, NEF personnel mobilized to the subject property for the redevelopment of the newly installed monitoring wells
(MW-4 through MW-6) on August 30 and August 31, 2006.
Groundwater Sampling Methodology
Field operations for the collection of groundwater samples were conducted on September 8, 2006 by NEF personnel.
Purging and sampling of MW-4 through MW-6 was conducted in general accordance with DEP-SOP-OO 101 using a
peristaltic pump and virgin HOPE tubing.
Groundwater samples collected from MW-4 through MW-6 were transported on ice to Jupiter Environmental Laboratories,
Inc. for analysis per arsenic using the traditional method EPA Method 200.8, which uses Inductively Coupled Plasma Mass
Spectroscopy (ICP-MS) and EPA Method 200,9, which uses Stabilized Temperature Platform Graphite Furnace Atomic
Absorption (STP-GFAA). In addition the monitoring wells were sampled for total dissolved solids (TOS),
One problem with the traditional method is that high levels of chloride may interfere with the analysis due to the formation
of argon chloride (ArCl) in the plasma which has the same mass as arsenic (mass 75). Given that the subject property is
located on the barrier island, chloride interference was evaluated by Jupiter Laboratories as part of a confirmatory
sampling event of MW-1 through MW-3 for laboratory analysis for arsenic using the traditional method and the collision cell
method, as documented in NEF's previous Environmental Services Report dated July 6, 2006.
EPA Method 200.9 sacrifices detection limits (detection limit of arsenic using EPA Method 200.9 is 5 jJg/L compared to a
detection limit of 0.5 Ilg/l with EPA Method 200.8) however Atomic Absorption eliminates the argon chloride interference
reported with EPA Method 200.8.
The analytical data is tabulated and compared to the Maximum Contaminant Level (MCL) listed in Chapter 62-550, FAC
and Groundwater Cleanup Target Levels (GCTls) as set forth in Chapter 62-777, FAC below:
~
. NUlliNG
II ~~~~2NMENTAL
Summary of Groundwater Testing Results
Results Stated in Parts Per Billion (IJQlll
Compound MW-1 MW-2 MW-3 MCU
(70' well) (70' well) /70' well) GCTL
April 6, May 24, 2006 April 6, May 24. 2006 April 6. May 24, 2006
2006 2006 2006
Standard Standard I CCM Standard Standard I CCM Standard Standard T ceM
Arsenic 64 45 -I 58 67 43 1 59 69 44 1 59 10
GCTLs: Groundwater Cleanup Target Levels established for chemical constituents in groundwater as defined in Section 24-' 1.1(2),
Code of Miami-Dade COUrltv.
MCLs: ; Maximum Contaminant Levels as defined in Chapter 62-550 FAC
Summary of Groundwater Testing Results
Results Stated in Parts Per Billion (IJQlLl BOl = Below Detection Limits
Compound MW-4 MW.5 MW-6 MCU
(70' double cased weill /70' double cased well) (120' double cased wern GCTL
September 8. 2006 September 8. 2006 September 8. 2006
i::PA Method EPA Method EPA Method EPA Method EPA Method EPA Method
200.8 200.9 200.8 200.9 200.8 200.9
AIsenic 55 BDL 71 SOL 71 SOL 10
GCTLs: Groundwater Cleanup Target Levels established for chemical constituents in groundwater as defined in Section 24-11.1(2).
Code of Miami-Dade COUrltv. .
MCLs: : Maximum Contaminant Levels as defined in Chapter 62-550 FAC
Summary of Groundwater Testing Results
Results Stated in Parts Per Million (mQ!L)
MW.1 MW-2 MW-3 MW-4 MW-5 MW-6
Compound September 8, 2006
June 29. 2006 June 29, 2006 June 29, 2006 September 8, 2006 September 8. 2006
Total
Dissolved 32,000 33,000 32,000 31,000 34,000 31,000
Solids (TOS)
Should you have any further questions or concerns, please do not hesitate to contact the undersigned at your
convenience.
~--_.-
/.:'I ~
C "- -
~ Bie rd G. lossi, P.E.
~ ....President
Attachments: Site Map
Laboratory analytical results
Chain of Custody Form
FDEP Sampling Log
..
. NUTTING
. 5~~LF!2NMENTAL
:r
~
-.t"
'i..
Jupiter
En\!ironmenl.1J Laboratories, Inc
Jupitsr Environmental Laboratories. Inc.
150 S. Old Dixie Highway
Jupiter. FL 33458
Phone: (561)575-0030
Fax; (561)575-4116
www.jupitertabs.com
c1ien1servlceS@jupnertabs.com
September 21. 2006
Jan Beemik
Nutting Enviranmental
1310 Neptune Drive
Boynton Beach, FL 33426
RE:
LOG'
Project 10:
COC#
616771
Normandy Shores
28956
Dear Jan Beemik:
Enclosed are the analytical results for sample(s) received by the laboratory on Monday, September 11. 2006. Results reported
herein conform to the most current NELAC standards, where applicable. unless indicated by . In the body of Ihe report.
The enclosed Chain of Custody is a component of this package and Should be retained with the package and incorporated therein.
Results for all solid matrices are reported in dry weight unless otherwise noted. Results for all liquid matrices are reported as
received in the laboratory unless otherwise noted.
Samples are disposed of after 30 days of their receipt by the laboratory unless archiving is requested in wriling. The IabaratOf)'
maintains the right to charge storaga fees for archived samples.
Certain analyses are subcontracted to outside NELAC certified laboratories, please see the Footnotes section of this report for
NELAC certification numbers of laboratories used.
A Statement of Qualifiers is available upon request.
If you have any questions conceming this report, please feel free to contact me.
Sincerely.
Ann McKewin for
Kacia Baldwin
kbaldwin@jupiterfabs.com
Enclosures
Report ID: 616771
9/2112006
Page 1 of 7
FDOH# E86546
CERTlFICA TE OF ANALYSIS
This report shall not be reproduced, except in IuD,
withoot the written consen1 of Jupiter Environmental Laboratories. Inc .
[~a~71
Jupiter
Envlronment,,1 Llhor~lori~, Inc
Jupiter Environmental Laboratories. Inc.
150 S Ole! Dixie HiQhway
Jupiter. FL 33458
Phone: (561)S75-{1030
Fax: (561)575-4118
SAMPLE ANAL YTE COUNT
LOG# 616771
Project 10: Normandy Shores
Anatytes
Lab 10 Sample ID Method Reported
616771001 MW-4 EPA 160.1
616771001 MW-4 EPA 200.8 (Total)
616771002 MW.5 EPA 160.1
616771002 MW-5 EPA 200.8 (Total)
616771003 MW-6 EPA 160.1
616771003 MW-6 EPA 200.8 (Total)
Report 10: 616771
9/21/2000
Page 2 of7
FDOH# E86546
CERTIFICATE OF ANALYSIS
This report sheR not be reproduced, except In full.
without the written consent of Jupiter Environmental Laboratone.. Inc.
l~~;S;
Jupiter
Environrnent.,l Llhor~toriE'.~, fn<:.
Jupiter Environmental Laboratories, Inc,
150 S Old Dixie Hignway
Jupiter, FL 33458
Phone: (561)575-0030
Fex: (561)575-4118
SAMPLE SUMMARY
LOG# 616771
Project 10: Normandy Shores
Lab 10 Sample ID Matrix Dale Collected Date Received
616771001 MW.4 Aqueous Liquid 9181200600:00 9111/2006 15:35
616771002 MW-5 Aqueous Liquid 9/81200600:00 9/111200615:35
616771003 MW-6 Aqueous Liquid 9/812006 00:00 9/111200615:35
Report 10: 616771
912112006
Page 3 of7
FDOH# E86546
CERTIFICATE OF ANALYSIS
This report shall not be reproduced, except in full,
without the wrillen consent of Jup~er Environmental Laboratories, Inc..
l~I1t;;\
Jupiter
Environmf!nl.lIlahoralorJ~, Inc.
Jupiter Environmentallaboratorie., Inc.
150 $. Old Dixie Hlgnway
Jupiter. Fl 33458
Phone: (561)575-0030
Fax: (561)57~118
ANALYTICAL RESUL T5
LOG# 616771
Project lD: Normandy Shores
LablD: 616771001
Sample ID: MW-4
Date Received: 9/1112006 Matrix:
Date Collected: 9/8/200600:00
Aqueous liquid
Parameters
Resu~s Units
Report Limit
MDL
OF Prepared By Analyzed
By
Qual
CAS
T olal Dissolved Solids
31000 mg/L
1.0
09/15/06
ESC
Arsenic
0.055 mg/L
0.00050
0.00016
1 09/12/06 ZS 09/12106
zs
7440-38-2
Analysis EPA 200.9
Arsenic
Uugll
5.0
CL 09/15/06 CL
Report 10: 616771
9/2112006
Page 4 of 7
FDOH# E86546
CERTIFICATE OF ANAL VSIS
This report shall not be reproduced, except in fUij,
withoul the written cons""l of Jupfter Environmental Laboratories, Inc..
l~t\
Jupiter
Envlronmf!nlallahoratorirs, In(.
Jupiter Environmental Laboratories, Inc.
150 $. Oid Dixie Highway
Jupiter. FL 33458
Phone: (S61)575-OO30
Fax: (561)575-4118
ANALYTICAL RESUL T5
LOG# 616771
Project 10: Normandy Shores
LablD:
Sample 10:
616771002
MW.5
Dale Received: 9/11/2006 Mallix:
Date Collecled: 9/8/2006 00:00
Aqueous Uquid
Parameters
Results Units
Report Limit
MOL
DF Prepared By Analyzed By
Qual
CAS
Analysis Dese: TDS By l';PA 160.1 [REF] . .' .,; Allaly!ICal MethOd: SP.A 160.1" '..
:(I('J) :'''.' .. . ~'.. . ..0._ ....' '.' '. :, ' :' '
--.... ,- -.....".. ...."".."....,--,..
Total Dissolved Solids 34000 mgIL 1.0
Arsenic
0,071 mgIL
U ugll
0.00050
0.00016
1 09112106 ZS 09112106 ZS
7440-38-2
Analysis EPA 200.9
5.0
09115/06 Cl 09115106 CL
Report ID: 616771
9/2112006
Page 5 of7
FOOH# E86546
CERTIFICATE OF ANALYSIS
This report shall not be reproduced. except in fuJI,
wfthoutlhe written consent of Jupiter Environmental Laboratones, tnc..
~!...~~..:~.:." ..\~~~,~....~\~
,.net;tc.
Jupiter
Environment,ll Llhoratories, loc.
Jupiter Environmental LaboratoMes, Inc
'50 S Old Dixie Highway
Jupiter, FL 33458
Phone: (561)575-0030
Fax: (561)575-4118
ANAL YTICAL RESULTS
LOG# 616771
Project ID: Normandy Shores
Lab ID; 616771003
Sample 10; MW~
Date Received: 9/11/2006 MatJix:
Date CoRected: 9/812006 00:00
Aqueous Liquid
Parameters
Results Units
Report Limit
MDL
OF Prepared By Analyzed By
Qual
CAS
;f\ij~iY$~:besp::. . .
()IfI:::"'.'
"',-;',.c;-,.,:;'.;<'.",." ,..'...., __...,._.....,_.._...
Total Dissolved Solids
)~O.i11f{~fr .
31000 mglL
1,0
09/15/06
ESC
An~I~I~~.p~Fr€~~~PR;~:~~)~i~(Vv) ...
Arsenic
AOall1!c,~jM~!h~i~Rfi:~tiQ:4'(t~~jj. . .
0,071 mglL 0.00050 0.00016
1 09112106
zs
09/12106
ZS
7440-38-2
Analysis EPA 200,9
U ug'l
5.0
09115/06 CL 0915/06 CL
Report ID: 616771
9/2112006
Page 6 of 7
FDOH# E86546
CERTIFICATE OF ANALYSIS
This report shall not be reproduced, except In full.
without th<o writ'",n consent of Jupiter Environmental LaborstMes. Inc.
'':>hieIa!~''';( "'C{~:C"~"
,'-> 'I~
... '_':0.
Jupiter
Envitf.lnll'\t'nl,,1 L.,horMorip'5, loc
ANALYTICAL RESUL T8 QUALIFIERS
LOG# 616771
Project 10: Narmandy Shores
Jup~er EnII~onmental Laboratories, Inc.
150 S. Old Dilde Highway
Jupiter, FL 33458
Phone: (561)575-0030
Fax: (56t)575-4118
PARAMETER QUALIFIERS
616771
SUBCONTRACTOR NELAC CERTIFICATION
Ese = E87487
Report ID: 616771
9121/2006
DRAFT
FDOH# E86546
CERTIFICA TE OF ANAL YSI8
This report shall not be reproduced, except in full,
without the written consent of Jup~er En_ironmental Laboratories, Inc.
'!'fne:"-~:" .'<Ia;}~:C~'~~-'"
~.. . ~
.'_ , . a
Page7of7
't,
i
~
~
t.
~
,
~ :::t: '**' '**'
Cl 0 <I>
i 0 '0
~ ...J 0.: ::J
., -.i 0
~ u.i
I
t -;
1
l
!
,
)
r
l.,
}.J,~'
.r
:.'1 ~
~~
~7~:'-:
'E
o
(.)
(1)
a:
.~
"C
o
.....
rn
:;,
o
;';;"."""" ~~ ~
.~~(.,.' ~. ,,~
..... ., "'~';'';''.f"';!Jit ~ir..:::
'~11! t'
~:
..,~,
It /
;:;""
i'='*
I '
il~ \, h\.
:,~~j -\ L..,. \.
~rr ~ C,:'0~, \ '
'.. \ \;
~ \;
! ~~ I~
~!-.. ~I~
l ~ ~
-. ',," ~
AdO~ IN3110
.F.
(fj
....
c:
Q)
E
E
o
()
~
fI
8
5'~ IX.Y>(
() 'oo.e/'JlfV)S.lf/ X.X X
/>\ 'OOl- (){fVb/tI'><Kk
....
o
c
"co C/).~
.c O)'--s
o * l J~
01< ~N ....
j ~. ~~3~"\ ~ 'i; I
'J" ,0. ~ '>l ....'
ctS ~., N ~ ~
~ ~-.~~ ~ . ~ ~
E {,~ ~ >~:'~ ~
~ ~ ~ ~ ~ ~~
;- ~. 'i: ~)
~'~)~' ~ ~ \\I~"..,~ .....
C . ~ .:! ...... ....,
W <::::)-....l'-"'.~....' ~
""" .~ . ;
~I\'{\ J'''' ~."' ~. ~
~ '--..... !'-'iii s~ l!
~ Cl .-....~ , .....~
[ ~ '" ~ ~ 1i G> ! ~
E -0 ~ E 8'e E E E
J 8 ~ G b1l ~ Q.~ b!l~
(
(~
~
1-
0)
+-I
a.
:J
;~-~.-
']J ~;
: .Cf " '
~
.~
""-
'"
~'{)~
!~ i \
I.':~ ~
.,~ ~ ~
. ~):.....
~~ "'-'-.) u
~<?~ ~o'\
'0::1: Ql:' "I
-~c>c5I i 8 ':J
z"2.~u U g- \
IJ:ZI '5. ~ \'
~ -i:cDoow a.
<Il
~
.e
Ql
"0
'5
0>
,~
Ci
.....Ql
8.~1 I 11 -j
~ Cl:t
..c C') fu ~ 41
'~I~fi5;3 0
_N -+
~ I ~ 1e ~
_r-I ill., It.
U .~ ~ {i;
O(l) if-. Cii ~
~~ 8"1 I
:r,,,p ~
;fcl.j.:~.'j.
f~i
..'.....,,;.
~: ,~
;\s'-
_.~
.1
i'P. '
l'Irt'Ei.'
'1:
.
~
~. ~
.
~~
>:
'G
8.
CJ)
Ji !Ii
~ j
~..e,.
'S -g .!
. CJ)cn(5
.
~ujo
c:
41
~L.. Q;
Q)Gl..._
cn~.:!~
~s~:>
~-g;ll
;g~~15
cn~~~
,.I,~ ...- C\J (\'). ~. LO, (D 1'-. to 0>1
,.......
"--.
'J..
'-
'-.'J
K
~~.
,\'-.
'"'
'.-'
.5-
J
!,/'!)
~, J
/--",
'-Q
I..Cl
0'\
00
N
'**'
(j
d
ci
E
o
(,)
~
(II
;;:
!!!
'a
j
u f8@
.5'<t1ll
ui~ ~
.~ ..J ~
o U. ell
.., ...... fA
f!!!'C
0- QI
.c n.._
,5';13
:>;.
mlllClQ
'C;I:.....
1Il.c.....
E DI '<t
:;::11,
c:...,...
2Clll()
~:g~
weco
.. "C e
!!! i5 :;
tiou.
::JI()
..,......
o
g
o
.
III
,...
III
~
.....
(0
!2.
DEP-SOP-001/0 1
FS 2200 Groundwater Sampling
Fonn FD 9000-24
GROUNDWATER SAMPLING LOG
SITE
NAME: Normandy Shores Golf Course
WEll. NO: MW-4
I SITE
LOCATION: 5401 3iarritz Drive. Miami Beach
I SAMPLE ID: MW-4! DATE: 9/8106
PURGING DATA
WEll TUBING WEll SCREEN INTERVAL STATIC DEPTH I PURGE PUMP TYPE
DIAMETER (inches):2 DIAMETER (inches). 1/4 DEPTH: 53.0 to 68.0 ft. TO WATER (feet) : 3.22 OR BAILER: Peristal~c Pump
WELL VOLUME PURGE: 1 WELL VOLUME = (TOTAL WEll DEPTH STATIC DEPTH TO WATER) X WELL CAPACITY
Only fill out if applicable) 68.0 - 3.22 x .16 = 10.3648
EQUJI>MENT VOLUME PURGE: 1 EQUIPMENT VOL. = PUMP VOLUME. (TUBING CAPACITY X TUBING LENGTH) . FLOW CELL VOLUME
(Only fill out if applicable) 006 . 0026 X 67.12 = ,."'tt/':L
INITIAL PUMP OR TUBING I FINAL PUMP OR TUBING I PURGING I PURGING I TOTAL VOLUME
DEPTH IN WELL (feet): 54 DEPTH IN WELL (feet): 54 INITIATED AT: 910 ENDED AT: 1056 PURGED (gallons) 26.5
CUMUL.
VOLUM DEPTH Ph CONDo DISSOLVED
TIME VOLUME E PURGE TO (Stand TEMP. (!Ifll~os/cm OXYGEN TURBIDITY COLOR ODOR
PURGED PURGE RATE WATER ard (oC) (circle mglL or (NTUs) (Describe) (Describe)
(gaDons) D (gpm) (Feet) units) or "Slcm) % Saturation}
(Gallon)
1050 25 25.0 .25 2.72 8.Q7 25.9 49.08 51.7 .80 CLEAR NONE
1052 .5 25.5 .25 2.72 8.0B 25.88 49.07 50.9 1.01 CLEAR NONE
1054 .5 26.0 .25 2.72 8.07 25.84 49.04 51.1 .93 CLEAR NONE
1056 .5 26.5 .25 2.72 ' 8.07 25.85 49.03 51.1 .87 CLEAR NONE
WELL CAPACITY (Gallons Per Foot): 0.75"" 0.02; 1" = 0.04; 1.25" = 0.06; 2"" 0.16; 3" = 0.37: 4" " 0.65; 5" = 1.021.; 6"" 1.47; 12" = 5.8S
TUBING INSIDE DIA. CAPACITY (Gal./Ft.): lIS"" 0.0006; 3116" = 0.0014; 114" = 0.0026; 6116"" 0.004; 318" = 0.006; 112"" 0.010; 518" = 0.016
SAMPLING DATA
/'?
SAMPLED BY (PRINT) I AFFtUATION: RORY THOMAS I~~ SAMPliNG I SAMPLING ENDED: 1059
ENVIRONMENTAl SPECiAliST INITIATED At 1057
PUMP OR TUBING SAMPLE PUMP v TUBING
DEPTH IN WELL (feet): 54 FLOW RATE (ML per mlnute):.10 MATERIAL CODE: PE
FIELO-FIL TERED: Y (N) FILTER SIZE: ---ilm
FIELD DECONTAMINATION :( Y) N Filtration Equipment Type: DUPLICATE: y ti
SAMPLE CONTAINER SAMPLE PRESERVATION
SPECIFICATION INTENDED ANALYSIS SAMPLING
SAMPLE 10 II MATERiAl PRESERVATNE TOTAL VOL FINAL AND/OR METHOD EQUIPMENT
CONTAINER VOLUME CODE
CODE S CODE USED ADDED IN FIELD (Ml) pH
MW-4 1 PE 125ML HN03 ARSENIC 200.8 APP
MW-4 1 PE 250ML HN03 ARSENIC 200.9 APP
MtN-4 1 PE 250ML TD~ A-P~
Remaiks; TDS gll @sampletime 3137
MATERIAL CODES: AG - Amber Glass; CG = Clear Glass; PE = Polyethylene; PP . Polypropylene; S = Silicone; T" Teflon; 0 = Other (Specify)
SAMPLING/PURGING APP - After Peristaltic Pump; B " Bailer; SP = Bladder Pump; ESP " Electric Submersible PuIT1Jl; PP " Peristaltic Pump
EQUIPMENT CODES: RFPP " Reverse Flow Peristaltic Pump; SM " straw Method (TUbing Gravity Drain): VT = Vacuum Trap; o " Other (Specify)
NOTES: 1. The above do not constitute all of the infonnatlon required by Chapter 62-160, FA.C.
2. STABILIZATION CRITERIA FOR RANGE OF VARIATION OF LAST THREE CONSECUTIVE READINGS (SEE FS 2212. SECTION 3)
pH: :!: 0.2 units Temperature: ! 0.2 .C SpeCific Conductance: :!: 5% Dissolved Oxygen: all readings 5. 20% saturation (see Table FS 22()()"2);
optionally,:!: 0.2 mglL or:!: 10% (whiChever is greater) TUrbidity: all readings 5. 20 NTU; optionally! 5 NTU or.:!:. 10% (whichever is greater)
DEP-SOP-001/01
FS 2200 Groundwater Sampling
Form FD 9000-24
GROUNDWATER SAMPLING LOG
SITE
NAME: NORMANDY SHORES GOLF COURSE
WELL NO: MW-5
SAMPLE 10: MW.5
SITE
LOCATION: 5401 BIARRITZ DRIVE, MIAMI BEACH
DATE: 9/8/06
PURGING DATA
WELL TUBING
DIAMETER (inches):2 DIAMETER (Incl1es): 1/4
WELL VOLUME PURGE: 1 WELL VOLUME'" (TOTAL WELL DEPTH
Only fill aut it applicable) 69.57 - 2.92 x .16 '" 10.664
EQUIPMENT VOLUME PURGE; 1 EQUIPMENT VOL. '" PUMP VOLUME + (TUBING CAPACITY
(Only fiB oulif applicable) .006 ... .0026 X 67 + .12 ".6962
WELL SCREEN INTERVAL STATIC DEPTH
DEPTH: 64.57 to 69.57 It. TO WATER (feet): 2.92
- STATIC DEPTH TO WATER) X \NELL CAPACITY
PURGE PUMP TYPE
OR BAILER Peristaltic Pump
x
TUBING LENGTH) + FLOW CELL VOLUME
INITIAL PUMP OR TUBING I FINAL PUMP OR TUBING I PURGING I PURGING I TOTAL VOLUME
DEPTH IN WELL (feet): 65 DEPTH IN WELL (teet): 65 INITIATED AT: 1600 ENDED AT: 1842 PURGED (galons) 21.5
CUMUl.
PURGED VOLUM DEPTH Ph CONO. DISSOLVED
TIME E PURGE TO (Stand TEMP. (,.mhos/em OXYGEN TURBIDITY COLOR ODOR
VOLUME PURGE RATE WATER ard ("C) (circle mg/L or (NTUs) (Describe) (Descnbe)
(gallons) 0 (gplT1) (Feet) units) crJlSJcm) % Saturation)
(Gallon)
1B36 20.0 20.0 25 t 3.26 7.74 25.82 52.97 75.8 .80 CLEAR NONE
1B38 5 20.5 .25 3.26 7.74 25.82 52.98 74.3 .93 CLEAR NONE
1840 .5 21.0 .25 3.26 7.73 25.81 52.97 71.3 .66 CLEAR NONE
1842 .5 21.5 .25 3.26 7.73 25:81 52.97 70.2 .56 CLEAR NONE
WELL CAPACITY (Gallons Per Fool): 0.75" = 0.02; 1" = 0.04; 1.25" = 0.06; 2" = 0.16; 3" = 0.37; 4" '" 0.65; 5" '" 1.021.; 6" = 1.47; 12" = 5.66
TUBING INSiDe D1A. CAPACITY (GallFl): 1/8" '" 0.0006; 3/16" = 0.0014; 1/4" '" 0.0026: 5116" '" 0.004; 3/8" = 0.006; 112" = 0.010; 5/8" = 0.016
SAMPLED BY (PRINT) I AFFILIATION: RORY THOMAS ENVIRONMENTAL
SPECIAliST
SAMPLING ENDED: 1845
PUMP OR TUBING
DEPTH IN WELL (feel): 65
FIELD DECONTAMINATION :( Y) N
SAMPLE CONTAINER
SPECIFICATION
t
CONTAINER
S
SAMPLING
INITIATED A t 1643
SAMPLE PUMP TUBING
FLOW RATE (ML per minute):. 0 MATERIAL CODE: PE
FIELD-FILTERED: Y (N) FILTER SIZE: --I'm
Filtration Equipment Type:
DUPLICATE:
Y !i
SAMPLE PRESERVATION
SAMPLE ID CODE
MATERIAL
COOE
VOLUME
PRESERVATIVE TOTAL VOL
USED ODED IN FIELD (ML
FINAL
pH
INTENDED ANALYSIS
ANDIOR METHOD
SAMPLING
EQUIPMENT
CODE
MW-5
PE
250ML
HN03
ARSENIC 200.8
APP
MW-5
PE
250ML
HN03
ARSENIC 200.9
APP
MW-5
PE
250ML
TOS
APP
MATERIAL CODES: AG '" Amber Glass; CG '" Clear Glass; PE = Polyethyiene; PP = Polypropylene; S'" Silicone; r '" Teflon; 0" Other (Specify)
SAMPLING/PURGING APP " Aller Peristaltic Pump; a = Bailer; BP '" Bladder Pump; ESP'" Electric Submersible Pump: PP " Peristaltic Pump
EQUIPMENT CODES; RFPP '" Reverse Flow Peri$taltic Pump; 8M'" Straw Method (Tubing Gra_ity Drain); VT = Vacuum Trap; 0 '" Other (Specify)
NOTES: 1. The above do not constitute all of the infonnation required by Chapter 62.160, F.A.C.
2. STABiliZATION CRITERIA FOR RANGE Of VARIATION Of LAST THREE CONSECUTIVE READINGS (SEE FS 2212, SECTION 3)
pH: :!: 0.2 units Temperature:.:!: 0.2 Oc Specific Conductance: .:!: 5% Dissolved Oxygen: all readings ~ 20% saturation (see Table FS 2200-2);
optionally.! 0.2 mg/L or.:!: 10% (whichever is greater) Turbidity: all readings ~ 20 NTU; optionally:t 5 NTU or:t 10% (whichever is greater)
DEP-SOP-OO 1/0 1
FS 2200 Groundwater Sampling
Form FD 9000-24
GROUNDWATER SAMPLING LOG
SITE
NAME: Normandy Shores Golf Caurse
WELL NO: MW-B
I SITE
lOCATION: 5401 Biarritz Drive, Miami Beach
I SAMPLE ID: MW-6 I DATE: 9/8106
PURGING DATA
WELL TUBING WEll SCREEN INTERVAL STATIC DEPTH I PURGE PUMP TYPE
DIAMETER (inChes):2 DIAMETER (inches): 1/4 DEPTH: Appox. 115.0 to 120 TO WATER (feet) : 2.58 OR BAILER: Perislaltk: Pump
ft.
WELL VOLUME PURGE: t WELL VOLUME = (TOTAL \NELL DEPTH - STATIC DEPTH TO WATER) X \NElL CAPACITY
Only fill aut il appli:able) 120.0- 2.58 x.16=18.7872
EQUIPMENT VOLUME PURGE: 1 EQUIPMENT VOL. = PUMP VOLUME + (TUBING CAPACITY X TUBING LENGTH) + FLOW CELL VOLUME
(Only fill out if applicable) .006 + .0026 X 120 + .12" 1.152
INITIAL PUMP OR TUBING I FINAL PUMP OR TUBING I PURGING I PURGING I TOTAL VOLUME
DEPTH IN WELL (feel): 116 DEPTH IN WELL (feet): 116 i INITIATED AT: 1110 ENDED AT: 1336 PURGED (gallons) 31.5
CUMUL.
VOLUM DEPTH Ph COND DISSOLVED
TIME VOLUME E PURGE TO (Stand TEMP. (!tIMos/em OXYGEN TURBIDITY COLOR ODOR
PURGED PURGE RATE WATER ard fC) (circle mg/l 01 (NTUs) (Describe) (Describe)
(gallons) 0 (gpm) (Feet) units) at ~Slcml % Saturation)
(Gallon)
1330 30.0 30.0 .25 3.35 7.63 25.42 51.22 122.2 1.44 CLEAR NONE
1332 .5 30.5 .25 3.35 7.63 25.42 51.21 126.8 1.04 CLEAR NONE
1334 ,5 31.0 .25 3.35 7.63 25.42 51.34 127,7 1.12 CLEAR NONE
1336 .5 31.5 .25 3.35 7,63 25.43 51.34 128,6 1.04 CLEAR NONE
WELL CAPACITY (GaUons Per Foot): 0.15"" 0.02; 1" = 0.04; 1.25" = 0,06; 2" = 0.16; 3" = 0.37; 4" " 0.65; 5" = 1.021.; 6" = 1.47; 12" = 5.88
TUBING INSIDE DIA. CAPACITY (GaI./Fl.): 118" = 0.0006; 3116"" 0.0014; 114" = 0.0026; 5/16" = 0.004; 3/S" = 0,006; 1/2" "0.010; 5IS" = 0.016
SAMPLING DATA
....-? - -.
I SAMPLED BY (PRINl) I AFFILIATION: RORY THOMAS ~ SAMPLING I SAMPLING ENDED: 1339
ENVIRONMENTAL SPECIALIST ~fU~ES:
I INITIATED At 1337
PUMP OR TUBING SAMPLE PUMP v ( TUBING
DEPTH IN WELL (feet): 116 FLOW RATE (ML per minute):.l 0 MATERIAL CODE: PE
FIELD-FILTERED: Y (N) FILTER SIZE: ---pm
FIELD DECONTAMINATION:( Y) N Filtration Equipment Type: DUPLICATE: Y I:i
SAMPLE CONT.Il,INER SAMPLE PRESERVATION
SPECIFICATION INTENDED ANAL YSIS SAMPLING
SAMPLE ID # MATERIAL PRESERVATIVE TOTAL VOL FINAL AND/OR METHOD EQUIPMENT
CODE CONTAINER CODE VOLUME USED ~DDED IN FIELD (ML) pH CODE
S
W'J-6 1 PE 125ML HN03 ARSENIC 200,8 APP
W'J-6 1 PE 250ML HN03 ARSENIC 200,9 APP
W'J-6 1 PE 250ML TOS APP
Remarks: TDS gI1 @ sample time 33.10 g/l
rIA TERIAL CODES: AG ., Amber Glass; CG " Clear Glass; PE = Polyethylene; PP = Polypropylene; S = Silicone; T = Teflon; 0 ., Other (Specify)
SAMPLlNGIPURGING APP " After Peristaltic Pump; B = Bailer, BP = Bladder Pump; ESP = Electric Submers!ble Pump; PP .. Peristaltic Pump
EQUIPMENT CODES: RFPP = Reverse Flow Peristaltic Pump; 8M = Straw Method (Tubing Gravity Drain); VT " Vacuum Trap: o " Other (SpeCify)
NOTES: 1. The above do not constitute all of the information required by Chapter 62.160, FAC.
2. STABILIZATION CRITERIA FOR RANGE OF VARIATION OF LAST THREE CONSECUTIVE READINGS (SEE FS 2212 seCTION 3)
pH: ~ 0.2 units Temperature:.:!: 0.2 .C Specific Conductance: :!: 5% DIssolved Oxygen: all readings ~ 20% saturation (see Table FS 2200-2);
optionally,:!: 0.2 mglL or:!: 10% (whichever is greater) TUrbidity: all readings~ 20 NTU; optionally:!: 5 NTU or.:!: 10% (whichever is greater)
, ".-. rt~ n.~ D.:a.."\Q; \\c.~
' ~';.K.)J(tJD
t----I "J)}fc s.:.u...
Slltll"l'C:
I<'igurl'
I)roj t'ct:
Localion:
.lob No:
. orcs Golf Coursc
NOrln,lIIdy :h FII;rida
Miami Rl'a~h,
General Location
URS
--''-!
~'
- .._~,;.~-_.;-: ~ ~,~-~
Ii.'
~ti;
ij~... .
\~~I-.Jjl :.';....: ..... i. .... .i'
"'_:'i.'~"',",,
n'~'~\i;
: ; ":~t'~~m';~:,.
'.-j. .....
.',',
+-
:'.-~
~
~Il
I~
-d
'"
jl~
:"_'~~"I~
" ~/! ~
~.t ~"
-- '-'
1/ ."
~~
go
j;;;
......,
J
I-I
'I~l
)-
o
. ::1.
e.
-0
o
o
o
......
$
(')
...
<':
.....
S
~
:::;
0-
~~
:::
r:
'J',
.....
::.z-o
g
....
So
r:,;
2:
[
n"
o
n
~
I
I
L___
REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLU8 DF,AiN!\GE IMPROVEMENTS
Letter to SFWMD Demonstrating Saltwater
Already in Pond
SEW!I i262006-RAR.OOC
'JO i ~ ~?""V '/Id1;.30lon HO:.llJ
(;,\in~s',:il;';. FL 2..?:;G8..::~2R
9.0 Bu;.: 1,17Q(/)
(~{~;:1(:'5'/i!ie. fL :12614.7Q09
Tel 352.335.7991
F~x 352.335.2959
December 20, 2005
Mr. Chac] Bn:ka
Hydrogcologist,
Water Use Division,
South .Florida \Valer Man;lgtll1Cf11 District
3301 Gun Club Road, West Palm Beach, FL - 33406
Sll~iecr: Response to RAI letter ["or Normandy Shores Golf Course
Water Use Permit (WUP) application N 051108-J:2
Dear ]\Ilr. Brcka.
This is in response to the RAI Jellcr (duted: December 8,2(05) sent for the Water Use Permit
(WUP) application for the Normandy Shores Golf COLlrse.
Bascd on YOllr comment abmll ublaining chloridc concentration from the lake, we contaclCu
the Golf Course Architect who made available to us the result of chloride sampling of the
lake Gl1Tied out in May, 2005. Please see the attached table for the chloride results. The
chlOlide concentration in the lake Was 21.800 ppm. As a result the Ic.lke water is c lassi ricd ~IS
sea water, per Section 1.8 of the Walt.:r Use Basis of Rcview (WU B.O.R).
According to Section 3.2 of WU 8.0.R., a project utilizing seawater is not required to oblain
a WUP. Based on the chloride conccntn.lllon of the lake, the sources of irrigation for this
project is sell water apart from the llSt: or city waler, currently being used as a source of
irrigation. Therefore, this project will nOI require a WUP. Please accept this ~IS a !ctter to
withdraw thc elllTeDt WUP application for Normandy Shores Golr Course.
ShuulJ yuull<lvC questiulIs or COfllllll:':ll[S n;garding this applic(ltion, [)ieasl: do flOt hcsi lule [0
conWct us.
Sincerely, /...........\
~ ~-./-
,- /. -. ~ ---;f'_.'/.'
-.... .-
" t.::'~ /'. ..::..,-.---"-
~ './,:,:~:L!.:......>~:>/
~. L.." , ."
:Vlil'..:hell L. G~'jrfir~, P.E:
CH2iV! HILL
301! :'lW Williston Roue!'
Caine:,\';: ic FL-.32G03
Phone: (J52) 335-7991 (x 24(3) t<1.\: (52) 27 J -4906
NUI<.:vl;\NDY SI !Ul\l::) CiULlo CLU1:;
SOIL_ &. WXIT.R TLST 8:: TURFGRASS SEU=CTlO:-! VISIT fU.J)()l\T
~,'lR. STEVe rORREST
:VlR. KEN WfLLf:\\iS
- 6 -
1.. Please Roto-Til! 8:. Thoroughly Blend The Above Prc-PL:nt Fc:niliz.cr &:. Sojl l\mcndrncIll
Rcco:TIi"ncndations into the Top 4-6 Inches of the Top501l U:;ed On The L\inv;lYs &:.
Roughs Immediately hioi" To GI'~lssjng, No ?v1oi"c Th~:n 72- Hours Prior To GrJssing.
1.. 61_~;1'''1'''' ~\:()~;.... \\.r,~ '\':\1 .),........\..~l-IC ~..n._~)t"r"'-r ft:"'.~:I~.)."...r "r"\Ql ".~l r''!'''"'I'"'\c."l'lr..-.c--pt p-"'):('\n"n"li.~nd,,'il('n'"
_..-- 11......1.)1... ~ :'1.:::. ...... ,"II 1t\J-'l t. lJI..... 1 lUll" 1\,..1 \.1 I/~...... Lol: . _,V~I u.::/.....~;"- 1;1.........~ ~_-..J;,.I........ '~...'-\I~J..;:.
to the team for the greens ~md [ec~; greensmi x/soi IS once ~t unc- (1) gal Ion soi I S;lfn p lc: i:;
submitted to Ollr office front the golf course superintendent or contractor for Nutrien[ Soil
Tesli ng pUI1)oses.
IRRIGATION WATER SUITABILlTY TEST RESULTS:
1. Irrigation Water SLlmplcs were taken from the City of Miami Beach Domestic Potable
Wdte!" and from the existing lake on number 2. Both water samples were submitted to
CLC Laboratories in Wcstcrville, Ohio for a Complete liTigation Water Quality
Suitability Test.
L IL.isouJundcrSlandingJ!JPLlhc lake on Ill,lmber 2 will Qcenlargedint()arl.Jrrigation
Storage Lake that will be inner-connected with all of the other on-site lakes for the nc\>./ly
renovated golf course.
:/- The Inigi.\tion Water Quality SuitabiliLy Tesl Results are as follows:
----
Normal Levels City Water Number 2- Lake
- --
pH 16.5 8.8 7.2
Electrical Conductivity (EC) .25-.75 dS/rn 0.35 dS/m dS/m
Sodium Absorption Ratio (SAR) 3-7 2.55 148.5
Calcium (Ca) __...i.O- 120 p~_ 17 ppm 428 ppm
Magnesium (fl/Ig) _6-24 ppm ---1 4 ppm . 11,230 ppm
Potassium (K)
0-5-10 pplll 0.Erm __ 337 ppm
I Sodium (01a) ---..---- 0-50 rpm 1_45 e.~11 -110,000 ppm
! Iron (Fe) 2-5 ppm r 0.10 0.01 ppm I
I Carbonate (C03) _._] 0-120 J~PIT~1 0 ppm 0 pp~l I
H3icarbon,lte (HC03) 1120-180 ppm 155.5 ppm 214.7 pDm .~
Chloride (~I) .. I 177-:'55 ppm I 60 ppm ---- 21,800 [pm
Sulfates (S04) I0-414ppm 115ppm 2,700 ppm
.......:..-..-- ., ,---..-.,.
Total Di:~~~lved Solids (Tl~~) ',- <SOD Epm______l}.24 epm f30.0S0_EP!ll
i BoroI1J~.L.___~.. .J.9}~~~'.9.J)f~_~__...lo 10 pplll [410 ppm ,
I :\Lln~ai1eSc (\'In) .__~_,_J 0.5-2prr,I2...___J 0.0 1 Pp~_lJ~.O I pprn J
.!- The Ci[y \V~I[Ct. and Number 2- InigatiDn LIke \Valer should he blended togtthtr by
e\p!~rilrlcnting how much of ihis bkndccl ',vat.::]' c~m be LOlcri;[cd by thc SCL:;hor;~
f':lS[Jidurn Tml-_ e.g, 1'01 lip to two ViCCKS :!l ~\ tlllle. Then [he soiis shcwld Ix: f1u~'ih(;d
(9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gav
PROCUREMENT Division
Tel: 305-673-7490, Fax: 305-673-7851
INVITATION TO BID (ITB) NO. 21-06/07
ADDENDUM NO.4
February 9, 2007
FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS is amended as follows:
I. The bid due date has changed from February 13 to February 15,2007 at 3:00 pm.
II. Attached to this Addendum are the following 2 new drawings:
1) New Stand Pipe Detail
2) Modifications to Well Head Details
III. Clarifications:
After further review of the exemptions of the Wage Determinations for this project, it has
been determined that this project falls within the exemptions stated on item (e) found on
page 139 which reads:
"This Project is not federally funded. City of Miami Beach Ordinance No, 94-2960 provides that in
all non-federally funded construction contracts in excess of one million dollars to which the City of
Miami Beach is a party, the rate of wages and fringe benefits, or cash equivalent, for all laborers,
mechanics and apprentices employed by any contractor or subcontractor on the work covered by
the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or
cash equivalence for similar skills or classifications of work, as established by the Federal
Register, in the City of Miami Beach, Florida. The provisions of this Ordinance shall not apply to
the following projects:
a. water, except water treatment facilities and lift stations;
b. sewer, except sewage treatment facilities and lift stations;
c. storm drainage;
d. road construction, except bridges or structures requiring pilings; and
e. beautification proiects. which may include resurfacing new curbs, gutters,
pavers, sidewalks. landscapina. new lighting, bus shelters, bus benches
and signage."
This project does not reauire prevailina waae rates; please disregard pages 139-145 ofthe bid
document.
VV'f~ ors cornrnitled 10
excel/em!
service one! sufery to o/i who live, work, Gnd pioy' in our vibrant,
histonc cO.l1ilTluni!'y'
Bidders are required to acknowledge this Addendum on ITB document Page 158,
"Acknowledgement of Addenda", or the proposal may be considered non-responsive.
CITY OF MIAMI BEACH
(~
Gus Lopez, CPPO
Procurement Director
rm
F :\PURC\$ALL \Roman\bids\07\ITB-21-06-07\itb-21-06-07 A4.doc
VVe Qre carnmiffed to providing e>;cel/en! ,Dubfic service one! sofety' to o/! vvho hIve: l,'\Iork, ond
in our vibrant,
historic cornmuni(y'
I
I I Z
I
I 0
I ..,
~ 3
i
, -. Q)
Q) ::l
3 c..
'<
OJ (J)
CD ::J'"
Q) 0
(") ..,
::J'" CD
CJ)
11 G)
-
0 0
.., -
-. -+t
c..
Q) ()
-
C
0-
()
>-
;::.
::7
c:
~ :.
::;
~ =
r~~
;}::;;~
....g."
J~;-;
B61
ti ~=l
~a~
$ ~
~ P-
I >-
~
(')
,s'
~
V>
/.,V~'~g: n "'i.' ',.11
' Wlllo d
i ~,,~ Z ill
' 8"'''' .
I ;j~~ ,I
10 ~ ci N :1
.I~r ~~ I II
'f, ." I
ir- r 'j
I ~ ~ :I: ,I
18~ _ II
I ~t r- 'i
! N_ r- 'I
Ii
.............::::::::::::.::::::::
z
o
(JJ
()
)>
rl
m,
z
o
(JJ
~
r
m
-0
~
z
N
~~~ [;~~~
~1~ ~~~~
c~~ i3-<~ffi
~~5 ~~~PJ
~~ ~~~~
~~ ~~~~
~:; ~~~~
~~ .9~~
~~ d~m
'"
(~;) ,
~J
(
~
c
(JJ
m
()
-i
o
Z
T
~
1
It~l-=-
;; ~ ~
. ~
~ ~
i m
~t
~!~
~!~
'm
~
,.
"
~
~! ~~ ~
~~ 3{~~
~ .// ~ \. o7,v.
, \
~'!O
~ Z
, 0
>-< -<
~~ ~
j-~
?'Gl
~<:;
Gl-<
<m
0;::
'c
(j)
-<
'"
m
"
:ll
m
()
Cii
m
r
-<
~ ~~
~
~
(J)
r-+-
Q)
:J
~c.
2-0
Q) -.
-<"'0
_00 CD
~o
~CD
r-+-
Q)
~
1
q
Q
-.
-
I
I
H
;~
~~
~g~
z~z
~(I)fn
O~~
~
(/)
-
--
co
...f--I
Q)
o
"'C
co
Q)
I
f'-...
o
o
=N
Q)-
~i:
02
...f--I-a5
(/)LL
c
o
+:i
CO
U
"'C
o
~
C'?
06
N
en
...J
...J
W
S
z
o
i=
<(
()
u::
o
o
:2
o
<(
W
I
...J
...J
W
S
...J
...J
W
S
z
o
i=
(3
u::
o
o
:2
o
<(
W
I
...J
...J
W
S
G~
w~~
~I::
~<fcf
,
,
I
-'I
-',
W,
31'
E1 0
~I ~
i fl ~
W II
(/J " III
L5 \. "I &,
~" ~~\~-I- ~f' ~
a::: N l- "\
<" ''''~\. T' '.
" >
,,/~, --.-.
:! I
'J ,0 M=k' I
(' -
1--1 g 'r,
! <c c;)i5 II;
I ,! ~~ II!
+ if",I ! '
(/J
(/J
~
()
,/
-'
w
"-
'"
<i
i
i ,j
~--~r-~
~
~
o
>-
<
co
o
<n
<U
o
.~
< ~
-g l
(-;) ~
~~;
'-'"~
&~~
!VU
~8::
~~)
~ &
5 ~
.c
.....
<:
o
-'
-'
W..J
$<
WI-
WW
(/)0
...I ~ C'l
..J ~~
- ~8
J: ~~
I rr ;;
w ' ,
::: t: ~
a: ~ '
N elO ~
Z~9~
a:!!!o
~~~
U~~ffi
.2
"'"'
-c
'" 0
~t5
"''''
<:Jc
c
"'0
cu
:"",
Q.Q)
0"
"'"
z-=
If ~
~I
2~
E
::l
"
o
>>
'"
co
'"
~
,
-'
W
I
I
,
I
I
i
i
Co 1
-I--i
I
Co
..Q
::J
U
'+-
o
CD
en
Q) ..c
'- u
o co
..c Q)
C/)(()
~ --
"0 E
c co
co ._
E ~
'-
o
Z
-'
-'
w
31
3!
Q.
.,.
N
:,
~,
o
"'w
'0..
I_
00..
(/Jo
OZ
>~
Q.r-
.(/J
~E
lD
.....
MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gav
PROCUREMENT Division
Tel: 305-673-7490, Fax: 305-673-7851
INVITATION TO BID (ITB) NO. 21-06/07
ADDENDUM NO.5
February 14, 2007
FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS is amended as follows:
I. The bid due date has changed from February 15 to February 20, 2007 at 3:00 pm.
Inasmuch as this change does not materially affect the ITB document, bidders are not required to
acknowledge this addendum to be deemed responsive.
CITY OF MIAMI BEACH
(~
Gus Lopez, CPPO
Procurement Director
rm
F :\PURC\$ALL \Roman\bids\07\ITB-21-06-07\itb-21-06-07 A5.doc
v'\/e ore cornrTilHed to
excellen! public service oncf suretY' to ol! who live, ~vork, and ,(10)/ in our vibrant,
historic con:muni~\/
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. 21-06/07
ADDENDUM NO.6
February 16, 2007
FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS is amended as follows:
I. The following are answers to prospective bidder's questions.
Q. Please provide the details of the telemetry (RFU) required for the main drainage lift pump
and well system.
A. The City's Consultant of Record provided the following response:
"We only planned on an alarm. There may be spots left for future communication, but
none installed at this time."
Q. Please provide clarification of the exact point at which to connect to the City's water supply.
There is an apparent conflict of information on this matter between the drawing ref - sheet 34
of CH2MHill which shows a 12" DIP and associated fittings connecting to the city's 16" CIP
main, via a meter manifold and backflow preventers, whereas the bid sheet refers only to a
reticulation starting from the meter manifold onwards to the golf course.
A. The contractor is responsible for connection at the City Main. The contractor shall
include costs associated with the connection to the main as additional items.
II. The deadline for questions has passed, no more questions will be addressed, bid is due
February 20, 2007 at 3:00 pm at the City of Miami Beach's Procurement Division, City Hall
1700 Convention Center Drive, 3rd Floor, Miami Beach, Florida 33139.
Inasmuch as this change does not materially affect the ITB document, bidders are not required to
acknowledge this addendum to be deemed responsive.
CITY OF MIAMI BEACH
(1--
Gus Lopez, CPPO
Procurement Director
rm
F :\PURC\$ALL \Roman\bids\07\ITB-21-06-07\itb-21-06-07 A6.doc
V\i'e ore committed to
excellent ,Dub/Ie service and soh:1y to of! who five.. 'vvor.k. cmd ploy in our VIbrant..
historic comrnunitv
TABLE OF CONTENTS
PAGE
NOTICE FOR BIDS............................................................................ ............................. 6
NO BID NOTIFICATION FORM ................................................................................... 10
00100.
GENERAL INSTRUCTIONS TO BIDDERS ............................................. 11
00200.
DEFIN ITIONS .......................................................................................... 13
00300.
INSTRUCTIONS TO BIDDERS ............................................................... 17
1. Examination of Contract Documents and Site............................... 17
2. Pre-Bid Interpretations.................................................................. 17
3. Submitting Bids............................................................................. 18
4. Printed Form of Bid ....................................................................... 18
5. Bid Guaranty................................................................................. 18
6. Acceptance or Rejection of Bids................................................... 18
7. Determination of Award................................................................. 19
8. Evaluation............. ........................................................................ 19
9. Contract Price............................................................................... 19
10. Postponement of Date for Presenting and Opening of Bids.......... 19
11. Qualifications of Bidders ...............................................................20
12. Addenda and Modifications ...........................................................20
13. Prevailing Wage Rates.................................................................. 20
14. Occupational Health and Safety.................................................... 20
15. Environmental Regulations ........................................................... 21
16. "Or Equal" Clause ......................................................................... 21
17. Protested Solicitation and Award.................................................. 22
18. Financial Stability and Strength ..................................................... 22
19. Equal Benefits Ordinance .............................................................22
00305
TECHNICAL REVIEW PANEL SELECTION/SELECTION PROCESS.... 31
00310
BID SUBMISSION REQU IREMENTS...................................................... 32
00315
BEST VALUE PROCUREMENT ATTACHMENTS AND FORMS ........... 35
00400.
BID/TENDER FORM................................................................................ 48
00405.
CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES................... 51
00407.
SCHEDULE OF PRICES BID
(Consideration for Indemnification of CITY) .............................................53
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
2
00408.
00410.
00500.
00520.
00530.
00540.
00550.
00600.
00708.
00710.
00720.
00721.
00735.
00800.
TABLE OF CONTENTS
(Continued)
SCHEDULE OF PRICES BID (Bid Form, 3 pages) .................................54
BID GUARANTY FORM
UNCONDITIONAL LETTER OF CREDIT ................................................57
SUPPLEMENT TO BID/TENDER FORM
QUESTIONNAIRE ................... ................................................................ 59
SUPPLEMENT TO BIDITENDER FORM
NON-COLLUSION CERTIFICATE .............................................. ............67
SUPPLEMENT TO BID/TENDER FORM
DRUG FREE WORKPLACE CERTIFICATION ....................................... 68
SUPPLEMENT TO BIDITENDER FORM
TRENC H SAFETY ACT........................................................................... 70
RECYCLED CONTENT INFORMATION......................... ........................ 72
CONTRACT............................................................................................. 73
FORM CERTIFICATE OF INSURANCE.................................................. 82
FORM OF PERFORMANCE BOND ........................................................83
FORM OF PAYMENT BOND................................................................... 86
CERTIFICATE AS TO CORPORATE PRINCIPAL .................................. 89
PERFORMANCE AND PAYMENT GUARANTY FORM
UNCONDITIONAL LETTER OF CREDIT ................................................90
GENERAL CONDITIONS........................................................................ 92
1. Project Manual..............................................................................92
2. Intention of City............................................................................. 92
3. Preliminary Matters....................................................................... 93
4. Performance Bond and Payment Bond .........................................94
5. Qua lification of Su rety ................................................................... 95
6. Indemnification.............................................................................. 97
7. Insurance Requirements ...............................................................97
8. Labor and Materials .................................................................... 100
9. Royalties and Patents ................................................................. 101
10. Weather...................................................................................... 101
BID NO: 21-06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 3
TABLE OF CONTENTS
(Continued)
11. Permits, Licenses and Impact Fees ............................................101
12. Resolution of Disputes................................................................ 102
13. Inspection of Work ......................................................................103
14. Superintendence and Supervision .............................................. 103
15. City's Right to Terminate Contract .............................................. 105
16. Contractor's Right to Stop Work or
Terminate Contract ................................................ ............. ........ 106
17. Assignment................................................................................. 106
18. Rights of Various Interests..... ..................................................... 107
19. Differing Site Conditions.............................................................. 107
20. Plans and Working Drawings ...................................................... 108
21. Contractor to Check Plans,
Specifications, and Data............................................................. 108
22. Contractor's Responsibility for
Damages and Accidents .............................................................108
23. Warranty..................................................................................... 108
24. Supplementary Drawings............................................................ 109
25. Defective Wo rk . .. . . . . .. . . . .. . . . . . . .. . . . . .. .. . . .. . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 09
26 . Taxes.......................... .......... .......................... .............. . ........ ..... 110
27. Subcontracts............................................................................... 110
28. Separate Contracts ..................................................................... 110
29. Use of Completed Portions......................................................... 111
30. Lands for Work............................................................................ 112
31. Legal Restrictions and Traffic Provisions ....................................112
32. Location and Damage to Existing
Facilities, Equipment or Utilities .................................................. 113
33. Value Engineering ....................................................................... 114
34. Continuing the Work.................................................................... 114
35. Changes in the Work or Terms
of Contract Documents ............................................................... 114
36. Field Orders and Supplemental Instructions ............................... 115
37. Change Orders............................................................................ 115
38. Value of Change Order Work...................................................... 116
39. Notification and Claim for Change of
Contract Time or Contract Price.................................................. 121
40. No Damages for Delay................................................................ 121
41. Excusable Delay; Compensable;
Non-Compensable...................................................................... 122
42. Su bstantial Completion............................................................... 123
43. No Interest.................................................................................. 123
44. Shop Drawings............................................................................ 124
BID NO: 21-06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 4
00900.
00920.
00922.
00923.
00925.
00926.
00930.
00950.
01000.
02000.
04000.
05000.
06000.
BID NO: 21-06/07
DATE: 12/28/06
TABLE OF CONTENTS
(Continued)
45. Assignment................................................................................. 125
46. Safety and Protection ..................................................................126
47. Final Bill of Materials ...................................................................127
48. Payment by City for Tests ........................................................... 127
49. Project Sign................................................................................. 127
50. Hurricane Precautions................................................................. 127
51. Cleaning Up; City's Right to Clean Up......................................... 128
52. Removal of Equipment................................................................ 128
53. Nondiscrimination, Equal Employment Opportunity,
and Americans with Disabilities Act............................................. 128
54. Project Records........................................................................... 129
SUPPLEMENTARY EXHIBITS/SPECIFICATIONS ............................... 130
ADDITIONAL ARTiCLES....................................................................... 131
1. Prevailing Wage Rate Ordinance ................................................ 131
2. Federal Grant Projects ................................................................ 131
Prevailing Wage Rates................................................................132
STATEMENT OF COMPLIANCE
(PREVAILING WAGE RATE ORDINANCE NO. 83-72)......................... 138
STATEMENT OF COMPLIANCE
(DAVIS BACON ACT)............................................................................ 139
CERTIFICATE OF SUBSTANTIAL COMPLETION ............................... 140
FINAL CERTIFICATE OF PAyMENT.................................................... 142
FORM OF FINAL RECEiPT................................................................... 143
PLANS INDEX....................................................................................... 145
ADDENDA AND MODIFICATIONS ....................................................... 146
TECHNICAL SPECiFiCATIONS............................................................ 147
ACKNOWLEDGEMENT OF ADDENDA................................................ 150
CUSTOMER REFERENCE LISTING ....................................................151
SUB-CONTRACTOR LISTING INFORMATION .................................... 158
CITY OF MIAMI BEACH
5
(9 MIAMI BEACH
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
PUBLIC NOTICE
INVITATION TO BID (ITB) 21-06/07
FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS
Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd
Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on
the 30th day of January 2007 for: NORMANDY SHORES GOLF COURSE
IMPROVEMENTS
Scope of Work:
Work to be performed under this Contract shall consist of furnishing and installing 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 require for fulfillment of the contract in strict
accordance with the Contract Documents.
The Scope of the work is to provide all materials, labor, equipment, supervision,
mobilization, overhead & profit required to provide but not limited to the following:
1. Eradication of existing turf using applications of Round-up as defined for areas
shown on the turf eradication plan.
2. Removal of invasive tree and shrub vegetation identified on the tree removal
plan.
3. Removal of all existing golf cart path.
4. Renovation of eighteen tee complexes and practice range tee.
5. Renovation of nineteen greens including practice putting green.
6. Renovation and/or construction on bunkers/sandtraps.
7. Installation of new asphalt cart path in eight and twelve foot widths as identified in
the construction drawings.
8. Installation of golf feature (e.g. bunker and greens) drainage systems.
9. Installation of limited drainage system including basins, piping, and outfall control
structures for moderate surface flow.
10. Sprigging of specified Paspalum grass for all areas where the existing turf was
eradicated.
11. Installation of new pump station including connections to the public water supply
with associated control fittings, brackish water intake, and fertigation system.
12. Construction of new pump house structure.
13. Installation of new irrigation system including connection to the new pump
station, new piping, new irrigation heads, control system, and control lines.
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
6
14. Construct a drainage pump station with three low pressure electrical pumps to
convey the on-site runoff to three drainage wells.
15. Construct three pressurized drainage wells.
16. Enlarge two lake areas to provide more storage.
17. Construct a berm surrounding the golf course to contain on-site stormwater. The
berm elevation will be set at the peak stage of a 25-year, 72-hour storm event
while discharge to groundwater wells at the approximate pre-condition 5-year,
24-hour peak discharge rate.
18. Interconnect on site lakes with HOPE pipes.
19. Build two control structures on the lakes to provide require water quality
treatment volume within the lake system.
Estimated Budget: $6,100,000
Minimum Requirements: Contractor must be a Certified Member of the Golf Course
Builders Association of America. They must establish that they have been in the golf
course construction business for at least five years under their current name, and have
completed construction of 18 holes of golf course, or the equivalent, per year for each of
the past five years under the direction of an architect. Provide references from
individuals in five of the following seven categories: course owner/developer, golf
course architect, engineer, irrigation designer, golf course superintendent, municipality,
and/or certified golf course builder.
ANY BID{S) RECEIVED AFTER 3:00P.M. ON JANUARY 30, 2007, 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.
A Pre-Bid Conference will be held at 10:00 a.m. on January 19, 2007 at the City of
Miami Beach City Hall, 4th Floor Mayor's Conference Room, located at 1700
Convention Center Drive, Miami Beach, FL 33139.
Attendance at the Pre-bid Conference is highly encouraged and recommended as a
source of information but is not mandatory.
Attendance (in person or via telephone) to this Pre-Bid submission meeting is
encouraged and recommended as a source of information but is not mandatory.
Bidders interested in participating in the Pre-Bid 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).
BID NO: 21-06/07
DA TE: 12/28/06
CITY OF MIAMI BEACH
7
Consultants who are interested in participating via telephone, please send an e-mail to
romanmartinez@miamibeachfl.gov expressing your intent to participate via telephone.
Bid Guarantv: A Bid Guaranty of 5% is required with bid submission, and the
successful Bidder executing the Contract will be required to provide Performance and
Payment Bonds in the amount of one hundred percent (100%) of the contract amount.
Bidders will be required to submit a letter of intent, from an A rated Financial Class V
surety company to bond the Project.
The Evaluation process to be used by the City for this bid will be one of "Best Value
Procurement", meaning that the City will, in addition to price, consider past performance
on previous contracts, Risk Assessment for this ITB, Qualifications of Personnel
proposed, and interview of Contractor's personnel.
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/southflorida/pu blic/home 1 .asp.
If you do not have Internet access, please call the BidNet(s) support group at 800-677-
1997 extension # 214.
Plans and Technical Specifications are available for this bid in digital format.
Please contact the City of Miami Beach Procurement Division at 305-673-7490 to
secure your CD copy of the Plans and Technical Specifications for this project.
Cost for the CD is $10.00, checks to be made payable to the City of Miami Beach, cash
is accepted; exact amount only please.
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.
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/pu rchase/bid intro. asp
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
8
· 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: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
9
<9 MIAMI BEACH
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
Bid No. 21-06/07
NORMANDY SHORES GOLF COURSE IMPROVEMENTS
NOTICE TO PROSPECTIVE BIDDERS
NO BID
If not submitting 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 AND/OR INDICATED:
Our company does not handle this type of producUservice.
We cannot meet the specifications nor provide an alternate equal product.
Our company is simply not interested in bidding 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 and/or service.
Signature:
Title:
Company:
Note: Failure to respond, either by submitting a bid or this completed form, may result in your company
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
10
00100.
GENERAL INSTRUCTIONS TO BIDDERS:
1. 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. Scope of Work: Work to be performed under this Contract shall consist of furnishing
and installing 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 require
for fulfillment of the contract in strict accordance with the Contract Documents.
The Scope of the work is to provide all materials, labor, equipment, supervision,
mobilization, overhead & profit required to provide but not limited to the following:
1. Eradication of existing turf using applications of Round-up as defined for areas
shown on the turf eradication plan.
2. Removal of invasive tree and shrub vegetation identified on the tree removal
plan.
3. Removal of all existing golf cart path.
4. Renovation of eighteen tee complexes and practice range tee.
5. Renovation of nineteen greens including practice putting green.
6. Renovation and/or construction on bunkers/sandtraps.
7. Installation of new asphalt cart path in eight and twelve foot widths as identified in
the construction drawings.
8. Installation of golf feature (e.g. bunker and greens) drainage systems.
9. Installation of limited drainage system including basins, piping, and outfall control
structures for moderate surface flow.
10. Sprigging of specified Paspalum grass for all areas where the existing turf was
eradicated.
11. Installation of new pump station including connections to the public water supply
with associated control fittings, brackish water intake, and fertigation system.
12. Construction of new pump house structure.
13.lnstallation of new irrigation system including connection to the new pump
station, new piping, new irrigation heads, control system, and control lines.
14. Construct a drainage pump station with three low pressure electrical pumps to
convey the on-site runoff to three drainage wells.
15. Construct three pressurized drainage wells.
16. Enlarge two lake areas to provide more storage.
17. Construct a berm surrounding the golf course to contain on-site stormwater. The
berm elevation will be set at the peak stage of a 25-year, 72-hour storm event
while discharge to groundwater wells at the approximate pre-condition 5-year,
24-hour peak discharge rate.
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
11
18. Interconnect on site lakes with HOPE pipes.
19. Build two control structures on the lakes to provide require water quality
treatment volume within the lake system.
3. Location of Work: The project is located on 2401 Biarritz Drive, Miami Beach, FI.
33141
4. Abbreviations and Symbols: The abbreviations used throughout the Contract
Documents are defined hereinafter in the Technical Specifications. The symbols
used in the Plans are defined therein.
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
12
00200. DEFINITIONS:
1. Definitions: Whenever the following terms or pronouns in place of them appear
in the Project Manual, the intent and meaning shall be interpreted as follows:
1.1. Attraction: Includes private businesses, public facilities and agencies,
nonprofits and other tourism-oriented service facilities.
1.2. Bidder: Any individual, firm, or corporation submitting a bid for this
Project, acting directly or through a duly authorized representative.
1.3. Change Order: A written document ordering a change in the Contract
Price or Contract Time or a material change in the Work.
1.4. 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
lor 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.
1.5. City Commission: City Commission shall mean the governing and
legislative body of the City.
1.6. City Manager: City Manager shall mean the Chief Administrative Officer
of the City.
1.7. Consultant: Architect or Engineer who has contracted with City or who
is an employee of City, to provide professional services for this Project.
The Primary Consultant for this project is Arthur Hills I Steve Forrest
and Associates, 7351 West Bancroft, Toledo, Ohio 43615.
1.8. Contract: The part or section of the Contract Documents addressing
some of the rights and duties of the parties hereto, including but not
limited to contract time and liquidated damages.
1.9. Contract Documents Clarification: (Not Applicable)
BID NO: 21-06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 13
1.10. Contract Administrator: The City's Contract Administrator shall mean
the individual appointed by the City Manager who shall be the City's
authorized representative to coordinate, direct, and review on behalf of
the City, all matters related to the Project.
1.11. Contract Documents: The Project Manual including drawings (plans)
and specifications, the Notice for Bids, Addenda, if any, to the Project
Manual, the Bid Tender Form, the record of the award by the City
Commission, the Performance Bond and Payment Bond, the Notice of
Award, the Notice(s) to Proceed, the Purchase Order, Change Orders,
Field Orders, Supplemental Instructions, and any additional documents
the submission of which is required by this Project Manual, are the
documents which are collectively referred to as the Contract
Documents.
1.12. Contract Price: The original amount established in the bid submittal and
award by the City, as may be amended by Change Order.
1.13. Contract Time: The original time between commencement and
completion, including any milestone dates thereof, established In
Article 2 of the Contract, as may be amended by Change Order.
1.14. Contractor: The person, firm, or corporation with whom the City has
contracted and who is responsible for the acceptable performance of
the Work and for the payment of all legal debts pertaining to the Work.
All references in the Contract Documents to third parties under contract
or control of Contractor shall be deemed to be a reference to
Contractor.
1.15. Field Order: A written order which orders minor changes in the Work but
which does not involve a change in the Contract Price or Contract Time.
1.16. Final Completion: The date certified by Consultant in the Final
Certificate of Payment upon which all conditions and requirements of
any permits and regulatory agencies have been satisfied; any
documents required by the Contract Documents have been received by
Consultant; any other documents required to be provided by Contractor
have been received by Consultant; and to the best of Consultant's
knowledge, information and belief the Work defined herein has been
fully completed in accordance with the terms and conditions of the
Contract Documents.
1.17. General Public: A service shall be deemed available to the "General
Public" if it is available to anyone, at any time, without any membership
or other requirement limiting use by the public at large.
BID NO: 21-06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 14
1.18. Inspector: An authorized representative of Consultant or City assigned
to make necessary inspections of materials furnished by Contractor and
of the work performed by Contractor.
1.19. Materials: Materials incorporated in this Project, or used or consumed
in the performance of the Work.
1.20. Notice(s) to Proceed: Written notice to Contractor authorizing the
commencement of the activities identified in the notice or as described
in the Contract Documents.
1.21. Plans and/or Drawings: The official graphic representations of this
Project which are a part of the Project Manual.
1.22. Program Manager: Not Applicable
1.23. Project: The construction project described in the Contract Documents,
including the Work described therein.
1.24. Project Initiation Date: The date upon which the Contract Time
commences.
1.25. Project Manual: The official documents setting forth bidding information
and requirements; contract form, bonds, and certificates; General and
Supplementary Conditions of the Contract Documents; the
specifications; and the plans and drawings of the Project.
1.26. Resident Project Representative: An authorized representative of
Consultant or Program Manager assigned to represent Consultant or
Program Manager on the Project.
1.27. Subcontractor: A person, firm or corporation having a direct contract
with Contractor including one who furnishes material worked to a
special design according to the Contract Documents, but does not
include one who merely furnishes Materials not so worked.
1.28. Substantial Completion: 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 or Certificate of
Completion must be issued for Substantial Completion to be achieved,
however, the issuance of a Certificate of Occupancy or Certificate of
Completion or the date thereof are not to be determinative of the
achievement or date of Substantial Completion.
BID NO: 21-06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 15
1.29. Surety: The surety company or individual which is bound by the
performance bond and payment bond with and for Contractor who is
primarily liable, and which surety company or individual is responsible
for Contractor's satisfactory performance of the work under the contract
and for the payment of all debts pertaining thereto in accordance with
Section 255.05, Florida Statutes.
1.30. Work: The construction and services required by the Contract
Documents, whether completed or partially completed, and includes all
other labor, materials, equipment and services provided or to be
provided by Contractor to fulfill Contractor's obligations. The Work may
constitute the whole or a part of the Project.
BID NO: 21-06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 16
00300. INSTRUCTIONS TO BIDDERS:
1. Examination of Contract Documents and Site: It is the responsibility of each
Bidder before submitting a Bid, to:
1.1. Examine the Contract Documents thoroughly,
1.2. Visit the site or structure 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 Contract
Documents, and
1.5. Carefully review the Contract Documents and notify Consultant of all
conflicts, errors or discrepancies in the Contract Documents 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 Contract Documents and that the Contract Documents 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 Interpretations: 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 Contract Documents 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 Bidding 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: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
17
3. SubmittinQ Bids: All bids must be received in the Procurement Division, City of
Miami Beach, 1700 Convention Center Drive, Third Floor, Miami Beach, Florida
33139, until 3:00 p.m. on the 10th day of November 2006, enclosed in a sealed
envelope, legibly marked on the outside:
BID FOR:
INVITATION TO BID (ITB)
FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS
BID/CONTRACT NO. : 21-06/07
4. Printed Form of Bid: All bids must be made upon the blank Bid/Tender Form
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 Guaranty: All bids shall be accompanied by either an original bid bond
executed by a surety company meeting the qualifications for surety companies
as specified in Section 5, General Conditions, or by cash, money order, certified
check, cashier's check, Bid Guaranty Form, Unconditional Letter of Credit (Form
00410), 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
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 Purchasing
Division prior to award of the Contract by the City Commission.
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
18
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 be considered 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, judgment, 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.
The Evaluation process to be used by the City for this bid will be one of "Best
Value Procurement", meaning that the City will, in addition to price, consider past
performance on previous contracts, Risk Assessment for this ITB, Qualifications
of Personnel proposed, and interview of Contractor's personnel.
Note: The Technical Review Panel will utilize the "Best Value Procurement"
model outlined on pages 37-47.
8. Evaluation: An interim performance evaluation of the successful Contractor 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. In either
situation, the completed evaluation(s) shall be forwarded to the City's
Procurement Director who shall provide a copy to the successful
CONTRACTOR. Said evaluation(s) may be used by the City as a factor in
considering the responsibility of the successful CONTRACTOR 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 Contract 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 PresentinQ and OpeninQ 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.
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
19
11. Qualifications of Bidders: Bids shall be considered only from firms normally
engaged in performing the type of work specified within the Contract Documents.
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.
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. Prevailinq Wage Rates: City of Miami Beach Ordinance No, 94-2960 provides
that in all non-federally funded construction contracts in excess of one million
dollars to which the City of Miami Beach is a party, the rate of wages and fringe
benefits, or cash equivalent, for all laborers, mechanics and apprentices
employed by any contractor or subcontractor on the work covered by the
contract, shall not be less than the prevailing rate of wages and fringe benefit
payments or cash equivalence for similar skills or classifications of work, as
established by the Federal Register, in the City of Miami Beach, Florida. The
provisions of this Ordinance shall not apply to the following projects:
a. water, except water treatment facilities and lift stations;
b. sewer, except sewage treatment facilities and lift stations;
c. storm drainage;
d. road construction, except bridges or structures requiring pilings;
and
e. beautification projects, which may include resurfacing new curbs,
gutters, pavers, sidewalks, landscaping, new lighting, bus shelters,
bus benches and signage.
14. Occupational Health and Safety: 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;
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
20
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 ReQulations: 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 non submission of any such
documentation shall be deemed to be an affirmation by the Bidder that 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. "Or Equal" Clause: Whenever a material, article or piece of equipment is identified
in the Contract Documents including plans and specifications by reference to
manufacturers' or vendors' names, trade names, catalog numbers, or otherwise,
City, through Consultant, will have made its best efforts to name at least three (3)
such references. Any such reference is intended merely to establish a standard;
and, unless it is followed by the words "no substitution is permitted" because of
form, fit, function and quality, 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 materials, article
or equipment so proposed is, in the sole opinion of Consultant, equal in substance,
quality and function.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
21
ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S
PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO
CONSULTANT.
17. 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. Protest not timely pursuant to the requirements of Ordinance No.
2002-3344 shall be barred.
18. Financial Stabilitv and StrenQth:
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/Proposers 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 Joint Venture, each Bidder/Proposer involved
in the Joint Venture must submit financial statements as indicated above.
Any Bidder/Proposer 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 Bidder/Proposer under federal
bankruptcy law or any state insolvency, may be declared non-responsive.
19. Equal 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
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
22
Partners and employees with spouses and/or between the 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. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
23
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.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
24
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.
· 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:
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
25
· 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.
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. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
26
it}
-=-
<, ., ~ :, ,~ l~ ~ 11" ,'"
f' : I ~ ., . \ i ., t..., f.....
.' \. ~; /--\.: \1 l.! .:~~ ~
".' ,~-" ;
:~.. . j' -'..
,. "\ \. OOMt ;
CITY OF MIAMI BEACH
DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS
Section 1. Vendor Information
Name of Company: QGS Development Name of Company Contact Person: Jim Armstrong
Phone Number: 813-634-3326 FaxNumber:813-634-1733 E-mail: qgsdevelopment .com
Vendor Number (If known):
Federal 10 or Social Security Number: 59 - 2233851
Approximate Number of Employees in the U.S.: I 7.5 (If 50 or less, skip to last page (38),
date and sign)
Are any of your employees covered by a collective bargaining agreement or union trust fund? _VesXNo
Union name(s):
Section 2. Compliance Questions
Question 1. Nondiscrimination - Protected Classes
A. Does your company agree to not discriminate against your employees, applicants for
employment, employees of the City, or members of the public on the basis of the fact or
perception of a person's membership In the categories listed below? Please note: a "YES.
answer means your company agrees it will not discriminate; a .NO. answer means your
company refuses to agree that It will not disaiminate. Please answer yes or no to each
category.
r Race
n Color
, 1 Creed
II Religion
r: National origin
e Ancestry
CAge
!' Height
,(Ves _ No
~es _ No
~es_No
Yfes_No
lites_No
\l'Yes _ No
~es _ No
0es_No
r Sex
[] Sexual orientation
I Gender identity (transgender Slatus)
I.J Domestic partner status
n Marital status
t.:: Disability
r~ AIDSJHIV status
Ii Weight
~es_No
0'es _ No
~es _ No
V9'es_No
~es_No
~es _ No
fies_No
~es_No
B. Does your company agree to insert a similar nondiscrimination prOVIsion In any
subcontract you enter into for the performance of a substantial portion of the contract you
have wilh the City? Please note: you must answer this question, even if you do not intend
to enter into any subcontracts.
..t(es _ No
BID NO. 21/06/07
OA TE: 12/28/06
CITY OF MIAMI BEACH
27
Question 2. Nondiscrimination - Equal Benefits lor Employees with Spouses and Employees with Domestic
Partners
Questions 2A and 2B should be answered YES even if your employees must
pa some or all of the cost 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?
j(Yes _ No
B. Does your company provide or offer access to any benefits to employees with
(same or opposite sex) dOl1}estic partners. or to domestic partners of
employees? _ Yes LNo
.The term 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
mainlained by the employer of at least one of the domestic 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 governmental body authorizing such registration, or who are Iocaled in a
jurisdiction where no such governmental domestic partnership 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 vou answered .NO. to both Questions 2A and 28, go to Section" (at the bottom of
this page), complete and sign the form, filling in an items requested.
If vou answered .YES. to either or both Questions 2A and 2B, please continue to
Question 2C below.
Question 2. (continued)
C. Please check all benefits that apply to your answers above and list in the .other. section
any additional benefits not already specified. Note: some benefrts are provided to
employees because they have a spouse or domestic partner, such as bereavement leave;
other benefits are provided direcUy to the spouse or domestic partner, such as medical
insurance.
BENEFIT Yes for Yes for Employees No, this Benefit Documentation of this
Employees with with Domestic Is Not Offered Benefit Is Submitted
Soouses Partners with this Form
Heallh lY 0 0 0
Dental ~ 0 0 0
Vision riY" 0 0 0
Retirement (Pension, gY" 0 0 0
401(k). etc.)"
Bereavement 0 0 &" 0
Familv leave 11 n iT fl
Parental Leave 0 0 g-- 0
Employee Assistance 0 0 II""" 0
Proaram
Relocation & Travel 0 0 .,.... 0
Company Discount, () 0 lI" 0
Facilities & Events
Credit Union rJ" !J 0 0
Child Care (1 n ..... n
Other 0 0 ..... 0
DA TE: 12/28/06
28
Note: If you can not offer a benefit in a nondiscriminatory manner because of reasons
outside your control, (e.g., Ihere are no insurance providers in your area willing 10 offer
domestic 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 City Manager, or his designee.
Section 3. Required Documentation
YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. 'Mthout
proper documentation, your company cannot be certified 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 eligibility 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?
_YestNo
Section 4. Executing the Document
I declare under penalty of perjury under the laws of the Slate of Florida thatlhe foregoing is true and
correct, and that I am authorized to bind this entity contractually.
Executed this /"1 day offe.k,u:",..'-I_. in the year 2co, ,at L I..\.\-.I f'tr
I City
f2v A~ \I 5"0 z. c... ({. to 7Z. '<-
Sig+ure
(l
,-
State
Mailing Address
d ~ m.. Ar rf"l:'\~ ~
Name of Signatory (ptease print)
t1ssi. V.P.
Ll{ll A- FI 33S'1I7
City, State, Zip Code
Title
BID NO. 21106/07
DA TE: 12/28/06
CITY OF MIAMI BEACH
29
m '. 1 I !
, r~!
-::;;;;:- J : l
CITY OF MIAMI BEACH
REASONABLE MEASURES APPLICATION
Declaration: Nondiscrimination in Co,ntracts and Benefits
Submit this form and supporting documentation to the City's Procurement Division ONLY IF
you:
a. Have taken all reasonable measures to end discrimination in benefits; and
b. Are unable to do so; and
c. Intend to offer a cash equivalent to employees for whom equal benefits are not available.
You must submit the following information with this form:
1. The names, contact persons and telephone numbers of benefits providers contacted for the
purpose of acquiring nondiscriminatory benefits;
2. The dates on which such benefits providers were contacted;
.3. Copies of any written response(s) you received from such benefits providers, and if
written responses are unavailable, summaries of oral responses; and
4. Any other information you feel is relevant to documenting your inability to end discrimination
in benefits, including, but not limited to, reference to federal or state laws which preclude the
ending of discrimination in benefits.
I declare (or certify) under penalty of perjury under the laws of the State of Florida that the
foregoing is true and correct, and that I am authorized to bind this entity
contractually.
QGS Development, Inc.
Name of Company (please print)
PO 108
Mailing Address of Company
~d:::1
Srature
Jim Armstrong
Name of Signatory (please print)
Lithia, Florida 33547
City, State, Zip
813-634-3326
Telephone Number
Asst. vp
Title
2-/<../-0/
Date
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
30
00305. TECHNICAL REVIEW PANEL SELECTION CRITERIA I SELECTION PROCESS
The Evaluation process to be used by the City for this bid will be one of "Best Value
Procurement", meaning that the City will, in addition to price, consider past performance
on previous contracts, Risk Assessment for this ITB, Qualifications of Personnel
proposed, and interview of Contractor's personnel. (See Section 00315)
The procedure to be used for bid evaluation and selection is as follows:
· Invitation to Bid issued.
· Pre-Bid Meeting
· Receipt of bids.
· Opening and listing (except pricing) of all bids received.
· A TECHNICAL REVIEW PANEL shall meet to evaluate each bid in accordance
with the requirements of this ITS. If further information is desired, bidders may be
requested to make additional written submissions for clarification purposes only.
The TECHNICAL REVIEW PANEL will rank all responsive bidders and will provide their
recommended ranking to the City Manager. There will be three (3) phases to the
evaluation process and they are as follows:
PHASE I
1) Risk Assessments (30 points). A Preliminary Project Schedule should be attached
to the RAP.
2) Past performance based on number and quality of the Performance Evaluation
Surveys (15 points).
PHASE II
3) Interview of Key personnel (35 points).
PHASE III
4) Bid Price (20 points).
Scoring procedure:
When the TECHNICAL REVIEW PANEL convenes they will provide their scores for
Phase I. At the Panel's discretion, taking into consideration the number of responses, the
Panel may decide to short list bidders for continuation of Phase II and III. Upon
completion of scores for Phase I, scores shall be carried over to Phase II. Upon
completing the Interview session with each bidder, the score for Phase II shall be added
to the Phase I score. Phase III shall be evaluated and scored at the end of the Evaluation
process. The Bid Price will not be opened until the TECHNICAL REVIEW PANEL has
provided their scores for Phases I and II. Upon evaluation and ranking of Phase III, the
TECHNICAL REVIEW PANEL shall add all three Phase scores and shall arrive at a final
score at which time; they will provide their ranking of bids and their recommendation to
the City Manager which in turn he shall provide his recommendation to the City
Commission.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
31
00310. BID SUBMISSION REQUIREMENTS
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 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. The City reserves the right to request any
documentation omitted, with exception of the 5% Bid bond and the Bid Price form
in a sealed envelope, bidder must submit the documentation within three (3)
calendar days upon request from the City, or the bid shall be deemed 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. QUALIFICATION OF THE CONTRACTOR'S 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
BID NO. 21106/07
DATE: 12/28/06
CITY OF MIAMI BEACH
32
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:
· Construction Project Manager
· Construction Superintendent
· Site Foreman
· A staffing plan that clearly illustrates the key elements of the proposed
organizational structure. 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 Sub-contractors proposed for the
Project.
C. PAST PERFORMANCE
Each Bidder shall provide proof of successful project completions for projects
comparative is size and complexity as outlined on this bid. Please provide your
client with the Performance Evaluation Letter and Survey attached herein on
pages 41 and 42, and request that your client submit the completed survey to
Roman Martinez, Sr. Procurement Specialist at (Fax) 305-673-7851 or e-mail
romanmartinez@miamibeachfl.gov. Please understand that we will not accept
Client Surveys beina sent to our office from the office of the bidder.
Surveys must be sent to Procurement from your client's office(s). Contractors
are responsible for making sure their clients return the Performance Evaluation
Surveys to the City. The City reserves the right to verify and confirm any
information submitted in this process. Such verification may include, but is not
limited to, speaking with current and former clients, review of relevant client
documentation, site-visitation, and other independent confirmation of data.
In addition, each bidder must provide 3 sample projects as proof in meeting the
Minimum Requirement for this bid which states:
"Contractor must be a Certified Member of the Golf Course Builders
Association of America. They must establish that they have been in the golf
course construction business for at least five years under their current name,
and have completed construction of 18 holes of golf course, or the equivalent,
per year for each of the past five years under the direction of an architect.
Provide references from individuals in five of the following seven categories:
course owner/developer, golf course architect, engineer, irrigation designer,
golf course superintendent, municipality, and/or certified golf course builder".
Please use the form on pages 151-157 herein to articulate all information
requested in reference to the construction work provided on the three sample
projects.
BID NO. 21/06/07
DA TE: 12/28/06
CITY OF MIAMI BEACH
33
D. RISK ASSESSMENTS
All Contractors submitting a bid must submit a Risk-Assessment Plan (RAP).
The RAP must not be longer than two pages front side of page only. The RAP
should be submitted in a sealed envelope and you may place your company's
name on the envelope. No reference to your company will be permitted in the
body of the language of the RAP. Please submit one original and ten copies of
your RAP in the sealed envelope and include the sealed envelope within your
bid response. (Please refer to Section 00315. BEST VALUE PROCUREMENT
ATTACHMENTS AND FORMS, Attachment NO.3 found on pages 43-46 for
more information).
The RAP should address the following items in a clear and generic language:
(1) What risks the project has. (Areas that may cause the Contractor not to
finish on time, not finish within budget, cause any change orders, or be a
source of dissatisfaction with the owner).
(2) Explanation of how the risks will be avoided/minimize.
(3) Propose any options that could increase the value of this project.
(4) Explain the benefits of the Risk Assessment Plan. Address the quality and
performance differences in terms of risk minimization that the City can
understand and what benefits the option will provide to the user. Do not
provide brochures or marketing pieces. 2.
(5) Provide a Preliminary Project Schedule.
E. BID PRICE
Bidders are required to submit their bid price lump sum using the form found on
pages 54-64 herein. Bidders are to submit one original of this bid form in a
sealed envelope and label the envelope as "Bid Price" you may label the
envelope with your company's name. The RAP and Preliminary Project
Schedule shall be submitted in a separate sealed envelope, you may also label
this envelope with your company's name. Bidders are to submit 1 original and
ten copies of the RAP in the sealed envelope.
The Bid Price shall be evaluated and ranked at the end of the TECHNICAL
REVIEW PANEL Meeting and the score added to Phases I and II to arrive at a
final score for each bidder.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
34
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 contractor 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 City, and the ratings will be averaged together to
obtain a contractor's past performance rating. The figure below illustrates the survey process.
Vendor or Individual
~
Send/F ax
Surveys to
past clients
Call to
Confirm
Prepare & Email
Reference List
r
C, oo'k '"
I F~~e City
CLIENT
l
~
Past Customers ~
The City
Compiles
Infonnation
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 BidNet under ITB-21-06/07 or can be sent to you via E-mail, please send
an E-mail to romanmartinez@mimaibeachfl.Qov requesting the file.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
35
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 key components to be used for this bid:
Key Component Minimum Number of Maximum Number of
Surveys allowed Surveys allowed
The Contractor 1 25
The Construction Project Manaqer 1 10
The Construction Superintendent 1 10
3. The Contractor is responsible for selecting their team and for the performance of their team.
We recommend that the Contractor use high performing individuals (i.e. project manager, and
any other individuals required on a particular project).
4. The maximum number of past projects that will be given credit, is 25 (twenty-five) for each
Contractor, 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
Contractor / individuals with more high performing surveys.
6. The Reference List must include the following (All fields are required! If you do not submit all
the information required, there will be no credit given for the reference):
CODE A unique (different) number assigned to each project
FIRST NAME First name of the person who will answer customer satisfaction questions.
LAST NAME Last name of the person who will answer customer satisfaction questions.
PHONE NUMBER Current phone number for the reference (including area code).
FAX NUMBER Current fax number for the reference (including area code).
CLIENT NAME Name of the company or institution that the work was performed for (i.e.
Cactus School District, Rock Industries, City of Austin).
PROJECT NAME Name of the project (Bird High School A-Wing, Warehouse B, etc.).
DATE COMPLETED Date when the project was completed. (i.e. 5/31/1995)
[MM/DD/YYYY]
COST OF PROJECT Awarded cost of project ($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 romanmartinez@miamibeachfl.Qov . (The format of the file is shown in Figure
2).
8. The Contractor is responsible for verifying that their (and their key components) information is
accurate prior to bid submission.
9. The reference list must contain different proiects. You cannot have multiple people evaluatino
the same iob. However, one person may evaluate several different jobs.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
36
Figure 2: Example of Reference List
10. The past projects (on the reference list file) do not have to be similar to the type of project
being bid.
11. The past projects must be completed past proiects (no on-going or substantially complete
projects).
12. The past clienUowner 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 file for each company and individual participating in the process. Name the file
by the company name or the individual name. Figure 3 shows a sample of the excel files that
must be emailed to the client.
Name
ABC Contracting - Reference List. xis
~ Mark McGr aw (Project Manager) - Reference List, xis
~ Pam Hamilton (Site Super) - Reference List. xis
~ Spark Electrical Contractors - Reference List. xis
~ 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 file 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 (Contractor or individual). Fill
out the company information if the excel file is for the Contractor or Individual. Fill out the
individual information if the excel file is for an individual. DO NOT fill out both sections in one
excel file. (Remember: each component will have their own excel file).
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
37
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 10 (Code), past clients contact information, and
project information on each survey form for each reference. The team 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. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
38
Survey Questionnaire
..PlllfMCGHf
'(Ma.me..o(pe.'sonc.ompie"iiniisuNe.yr....
m$~r~~YT[)
e:
Sub' e ct: P astPl3rf~rrrl~nce~LJrvI310f:m
. ABC
.. .L"(fJam.e~f'0r;,panyT""'"
!
. ...L.M.~.I..~..r.f.Ic:.?....~~{F.>..MJ~.F.>..~.~.~...I:I.~.I.1.I.i.I~.~.1~.{~.~l
· (NJlmeOfln(jivi(jI)€~)
A Client is implementing a process that collects past performance information on firms and their key
perso nn el. Th e info rmati on will be us ed to assist the client in the sel ection of fi rms to perform va rio us
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 repres!mting that you were very satisfied (and
would hire the firmlindividual again) and 1 representing that you were very unsatisfied (and would never
hire the firmlindividual 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.
icTienTI\fame ... .. ....TCi1yofMesa
Lw',w^wm.'~wn'm~
!Project Nam e.:...mm~.....tafeieria"#1
~ '..........-...................--......,., ,.... .....-.----.....,.,., ......." ..,....... '......... .......... ..............,...........
IProject Completion Date: i 7/6/1980
CRITE RIA
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
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 (Le. if Joe Smith was a PM on the
project, you cannot list another individual as a PM on that same project).
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
39
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 City. The survey must be sent directly
from the past client to the City or your survey will not receive credit. Be sure to indicate to
your clients the due date when the survey should be faxed in to the City.
7. The City may contact the references 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. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
40
ATTACHMENT 2
(9 MIAMI BEACH
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
December 28, 2006
To:
(Client's Name)
Individual Providing the Survey Response:
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 Contractors that have the qualifications, experience and successful
project completions on past municipal and private construction projects. The information
will be used to assist City of Miami Beach in the selection of qualified firms that can
provide Construction of Golf Courses.
(Consultant firm and/or Project Manager/Cost Estimator)
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 have difficulty or cannot decipher the question's meaning,
please provide your best judgment as to it's understanding and score accordingly.
Please return this Questionnaire to Roman Martinez bv Februarv202006 or earlier
by fax: 305.673.7851; or e-mail romanmartinez@miamibeachfl.aov
Please provide one Survey for the Contractor and one Survey for the Construction Project
Manager or Construction Superintendent who directly worked on your project.
Thank you for your time and effort.
Gus Lopez, CPPO
Procurement Director
BID NO. 21/06/07
DATE: 12128/06
CITY OF MIAMI BEACH
41
m
...,.
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
PERFORMANCE EVALUATION SURVEY
D Contractor (Bidder)
D
(Check one)
Construction Project Manager and/or Construction Superintendent (Individual)
Name of Above
Phone or e-mail of above Consultant or Individual:
Please evaluate the performance of the Contractor's firm and/or Construction Project Manager and/or
Construction Superintendent (10 means you are very satisfied and have no questions about hiring them
again, 5 is if you don't know and 1 is if you would never hire them again because of very poor
performance).
NO
1
2
3
4
CRITERIA
5
6
7
Overall Comments:
8
UNIT
(1-10)
(1-10)
(1-10)
(1-10)
(1-10)
1-10
(1-10)
(1-10)
Agency or Contact Reference Business Name:
Contact Name:
Contact Phone and e-mail:
Date of SeNices:
Dollar Amount for SeNices:
PLEASE FAX THIS QUESTIONNAIRE TO ROMAN MARTINEZ AT 305.673.7851
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
42
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 ($), time, and client
expectation of quality and performance). The RAP is used to:
1. Assist the client in prioritizing firms based on their ability to understand the risk of a
project.
2. Provide high performing vendors the opportunity to differentiate themselves due to their
experience and expertise.
3. Giving the competitive edge to experienced companies who have done the type of work
before, who can see the job from beginning to end, and who know how to minimize the
risk.
4. Provide a mechanism for the high performers to regulate the low performers by ensuring
that if they are not selected, the selected company will minimize the risk and provide the
client with a comparable performance.
The RAP document or portions thereof. submitted by the successful bidder may be
included within the contract documents. The City of Miami Beach reserves the riaht
to accept or reiect any of the risk items and/or the cost associated with each risk
item identified. Additionally. the successful bidder will be reauired to submit a
iustification of the cost associated with any of the proposed risks in their Risk
Assessment for analysis by the City upon reauest.
In addition to the above. the risks identified on the Risk Assessment Plans or
portions thereof. of the unsuccessful bidders may become part of the Quality
Control Plan that will be prepared by the successful bidder as a result of
neaotiations with the City.
RAP Plan Format
The format for the RAP is attached. The RAP should clearly address the following items
in a non-technical manner:
1. List and prioritize major risk items or decisions to be made that are unique to this project.
This includes items that may cause the project to not be completed on time, not finished
within budget, generate any change orders, or may be a source of dissatisfaction for the
City. Attach a cost ($), time extension, or quality differential for every risk.
2. Explain how the Contractor will avoid I 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 Preliminary Project Schedule.
No names!!! - In order to minimize any bias by the TECHNICAL REVIEW PANEL, the
RAP must not contain ANY names (such as contractor, manufacturer, or designer
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
43
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 the
project. Therefore, the RAP should be a brief, well organized and concise. The RAP must
not exceed 2 pages, does not include the preliminary project schedule or the phasing
plan, these are additional.
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.
RatinQ of Risk Assessment Plans
The RAP will be rated by the TECHNICAL REVIEW PANEL assigned to this project.
Rating criteria will be:
1. The understanding and minimization of risks.
2. Contractor's differentiation of their value.
3. The Preliminary Project 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 preliminary project schedule?
7. Does your RAP plan differentiate you? By how much?
8. Can your RAP plan make a non-technical person comfortable with hiring you?
9. Did you number the pages of the risk assessment plan?
10. Did you print 1 original and 1Q copies of your RAP and enclosed them in a sealed
envelope?
If all items are checked, your risk assessment plan is ready to submit.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
44
Risk Assessment Plan Format
Please prioritize the risks (list the greatest risks first). Indicate the potential impact to
project cost (in terms of $), and/or schedule (in terms of calendar Days). You may
add/delete the risk tables below as necessary.
Maior Risk Items
Risk 1:
Impact:
Solution:
Schedule
(Days)
_.....m.....~.__....._._m._._ ............_................_.................__..............._................._... .......m..._...m..~......__.__....._._....mm...___._._m._...H............._... ._.....__..__........_..._...
Risk 2:
Impact: Cost ($)
Solution:
Risk 3:
Impact: Cost ($)
Solution:
Risk 4:
Impact: Cost ($)
Solution:
Risk 5:
Impact:
Schedule
(Days)
------.----..-...-...---.....----.-.---.
Schedule
(Days)
Schedule
(Days)
Cost ($) Schedule
(Days)
Solution:
Risk 6:
Impact: Cost ($)
Solution:
Risk 7:
Impact: Cost ($)
Solution:
Risk 8:
Impact: Cost ($)
BID NO. 21/06/07
DATE: 12/28/06
Schedule
(Days)
Schedule
(Days)
Schedule
CITY OF MIAMI BEACH
45
Solution:
(Days)
Risk 9:
Impact: Cost ($)
Schedule
(Days)
Solution:
-.-.----.----.--.-....-~---.-....-....-...----..--.---....--.....--..........---.........-..--...--......---.--......-...--...---._.._._.__..___...._....__._____.......__.m_._.____~._._......."'_..
Risk 10:
Impact: Cost ($)
Schedule
(Days)
Solution:
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: Cost ($)
Item 4:
Impact: Cost ($)
..................
Schedule
(Days)
Schedule
(Days)
...-.---.....----.-.--.....__...~.____m._...~_.._.......A_._._..._ ....._.__..._.___.____..__...._.______...____._...__....._.....
Schedule
(Days)
Schedule
(Days)
Attach a Preliminary Project Schedule
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
46
ATTACHMENT 4
Interview of Key Personnel
Introduction
The purpose of the interview is to rate the following of key individuals in their respective
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 TECHNICAL REVIEW PANEL 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 TECHNICAL
REVIEW PANEL and other individuals who may include the procurement staff and
personnel from several City user Departments such as CIP, Public Works and Parks and
Recreation.
BID NO. 21/06/07
DA TE: 12/28/06
CITY OF MIAMI BEACH
47
00400. BIDrrENDER FORM
Submitted:
2-1</-D7
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 Contract Documents and all addenda thereto furnished before the opening
of the bids, as acknowledged below; and that it has satisfied itself about the Work to be
performed; and that it has submitted the required Bid Guaranty; and all other required
information with the bid; and that this bid is submitted voluntarily and willingly.
The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision -
of the State of Florida, pursuant to the terms and conditions of the Contract Documents
and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of
transportation, and all labor necessary to construct and complete within the time limits
specified the Work covered by the Contract Documents for the Project entitled:
INVITATION TO BID (ITS) 21-06/07
FORNORMANDYSHORESGOLFCOURSEIMPROVEMENT~
The Bidder also agrees to furnish the required Performance Bond and Payment Bond or
alternative form of security, if permitted by the City, each for not less than the total bid
price plus alternates, if any, and to furnish the required Certificate(s) of Insurance.
The undersigned further agrees that the bid guaranty accompanying the bid shall be
forfeited if Bidder fails to execute said Contract, 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 any
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
48
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 Project Manual:
Attached is a Bid Bond [~Cash [ ], Money Order [ ], Unconditional Letter of Credit [ ],
Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], or Certified Check [ ]
No.
the sum of
Bank of
for
Dollars ($
).
The Bidder shall acknowledge this bid by signing and completing the spaces provided
below.
Name of Bidder: QGS Development, Inc.
City/State/Zip: Li thia, Florida 33547
Telephone No.:
813-634-3326
Social Security
No. or Federal
I.D.No.: 59-2233851
Dun and
Bradstreet No.:
(if applicable)
If a partnership, names and addresses of partners:
BID NO. 21/06/07
DA TE:12/28/06
CITY OF MIAMI BEACH
49
(Skm below if not incorporated)
WITNESSES:
(SiQn below if incorporated)
ATTEST:
"~
Secretary
(CORPORATE SEAL)
(Type or Print Name of Bidder)
(Signature)
(Type or Print Name Signed Above)
Q G S Development, Inc.
(Type or Print Name of Corporation)
\ SS.\. ~. f
(Signature and Title)
Jim Armstrong
(Type or Print Name Signed Above)
I ncorporated under the laws of the State of: F lor i d a
BID NO. 21/06/07
DA TE: 12/28/06
CITY OF MIAMI BEACH
50
THE AMERICAN INSTITUTE OF ARCHITECTS
AlA Document A31 0
Bid Bond
KNOW ALL MEN BY THESE PRESENTS,
Q.G.S. Development, Inc.
17502 County Road 672, Lithia, FL 33547
as Principal, hereinafter called the Principal, and
that we
(Here insert full name and address or legal title of Contractor)
(Here insert full name and address or legal title of Surety)
Great American Insurance Company
580 Walnut Street, Cincinnati, OH 45202
a corporation duly organized under the laws of the State of Ohio
as Surety, hereinafter called the Surety, are held and firmly bound unto
Th C. f M' . B h FI .d (Here insert full name and address or legal title of Owner)
e Ity 0 laml eac, on a
1700 Convention Center Drive, Miami Beach, FL 33139
as Obligee, hereinafter called the Obligee, in the sum of ---- Five Percent of the Amount Bid __________________
----------------------------------------------------------- Do lIa rs ($ 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, firmly by
these presents.
WHEREAS, The Principal has submitted a bid for
(Here insert full name, address and description of project)
ITB # 21-06/07; Normandy Shores Golf Course Improvements
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 Documents with good and sufficient surety for the faithful performance of such Contract and for the
prompt payment of labor and material furnished in the prosecution thereof, or in the evenl 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 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.
Signed and sealed this
30th
day of January
2007
0;4~.
Q.G.S. Development, Inc. t:LU ~
(Principal) (Seal)
~c~,~
(Wanes.l)
(Seal)
(/'iI/e) Attorney-In-Faet &
Florida Lieensed Resident Agent
Inquiries: (407) 834-0022
AlA DOCUMENT A31 0 . BID BOND. AlA 0 . FEBRUARY 1970 ED . THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 NY. AVE., NW., WASHINGTON, DC. 20006
1
GREAT AMERICAN INSURANCE COMPANY@
Administrative Office: 580 WALNUT STREET . CINCINNATI, OHIO 45202 . 513-369-5000 . FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than EIGHT
No.O 18318
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY. a corporation organizcd and cxisting
under and by virtue of the laws of the State of Ohio. does hereby nominate. constitute and appoint the person or persons named below its true and lawful attorney-
in-fact. for it and in its name. place and stead to execute in behalf of the said Company. as surety. any and all bonds. undertakings and contracts of suretyship. or
other written obligations in the nature thereof; provided that the liability of the said Company on any such bond. undertaking or contract of suretyship executed
under this authority shall not exceed the limit stated below.
J'w. GUIGNARD
Name
APRIL L. LIVELY
Address
ALL OF
Limit of Power
ALL
BRYCE R. GUIGNARD BRETT RAGLAND LONGWOOD, FLORIDA $75,000,000.
PAUL J. CIAMBRIELLO MARGIE MORRIS
M. GARY FRANCIS JENNIFER L. MCCARTA
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate
officers and its corporate seal hereunto affixed this 9TH day of jUNE . 2005
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO. COUNTY OF HAMILTON - ss: DAVID C. KITCHIN (513-412-4602)
On this 9TH day of jUNE,2005 . before me personally appeared DAVID C. KITCHIN. to me known. being
duly sworn. deposes and says that he resides in Cincinnati. Ohio. that he is the Divisional Senior Vice President of the Bond Division of Great American
Insurance Company. the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to
the said instrument is such corporate seal; that it was so affixed by authority of his office under the By-Laws of said Company. and that he signed his name
thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Grcat American I nsurance Company
by unanimous written consent dated March I. 1993.
RESOLVED: That the Division President, the several Division Vice Presidems and Assistant Vice Presidems. or anyone {If them, be and hereby is
authorized, from time to time, to appoim one or more Attorneys-in-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and
contracts of suretyship, or other v.-ritten obligations in the nature there{lf; to prescribe their respective duties and the respective limits of their authority; and to
revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistam Secretary of the
Company may be qffixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship,
or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such
officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed.
CERTIFICATION
I. RONALD C. HAYES. Assistant Secretary of Great American Insurance Company. do hereby certify that the foregoing Power of Attorney and thc
Resolutions of the Board of Directors of March I, 1993 have not bcen revoked and are now in full force and effect.
Signed and sealed this
30th
day of January
2007
C::10?QII fA_nA\
00405. CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES:
Pursuant to the Public Bid Disclosure Act, each license, permit or fee a Contractor 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:
"City of Miami Beach Master Permit Fee and applicable Major Trade Permit fees
(i.e. Mech., Plumbing, Elec., and Fire) are waived. Any other permit fees not
directly related to the actual construction of the project (i.e. Permits for
dumpsters, Job trailers) are not waived"
"Licenses, permit and fees which may be required to meet Miami-Dade Code
Compliance or other governmental entities; such as the State of Florida, are not
included in the above list"
Following this page please find a listing of permits and licenses that will be
required for this bid.
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
followinQ 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. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
51
Permits:
· City of Miami Beach Building Department Permit.
· Class II DERM Permit ($17,300) which also has provisions for a Class V
Dewatering Permit.
· General Dewatering Permit from DERM for pond expansion.
· FDEP Stormwater NPDES Construction General Permit Coverage (form to be
submitted to FDEP 2-days prior to start of construction to obtain coverage under
the general permit.
· Operating Permit from FDEP before finalizing the project.
Licenses:
· State General Contractor's License.
· State Underground Utility Contractor's License.
· Miami-Dade General Contractor License/Certificate of Competency.
· County and City occupational license.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
52
00407. SCHEDULE OF PRICES BID
Consideration for Indemnification of CITY
$25.00
[] 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 38, Section 00540, to be considered
responsive.]
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
53
00408. SCHEDULE OF PRICES BID
(Please provide this Bid Form in A Sealed Envelope)
CITY OF MIAMI BEACH
ITS NO. 21-06/07
NORMANDY SHORES GOLF COURSE IMPROVEMENTS
Bid Form 1 of 11
The work to be performed under this Contract shall consist of furnishing all equipment materials,
supplies, and manufactured articles for furnishing all transportation and services, including fuel,
power, water and essential communications, and for the performance of all labor, work, or other
operations required for the fulfillment of the Contract in strict accordance with the Contract
Documents.
TOTAL LUMP SUM
$
6,620,379.49
Six million six hundred and twenty thousand three hundred and seventy nine dollars and forty nine cents
Written Amount
NAMEfTITLE(Print):
James Armstrong / Assistant Vice President
ADDRESS:
17502 County Road 672
CITY/STATE:
Lithia, FL
ZIP:
33547
TELEPHONE NO:
813-634-3326
FACSIMILE NO:
813-634-1733
E-MAIL ADDRESS:iarmstronq@qqsdevelopment.com
trush@qQsdevelopment.com
FEDERAL 1.0.#:
59-2233851
BID NO: 21-06/07
DA TE: 12/28/06
CITY OF MIAMI BEACH
54
Q G S Development, Inc.
February 14,2007
"c
'"
~
E:
.,
'"
.,
'tl
~
~
..cs
<l>
'S
~
~
~
i;J
.,
.51
~
~
~
'"
.,
'tl
...::l~
'1:: 's:
~ ~
r.r.; l:l..
~ .~
~ ~
i:q~
.~ 1
~ ~
~ ~
~ ~
'" .!::!
::SS~
Uo.~ .Q
<l> ....
,-~1J
..... "1:l
i.: 0 ,.; 'tl
<2 <.:;) .~ ~
l5 '"
e ~ El.~
O .. :::l.::
- ., j3
~ 0 9,."1:l
~ .!: E: .,
~CF.l.:i!~
Cl. >''' ..
O'i:l$~
... .... ~ \.l
~ ....., ,- ---
~ .. """'"'-<
"0 E ~ .51
~ til ~ 2
.a '-4 . .;: ..0
~ZO~~ u
.=: ~t~
0-0
0_
d C"i
0-0
,... 0-
~ g;- 0:-
~ ... '"
o
r-<
..
'2
~
~ ~ ]
~.C E
]~~
rIJ
=
-
-0
:E
~o
'"
t::
o
'p
<Il
I-<
<Il
0..
Q,)
I-<
~
Q,)
....,
CI3
c:
o
.'"
'"
~
E ~
~ ~
IJ:)
.....
N
IJ:)
IJ:)
....
r--
.....
fI7
000
000
..oCc\
<Xl 0-0
00 <Xl
~ ('f 1./")" ("1"')'"
,... ,... 0-
r-< th... '"
o
r-<
o
o
.0
to
'"
o~
"'"
N
fI7
..;-
"'!
..
'2
~
'1:l ~
..!:! 'C
'3~
rIJ
=
-
.f'
c
os
='
CI
bfJ
t::
.t:1
<Il
Q,)
o
~
t::
o
'p
u
Q,)
(/)
t::
o
'p
u
g
'"
t::
o
U
Q,)
Q,)
t-<
I
~
t::
o
'p
u
Q,)
(/)
.,., to
,... r--
c; ~
..;-
<Xl "'"
~ .,.,- ClO
;;; ari
.....
fI7
0
r-<
~ 't;
.,.,
.. -
'2 0
~
'1:l II)
u
..!:! 'C
"3 ~
rIJ
= i~:'1
-
....
~ 't; :
.f' .,.,
.. -0
= -0
os u-l
=' ~
CI
~
'i3
el
::J ~~t]
E ...
~
~ ..
>-< -J
"
.!:
E
"
E
c
c
<:i
;;.
"
C
:r.
C
C
c
o
'0
u
E
(JJ
c
o
U
c
<l)
<l)
....
(j
c 0 0 "" 0 "" 0
0 0 0 r-- 0 r-- 10
0 0 c' <'i <'i <'i '"
0 '" ~ 0 o. 00
~ o. 00. "1- ~ -.t
...:l "f 'T' "j - - o.D' t<'l
o. r-- 00 ;;; <A V> 0\
E:S '" _ V> -<
fA \0
........ 10
0 Z ~
f-<
~ ~ ~ :=: :=: :=: :=: "-
'"
0 00 ~ r-- '" "" ..~...
o.D o.D o. C!
.... <'i 0 r--: ..f 0 ,
'2 -
~
't:l Q.j
CJ
~ 'C
f ~ I~I
'"
I::
..... fA/'.
.... <A - V) V} V>
."
~ ~ ~ :=: :=: :=: :=: ~ .,I
//,
../
((.
.~ 0 0 0 ""
= 0 0 0 "" r-- "" ,I(
0 o. o. r-- r--
o.' '" '" - 0
... o. 0 '" ",' -6 i/i'
::: 0 ~ - -
CI -
(/
(/
I.I(
(,'
/(
1.//..;
Ii
(
,;::;- Ii.
;z
,.,.
u
"
.0 1((
13
~ 1/
~,
.... I~ @:
u
>
j v 0.....; u .... '.
.~ :.. .... OJ C
~ ....
::::: ~ :c. ~ c c ,
C :.::1 'C
8 OJ r~ 't: c .... .21
OJ OJ OJ ::E
u v :c. Z u E
~ c.'3 ;,. ;,. i: 0 ~ ((
...... ;,. E- '"
~
c:
o
'0
u
<l)
C/)
...:l
E:S
o
f-<
88~i7i88
o 0 ("j c\ 0 ..0
0. ['"'-...... 0\ or-
...00000 ~r-
~ ~ ~^ ~ ~" ~"
C"') ~ fA _ C"') C"'J
l:A €A- fA V7
o
-.t
N
o
lIl.
r--
N
\0
~
8888~
('j 0 00 0 ci
Q\C").q-co
......OlJ"'l~C\
~" c;l ~" \Cf ~
WVl_......(A-
V> ""
0\
....
o
\0
....
t<'l~
....
t<'l
~
~
't; ~::=
U :r. c;
.. ...
o
0'" fo:o<
o
8. 0 -.
- =
"1. o.. 0
- N 'g
u
U)
o
t<'l
~
'"
o
""
...:l ,..;
E:S ~
o
f-<
~8;'j:
ccir'~
o.D
~
if) fA- th tn- Vt
~ ~ ~ ~ 'J)
.~ 0 0
= 0 0 o o.D
... o.D. o. 1-,., c\
::: - o.D 00
CI '"
c
0 <lJ
'0 -a
U ~
8 (JJ <lJ ::l
E OJ ;r..
..... :- ........
(JJ
C ilJ
.....
0 ~
u ;z c;l
,.,.
.... u C
..
<l) .0 0
...!<i '0
C ~
;:l s:
r:q i5 '"0
<
(j -a -a '6 -.
c c 1 -<::
c .. " c u
0 If. 'll -a '" 0 ~ -0
'0 .... .... 't: 6 0: > ~ 0
OJ U ~ .. '0
u 8 ,.,. ,.,. OJ 8 OJ "- 1: u ~
c: c: :c. Ii. u 8 t:: U
<l) llJ ~ ~ ,~ <lJ
::l ::l " OJ ~ <l) u j ..s
C/) ... ::c ::c ;,. ::c if) :r:
...... ...... v
;:;
E
c.
0
'0
>
<lJ
Ci
(/J
0
0
...:l
E:S
o
f-<
s"t;::::
....
'2
;:J
't:l !:l
~ 'C
]~
'"
I::
.....
o C"l Lt"'l
0';-""
lI'iOc\
~
~ S ~;=:
...l
~
o
1-<
-
~
-
...
'2
~
"'c::l ~
.!:i 'C
'3~
<IJ
:::
-
...-.-
~
i---
.~
C
.:
:l
CI
-
e
1:!
......
Ci)
F--<
Z
W
Z
o
"
~
o
u
o
~
o
e,
c
o
'0
o:j
OJ:)
.t::
....
>--;
,
~
c
o
'n
u
~
[/)
~c;
.~ -fii ;::
N"fit8
t:::.c'"
Za:.g
-= ",' .;;:
c.,!., :: e
9 i:r:l Q..
lU.5 ~
E ~ ~
:';,:@
"E~~
'" lU lU
.=: -g 6
B a ~
"2 g ]
as (j '"
c ~ ~
~ g:B
>"~ C
.0 Q.. '"
13~g.
'" 0 lU
~~-B
E",,c
E "" .t:
8 c ~
~ ~ 0
. I: -
U IU "'C:J
~ ~.~
.~~.~ [
~~]
lU _
g~=
(l:3 CI) ~
cf:SB
E'<;:: (j
Q..Ee
"g. ~ g
lU U
:;;]e
Il> CI"l ~
(j .... '"
'C .9 >.
Q.. (j '"
:g g I:
.0 I: .:2
.s 8 ~
.=: 5 :~
0) lU '"
-g~:s
u:;~
.5 :E c
tU "ii .9
..c ~ cu
'" '" ....
.... ' lU
B ~ go
U C d)
f:u..c
C ~ -
o "" lU
U 2 g
~e~
o ~ 5
Z (j
;.:..
"2
o
I:
o
'"
't:
'"
Q..
E
o
(j
000
00 0
ci Ll"i -.0
"'...., ....,
'" ....,
s" ~^
if> '"
(/),
'" '"
<U <U
8 8
vi cO
_ 00
- '"
"" V>
'" <<
<U <U
0. t-
oo ~
'"
:u
'1:
~ ~~
~oo
-Ill '7
.~ ~
~~
000 0
000 0
000 0
~ lrl lrl th
"., t-
oo' fA
fA
~
,'"
.~
~
.~
~
il
~
~
~
:r. ~ ~ >
'E d ~ ~
:u
(f; ~
':h .~
~&
~88888 8
ggggggg
C" ~-.o\O\Oo
("f)"' .. r-: 0." Lri ..0"
tf') ;hV'f-;;}tf)
g g 8~ g g gr\
00 OOLf)
c.''t 00" '7... 00" C"! J-. \
~("f)"T":::tl..(')
~~""Lv>
<< "
<U <U
~8
".,'"
'" r-
'"
th V)
" "
<U <U
00 0
...., -
~9
~ '"
r- ~
... ...
('::I ~ ('::I ~ ~M ~
11 e..l V v ~I~-'
fA-fhtAtAf,f}-CA
~~~~a3~:=:
...... ("f) v ("I r() 00
~
~
~
(3
""-
~
~v
~~
'" '
d~
'"
~t(
~ ~
~O
~j
1/
":::t "'T ":::t ":::t
~ ~~~ ~
" ,
~~ ~
c...~ ::l.
o 00 ' ..;.
JI~"'1' ~::7
~ - ~2.
~........ ' ~
1/ '.
~
/ i
(3
""-
g v ~
5 :3 ~
ej~<;
-< ........ tl
~ g ~ E
] v to: U
" e d ~
VJ -<......... t
8o~~
<::3 ;:; C?
~<\j'l:
1\ Ii'
1'\ I' Ci)
- \ ~)) ~
1\ I", ~
\~
t,'~
" ~
J'O:;\ ~
, z ~ I~
.... -.
~!i\, .[
ei,~ \ '-J
" li!
c '-J '-i:l
.g ~ \ il
b'b'-i:l ~
't:: il I ~
.... '" '-'l
>--;I~ ~\
I,., ;"
~ ~ ~ '" '" d r-.
g '~EE5 ~ p~
'n ~ :.r; U'J :.r; I ~ ~ <U
U :c ~ _ I '-~ ___ ~
....... J5 ~ ~ ~ ~ ~ !it !it
88888
00000
000 <'} ("J
l/"'lLf"'lOOQ
("f 0-.'" _"" .......... ..........
(") if)- V'}- tA b4
if>
a3~~~e/
8 8 8 8 811
oooo~.
aOONC'
lJjLf"')OQ
("f ~.......^ ~
'"
" . ~\ '
II
7---
/
2
"
~
c
c: :.r;
.g~
n c
':h...J
.. ..
-€.s
~~
<~
-..ocr
8~
=-0..
8 8 ~
g~ ~
r- o.
~J
/
~9'
8~
~~
'"
c c
"3'8
" "
~~
"0"0
~"'iJ
::::r:
"0"0
c: c:
:r:=:
j
@
~I
~ !I j
~ ~ .
.~ ~ . <>'-:>
..... 'J:: I
~
'" ~ '
~ 0
;,: '"
"\2
~~
_:E v
,~
c
~
f-o
/ ~~
'"
0"
00
00
S!~
"., t-
or-:
V}:::~
f.A V>
000
000
000
if> "., ".,
"., r-
00' V>
vr
" " "
" <U <U
000
000
Lrioooo
=~~
leA
""
tFt V"I fAo
..
.'
"
<U
" " "
:oJ a; ~
I
0."'"'"
co~:n
888888
ggoggg
'" ~ ~ ~ ""
~.. -... r-'" 0: lJj'"
V}__tA<......
if> "" V>
" "
<U "
~ ~ ~ ~ elf
~ U U 0 QJ
00
00
Lrilli
'" r-
'"
88888
~~~~~
f""'i' ~~.. ~"'I.ri'
VI Vt
V)- fA- Qt) CA- Y'>
" "
<U <U
~ t':! ~ elf ~
~ a; u ~ iLl
~~
_ (""') ~ C'J (""')
~
~
~
(3
<::::
~
~
~
"'(/J(/J(/J(/J(/J
dNNN";'N
NOoO\O~
~~~~l.I')\O
~~JJr.fJr/;~
~~~~~~
'-Jc.::~~c.::~
u~~;:;~~
u
..5
E
0)
E
c-
o
';:j
>
lU
a
(/J
o
o
'"d
v
;::l
C
'0
C
o
u
C
o
'0
cc:
bJJ
.;:::
l-<
......
,
~
c
o
'0
u
v
(f)
....l
E:S
o
E-<
888
gg~
'" r--
00" ~
;;
;J
...
'S
;J
"0 1$
~ 'C
-;~
...
'"
r::
....
;J
.~
=
os
::l
CI
~
~
~
d
~
~
,~_ :I:
'-"'lcn:I:
.....:J'"
~--'<;
r~ ~ ~
::::: ~ 0
,gx~
'" .~ 6
E \J~~
~ cS:EJ:
88888
ddddd
oor.nth-Lf)
Lf) lli r-- r-
0........................ ...0"
V). fA- tI)- V}
~ ~ e'$ CIS ~
t.l ~ iU iU iU
88888
g~gg~
Lt1 r- If') If') r-
oo" 0\ ; ~
-
V> tA ~ (;Ii) tA
{':I c::S C'lS (':f ~
O.J iU a; QJ iU
'"
~
'"
~
t:
.g
~ lfJ
~'l)CiJ
.s@~
'" >- d
~-<t-
::: ':J
...~~
s:$<
en",,:;;:
'"
"
8
.n
r--
'"
'"
"
.
.
I
!<
00 .
- .'
~ ,~
"
JI .
~I""',
" ~ I.
~ ~ I'
>~
.j:j ::-11
'" "
e 'E
Ben
::I ~
<a::
::.:.J
:L::!..
-a
...
:E
t:
's
o
q
-
<',
o
'<1"
r--
'"
'"
88888888888888
gg\gg8d8dggggg~~ g
<'1 r() CO 0 0 0 -..0 "1" ........
.......'" .. 0,"' C"f C'J ~ ..n r-"' f"')" ~'" r()"
fh-C"VT r-Lf)fFT-"d-w-~~6t)
(A W tf). <'1
IF>
::::~:=::==:=:~:=::=::::::::::::=:::::
~~~~~~!~~~~~
tf') C"J ..... ,-----.
Ie
I-
\
\
\
fA-t/)tf)lfT-tA-v>wV>-tAift-V)(Ao
:=::==:=:::::
I
\'
8/\'"
0' \~O''''
J 1\
1\
\
\
\
\
:::::::::::::::::::::==:::::=:,
8~o888gs;:oo
@:}'<I' ~ ~.~.oo ~.:.~ ~
.
..... u u u u
S5 ~5:5:S:~~>
~088;;~8~
~"';:: ~ <"'J ('J 00
'9 I~ ~ ~ ~ C:~ ~ ('~
~{1000~~~
~~_" .......v_o
] ~~~~~~~
C .=<' Sl SJ iF. 0 ' , ::l
o I~ ~ t! ~ ~ ~ ~
11 s
~
S 1 S ~
iU I QJ
~i~~~
~~t~~~
~Ii~ ~ ~ 8 ~
~ :n U C:-;. 0
rn .. rr. (F,
~ J 0 <'10M
'-' ~ ,.y..:::::
_~;::::....... ~ ........ ,1""'\
~. ~ ~ ~ ~ ~
LO N ~ C---J 0 C--J
fr:. -""":;):::-, _~ -...... ~
,,:, '" <', <', - I.)
-
/
00
00
dd
00
o. '"
- ",'
V> if>
800
00
ddd
0'" 0
'" - '"
o....<"'"i' _'"
....... tf') V)
'"
~ ~ ~ ~ 9
~~~
0~8
@ / '"
00
00
dd
00
o. '"
1/
fA- Vl V) if} fh
",L '" '" "
Q) tU iU aJ iU
~
""
~
~
~
~
~
'-i
'"
~
~
-<:
,">
..;:.
'a
aJ 0
~ ~.s ~ ~
~ .....:; :J C1
~~~~t:
O'=.l~~~
00
00
dd
'" 0
00
0"
0'
'"
0000
0000
dddd
8.8.8.8
ctJoooocO
W CA< 4A V).
;=::::::::::=:;::=::==
~~~~~~8
oooooo~
t.A if) (A (A- if) V) tA
:=::==
:=:::::
:=::=::=:
8~ooooo
0.0.88888
S ~ ~" g ~~ 8 0
It -.; t
~ ~ ~
1'2~rf~orf ~
00 0 ~ - (1) ":;.
,~ S be J;::3 -g
~ 5 Sll"B ~:E0
~uu~ ~~('II~
;::) ...... ~en "" U .=
..... ~ ~ .~ p g ~
.l:::S t: c ~ _ ~ "c ~
t: '0 '0 :::> a:: \5 '" -
~ I~ ~ ;,? v ~ '~ s:
"t:--~~~\S@
.~ ~ ~ -< < < ~ :I:
cSi:tt~~~0~
o 000
o 000
d d d d
OVl'OO
o 0 r--
0" r-.... V)
'" IF>
V>
8 8 8 8
u1000
~ 8 ~ ;:!
-.0" lI'"i r-: 1./'1"
V}C\V} -.0
'" r--
V>
~ ~ ~ ~ (f;
l1.l U :u IlJ
000
000
ooU"'i
0'" r--
'" '" """
".,..
V)o tA tf) tA Y7
~ ~ ~ <0::1 '"
OJ :u Q.J QJ
C'J C"J ~
...
"
~g
'" 'i3
~ 5
~u
.~ ~
~~
,)
>': c:: c::
~ .g.g ~
" " v t:i
..?: ~ ~ .~./?
>. .....:; ~ S::.
;:;;. a' 0::l .
QJ ~ ~
~ c: 9 "5
c: 5.5 ~
~ " ::t < .....
~
00
~^~ ~
0'
.'
'.
.
.
I:
I,'
I......
....
<i
.5
'5
E
0.
o
;:;
;;.
u
a
(/J
"
o
88888888 8
g~gg~~~~ ~
0'" 1./")' rf'i' ___^~.. c\
~ Nv.~~ ('t"')
fA- tAo 0\...
....
....
'" '" '" '" '" ~ '" '" '" '" '" .!l
... ... ... ... ... ... ... ... ... ...
8 0 0 8 0
0 0 0
....: en ,...; 0 -0
0 '" 00 0:" '"
0 "t .... c-
o c- o ~
0- N U'\ '"
N '"
fA- tA< fft- (,A. t.A- fA..
~ ~ ~ ~ G ~ ~
E
~ ~
~ ...
... t: r..r.. J:
-" " ..9 t:
'" 1: 0
.5 u 'Il ~
If.
E ... ... E 'I: (J (J
-" -" ... ~
::: '1 j :l ~ '" '0 r-,
- :l. U 00
~
C
<J
E
c
c
U
>
<J
CI
V':
o
o
....
Q,)
....
<:<j
~
E
o
....
(/)
'l:l
!.l {l Sl
g 5 1!
~.~ 5
~~:g
'" ..!:l
iI)'~ "t:3
~ ~ ~
~~~
::: ., .,
l::: c ~
., ~ '"
~:eJ5
.!! = ".,
.S ~ i
9lI" .,
.!:l ~ e:
-g !.l ~
1j ~ :.:::
.!:l -S ~
El ~.g
~ ~ .....
r;; ,:g
~.~ "
~.s, ~
" ~~
.5 \I
l'! ~,.;
"ti ~ .~
'l:l "8';:: .
!.l ." ~ ~
'~ 'e ~ 'il
~ ~ Qoo ~
., ~ ~ ..
~ '.., -l:l ~
~ ~ !.l C
~ El -S "
i ::"".5
El ,g 'l:l
c " {l
~ ~ .;:
!.l ~ I.i
~ El'!:;
's: ~ ~
~ lo: 5
~..!:i e:
S ~..s:
t 'J:: !.l
!.l .. !.l
'5" :::"" OS
a. ,g .!:;
.~ ~ OS
-t: ., '!;:
~ a- 'l:l
.. ::: ~
5 ~'S:
.5 ~ E:
~ ~ ~
-::: ~ ~
.~ ~ i;I,l
.::; 8.. ~
~ 5 .~
C !.l ~
~ e ~
!.l ~
-l:l
.....:1
t::
o
'0
u
Q,)
if;
-
'S
;:l
~ ~
..!:! 'C
]p.,
(Il
c
......
....l
~
o
1-<
o 0000
o 0000
o Delrid
tI)- fA- 00 r--
~~~~~
"'1'"'1'"T
b4- V)- fA.
;:l
'" '" '"
'" '" '"
000
000
citria
00 r--
~~~~
"T"'1'"T
if) V}- Vi-
;:l
'" '" '"
'" '" '"
.~
'I::
~
=
CI
~
~
'"
'"
~
,"
~
~
'"
.::
<::,
--
:0
e
QJ
..
......
~
~
'"
~... -'11--:- 0
~ d q q
.;:: ~ de: <=:-
g~~~~~
'p '-. ~ ~ ci ~
n ~~ ~~~
en ~ ~~..:::~
o..~~~~-
P~==~;;,:'-:
? ,",~.......:::..::: ~
;-..;..j -..... ~ 00 '-0 ......
88
de'
"" '00
r--
6
N
'"
""
...
.J<
~ ~ c
';:; .5 2-
\::! r- >-:
i:i 0 OJ
~ ~rr:
., ~ ~
.~ ~ gj
~ ~ .
""O~
t );".9
~ ~:t
'-
o 0
o
u-)u-)
C'o '"
'" '"
C'i \.0" \0'"
4f). 'Il"j" ifF
""
0000
0000
ci~~u;
V} If'l rr'l 0
~~~
~ V'} fA-
888888888
~~~;!gggg ~
\0 co 0 ~ 0.. <"t 11'1, lIi,..
f"j'" C"j'" ........... .......... \0 ('1 ...... ........
tn. th fA. fA- tA- fA- VF Vi-
0000
0000
('I')~l1"ic\
C"l \0 '"1' t:"i
O\oo~.......
\0'" Lt"1^ C';
o _
-
al'< aj ~ ~ ~ ~ ~ ?j ~ ~
o O~ 0 0
00 00
00""'; ('f") C'i
............00000
00... ......... LFlI\"% 00...
........... r*')1' f"j
0000
0000
gggg
C'J,.. ......... l1'1.. u:.,
.................... -
!\
~ I'J. fA- if'; th V)- Vt
~~~~~il)nllllrJ
1\
1/1\
\
"'N_[\
r\
C':l ~ C':l C':l
OJ iU OJ :u
V'F- f;h tf} if)..
t.h V'F if} ifF
C':l C':l C':l ~
OJ il..l OJ IV
('f') r"') C""'l ('Ii
t:"i ('f") ...... ..... .......
~
'l';
~
~ ~
.9 ~
~ ~
o~
g ~ I
00 S' -0 "0 "0
~ .~.~ u ~ Il) 7'., C.J "'0
;> C.s. ~ 2' ~ ~ ~ ~
"-1:!ci: ~~~~~c:: ""
~ S ~ c;::: t+: l+; 2-i8 ~ ~
~ ,,~ ~ 1rJ. p.. p.. ~ IJ. ~
::: 11 ~ '. 6 6113 6 is ~ ~ ~
-~ ~t:,...c::c::c::ac;:~
tl ,; ~ ~ J l'j" J ,J: J "~ ~ ~
~ - ";::: --s - - ..- ~ ~ 0
~ @ ,~ ~ a " 2' 2' 2' ':! '" ~
"5 '" -, ""- c ..S2 ..S2 ..S2 ..S2 Si "5 't3
~.5 ~ ~Il 9 ,9 9 .9 ~ .9 .9
i ~ ~ ~lA ~ ~ ~ ~ J i :!
1/
00
qo
oo~
O. r--
-
- <'
1/
I
6~
'" Q
"5 '"
" 't3
J ,5
NO
t ~ N
~ 0 ~
llt1..2
::>:: " @
,~ ~ ,5
~ C"i 0
N N
>': "..~
.9 OJ ~
o5~
C"J C'l ~
000 0
000 0
.Q ..f 0 <8
00 ('1 tf"l tA-
t""; 0. ('l
('f '7" ('f
C'1 _ ~
... ...
'" '" '"
'" '" '"
000
000
C'i C'i 0
'00 '00 '"
"':T "T ('J
r-: r-" ('f
<h V> ...
'" '" '"
'" '" '"
'" N_
00
00
0::5 ..f
N '"
_ '00
0." ..n
_ <'I
... ...
000
oqo
ci ci
'" r-- 0
r- 0.... l..f1...
-: ('1 ..-
th~V7
~ G e "" rr.
"TO
'00 0
~~
C'o '"
'00
",'
<'I
00
~q
",t::
o
o
ci
o
C'o '"
('f ...:
ffit (A (f)- Vl' tA-
~ ~ e ~ :n
8_'"
N '"
88~8888 8
ggr::g~~g r!
~C\oo ""
~... ('f 0" ('f ...... "':T" ",,"
rrl oth t""; Vl V'J fA- 0
V> if> r--
""
~ l:':s ~ ~ ~ ~
0; Q) QJ Q) 0; QJ
8~8
ci ci
or-- C'o
'" C'o 00
rrl" C'f 0....
'" '"
'" c'
c
!\
~ ~ ~ ~ G' a1 ',C:
V'> Vl (A- C#) fA
""'
B
'"
<...:-
.....
o
"I~
..<: "
'" 0
~ E
o '"
"co:;
o - '" E Yt
.", l' "" "';
~ g e ~~
~ Zl I:E. ~ I't,
,'; " > "
...- ~ b 't3 \<
QJ c: iU c::>/
.,. 2 E ,,<J
Et;~g
'JJ~:-'u
)
:
I
,
i
~
,
~
888
0\000
'" 00 '00
- --
('f"': ~
c
c'.
T
c'
'c"cc
.
c
I.::
u
.5
E
<:)
E
c:::;
o
]
<:)
Cl
</l
o
o
(fJ
~
Q.)
~
Q.)
bJJ
t'<l
C
'a
....
Q
....
Q.)
.....
t'<l
~
S
o
.....
C/)
88888 8
00000 0
VT-thOOO r-
~~~~~~;;~
fr') ~ V)- V'F- Vt- ('1
tr) fA' V7-
th
00
00
gg
88
00
00
U"l U"l
0" ""':
0000
0000
0000
o LI') LI') r-
ltj 0\ ("'\.
.......^ ~ C'; 00
'"
~V)-tJ!)-~Vt-t.f)
~ (':S ~ CI1 ~ ~
~ ~ Q,J U OJ U
f'l"'l t"""l ('OJ ('J ('1_
{j
~
~
-.::
~
l
~
-.::
~
2
'C
o
.D
"
]
~
~ ]
.......u~t.t::~
~~~ooo~
';;' ~;>I~vJj
e G: '- .~ ] "'0
~ ~.~ I~ ~ ~
8;-.-~ e ~
~ ~"' ~ ~ .~
:.e"'a ~ ~ ~ (F.
,..... .. 0 ::
.~ 0 ~ S ""2 2
~N~CO ~.B
rn ~ ,.:: ~ ::E ~
~ .~ ~ ~ .~ ~
~~<d:~~
~~I~U\ ~
','
~ if} fft th Vt ~ ~:::{:r::.-
~ a1 ~ '55 '" '"
-
.
88888888 8
g~"~"~~~\~"~ ~
C'I..............V}. V}-U'")
(A-~V) 'oo:T
th
00000
00000
Ll"'ioooo
r-OLf"lUjLl')
U"l
~-.ol.Jjo
r<")('f')("I"')O\
.
"
U"l __
.'
.
'.
.
1'0
E
~
..
c
Q.)
Q.)
f
il ~
o (fJ
~ c
~ 'E
~ ~> ~
- E c
E';' 0
d: 'Ei U
~ f3 ~
'C 2: ~
2 ~,:i:,< ~
17. 9
g '" ~
u:1. t:1
. -g 0
i~j r.i)
i
{1~
~ ~
~~
~~
~c
., ,
~ ~
::::: t:
~~ ~
:= <',
0:;
."
'~ =:
~ .~
rA ~
frl'O g
..g ; ~
'n ~I~~
s:i:~~
t: ~ 'B 2
~ 'E ~ ~
~u...clf)
.;; ~ .;
- ~ ,...
8~~88~888
O('jNOOoOOOO
V"F_OthfFJl..OlfF-t..f)Q
t"-LI') r<') ('IN
r-"' -..0" 0.."' ~ t'I"")
CO C"l V> W
if> ""
~
. " "
~S.8
c..c..
.S .S
-0 -0
" "
-0'"
:l :l
uu
~..9
Y>""
\
~,
1\
f, J/n 5 5 '"
~ ~ <',
C"; \0
N",8
~_\r-
I
(fJ
"0
C
o
a..
~r--;.- 5 'a:J
..<:: i=. ::9 :s!
?f ~ ~
E~t.t:~
-:c..cAoo
'"; (:) -" '"
,p,:tt"o"O
,,1::;- ~ ~ : ~
~~utt::"'7~
is 5 ;:J "" g "!
J::::: C"J ~ ~~
~ ~ ~ ~ .~ ~
t:: t: t:: u e...c
~ ~ 'J ~ ~.s
..... ('1 <:"'1 t- c.. c...
o
o
o
8
o
""
o
o
o
00
o
'"
V>
I
~ OJ~ ~
;1; .8 &i 8
~j ~
'<5
.5
o
o
00
o
U"l
101
"" V>
""
..
"
U"l _
o
-
1\
\ r.;.".
~ E ori
\ 0:" t:
~ e- ~o 0
s. 'O.~ z
{ l ~] ~ .~
~ i\ ~ ~] g
~ ~ tr. ~ ~ "e
g 1:f ~ '! ~ ~ ~
.,';l1~'"1 ~.g 1;'p, 3
;g~ ......It\~'" ...
~ oE ~ ~ ~ 6 ~ ~
t.88~~O~ 0..... ~
OJ~;:'~ Q,)~ E~ E
t: ... {5 ~ ~ e 1:: '2 e 2
S~~O~-O v...,z",
"l) ti~ ~ Q,) c: .2::liJ~-O ~(I)
r-:1.'\~ u ..... "ow
l('j -d ;;.;;e U'J ~ e ...=""'- 0
ci ; ~ ~ ~ .~.~ ~ 2 ;r ~
z-,~O.2<~;:.:o t:O.z
~ 8 ~
~ g ~
-VIr-
C'f C'j ..0
...."" ...,
-
...
o
00
.0
00
0'\
....
o
of')
....
o
..
~8
~g
_ U"\
('i C';
... ""
~~
A
:
~
.:
c:
~
s:
E
c:
;:
;;.
a.
C
f/.
c;
C
u
(fJ
=:l
0
"'r'
.....
0...
E
=:l
p...
:::s
t:
0
'p e
u
u 4J
r/) ...
-
I--
2
IlJ
U
'C
ll.
...
'2
;:J
"tl
..!:!
'3
'"
I:
....
-
~
-
~
o
!-<
-N~~~~~oo~2=~~~~~~~
IlJ 'ti
CJ .~
I: '"
~ ~
~ '"
IlJ ..
~ ~
:;,
El
.,
..
..
~
,~
-S
'l:l
~
~
c::
i:l
l:l
~
~
c.i
IlJ
Cl.
rJJ
~
~
~
,~
~
~
~
.~
,5
~
~
',,:::
S
'"
J!
:-::;
~
'<::
~
..
'"
~
.::;
~
~
~i
~ ~
" 0
;:! 0
'U-=
:r.c..
" g
'C 'C
~ ~
c: c:
o 0
~ u
v.
V
u
t:
v
'Yj ~
~ ~
~ g
]]
" "0
2 ;;
.~ ~
~cC
v.
v
:E
"ii
c: ::J
o ,.
.:;:: ==
~ "
N ...
:.. ~
:S ~
~~
c ~
.~ .3
~~ u
.g " ... E
~.g ::I ':./) La
U-':: u 0 b -tJ
~ ~ c ~
g c: -" !:' z ~
"B 8 u "2~" g
2 ... U ~ ~ 'C
... u " r. - .. "
e .~ ~ ~ u -E ~
o c 0 ~ ~ ~ ~
Uc...UU)~~UJ
~
g ~
.:; -;:;
~ "
a.. ~
OJ ~
~ ~ :.;;:
c u ~ ... e
" "
OJ 0 U ~
E u " ~
" u 0 C ,.
OJ 'C " 'fJ
~] v. E ...
" s: "
o~ u ~
~ d:
~.r; < c..
1\
\
1\
r\
\
\
r\
0- 0 N C'J '" ~~ -a r-
- C'J "J '" C'J '"
"0
"
<C
'i3
~
"
o
'C
E u
e ~ ~ ~
~ i ~ ~
~ teE
.5 ~ ~.!:! cf
:; ~'e c.. "
ci;e"22'E
E .g ~ ~ ~ >- U
Ea~~5~g
If.; ~ ~ :- -n ~ U
~
I
I
!/
J
/
OC! 0- g~~ '" "" "" -a r- OC! 0- ~ :; C'J '" "" "" -a r- OC! 0- 0 :;:;
'" C'J '" '" '" '" '" '" '" "" "" "" "" v v "" "" ""
II
I
c ~
E ~
CJ U ~
~ 5 ::: .S
~ u'a ~
or: ~ ~ :_._.2
~ " E:
~ E ~ ~
~ :.~ tJc:~ ~
.. ,6,
8G0~
1/
'"
6 b c 5
~ ] 'e 5 5 s
s.~]gg~
~ ~cf~u:-
~ B -;; ~ '"
g] g~-~
'lJ~~
:;
2 "S
v~
...
OJ
;!
2~
c 's. ;
.g g 2
g.g~~
~ ~,~ ~
...
~
~
c
~ E
" "
~ u
"E "
:I: '" ;; ~
-.c .S 8 .g VJ
.~ ~ u c:.~
1!5~~:r,
C
lJ
E
.e
"
1
-;;
.~
B
'" '" u
OJ
" C ~
" lJ
J5 E ..
" ~ ..2
u :; v.
"0 g C
c: v
" ~ E
'"
... - ""
" " ..
~ u .~
2
.~ ;:: ""
u ~
c: -;;
'c "
'" ~ u
;il .~ E
~~ u ~
v
~ ~ -=
"
"
E
c
c
'ii
,.
"
C
r:r.
C
C
II
I
, II
\ /
\
\ /
<', "" .... '" '" ..... 00 0- 0 ::; ('J '" .... '" '" ..... 00 0- 0 I;:: ~ "" .... '" '" ..... 00 0- 0 00 <', "" .... '" '" ..... 00 0- 0 ;; ('J "" .... '"
'" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" ..... ..... ..... ..... ..... ..... ..... ..... 00 00 00 00 00 00 00 00 00 0- 0- 0- 0- 0-
~ J
1\
\ J
\
\
r\
II \
\
1\
I \
\
\
II 1\
\
j -0 C \
" 0 :;
~ ~ -S 6
0) 11 .~ 1\
"tl ;! <r- 'c ~ cr
\: ~ ... ~
" c 8 \: c: -0 ;rJ 6 \:
:9 E 2 " \: ~ 0
~ '" " " '" ... 1 ~
" \: ::J :p ::0 6 '" ..8 " ~ 'J::
'J:: 0 ~ 'J:: '" l:: g
-0 ;: \: 1:: " 0 \: ~ "
H 'J:: a " -0 'J:: '" ... u
\: \: ,E " '" '0 0 ~ 0) E
" '" >- " \: .~ ':; u \: 0) " JJ 1 '2 \:
~ u 0 '" ~ '0 " -E 0) \: 0 'J:: ~ '" g ~~ "
~ ... " -0 :;
;:: ~ 'J:: \: C '" .~ ~ :5 ~ 2- 'J:: '" " :; ~ ~ ~
'J:: -0 '" 'n ~ :; ~ '" ~ \: 0) u :p ..6 .c ~ ~
" u :; 0 0) " -0 .E c:::: 0 u u ~ B gf i 0 0)
'" \: ... 'J:: B ;.. ..>: \: "tl -0 " 'S: ::l " ::::l u
u " \: " >- :9: \: " -0 'J:: \: U ~ '" \: 'J:: ::J .~ 'J:: c
'2 ,~ :::! c: ~ ::l C -' S ~ u C g " s " c " c 0) c if; \: 'J:: 'J:: ~ " -< -< "
..-.:: 0 .J:l -0 ~ ::0.. U ?: v E u " u u -0 " u C 0 :; ~ -0 if; e ] 0 c e- ~
" .~ -< 'E if; 'J:: \: ~ ]
.c v o(j " u " c " -0 '" =" '~ ?: :2 v; c u ?: t-- .2 r1 c ~
u " -0 "" -0 u ~ ji ..-.:: u -0 t ,,::l :; ~ ; ..... c g 'P C
" o(j ~ u C u 6 ~ ':! a " -0 \: ::l 0) C 0) ~ tg 0 " " " " 1 ;:; e < ~ ~
:2 '2 c '2 c ~ c " 0 0 ;3 ~@ '" a - E c 'i3 15 ... " ~
~ ... :0 " ~ u u u C ... 0 ~ '~
~ ... ~ ;; 'J:: ;:; ... ~ :.5 .!:! ... E '" :: " ~ E ~ E '0 .E \: 0 'J:: ::;::
.~ ~ B U e u ~ 6 v - 0) 'E .c .~ " ,~ " " ..::: ti ~ C ::l l u '" '0 @ c: 'J::
,e .~ ~ u :r.; r.n -0 'n u ... :; '0 u :;: 8 c 1i " ~ 6 ~~ c e
'" " " ..::: " ~ ::l ... ... 0) ::l ... C ~ ..::: " 0) ] 0 0
:2 :l ~ 0 E: ~ < < ::;s 0 ~ :; ~ " l::i ~ 0 ::l - EI] ~ 5 " 1: ~ ~ ,," :l ~
::0 ;..- './0 .<; ;..- r-- ::0 u ::0 :.:J ~;.IJ c:: 0 c... if; U U
u
.5
C
0)
e
Q
o
1l
;-
0)
CI
Ul
o
o
~~~~so~8~~~8~8;2
bJ
~ ~
= ~ ~
,u 'C
E ~ ]
f-:C:,,;
~
l5 ~
"2 ~
Q ~ ~
c ~ 1;
C -0 c:
U --c a ~
OJ ~ . '"
,;:: ~ t:::::
5 OJ :~ ,-
~~~:3
b
c:
~ c:
~ ~ .g
~~~
a C 00
~~.E
~'
\
\
]
o
r\ f-;
~~
~
~:'~
==3;:~~~=~
00
..
gf~
~ gf
~~
]~
~ 'I:.
~ g
-0 OJ
OJ c:
a ~
]]
~~
~
'"
~ 00
"'8 u
~ ~ ~]
~ ~.~ u
~ U) ._ ...........
e'l:.~t~~
e :2::a t .g ~
~ ~ ~ s ~ .;
~ ~"'O ~ .~ ~
o c: ; ~ ~ .F
Cl ~ 8 'E .g JJ
] ~ 2 .~ E .~
(/J ~ 'fj 0... ..5 ~
'"
'"
OJ
c: t::
C E
.c cr;
..5 b ""0
.~ g :
6 ~ ~
"'O~]
c: ;:: ~.~ E
.g ~ 2 lfJ .oS:
~ .~ 'C e--<
~ E ~ ~ .s
_~~~f;~
.'
..
.
.
'.
I
\
!
.
I
..
: ..
!.
,
.. I
".
..
" ,
rr." :. ..
e::_
~
...
c'
I"-
'"
0"
<'I
""
",,"
V>
0 ij 0 0 rn
"" 0 c::
>6 r...:
I"- "" l'-
- l"- Ll)
....l -6 ~ 0-" l'-
<'I - ~
~ ifl If> ...
fIl-
0 0 I .
f-; E-t
...
~l.c
"" '{J.l
.<;: ~ 7-
~~~ .~ 7
o ~~c
q ~ "c
o ...
n V> i
~ L I),>::
~,r '\. ~
ell .>~ r<J
!I/.~ ~....\~~
...... i: ~c> 0
-0 ~)
~ Clc,', t
:-g\
~ \
'--'
1\ AC
\
>\ c.> ~
....,..,. ~
..... XL ~
i~ <
,]
'(1)
en
o
o
o
'"
;:l
;
.
,
.
I
~I
'~
::l
I~
S 0
~ ~}J.,
""'""' :--.
'"
...,
l-<
c<:S
U
.......
(5
(j
0...
c<:S
u
~
o
c<:S
::r:
I
o
e
o
'D
u
(1)
en
;:l
o ...
... ~ 1<
'2 r-
;:l 00
u 0:-
"0 Y"
..!:! 'C
]~
rIJ
C
...
V>
;:l ~
.. .
.~ I
C
~ N
:)
CI I
':,0'
.
'.
8 ....
...
'"
'"
OJ
-0
S ~ /
~ C
~ 'l";
..
.
I
.'
.
L.-.-
.
.
.
"" 0
"'< 0
;:;:; 0
""
'" 0
....l ",," <'I
'" 00
~ "" ""
... V>
0
f-;
;:l
"" ...
... -: '"
'a 0: <ri
;:l -
u 00
"0 CJ N
..!:! 'C
] Po.
rIJ
C
...
'" '"
c:
u
u
;:l '" ~
"
'"
15.
.~ 0
C 2:: 8
~ 0:-
:) 0
CI -
lJ
0-
'E.
-0
c:
::l
C
'"
......
~
]'
..
:;::
""
s; -::-
'0 '"
u
u ~
E ""
c ......
-0
C c:
U '"
VJ
c: 0
lJ e.
~ '"
;.;:l
E ~
'"
a ::>. c:
OJ
~ j! OJ
...... c;
u
.=
c
.,
s
'"
C
0)
;>
.,
o
CIl
o
o
'0
'"
t::
~
S
"
'"
"
~
t::
"
~
.tl
"
'S
~
.S
:Q
5
'"
'"
"
.S
:-s
"
t::
"
'"
"
~
...!:l is
'~ '!:
~ e
~ tl.,
~., .~
~ S
i:l:i ~
.~ ~
,'3 ~
~ ~
"
Q)"' ~
~ .~
::s E:
o .~
U ~
'-~
-
... 0
..E~
..;
.~
4l
~
.~ -g
,g :
S ~ S.5
o ;... ::.:::
~ 0 '" "6
-; ~ ~~
"'CI:l-S!~
g, >'''~
B"058
=- ;,~~<
"0 8 ~.S c
~ l:il ~ 0
... ~ . :.;: . .c
EZO~~ u
.:: ~~J5
0 \0 '-0
0 ~ ....
0 N N
0 \0
t- c-, '-0
....l c-' '-0
t- c- ...
;:; -- r--
....
0 fh
f-<
;::l '" -;
...
I-- ~ 0
\0 f-<
.. I~ - -<
N
'S "" \0
:.s ;:
;::l c-, 0
"0 Q.j .. 0: ':;)
..!/ .:: :s CJ
.. QJ
] ~ '- rJ)
0
'" ~
=
.... '0
-
-
- --
""
0)
0)
;::l u ...:!:
"
OJ
C
- :-
c
I.E.
E
.~ "
VJ
.. ! g
= -
os =<
:s
CI
0:
.g OJ
" U
~ 0:
E :.s 1
~ 0
...., ~ U3
....
i5
'p
~
1-<
~
0..
(l)
1-<
p.,
(l)
.-::;
Cf)
o::l
c
o
'p
u
(l)
Cf)
"" <"'l
0 0
"" .,;.
t-
c- r--
....l C'f 0\
\0 N~
;:; - '-0
0 fh
f-<
;::l " -;
OJ ...
0
c- r-<
.. 0 IXI
,...:
'S t- ;:
;::l ""
"0 Q.j .~
I.l ...
..!/ .;:: I.l
QJ
] ~ rJ)
'"
=
....
...
;::l "
OJ
C
.:; t-
= \0
os -
:s
CI
I]
'0
&
s
c
~
OJ
""
"
u
S
0
I~
OJ
OJ
'-<
i-
-;;
"
E ::2
:-
~ '0
...., ..::
bI:J
.5
1-<
~
(l)
o
0 0 0 0
0 0 0 0
><:i 0 c; or;
co 0 \0
0 oco U')
....l (",f i..I)"'~" 0\
t- t- c- o
;:; Vt ti4 ~ ~
0 fh
f-<
;::l ?: " '" -;
u u ...
0
0 0 r-<
.. t- o 0 U
N ,..; c;
'S \0 ;:
;::l co
",,' 0
"0 Q.j c- ':;)
..!/ .:: CJ
'-< QJ
] ~ rJ)
'"
=
....
---
;:; G G '"
C
.:;
=
os
:s
CI
00
00
\00_
-.:=;" I.ri'
('oj ('oj
c
o
'p
~
~
u
><
~
~ ~
0: 't:;
.::.; ~
E .s
~ s:
~ u
~:2~
~ ~ ~
E'E~e
JE ~ :-S.<
u
c
o
'p
u
(l)
Cf)
....
o
'n
u
(l)
Cf)
..". 0 0 "" r--
ex: co co <"l r--
- 00 00 ,...: -.0
co ('oj 0 t-
\0 t- t- 0\ 0\
....l ('oj' ",,- a' 0
;> "" <A ....;-
;:; ... '-0
0 fh
f-<
;::l :::: :::: :::: " -;
OJ ...
0
\0 ('oj \0 t- r-<
.. "" '" co "<1; 0
'S ><:i ><:i 00 00
;::l ('oj ;:
0
"0 Q.j ':;)
,::
~ .. CJ
] ~ QJ
rJ)
'"
=
....
-- --
;::l :::: :::: :::: "
OJ
,~ ..". 0
C 0\ ..". 0 0\
OS c-, 0\, co ""
:s - '"
CI
'OJ
OJ
OJ
OJ
0:
"
cr:
,~
Ii
c
OJ
""
"
U
I~
Ie::. U
~ ~~ ]
u OJ .~ 0:
.~ .~ .~
E ~ ~ ~ C
~ "" ~ 00 '"
-
(l)
bI:J
~
C
,-
~
1-<
Q
I
Q
t- t-
00
00
('oJ ('oJ
o\N
-'2
Co.
2<
,J::;
~
c
o
'p
u
2
....
r/)
c
o
U
(l)
(l)
f-;
'" U')
t- r--
c; 0\
..".
co "'"
....l ",' 00
;:; <A ori'
....
fh
0
f-<
;::l ~ -;
...
0
'" r-<
.. 0 ~
'S ;:
;::l Q.j 0
"0 I.l ':;)
..!/ .;:: CJ
] ~ QJ
rJ)
'"
=
....
-
;::l 't:
.~ '"
C \0
\0
os ",'
:s 0
CI -
~
:.a
E!
v
E '-<
&
~ ~
-
oj
.5
E
0)
E
0.
o
"
;.
'"
Cl
VJ
o
CY
~
c
o
'p
u
(l)
Cf)
~
l::
o
'p
u
~
C/)
0 8 0 V"l 0 V"l 0
0 0 r- 0 r- or)
0 0 '" "" "" "" 0\
0 N V"l 0 '" 00
..,. - - 00, "'. ..,. or)
..:i N' ..,.' 0-' - - '-D" or)
'" r- ..,. - .... .... .0
~ '" .... .... .... <
.... r<'l
"- or)
0 Z ~
l-<
~ ':;; 't: :::: :::: :::: :::: ':;; -;
...
0
0 00 r- N V"l r-<
- '-D '-D V"l '" q ~
'S "" 0 "'" "'" 0 -
=
~ '" .9
"0 .::! ...
~ CJ
.. 4.l
] ~ rJ)
'"
=
....
.... ... .... .... ... ... ....
~ 't: 't: :::: :::: :::: :::: ':;;
.~ 8 0 0 V"l
C 0 0 V"l r- V"l
0 0", "'... r- N r- 0
os ",' '" -
'" ;2 , "," -:;"
::l 0 ~ N_
CI -
,9-
p..,
Z
~u
! E>
.. "
> ~
" "0 't: ;:: ..
< 0) c:
~ <l cr. ci: ~ ~ 0
'J:l
> c:: ~ ,~
:: .. ..
E .. -< 0 0) ~
0) l? Z u E
~ 0) ..
.. N :.:: 0 1:
l? 'r - 'r '"
l::
o
.p
u
B
<Jl
l::
o
U
l::
Il)
~
...
c..?
l::
o
'p
u
2
......
<Jl
l::
o
U
...
Il)
.It::
l::
;::l
~
c..?
l::
o
'p
u
Il)
C/)
0000,
00 0
ciddu-)
~ ~'" ~ ~
..:i ~"gJ 'i~
~ .............
o
l-<
~
S~~
-
.S
~
"0 .~
~ ..
]~
'"
=
....
ONLt'"'lr-
OVL..t:io.
Ll"io~~
..,.
th th tF).. t4
~ s ~:=: ~
.~
c
os
::l
CI
coDar---
If'''lOao.
'V 0" N C'\
_...~ ..q-"~
::::
2
..:<
u
..
c: .0
o "il
OJ:! ~
::; ~.
"'~u
.51~ S:
"'O'"OU'-t:
~~~d:
E tt'i'=
,.):l ..,:;,:: ~ 0
~ g g p.., Z
...... ;t:li:l:'r'r
0\
o
iii
00
0\
..;
or)
....
~
~ ]
o
l-<
~
=
o
.:::
CJ
4.l
rJ)
I---
-
bJJ
.S
<Jl
<Jl
tIl
...
c..?
I
:r:
l::
o
'p
u
Il)
C/)
..:i
~
o
l-<
~
-
-
.2
~
"0 .~
~ ..
]~
'"
=
....
-
~
.~
c
os
::l
CI
E
~
......
;::
.g
l:!
"
&
~
~
to
~
t:
.g
"
.!::!
~
~
~
t:
"
~
{:
::.
i:l
,$
g
~
....
to
to
~
~
~
~
88~S;S88
OONO:O".o
C\ r-......O\ Or-
~oooo oq-f-.
0." -.6 f"'")'" l.f')'" ('(")" "7'''
O'"=t't"")NUj",,",
~thth~~~.:::.
Z
~ ~
~~~~~]
o
r-<
':I:
=
o
.:::
CJ
4.l
rJ)
O"'N
q~~
:;too
..,.,
'"
0"'0
0000
Lf"iLl"ioo
0- 0
_ N
l.f"'l" If'''l''
tA tA< tA b4- tl4 t;4. ~
~~~;:~~~
0V"l
0-:;
oo\O~
C'\ g"::3" ~
-
o
8, ~
o
'-D
c
o
'J:l
.~
E
f
t)
'" ..:<
'" c
0) ..
"0 '" ~ -< ~
E5",~ ~g
~ ~ CJ .; ~ g ..
~vr=::::..CF:.~c:e
o
r<'l
cO
~
["0-
...,
....
....
...."
~
<Jl
E
Il)
......
~
<Jl
;::l
o
~
l::
tIl
~
U
~
0 0
..,. ~
("oj N
0
V"l 0
..:i r-" or)
N ["0-"
;S '-D
.... N
\0
0 ~
l-<
~ :::: -;
...
0
..,. r-<
- '-D -
<Xi
.2 N =
~ 0
"0 '" .:::
u CJ
~ .C 4.l
] ~ rJ)
'"
=
-
....
~ ::::
.~ 0
C 0::,
os -
::l N
CI
-B
~
E ..
..
~ U
...... 00
~
l::
o
'p
u
~
C/)
r- r-
oo
00
("oj ("oj
O:N
-'2
Cc:>.
2<
il
....
<Jl
E
~
......
~
'"@
l::
o
.p
;.0
'"0
~
8 0 0 0 0 0
0 0 0 N N
("oj 0 <Xi 0 <Xi cO
'" '" ..,. 00 '"
0 V"l ..,. r-" 00
..,.' N' 00 '-D" N 0\
- ..,. - - N
... .... ;;;;. - ....
... ....
r<'l
~
':;; u :::: u '" -;
.. '" ...
0
r- 8 ..,. 0 0 r-<
00 ..,. 0 N -.
<Xi r-: "'" 0 <Xi
'-D 0 '" =
..,. "'. r-" 0
- N .:::
CJ
4.l
rJ)
.... ... .... "" ...
':;; u :::: u '"
'" '"
0 0
0 0 0 '-D
r- ' -
'-D, '" " '"
- '-D 00
N
I",
"0
I", ~
:l
0) ~
f-<
0)
~ :l -
c: -0 ..
.. 0 "'0
~ c: ~
',g :l c:
0 0
~ is i:l:
Ii I';;; ~ "
~ u
G~ c: c:
0 c: '" '"
'-' 'J:l 0 > E
'" 'J:l 0
;;; '" ;.:0 0
~ 1 0 ~ .g
E
" 0) ~ c':
0) -< c::
f-< :l ~
~ " -B '"'"
"0 ~ t:
;:: '0 '"
u l5 p.., :g ~
c: .. ..
0 ..:: '"
u - u en p..,
c.i
..:
c
Q)
E
0..
o
G:j
>
Q)
o
r/J
"
Qi
-,
l::
o
'p
u
Il)
C/)
f--
...:i
<:
F-<
o
F-<
f--
~
f--
...
'S
~
't:l ~
..!:! 'C
'3~
'"
=:
....
-
~
-
.~
...
=:
0:1
::l
C1
E
~
-
~'";i
'~ -55 ~
Nfj~
t::;E'O
Z ~ ~
..<=_ -"OS;
i: e
~ i:i5 c..
d.J c ~
:; 0; cu
"':>::-5
"'$:.2
as ~
'0 ;.
::: 0
E~
~]
u '"
~;..:
Vi'
f-;
Z
~
Z
o
p..
:::E
o
u
o
~.
~
~
o
'P
(Il
OJ:)
.t::
;.,
.....
I
s
'"
,5
.9
'E
i:i5
::: '"
'(;j :g '-~
:>:: 0
$'a ~
as .;: 50
'000)
c~~
E~~
E .t:
0'00)
u ::: ;.
~ ~ 0
. ::: -
B E "2
a: .9- 'S
~~O"'
'@ go ~
~'o]
0) _
8~r;
co V'J ~
~.. ~ s
E ,'= U
c..E~
.;; .g i:
0" '" 0
0) U
=; ~ E
Q,) VJ 2
u ... '"
'&~ ~
'0 ~ :::
:E E .$2
Q,) 8 i
oS "E
.5 E ,-
0) 0) '"
] a:s
u ~ '0
.5 :E c
e; 1) .9
~ ~ e
... . 0)
.s]8-
u 1: do)
~ 0) ,.c::
::: c.> -
8 ~ g
.. 0... '"
~'E~
Z 8
~
~
o
'p
u
~
C/)
00 0
00 0
o v; ..d
"" '" '"
N '"
0.... 00'"
_ U'l
... N
...
>,
;::
o
:::
o
'"
't:
'"
e-
o
u
'"
"
.c
R ~
~oo
41-
., ..c.
'~ 8
2}ijj
<o::S to::S C'CI C'CI
~.:; .:; (j)
o 0
o 0
u-) oci
_ 00
_ N
... V>
C'CI C'CI <o::S C'CI
(j) (j) (j) 0.)
~ r-
oo ~
000
000
ado
... U'l U'l
U'l r-
oo" ...
""
~
,"
.~
~
'~
~
~
.,
~
~
~
'" ~ ~ >-
.~ d ; ~
"
~ ~ 80
~i&~ ~
8888888888
gggggggggg
N~\CI\.O'<CO l..f'\
tr'J" .......'" r-: 0..... U'j'" \D" N
V}..............~_tl4 N
t.4~ ~ th
~~~~~[j~
00
00
U-)U'"i
Nr-
N
888888
ggogg~
NOO~OONr-
rr) t'f')" ~... "7" Lt")"
... ...
thV}~V'7-V}t4"
~~~gJ~~:=
~s
-~~N("t"jCO
~
....
~
~
\oJ '"
=- a
t:: !:!
~ "
~....................<
~::E::E::E::E::E.::
~~~..o..o..o=
d~~=:-~~~
~~~~~~~
:::::~d.~d.~8
~uv~~~<
'--lS:~~~<
~
....
~
~
\oJ
=-
" ~
::a ~
J ~Oi
(l$ """ b
" ~ 5
5 '" u
=158
<..... '
8- ~ .......
'" 0
~()B3
0000
0000
0000
OONN
Lf"l,..O"O...O....
0.___
ti4 tit th ~
C'CI t'I$ C'CI C'CI C'CI
(j) <:) IlJ (j) (j)
8 88
o 00
o N N
U'l 00
NO. 0." ......." ......." ~
N
~~~t4t4
to:S C'CI <o::S <o::S cd
Co) U (j) (j) (j)
~
'"
-f
o
<= V;
,g .~.;.@ 'f;
~ ~ t"$ C'CI
c.n...J.o::~
... ... "0
-5-5]
'" ",-
~~-g
U~=
<....
~~~
~
00
00
go
U'l8
"
...
"'C ~ ~
CJ ~ <I.
- ~r.J.
~ ~.:"
oJ ~
; .\,,) (j)
~ ~ ~
~ ~ 0
o ~ ~
00
00
00
... U'l
r-
-0"
...
<=
o
'0
'"
~
"
0::
o
...
~
o
Cl
:;
o
",'
00
'"
....
0000
0000
o.nr-J-..:i
thrrlO\<o::t
N U'l r-
oar:
(A~~
V> ...
,......
rl 0
~
80
~C
"'-;
...
o
f-;
~
en
....
"
"
00
-
Vi'
~
Z
~
Z
o
p..
:::E
o
u
Cl
~
~
Z'-;::;-
~ .::
~-;
'---' ,'"
~
~ '--l
.g ~
~~
"t:: ~
~ ~
I ~
~ ~
~ ~ r;
~ '~c 'E
.g ~ JS v;
U ::0 ,~,
J5~~~
" '" '"
" " "
000
000
Lriocioci
_0000
_ N N
"" ... ...
'" '" "
" " "
~....'"
oo~;:;::;
-;::;-
'"
~
~
'~
'--l
~
~
~
I~
~
~
~
d
.~ ~ ~
C) ~ ~ '""--
(/J r\l --; a;-
;:l '-1> ;,::
~~~~
000 0
000 0
000 0
~ L..t) L..() ~
cr. r-
oo''''
....
,..... r-
oo
00
N N
~N
-'2
Cc..
2 -<
{;
u..
00000
00000
00000
00000
C'J-.;t'..::J\O\O
("")" "r--"~L..t)'"
~;.;;.;th;;
'" "
" "
~ ~ C'l:l ~ (l:
c:; c;.. u v C)
88
Lriui
N r-
N
88888
ggggg
NCO-.::tCON
('1"')'" ('1"')"' 'V... 'V... L..t)"'
... V>
tJ4 ~ ~ G4- (A-.
'" "
" "
C'lS ~ ~ Cl:l ~
U U C) t;.) i.)
00 0
'" -
- t""'l 'V N C"'j
~
~
~
\oJ
~
~
~
~
"'r/:Jr/:Jr/:Jr/:Jr/:J
d~6~~~
~~~J;J;~
~~~~~;.u
Ci~~~~~
U~~~~~
u
..::
-=
0)
E
c..
o
OJ
;.
<l)
Cl
r/:J
v
Ci
'"0
(!)
::l
c:
'.0
c:
o
u
c:
o
'.0
CIl
Cl:J
"t1
...
......
~
c:
o
".0
u
(!)
[/)
-
'2
;:J
"0 .~
~ ..
]~
rIJ
C
-
,~
-=
01
=
C1
..l
~
o
E-<
888
000
'" 0 ""'
""' I'-
00'"
;;;,
;:J
;:J
I~
1
(3
I~
~
1::;
~
--
~
.,
,'"
v
--
~
~
\J
888
000
00,,",
If'; LIi,., t-...
0.... .- .......
'" '" th
('l:! ~ t'l:I as ~
Co) (U U Q) CJ
88888
00000
OLliOOLf)
L.f"lr-LfjL/")t-
ct:J" 0.... 't"'"".... ......:
-
fA- th ~ (;h ~
~ (l;I ('l3: t'l:I (0:1
U V lU G; c.)
s:
'C C.)
('Ij :.-
~CI:~~
~ ~ t; .~ ':-
~ >: E "E
~:S5.s'"
t~~~~
e<:<:
"'~~--
00
00
06
'" ""'
I'-
'0'
th
c::
o
':0
~
"
:>:
f:
~
~
'E
li
c::
"S
o
q
N
o
.....
I'-
'"
'"
00
00
60
th 0
N.
00
00
00
00
000000
000000
oooo~o
oooO~t..r'J
~... ;... ;~ ;:;... ~... ~...
~'VWtA-~tA
N
th
00 0
00 0
gg g
Or<")ooco
~~~~~"'f::f
~ tA- fA-
n~
8 ;S
~ Z
"'~
'-"
-;
...
o
E-<
I
"'..Q
:=
en
:=~~;::::::::=:::::~:=:;:::=:~
OOOOOOOOOOLnO
ooooaOOLfjooC()Lfj
oO~Oo00L()~~..,frri~
r:-r'l N.............
W-tA-t.04fA-W-tA-tAt#FthtA-tA-~
'"
"
:=::=:=:=::=::=::=::=::=::=::=:=
00
-
o8~o88888ooo
'V:}v ~ ~...~...co ~...::...g ~ ~
~ ~
~ "
] ~~~~
H .B I \:::l
c...:~S-Jjul:q
..... ~ ~ ~ > o:u
~ S?Uvu s: 15: ~~
~ '.'" ~ ~ .... U U U 0 U 0 U 0 ,\3
- -;--.. "''''.....>~~ON>O>O...,.
E ~;:08::..::.."'''' ::l.Ni=l.N
;::00 OOOo(/)orr.o(/)~
.~ o:t: N N N ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
;:1 1c.E.. i2 ~ ~ '" ~ ~ ~ 0 ~ 0 ~ 0 =:
O'"'~,.!l!~~~(o:I(l:j~ (0:1 cu ~
~ ~vuu...OOOO~O~O~
~ ~~NNNNNN"i='-"';::\c:f~
t ~15~36~~~~~~6~
5 .~ ~ ~ u:. ~ U5 ~ en ::::::- v:. :::- r.n :::- ~
(j i:t'~~SOO"';"""N""NN (3
0000
0000
0000
tAOOO
~~...~
~"'-
'"
~ t'l:I cu cu (0$
u v U Q) C,.i
88888
oodoo
OOOtf)O
0", \0 -.:t rr; ~
-
t#} th fA- tA- fA-
co;t cu cu cu cu
u U c; Q) U
.......-'Os;:C\l./")
~ ,~
-<::-
~
c:
'B
c; u C
c c ~
, ~
c:: c::-
'a 'a N
~~:::;-
;"(..jN
"
:J
c:
'(;; ,5
~~
o _
- '"
00
00
00
,,",0
- ""'
t<'"1'" .,....'"
'" '"
888
000
th 00
~. ~.
'" 00
'" ....
0000
0000
g~@.~.
~. 00' 00 00
~~~<A-
~:::::::::~:::::::::::::
l./")l.l')OOOOO
C""').,....cooococoo
oooooo..-i
fA'- Vt- ~ ~ tAo VF ~
:::::::::::=~~::=:::::
0000;;;:08
8.8.88080
00.....
~~o~808
~~I'5
~ ~ g
c ~ct~
" 0:::::-" ,__"..
~ E E .:= '=~ -
:,..,- E - = ~
;;og~3';
~ u lJl~ J]I~
-.I~~B~c
~~~~~~
t: .\: '\: ~ ;l:l v
~ ,~,;: " " "
......~~vvv
~- ~~~
.~ ~:;;:- <: <: <:
cS:i~~~~
]
<:
:E3
U ~ ~
s: ~ :!
.~ u ~ .9
'E S: ~ ~
::l 0 ~ g
E.... ::: u
~ ~ ~ ~
u",<;
o 0
o 0
6 0
o th
o
<:5
'"
'"
88
00
00
01'-
1'-' th
....
888 8
~ d 0 0
r-- 0 0 -.::t
.,.... 0 l./") r-
'-D'" If'!'" r-'" Lt)'"
tAo 0. t.4 ~
th I'-
'"
~~~5v.$!
o
88E7
gg.g
0""'00
L..t')'" r-"
00
888
ooU-;
0,,",1'-
If'! tr'; V
",'
fA.Vt-~tJl!ilo~
~ ~ ~ ~.!!;
NN~""""""
x c c
~ .9 .g
c; ~ ~
..:: q c:
.;; ":" g
~ 2' u
,S: ~ ~
~ c 'j' '3
~ g.5 ~
<13~<
I'- I'-
00
00
N N
o\N
-'2
Cc::.
2 -<
13
I.:..
~
'~
::::::
u
..:
0:
<l)
E
0-
o
"'
>
<l)
CI
C/l
o
CI
r-- r--
88
N N
o\N
~l
2<
il
~
0 0 0 8 0 0 0 0 0 0 8 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0
d ,...: <1'i ..-i d -=i <1'i d d d d ~, d d d ,...:
- 0 N <Xl 0::, '" N - 0 -- 0 0 0 t-
o N - t- '" 0 0, t- o
6 t-' 6 ;;; <Xl' co' 0' '" ",.,..: ",' d'
0- N '" '" - - N - .... ... '"
N ... - '" - .... .... 0-,
- .... -
-
'" '" '" '" '" '" ~ '" '" '" '" '" .!!l -;
" " " " " " " " " " " ...
0
0 0 0 0 0 0 0 0 0 0 0 f-l
0 0 c:: 0 0 0 0 0 0 0 0 I
,...: <1'i '" d -=i <1'i ~ g g d d ~
0 N <Xl 0::, '" N '" 0
0 N -, t- \0 '" "1. <Xl 0 =
6 ,.: 0 - <Xl' <Xl' 0' N' - ",'
0- N '" '" - - 0
N '" .:::
(J
C.l
Cfl
-
<Il
-- -.... ....- - -- ....- ...
=
C.l
=
0
'" '" '" '" '" '" ~ '" '" '" '" '" .!!l t:l.
" " " " " " " " " " " e
0
(J
0
=
0
f-l
- - - - - - - N N N N N - ...
0
'tl
...
:.c
=
.;
=
...
C.l
~ ..s
~ 'Qj
~ C.l
'tl
() :l
~ 13
~ .S
~ 0
'" ...
~ ...
~ 0
...
~ ... (J
~ ~
...
f:; '" "0 ~ ...
:l: :E ...
() ~ ~ " =
~ '2 ... ... 1: 0
~ " " U
E '" " OJ "
~ ~ > -
u i:t ~ ~ "
,~ ~ d: ~ ~
't:\ c: ~ ~ ... ... " "
0,g u c: ~r:.r:. " ~ ~ :- .i: ~
.... U ::l c: ~ ~ ~.g OJ '" "
~ '" - '" ~ 0 0 c: ;> ;> ~
If.~ .$ u ..,., 'tl ~ 0
'B. VJ ~ .~ ... ..:: .~ .~~ .:: .:: u
g - ~ '" '" 9-
f:; " " U U ::0 c:: V
.... .... ~ ~
d: ~~ '" <'! ~ ~ '" N 00 ~
-' ~ U '" '" N
u
oS
..r
~
~
a:l
>
'"
o
rn
e,:,
cr
....
C,)
....
~
E
o
....
C/:J
'tI
ll.l S
~ ~
c; 5 S
~.~ 5
~~~
\.l ..$
,,-' :!(l 'tI
~ ~ ~
~ i5
ts ~ .~
::l "- "-
:: c ~
"- ~ \.l
~:e~
.\'! ~ :--i
.C:; s
... ~
9lI~ "-
.S Wi 5
~ ll.l ~
~ ~ ."'"
\.l ~....
.$ ~ ~
S ~ .g
ll..\ ~ .~
~ ,~
~~~
~:~~
.$ ll.l
~ ~ ~
~ ~ ....
" -8'~ .
~ :6 ~ .~
li :':J s. t
~ ~ ~ S
!l.l .... ol:l "-
a. ~ ll.l ~
~ 1:: oS \.l
ll.l ,'"
~ ;:: .c;
1:: ,g 'tI
c ~ ~
~ ~ ~
... g.. g
"e .. ....
'!: a. ~
e 10: 5
Cl.,..!:! S
S ~~
t 's ~
.~ t:"'~
s..'~ .S
.~ ~ 'S
.,c:: "- 'i
~ ~'tI
.. ::l i5
5 Cl.,'!:
.. .. c
.$ ~ a.
oS : I:
.:!/ ~ :
~8..5
~ 5 .~
C !l.l ~
~ E ~
~
~
t::
o
'J:l
u
C,)
C/:J
..
'2
::;J
"'0 .~
..!:! ..
]~
'"
=
.....
o
o
o
...
0000
0000
eouid
tl}oor-
r- '-0" ('I")
C"J"Lt"'I t'I")"
""""""
~~~
000
000
oO:Lri
~ ...0 C\
r- </'l
0'" N"
N ...
'"
...
tl:I ~ ~ (o::l
c.; I:J (.) ~
0000
0000
~L1"il1"'ic\
N \Ci 'V t'I")
O'OO-v.......
\C)" l..f"l" N"
o ~
~
~~~<A-
{o::l Cl:l Cl:l Cl:l
U U U QJ
n ("Ij r'li ('<"'j
!~
c
E
~
:2'
;< c g-
~ 2 ~.~
..; '" -:.: ~ C ~' ::-:
::::: '-:' "" :::l '" ,- G OJ
~ ,..; C Q .~ .5 ,E. ~ ..
~ 00 ;; el~ '""S 8 ~ .i:: ~
.~ ~ I ~ ~ ~ ~ ~ ~ ~ "E
~~~cci......:.<;;:O<~~
,.~ X ~ :.< :.< ":::,' .~ ~ 8 0 .~
IJ.J ~ ~ ~ ..;:: ~ '0' 0
0.......... s..\O~\Oc....,! ~ co:t~
E ~ ~ :: : >< -e. ~ ~ ~ ,_~
::l ~ '!':: ~ ~ .E .55
~~~gg~~~~i~
g
o
1-<
::;J
'" '" '"
" " "
000
000
dLl"ici
oor-
r-... ...0 rr"l"
Nt.rltrl
""""""
... ... ...
::;J
'" '" '"
c.; ::.J CJ
.~
...
=
os
=
CI
~
-I:l
.....
-.%
.~
~
~
,,",
~
e
~
....
.....
00
00
ll"ir'
~:;
...0" \C)"
"" ...
...
0000
0000
o";:~Lri
~ LI"'l t"") 0
'O::j"'" l:"""'~ If)
L.f) t'I") t'I")"
... ... ...
000000000
oo~ooooo 0
~~a;r!gggg g
\Q...OO...O...~...O...N v:..1.1"l,..
("j ('I") ,..... ...... \Co (',f'....... ..-
Ql!!JotJl}V}~W-tA~tAo
Cl:l Cl:l Cl:l Cl:l Cl:l Cl:l Cl:l Cl:l ~ Cl:l Cl:l
::.J c.; c.; ::.J c.; c.; ::.J U ::.J U c.;
000
~~~
_ _ 0
co ~ </'l
......... ('1")"
88
~N
co co
",co
C"I'1" ('f')"
00
~o
oo~
0" r-
-
0000
0000
0000
o ("Ij 0 0
N".......... U'1., I.1"l,..
......,.....,..... ......
t#F~~W-Wtl'}~~t.4thfcA.
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
u u u ~ ~ u ~ ~ u ~ ~
('Ij('lj......................Nlf"'IN.......-
-;:::
'~
1
~
'"'
e
'"
-l:>
-I:l
~
.~
,~
c..;
~
'5' -0 ! '5' -0 ! '5'
;>. E ;>. " ;>.-0
t:=C'goc~
('$ ~ ~ ~ ~ c
12 2!2 S!2,.E ~...
,.., 1"-- C,) 0 ~
't:: ;:; ;::;: ;:; ;::;: ,., ::: ~ ~ ~
~ 00 - - - ..... ....... t"'\ ; - "'0
~ ~.~ .~ .~ .~ .~ ~ c;: ff ~
.Ji ~ oo::t oo::t v -.::r ~ I eo; '"0 c
..::! l:.: ";7.77., ;::~~".J
,- ;,: c =- <= '" gt ~ '" '" ~
~ ~ 0 0 0 0 0 ~- ,-
-9-..-9-..-----0-0-0
~ ~ ,~ ,5 ,~~5 -;; ,~ ,~
~~~~~~~J~:!
If'''I .::
NO
N N
~ 'if ~
.,. ""'CI ""'CI
OO</'l
N N ""
~
is
~ a
~ ~
,~ 'B
o .S
NO
g ~
:9,_-, 0
. ~-~,
,~
.~
-..:J .5
"'''''
>< '"
~ .5 :.<
~ 00 c
~vJ;
'"' E" "".
..;; ::l E
<; ,E ::l
~ E ,5
~ .2 ~
~ -:;:;::
~:g~
..;:! 0 c
~OV3
000
000
~oq:o
co N </'l
~ ~~ ~
N_'"
... ...
'" '" '"
" " "
000
000
NNO
'" '" </'l
""""'"
r-~ i"'"' ('f
... ... ....
'" '" '"
" " "
'" N_
000000
oooo~o
OcOoq:o..-o
~Nlf"'Ilf"'Ir-O
-..:Ji"'0\Ln..,
~"'~~~th
... ...
:= ~ ] cr, fJ)
;:b888
~~~;::
'"
</'l"
N
thV}-www
~ ~ ~ en v.
o </'l
~.....~
'OJ
,~
~ ;-
~ ~
-.. ~ -
~ ~ i]
u S .~ 0 en
--g 3 ~ ~ tt Ci
~ .'-.c~E
E @ :;I~ ~ ~ g
~~C';JE~~8
" U.1 '" ::l ..2 !:II--=-
],",~~g~g
c .~ ~ .5 ,2 ~. g ~
~ ~ 's. t) ~ Qt ~ .~
.S ~ .... ~ lr) ~ V ~
I ~ ~ ~ 0 g .~ ~
~......v;oz~::EU.1
o
o
g
'" </'l
N" "
r- r-
oo
00
NN
~ N"
-"'C
Cp.,
2<
.0
0)
"'"'
000
oo~
00..-
... 0 r-
'" '"
~~ N~
'" ....
...
00
00
Oc\
'" '"
CO ~
ci N~
'" ...
...
00 0
00 0
cO 0 ~
CO '" r-
~ ~ '"
.....~ ~~ \C)~
...... 0
r-
...
~~~~~~~
I:,) c.J ~ '-I c.J U ~
o
Eo-<
I
.0
=
fIl
000
35~
Or-'"
'" '" CO
~~ N~ o~
'" '"
888
0\000
"'co'"
~ ~ ~
('.f....."' -.::r~
th~~fcA.w.-tA<
~ ~ ~ ~ ~ ~
(OJ c;; c.J '-I c:.; I:,)
c
o
'J::
"
"
c
c
o
"
B
~
"
c
~
-5
.~
OJ
c
~
'-:'
"
ti
:::::"
c
:;;:e
..c c
'" 0
~ E
o '"
c:: c;::; '";
.g ~ ~ g
~I~.s ~
C~""'~
o 5 t5
C,) E t; ""0
~ .~ 2 E g
- .: ~ " ~
2~]~c3
oj
.5
E
0)
E
g-
"i3
>
"
Co
r./J
U
CI
888888888
ggggggg;2g
lfl If'! l1"'J C\ Lf"l
....." c--)' ~'" r--'" v'" 00'"
("<'j......tA-~~C"\I
~ ~ ~
...
888888
ggg~~~
Lr'lLt')Lf"lo.N
o"'v.... "'c-r)C'\l" 00"
- ('oJ
-
f;A<~~th~~
~ (l:S ~ ~ ~ C'l:'l
C) CJ il) C) CJ <:J
("Ij n ("Ij N N.......
it
'!::
o
..c
0)
..$ 0
OJ ~
es ~ ]
Q) ...... -=-4-'~
OJ:) .? "" 0 "-' P OJ
~ C ~;! 00 c.5
.::; '~~ >I~~.E
C<l '" .:;: c....::: e
~~~r.J'.SI~~]
H ~:3 ~ ' ,~ E ~
~ - """".9
E ~ C'l:'l ~ t: ~ J:: "s:
~ ~~~~~,,~ =
~ ~ .5 .~ ~ ~ ~ g
~ ~..J. ~ ('l:j ::c t'd c
t:: ~N:<~en:2~
o ~ ~ .~ :: i ,~ ~
ci5 ~E?:;%<,,-;:;::~
00000
00000
00000
00 U""l Ol/j
OOr-Ll"'lN
v'" 00'" I.ri' -.:::i ~
N__tAc
... ... ...
88 8
00 0
o 0 r-
If'! If'! l..f;
N'" ('Ij" 00"
...... ""
...
...
-;
...
o
oooooooE-<
0000000 I
~g~~~gg.g
If'! Lf"lLr'JrJ)
('J' f"""'l"
thtA--th-tA--~tht.4
;::::~~e~~en
O\OLf"lo
~n;:;:;O\Lf"l..............
s-
"
E
~
..
" i
~ "
~ ~
~~
~::..
~a
.. '"
"" :.a
~ .S
~~
'C)
""
.~
.;::
'"
e" '0
~ ;
v. ~ ~
EI::! i!f
Ii ~:.a
~ :..c ""E
... '" ..c
.... c CJ
'6 i: ,9-
~f-.~
s::
"2
o
"
""
~
e ~
o "
'.0 ~8~
.fi@ -
; Q,) 5
<2 ~ '~
... 0 ...
~ "E ~
~ 2 i:
S ~ ~
if; ,q ~
r- '-' '"
"" "C
o"'i) c
zE?::J
C/l
C
o
'p
u
It)
C
C
o
U
~
It)
+-'
C<l
~
E
o
+-'
VJ
8as@
cic--jN
"'-0
r- ""
l"''' ....:;;"
00 ('oJ
... ...
00
00
00
... ...
roooo
Noao
00000
\D~lf'lO
'" ('oJ ('oJ
0." ~~...
... ...
~:;
;;)~~~
...
-
~ ,6
0.0 ~
.5 .S v'" ~
"""" ""
~~ ~
"" "
uu u
J2..5 ..=
- ...
...
:==:==~:::~1-g,..r!;
@@('oJ~('oJ8
~... \0 l"")'" r-
c
It)
It)
Z
It)
~
:f
e
o
"
""
" el
I--v.- -c;; 61--u tot
";:,";:.::9 ~ e~'
21~~~ ~
_5 _5 ~ ~~, .~ 5
I ..;:!~
..:::: c.:: ~ ("<'j co t= c
6 6 ;:::: ? ~"c 6 ,g
1t:!.1~ ':'. 1i !'l:: -g '" ..
r...~ r...., ~ -0 t'd'" "'"
~E::g~Q)~~~
8 8 ~ 18 J .~ ~ i:
......"~:-:g~~
~:..a ~:..2 '" CJ u
,!; "'e ~, ,.D r;; ~
.5 .$ l' () OJ ,s. . c
~~;;!j;~;..-Z ~
C/l
"'Cl
C
o
~
88
00
""0
('oJ
",.
-....
"" ~
:;:
~
...
~
~
~
....,
,~
'~
I.ll
~
~
'"
'"
" "
~ '~
{l~
::;0
~ &<
~ .~
ZQ
8
o
...
o
o
o
-
C/l
E
It)
+-'
.......
C/l
:;j
o
It)
c
~
::::l
It)
u
C/l
:2
'"
0)
::0
~
,E
00
-
B
N
-
~
'"
"
c..
'E..
01;
e
'~
.~
"
...
..
t:
o
E
"" "
; td
-'" E
~]
8
o
00
o
",,'
-
o
o
00
o
""
-
..
"
o
~
"...
E u-i
" e
!'l:: 0
~ .~
" "
Jj ~ '@
..c ~ '-ol
t:"'U ~
0;:'" c::
Z .8 0
t; '.z::
~ ~ ~
~ ~ ~
>, 0 0
.. ('oJ U
~ >< ~
;;... ~ ~
'0 I ~
Q ~ ~
~ ~ E
i: '2 E 0
~C;::2ci5
o ""0 ~ en
U OJ C ~
r.J ~ be
c5~&~
r- r-
oo
00
('oj N
~N
-'2
C"'-
2<
..D
~
~ 8 ~
~ g :;
_ "" r-
N"'N'" v3
...... '"
o
oc
.n
oc
0-
...~
;;;>0
tt')
...~
vr
~ -;
... ...
o 0
~ 8 r-: E-<
~ g .g ...:I
~""".OO =
N N .2
...
~
Q.l
00
--
~~
o
z
u
.5
;:
<.>
E
"'-
o
OJ
"
(l)
Cl
r/J
"
o
~
o
1-<
~
IIJ
.~
..
i:l...
...
'2
;:;
"'0
..!:!
]
UJ
=
....
-
=II:
-
-N~~Lf"I"'r-OOC\S
'ti
IIJ IU
CJ .~
= '"
~ {l
..:: '"
IIJ ..
~ "8
cj :::
IIJ E
c.. '"
(Jl ..
~~
.~
'S
~
t:
..
~
IU
t:
~
II
~
~
v
en
::l
o
::c
0..
E
::l
p.,
:!i
E
E
!:!
.~
l::
g
.~
.~
'0
.~
...
~ ~
~1~~
... ::I ~ Cf:.
<.Sl 13 2 ~ 1;
l:: -ti ~ 2 2
:~~g~
5 .g .g ~ ~
.:::: u u _ ~
~ '. E E ~ ..
~ ~ g g'~]
'::""UUF-<:>::
::E
c::
o
'.0
u
v
[/]
..~
'" VJ
.9 c::
~ ; .g :;
:E Q) U 0
'B 0 E Q)
c:: ~ c:: Ir. 0
o>cc::u-
.t: ;; 'B u~
.. ~ "
lj ;;: B u
li E c .g
~ Q) 0 :t
~~~~~~~~~~N~~~~~~~~g
~
.::
2
~lE
C: "'0
o ..
)?!Z:>::
'E ~.. g
u ~ C 'I:j
z: t ~ ~ ~
g t: ~ 5 g
U~C/3:;;:~
g
~ t>
''5= C)
.. CJ
~~
~ ~
'0 ~ ~
~ 0 ~
s~0
~ 'D
.~ "'; 00
:- ..c::: ~
'0 .~ _r"~
VJ<
"0
CJ
c;::
'i3
o
~ g
't:
E ~
" E B (5
;: Q) ~ ~
;.;;; J:Il ::l.
~ E C/'; t E
~ B ,~ ~ ~ ~
c ,~ ~ VJ 's.
CJVJQ!;~1J
8 ~ E .~ -0 ~
~~B;~~
c..::;>~CI)_~
CJ
1:)
~
U
c::
o
U
"0
CJ
"
~1
"0"0
"0 ..
o CJ
(/"j~
c
Q)
"'" E
C ~
~ ~
E~
~~
CJ
OJ
g " ~
o ,5 ~
e ~ :5
Cl:l"" ~~
v~O:::H~
~~~~~g
03~c8~
r-- r--
00
00
N N
o\N
c'K
~ <:
...
.0
IIJ
.....
;;)~~~~~~~~
-~ E E 5
~ E .g g g ~
o CI) ..0 ; ~ ~
~ ~ C'4C"~
~.::::.<:~,....
- 2 Z! gc .:!i -g
:3ci5~~l~
~:;;~~~~~!;t~~~::;:;
c
CJ
E
S
"
~
";;
U
'2
..
.<:
'" '" U
CJ
U C ~
c:: :.J
~ li E ~
";; ~ '" ~ <2
'" U '"
OJ ~ CJ == "0 '~ C
~ E ~ c:: CJ
~ '"
u ;.;;; C '" ~ E
CJ -a ~ -i5 CJ ~ - ~
"0 ~ E CJ '"
.<: '" t: .<: U :;
~ VJ U c:: '" ~ '" CJ .~ '2 g-
'" ~ " U
"0 "0 '" 0 1:: '"
~ t: c:: ~ 0 E "0 .<: ::>::
t: '" '" :? Q ~ t: c:: U ";;
.g 0 ~ '" " ~ '" ~ .t: CJ
C ~ '" t: 0 ~ ~ U
..!:! ~ :.E '" 'E ~ 'I;
.. CJ 'F::; U 't: .~ .~ ]g
::s 0:; 00 ";; u U " :~ ~ U t: ~
er, 100 Cl:l Q) CJ U <: .:: .;;; '"
.= c_ - VJ ci5 <<: U VJ ::l. VJ :>:: "'F
t:
IIJ
E
Q.
o
U
>
Q)
Cl
[/J
C;;
0'
r- r-
OO
00
N N
~N
~'2
Co.
2<
~
....
~~~~~~~~~~~~~~~~~~~~~~~~~~~R~oo~~~~~~~~g~~~~~
-0
o
-5
~
"0
c:
'"
'"
,.
'J::
"
~
::;;:
,.
u
'2
'"
-"
u
"
::;;: '"
.~ ~
"',.
::0>
c:
.g
'"
'" u
....c;;:
,.g , :0
'" u c:
~~~
c.:;~,.
~ € '2
~ g ~
B 9- -
~Jl~
.. '"
C '" E
:; E '2 ~
~ C.J ~ C
c: -g ,~ .S "
.9 (':$ ~ c: >
o ~ g c ~ ~ Q) .~ I.~
~ ~ '; >- BE g :J "
o..=~-g ~~u ~~
~ "'B .~ ~ "; ~ ] :a -g
.~ ] ~ .~ ~6C: .~ 8 ~ ~
~t:~~=,'t'"'::~
>::;;:~C:C:o::<<~
~
'u
c: '"
'" "
"; ~
::0 6
~ rr. -g .~
'J:: tI '" ~
~ :5 ~ ~
-g ~ "'C '.c ~
~ u ; g .~
.... < VJ '"0 ~
8~o~~~~
~ ;2 ",:::1
"; ~ u 'p.~
~O~ ~:E
'"
X
.iE
tI
::;;:
"0
c:
'"
'"
,.
rr. t '5
-E~-g
1::;;:3
~"'B"'C
U5 'E C
"0 u '"
~ ~ ~
'" '"
~.~ ~
o '" '"
u::oo::
'"
"
'"
o
::0
c:
o
.:0
u
c:
..=
(;J ""0 v..
~ ~~.~
u "; ~
"'O~C:
~ " ~
.~ ~ :E
~o~
"
"
6
,9
1
....
~
~ ,~
o tr. ~
'J:! Q) U
~ .~ l:
2 ~ '5
0~~
_ c:_
.g .~ .g
u ~ u
a~8
~
'J::
VJ z t
] :E ~ E
'r: .6 ~ ~
;::JJ$:: c
.~ "'C ~ ~,.E
C/O ~ U Co!
"'B ~ ~ ~ J
B~ 8 ~ i
~~5vC:
6
"
rr. E ~
~ ~ J5
~ ~ S
t=: ;, ':0
~ ~a l::
.5 ''::: .- tl
J:-"~"'"
-E 1i~E~
~ ::~~~
.!> ",.g ,g ~:;;::
] u u ~ 5 ,f;
~1]_~~
"
u
c:
'"
'"
~ :~
.~ (:
E &
" ::l
o...cn
c:
o
~ ~
'c ;
~ ~ ~
< < 5
g [j ....
':0 c: E
2 ~ ~
t::o &6
c: c:
00"
uu;-
oj
..::
E
E
0.
o
"'
>
<l.l
Q
VJ
U
0'
0
0
0
....
-;
...
0
f-<
~
I::
0
0:::
C.I
41
fJl
'"' r- oo 0- 0 S N '" .... '" '"' r- OO 0- 0 - N '" .... '" '"' r- OO 0- 0
0 S S 0 0 0 S S S - - - - - - - - N
0- 0- 0- 0- - - - - - - - - - - - - -
v- 1:
-;;; '" v-
~ v-
~ u "8 '" ...
::E t: 1( c '"
~ CC '" ~ c t:
~ ::r: ~ ~ 0 "'
0 c/i
~ 0 U 'J:
E ~ cc v- r.rJ ,_ ~ ;:l ... -0
'"
.D l< 0 a v- '" r.rJ .D '" c
2 b -;;; 0 '" o.E il ... ... .~ ~ "'
] ~ u ~ "' -0 0 '" d: '"
~ Cl ... "0 4-< u 't: ..c
~ ~ c ::E '" '"' 0 c '" '~ a '"
-0 C ~ ;:l (r.J"~ r.rJ ..c
"" 0 0 t< -0 B
c 0 -0 ... 1: -0 U -0 C
;:l '" ~ u ~ c 0 "' c '" '" c Ctl c c c ~ '~ E
~ '" "' '" c 8 ,c 'OJ
-0 ~~ U 0 E "' ';:;- 'J: 0 "'
"' ~ ~ '" 'J: ~ Cl r-' >< 'p '" r.rJ "'
u 'S '@ 1;1 ~ "' ..s "il 0 c 0 Ctl "' u t :< S2
-fii '8 .~ .~ v- ] ;i OJ -;;; u 'p 't: ] E 'p
l! ..!:! B 2 ;:l J: u u C '" 1: ~ ~ ~
'" '" .- ~ 0 ~ '" ;:l ';;j ..5 '" ~ S2
1--< :0 U f-< ~ (/J ~ 1--< ~ ..:: en ::E c/i ~ tE ..:: r.rJ r.rJ
0 0
'" ll'l
0 v!J
r-
06 t'-
...l .....
N vi
~ "" N
fh
0
E-<
;:l -;
...
0
'" f-<
.. N Z
"<I'
"2 '"
;:l ...." I::
IJ - 0
'e .~ .:::
..:! .. C.I
-; ~ 41
.. fJl
(IJ
::
...
""
;:l "'
'"
.~
I: 00
01 -
::l
CI
~
a
;:l
c
E
;:l
$
E ro
'-'
:0
E r.rJ
>-< f-
------
......
7
o
o
o
......
r<';
o
o
00
>-.
C
~
0..
E
o
u
4-;
o
u
....
v
.~
(fJ
<:)
8-
<:)
bJJ
~
~
U3
v
(fJ
....
;::l
o
U
4-;
"0
U
I
Z
C
o
'p
u
v
[f)
o
c
c
'p
u
v
[f)
0 0
0 0
,...: r-:
cr.
r- 11:')
, d' t'-
... <h 0\
~ .....
fh
0
E-<
;:l -;
...
0
0 f-<
.. '" 0
'2 !Xi
r- =
;:l 00
IJ d' 0
'e .~ .:::
..:! .. C.I
] ~ 41
fJl
(IJ
::
...
....
;:l "'
'"
.~
I: N
01
::l
0
0
~
'"
...
'"
-0
E ~
0
~ "0
r.rJ
------
'"
Lfj
'"
'"
00
C\
00
o
o
00
....
v
'U
't:1
o
"0
[f)
'-"
(fJ
.....
....
~
U
4-;
"0
(j
0..
~
u
;.Q
C
~
::r::
".----
/
I
J
I
\
'-
.~.
o
'"
,...:
....
'"'"
00
'"
06
""
..~
~
.....
o
~
.....
U
aJ
'0'
~
~
r-- r-
oo
00
N N
0:: "f
-:c
c"'-
2<
.D
Il)
'"'
(fJ
v
....
~
c
....
v
....
<
8
0
'"'
0
...l N"
00
< '"
E-< ....
0
E-<
;:l
....
.. '"
'2 u-i
;:l IJ
'e u
..:! .;:
] ~
(IJ
::
...
....
;:l 't;
.~ 8
I: 0
01 0-"
::l 0
CI -
'"
c..
E..
-0
C
;:l
8
......
~
.~
-;;;
:.::;
'"
-:::-
"'
d:
'"
......
-0
C
"'
r.rJ
0
S
><
~
E C
'"
~ '"
15
"
.-
c
o
'p
u
v
[f)
u
.=
E
E
c..
o
Q)
:>
'"
o
(/'j
o
CI
00410. BID GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT
Date of Issue
Issuing Bank's No.
Beneficiary:
Applicant:
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
at
(Bank, Issuer name)
by order of and for the account
(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. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
65
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 la-+w should arise,
Florida law shall prevail.
Authorized Signature
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
66
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 his bid and their respective responsibility
License/Certification#/Reg istration#
# Years
1A. What business are you in?
Golf course and site development
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)
North Palm Beach Country Club
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)
No
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: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
67
Q G S Development, Inc.
February 14,2007
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.
(name)
See pages 160-163
(address)
(phone #)
4.2.
(name)
(address)
(phone #)
4.3.
(address)
(phone #)
5. List the following information concerning all contracts in progress as of the date of
submission of this bid. (In case of co-venture, list the information for all
co-venture)
TOTAL DATE OF %OF
NAME OF OWNER & CONTRACT COMPLETION COMPLETION
PROJECT PHONE # VALUE PER CONTRACT TO DATE
Country Club East Bob Simmons 5.6 Mil 1-Mar-07 90%
Highland Reserve Don Smith 9.8 Mil 7-Aug-07 65%
(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 a list of
each subcontractor(s) that will perform work in excess of tem 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.
See page 166
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
68
Q G S Development, Inc.
February 14,2007
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?
Excavators
Dozers
Loaders
Back hoes
Dump Truck
Box Tractors
9. What equipment will you purchase for the proposed work?
None
10. What equipment will you rent for the proposed work?
Dumps
Excavators
Sod Cutter
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.
Jim Armstrong
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
69
Q G S Development, Inc.
February 14,2007
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
Q G S Development, Inc.
12.2 The business is a (Sole Proprietorship) (Partnership) (Corporation). (In
case of co-venture, list the information for all ~o-venture)
Corportation
12.3 The address of principal place of business is
17502 County Road 672 Lithia, FL 33547
12.4 The names of the corporate officers, or partner, or individuals doing
business under a trade name, are as follows:
Howard Barnes
President
J W Thomas
VP
Jim Armstrong
Asst. VP
12.5 List all organizations which were predecessors to Bidder or in which the
principals or officers of the Bidder were principals or officers.
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
70
Q G S Development, Inc.
February 14,2007
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 you 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
None
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
71
Q G S Development, Inc.
February 14,2007
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)
No
12.11. Under what conditions does the Bidder request Change Orders.
Upon owner request in writing
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.
Howard Barnes - Owner I President
JW Thomas - Owner I VP
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
72
Q G S Development, Inc.
February 14,2007
12.13 Individuals or entities (including our sub-consultants) with a controlling
financial interest: have X 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.
THE CITY OF MIAMI BEACH RESERVES THE RIGHT TO REQUEST ADDITIONAL
INFORMATION, BEYOND THAT CONTAINED IN THIS QUESTIONNAIRE, THAT MAY
BE REQUIRED TO PROPERLY EVALUATE THE APPLICANT'S QUALIFICATIONS.
FIRMS THAT FAIL TO SUBMIT ALL THE INFORMATION CONTAINED IN THIS
QUESTIONNAIRE OR ANY OTHER INFORMATION REQUESTED BY THE CITY OF
MIAMI BEACH.
PROSPECTIVE BIDDERS ARE HEREBY ADVISED THAT IT WILL BE THEIR
RESPONSIBILITY TO COMPLY WITH ALL FEDERAL AND STATE OF FLORIDA
STATUTES AND REGULATIONS GOVERNING THIS TYPE OF PROJECT.
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
73
Q G S Development, Inc.
February 14,2007
WITNESS:
IF PARTNERSHIP:
Signature
Print Name of Firm
Print Name
Address
By:
General Partner
Print Name
WITNESS:
IF CORPORATION:
J?1~ ft/h/
Signature
Q G S Development, Inc.
Print Name of Corporation
Marie Wise
Print name Address
17502 CR 67') T.i thi rl. Fi'T. iiS47
By: I! k~J!-- k-----
President
(CORPORATE SEAL)
(1# rth-
Secretary
Attest:
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
74
Q G S Development, Inc.
February 14,2007
00520. SUPPLEMENT TO BIDITENDER FORM NON-COLLUSION CERTIFICATE
THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO
BE DEEMED RESPONSIBLE.
Submitted this ~ day of
February
,2007
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 pertain; 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 and 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
which the Bid pertains.
The Bidder states that this Bid is based upon the documents identified by the following
number: Bid No. 21-06-07.
SIGNAP ftLt
James Armstrong
PRINTED NAME
Assistant Vice President
TITLE (IF CORPORATION)
BID NO: 21-06/07
DA TE: 12/28/06
CITY OF MIAMI BEACH
75
Q G S Development, Inc.
February 14,2007
00530. SUPPLEMENT TO BIDffENDER 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 for drug abuse violations
occurring in the workplace;
(3) Giving all employees engaged in performance of the Contract a copy of the
statement required by subparagraph (1);
(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
subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of
such conviction. The notice shall include the position title of the employee;
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
76
(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 appropriqte agency; and
(7) Making a good faith effort to maintain a drug-free workplace program through
implementation of subparagraphs(1) through (6).
r
STATE OF rt(l).104
COUNTY OF !I, t-L-J tPo;0o (;. f/
The for~~oin9b instrument wa~ acknowledged before me this j ;{ day of
fE.JJJ1U.9 ,20tJ7, by V '''''7 ~I^S./-I2CJrJc>- as
(nam of person whose ~ature IS being notarized)
(title) of 6?6-~ D.L'~&Ilfr'f'N-l
,
(name of corporation/company)
o me to e the person described herein, or who produced as
identification, and who did/did not take an oath.
(Bi r ig ature)
QG.S O~~JY1eA-t-
(Print Vendor Name)
NOTARY PUBLIC:
f~~
~~U'::f.t.
(Print Name ~^ "
"Qfl\.ll
(407) 398-0153
GREG FOWLER
N 1/ 00517304
EXPIRES: Feb. 13,2010
Ronda NcWy Servlce,com
My commission expires:
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
77
00540. SUPPLEMENT TO BIDITENDER 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
CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED
ADDITIONAL WORK.
The Bidder further identified the costs and methods summarized below:
Description
Unit
Quantity
Price
Unit
Price
Extended
Method
Total $
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
78
IN ORDER TO BE CONSIDERED RESPONSIVE. THE BIDDER MUST COMPLETE*
THIS FORM. SIGN AND SUBMIT IT WITH ITS BID DOCUMENT.
Q G S Development, Inc.
Name of Bidder
*COMPLETION REQUIRES FILLING IN THE APPROPRIATE DETAILS UNDER THE
HEADINGS. i.e.. DESCRIPTION. UNIT. QUANTITY PRICE. UNIT PRICE.
EXTENDED. AND METHOD.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
79
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.
BID NO. 21/06/07
DA TE: 12/28/06
CITY OF MIAMI BEACH
80
Q G S DEVELOPMENT, INC.
MAILING ADDRESS: P.O. Drawer 108
Lithia, Florida 33547
PHYSICAL ADDRESS: 17502 County Road 672
Lithia, Florida 33547
COMPANY EMAIL qgsdevelopment.com
BUSINESS PHONE#: (813) 634-3326
(800) 446-3326
(813) 634-1733 FAX
FederaIID#: 592233851
CORPORATE INFO.: Company Founded: 1982
State Incorporated In: Florida
SIGNATURE
f41c:i4
l Armstrong
Z--/Y'e7
f)SS~. ~f
Asst. Vice President
DATE:
Q G S Development, Inc.
February 14,2007
17502 County Road 672 . P.O. Drawer 108 . Lithia, FL 33547
Phone: (800) 446-3326 . (813) 634-3326 . Fax: (813) 634-1733
ORGANIZATIONAL CHART
NORMANDY SHORES GOLF COURSE
Construction Project Manager:
Jim Annstrong
Construction Superintendent:
Russ Barnes
Irrigation Superintendent:
Paul Cope
Site Foreman:
Felipe Calderon
Jim ArmstronI!
Construction Project Manager
Assistant Vice President 1 22 years of experience
Coordinates company resources for various projects based on the specific job requirements. Has experience in bidding,
contract implementation, vendor procurement, scheduling, lead shaping and project completion. Possesses extensive
knowledge and ability in excavation, clearing & grubbing, earthwork, drainage, greens construction (USGA and modified),
bunker and tee construction. Provides training in laser leveling, surveying. erosion control compliance and project
supervision, Turf management experience includes planting and growing in numerous varieties of Bermuda, Bent Zoysia,
Blue and Fescue grasses via sprigs, sod and seed. Extensive experience as liaison for project management, architect and
owner in contract issues and schedules. Assures project completion on time and within budget.
Russ Barnes
Construction Superintendent
9 years Experience
Currently is a project supervisor and shaper providing training, direction, and shaping features. Has knowledge in
contract implementation, scheduling, and the supervision of the project's labor and equipment. Field representative
for Quality Grassing at the construction meetings and on-site inspections with the Owner and Architect. Has extensive
experience in USGA greens construction, bunker construction, tee construction, drainage installation, shaping, laser
leveling, surveying, and erosion control. Grassing experience includes the installation and grow-in of Bermuda,
Zoysia, Bent, and Fescue grasses via sprigs, sod and seed, Works well with golf course architects and owners to
assure schedules are met.
2
Q G S Development, Inc.
February 14,2007
17502 County Road 672 . P.O. Drawer 108 . Lithia, FL 33547
Phone: (800) 446-3326 . (813) 634-3326 . Fax: (813) 634-1733
NORMANDY SHORES GOLF COURSE
Paul Cope
Irrigation Superintendent
38 years Experience
Paul has extensive experience in golf course irrigation design, design, installation, and maintenance. Thorough knowledge
in OSHA safety requirements. Responsibilities include: bidding, contract negotiations, contract implementation, scheduling
vendor and subcontractor procurement, equipment and labor coordination, and quality control. Hands on experience with
pump station and wet well installation, computer and satellite controller installation, weather station installation and typical
pipe, head, and supplemental equipment installation. Has strong rapport with the supplier (Rainbird, Toro, and Hunter),
along with architects and irrigation designers, Helps facilitate communication between the Owner, Architects, and allied
trades, Assure our customers that they receive the attention and quality installation required for a trouble free system,
Site Foreman
Felipe Calderon
8 years Experience
Felipe has extensive experience in USGA greens construction, bunker construction, tee constructions, drainage
installation, shaping, laser leveling, surveying, and erosion control. His grassing experience includes the installation and
grow in of Bermuda, Zoysia, Bent, and Fescue grasses via springs, sod and seed. Works well with golf course architects
and owners to assure schedules are met.
3
Q G S Development, Inc.
February 14,2007
00708. FORM CERTIFICATE OF INSURANCE
BID NO. 21/06/07
DATE: 12/28106
A form Certificate of Insurance will be attached here.
CITY OF MIAMI BEACH
90
00710. FORM OF PERFORMANCE BOND
BY THIS BOND, We , as
Principal, hereinafter called CONTRACTOR, 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
CONTRACTOR and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally.
WHEREAS, CONTRACTOR has by written agreement entered into a Contract,
Bid/Contract No,: awarded the day of
,20_, with CITY which Contract Documents 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 CONTRACTOR:
1. Performs the Contract between CONTRACTOR and CITY for construction of
, 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
CONTRACTOR under the Contract; and
BID NO. 21/06/07
DATE: 12/28106
CITY OF MIAMI BEACH
91
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 CONTRACTOR 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 Documents; or
3.2. Obtain a bid or bids for completing the Project in accordance with the
terms and conditions of the Contract Documents, 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
CONTRACTOR under the Contract and any amendments thereto, less
the amount properly paid by CITY to CONTRACTOR.
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 Documents 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
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
92
FORM OF PERFORMANCE BOND
WITNESSES:
Secreta ry
(CORPORATE SEAL)
IN THE PRESENCE OF:
BID NO. 21/06/07
DATE: 12/28/06
(Continued)
Address:
(Name of Corporation)
By:
(Signature)
(Print Name and Title)
INSURANCE COMPANY:
By:
Agent and Attorney-in-Fact
(Street)
(City/State/Zip Code)
Telephone No.:
CITY OF MIAMI BEACH
93
00720, FORM OF PAYMENT BOND
BY THIS BOND, We
, as
Principal, hereinafter called CONTRACTOR, 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 CONTRACTOR and Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally,
WHEREAS, CONTRACTOR has by written agreement entered into a Contract,
Bid/Contract No.: awarded the day of
, 20 , with CITY which Contract Documents 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 CONTRACTOR:
1. Pays CITY all losses, liquidated damages, expenses, costs and attorney's fees
including appellate proceedings, that CITY sustains because of default by
CONTRACTOR 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
CONTRACTOR 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 CONTRACTOR
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
CONTRACTOR a notice that he intends to look to the bond for
protection.
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28106 94
FORM OF PAYMENT BOND
(Continued)
2,2. A claimant who is not in privity with CONTRACTOR 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 CONTRACTOR 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
CONTRACTOR 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 Documents 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
day of
,20_
CONTRACTOR
ATTEST:
(Name of Corporation)
By:
(Secretary)
(Signature)
(Corporate Seal)
(Print Name and Title)
_ day of
,20_.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
95
IN THE PRESENCE OF:
BID NO. 21/06/07
DATE: 12/28/06
INSURANCE COMPANY:
By:
Agent and Attorney-in-Fact
Address:
(Street)
(City/State/Zip Code)
Telephone No.:
CITY OF MIAMI BEACH
96
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
SS
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 CONTRACTOR named therein in favor of CITY.
Subscribed and Sworn to before me this
,20_.
day of
My commission expires:
Notary Public, State of
Bonded
by
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
97
00735. PERFORMANCE AND PAYMENT GUARANTY FORM
UNCONDITIONAL LETTER OF CREDIT:
Date of Issue
Issuing Bank's No.
Beneficiarv:
Applicant:
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
Amou nt:
in United States Funds
Expiry:
(Date)
Bid/Contract Number
We hereby authorize you to draw on
(Bank, Issuer name)
at
by order
(branch address)
of and for the account of
(contractor, 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
(contractor, applicant, customer) agreed upon by and
between the City of Miami Beach, Florida and (contractor),
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)
BID NO. 21/06/07
DATE: 12128/06
CITY OF MIAMI BEACH
98
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
(contractor, applicant, customer)
This 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. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
99
00800. GENERAL CONDITIONS:
1. Proiect Manual:
1.1. The Project Manual includes any general or special Contract conditions or
specifications attached hereto.
1.2. The Project Manual, along with all documents that make up and constitute
the Contract Documents, shall be followed in strict accordance as to work,
performance, material, and dimensions except when CONSULTANT may
authorize, in writing, an exception,
1.3. Dimensions given in figures are to hold preference over scaled
measurements from the drawings; however, all discrepancies shall be
resolved by CONSULTANT. CONTRACTOR shall not proceed when in
doubt as to any dimension or measurement, but shall seek clarification
from CONSULTANT.
1.4, CONTRACTOR shall be furnished three (3) copies, free of charge, of the
Project Manual; two of which shall be preserved and always kept
accessible to CONSULTANT and CONSULTANT's authorized
representatives. Additional copies of the Project Manual may be obtained
from CITY at the cost of reproduction.
2. Intention of CITY:
It is the intent of CITY to describe in the Contract Documents a functionally
complete Project (or part thereof) to be constructed in accordance with the
Contract Documents and in accordance with all codes and regulations governing
construction of the Project. Any work, materials or equipment that may
reasonably be inferred from the Contract Documents as being required to
produce the intended result shall be supplied by CONTRACTOR 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 the laws or regulations of any governmental authority, whether
such reference be specific or by implication, shall mean the latest standard
specification, manual, code or laws or regulations in effect at the time of opening
of bids and CONTRACTOR shall comply therewith. CITY shall have no duties
other than those duties and obligations expressly set forth within the Contract
Documents.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
100
3. Preliminary Matters:
3.1. Within five (5) calendar days prior to the pre-construction meeting
described in Section 3,2, CONTRACTOR shall submit to CONSULTANT
for CONSULTANT's review and acceptance:
3.1.1. A progress schedule in the indicated form:
[ ] Bar Chart
[ ] Modified CPM
[ ] CPM
[X] Computerized CPM
(CPM shall be interpreted to be generally as outlined in the
Association of General Contractors (AGC) publication, "The Use of
CPM in Construction.")
The progress schedule shall indicate the start and completion dates
of the various stages of the Work and shall show an activity
network for the planning and execution of the Work. Included with
the progress schedule shall be a narrative description of the
progress schedule. The progress schedule must be updated
monthly by CONTRACTOR, submitted as part of each Application
for Payment and shall be acceptable to CONSULTANT.
3.1.2. A preliminary schedule of Shop Drawing submissions; and
3.1.3. In a lump sum contract or in a contract which includes lump sum
bid items of Work, a preliminary schedule of values for all of the
Work which will include quantities and prices of items aggregating
the Contract Price and will subdivide the Work into component
parts in sufficient detail to serve as the basis for progress payments
during construction. Such prices will include an appropriate amount
of overhead and profit applicable to each item of work which will be
confirmed in writing by CONTRACTOR at the time of submission.
[ ] Such prices shall be broken down to show labor, equipment, materials
and overhead and profit.
3.1.4. After award but prior to the submission of the progress schedule,
CONSULTANT, Contract Administrator and CONTRACTOR shall
meet with all utility owners and secure from them a schedule of
utility relocation, provided, however, neither CONSULTANT nor
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 101
CITY shall be responsible for the nonperformance by the utility
owners.
3.2, At a time specified by CONSULTANT but before CONTRACTOR starts
the work at the Project site, a conference attended by CONTRACTOR,
CONSULTANT and others as deemed appropriate by Contract
Administrator, will be held to discuss the schedules referred to in Section
3.1, to discuss procedures for handling Shop Drawings and other
submittals and for processing Applications for Payment, and to establish a
working understanding among the parties as to the Work.
3.3. Within thirty-five (35) days from the Project Initiation Date set forth in the
Notice to Proceed, a conference attended by CONTRACTOR,
CONSULTANT and others, as appropriate, will be held to finalize the
schedules submitted in accordance with Section 3.1. Within forty-five (45)
days after the Project Initiation Date set forth in the Notice to Proceed, the
CONTRACTOR shall revise the original schedule submittal to address all
review comments from the CPM review conference and resubmit for
CONSULTANT review. The finalized progress schedule will be accepted
by CONSULTANT only as providing an orderly progression of the Work to
completion within the Contract Time, but such acceptance shall not
constitute acceptance by CITY or CONSULTANT of the means or
methods of construction or of the sequencing or scheduling of the Work,
and such acceptance will neither impose on CONSULTANT or CITY
responsibility for the progress or scheduling of the Work nor relieve
CONTRACTOR from full responsibility therefore. The finalized schedule
of Shop Drawing submissions must be acceptable to CONSULTANT as
providing a workable arrangement for processing the submissions, The
finalized schedule of values pursuant to Section 3.1.3 above must be
acceptable to CONSULTANT as to form and substance.
4, Performance Bond and Payment Bond:
Within fifteen (15) calendar days of being notified of the award, CONTRACTOR
shall furnish a Performance Bond and a Payment Bond containing all the
provisions of the Performance Bond and Payment Bond attached hereto as
forms 00710 and 00720.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
102
4.1. Each Bond shall be in the amount of one hundred percent (100%) of the
Contract Price guaranteeing to CITY the completion and performance of
the work covered in such Contract as well as full payment of all suppliers,
laborers, or subcontractors employed pursuant to this Project. Each Bond
shall be with a surety company which is qualified pursuant to Article 5.
4.2. Each Bond shall continue in effect for one year after Final Completion and
acceptance of the work with liability equal to one hundred percent (100%)
of the Contract sum, or an additional bond shall be conditioned that
CONTRACTOR will, upon notification by CITY, correct any defective or
faulty work or materials which appear within one year after Final
Completion of the Contract.
4,3, Pursuant to the requirements of Section 255.05(1 )(a), Florida Statutes, as
may be amended from time to time, CONTRACTOR shall ensure that the
bond(s) referenced above shall be recorded in the public records of
Miami-Dade County and provide CITY with evidence of such recording.
4.4. Alternate Form of Security:
In lieu of a Performance Bond and a Payment Bond, CONTRACTOR may
furnish alternate forms of security which may be in the form of cash,
money order, certified check, cashier's check or unconditional letter of
credit in the form attached hereto as Form 00735. Such alternate forms of
security shall be subject to the prior approval of CITY and for 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 Work.
5. Qualification of Surety
5.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred
Thousand Dollars ($500,000,00):
5.1,1. Each 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.
5,1.2. 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
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 103
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 DFR 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.
5.1,3. The CITY will accept a surety bond from a company with a rating of
B+ or better for bonds up to $2 million, provided, however, that if
any surety company appears on the watch list that is published
quarterly by Intercom of the Office of the Florida Insurance
Commissioner, the CITY shall review and either accept or reject the
surety company based on the financial information available to the
CITY. A surety company that is rejected by the CITY may be
substituted by the Bidder or proposer with a surety company
acceptable to the CITY, only if the bid amount does not increase.
The following sets forth, in general, the acceptable parameters for
bonds:
Policy- Financial
holder's Size
Amount of Bond RatinQs Cateaorv
500,001 to 1,000,000 B+ Class I
1,000,001 to 2,000,000 B+ Class II
2,000,001 to 5,000,000 A Class III
5,000,001 to 10,000,000 A Class IV
10,000,001 to 25,000,000 A Class V
25,000,001 to 50,000,000 A Class VI
50,000,001 or more A Class VII
5,2. For projects of $500,000.00 or less, CITY may accept a Bid Bond,
Performance Bond and Payment Bond from a surety company which has
twice the minimum surplus 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 currently 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, as may be amended
from time to time. The Certificate and Affidavit so certifying (Form 00722)
should be submitted with the Bid Bond and also with the Performance
Bond and Payment Bond.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
104
5.3, More stringent requirements of any grantor agency are set forth within the
Supplemental Conditions. If there are no more stringent requirements, the
provisions of this section shall apply.
6, Indemnification
6.1 CONTRACTOR shall indemnify and hold harmless CITY, its officers,
agents, directors, and employees, from liabilities, damages, losses, and
costs, including, but not limited to reasonable attorney's fees, to the extent
caused by the negligence, recklessness or intentional wrongful
misconduct of CONTRACTOR and persons employed or utilized by
CONTRACTOR in the performance of this Agreement. Except as
specifically provided herein, this Agreement does not require
CONTRACTOR to indemnify CITY, its employees, officers, directors, or
agents from any liability, damage, loss, claim, action, or proceeding.
These indemnifications shall survive the term of this Agreement. In the
event that any action or proceeding is brought against CITY by reason of
any such claim or demand, CONTRACTOR shall, upon written notice from
CITY, resist and defend such action or proceeding by counsel satisfactory
to CITY.
6.2 The indemnification provided above shall obligate CONTRACTOR to
defend at its own expense to and through appellate, supplemental or
bankruptcy proceeding, or to provide for such defense, at CITY's option,
any and all claims of liability and all suits and actions of every name and
description covered by Section 6.1 above which may be brought against
CITY whether performed by CONTRACTOR, or persons employed or
utilized by CONTRACTOR.
7, Insurance Requirements:
7.1 . Without limiting any of the other obligations or liabilities of
CONTRACTOR, CONTRACTOR shall provide, pay for, and maintain in
force until all of its work to be performed under this Contract has been
completed and accepted by CITY (or for such duration as is otherwise
specified hereinafter), the insurance coverages set forth herein.
7.1.1. 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:
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 105
7,1.1,1. EmPloyers' Liability with a limit of One Million Dollars
($1;QQQ,QOO.OO) DoUars($) each accident.
7.1,1.2. If any operations are to be undertaken on or about
navigable waters, coverage must be included for the U.S,
Longshoremen & Harbor Workers Act and Jones Act.
7,1,2. Comprehensive General Liability with minimum limits of One
Mmior')\Dollar$($1,OOO,QQQ~QO) 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:
[ X] 7,1,2,1. Premises and/or Operations.
[X] 7.1.2.2. Independent Contractors.
[ X] 7.1.2.3. Products and/or Completed Operations for contracts
over Fifty Thousand Dollars ($50,000.00)
CONTRACTOR shall maintain in force until at least
three years after completion of all work required under
the Contract, coverage for Products and Completed
Operations, including Broad Form Property Damage.
[ X] 7.1.2.4. Explosion, Collapse and Underground Coverages.
[X] 7,1.2.5. Broad Form Property Damage.
[ X] 7,1.2.6. Broad Form Contractual Coverage applicable to this
specific Contract, including any hold harmless and/or
indemnification agreement.
[ ] 7.1.2.7. Personal Injury Coverage with Employee and
Contractual Exclusions removed, with minimum limits of
coverage equal to those required for Bodily Injury
Liability and Property Damage Liability.
[X] 7.1,2.8. CITY is to be expressly included as an Additional
Insured with respect to liability arising out of operations
performed for CITY by or on behalf of CONTRACTOR
or acts or omissions of CONTRACTOR in connection
with general supervision of such operation.
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 106
7.1.3, Business Automobile Liability with minimum limits of Ol1eMillion
poUars($1,QOPJPOO.OO) 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:
7.1.3.1.
7.1.3.2.
7.1,3.3.
Owned Vehicles.
Hired and Non-Owned Vehicles.
Employers' Non-Ownership, (Not Applicable to this bid)
[ X ] 7.1.4. Builder's Risk insurance for the construction of and/or addition to
aboveground buildings or structures is/is not required. The
coverage shall be "All Risk" coverage for 100 percent of the
completed value, covering CITY as a named insured, with a
deductible of not more than Five Thousand Dollars ($5,000.00)
each claim,
7.1.4.1,
[] 7,1.4.2,
Waiver of Occupancy Clause or Warranty--Policy must
be specifically endorsed to eliminate any "Occupancy
Clause" or similar warranty or representation that the
building(s), addition(s) or structure(s) in the course of
construction shall not be occupied without specific
endorsement of the policy. The Policy must be
endorsed to provide that the Builder's Risk coverage
will continue to apply until final acceptance of the
building(s), addition(s) or structure(s) by CITY.
Flood Insurance--When the buildings or structures are
located within an identified special flood hazard area,
flood insurance must be afforded for the lesser of the
total insurable value of such buildings or structures, or,
the maximum amount of flood insurance coverage
available under the National Flood Program.
[] 7.1.5, Installation Floater for the installation of machinery and/or
equipment into an existing structure is/is not required, The
coverage shall be "All Risk" coverage including installation and
transit for 100 percent of the "installed replacement cost value,"
covering CITY as a named insured, with a deductible of not more
than Five Thousand Dollars ($5,000.00) each claim.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
107
7,1,5.1.
Cessation of Insurance--Coverage is not to cease and
is to remain in force (subject to cancellation notice) until
final acceptance by CITY.
7.1.5.2.
Flood Insurance--When the machinery or equipment is
located within an identified special flood hazard area,
flood insurance must be afforded for the lesser of the
total insurable value of such buildings or structure, or,
the maximum amount of flood insurance coverage
available under the National Flood Program.
7.2. If the initial insurance expires prior to the completion of the work, renewal
copies of policies shall be furnished at least thirty (30) days prior to the
date of their expiration.
7,3, Notice of Cancellation and/or Restriction--The policy(ies) must be
endorsed to provide CITY with at least thirty (30) days notice of
cancellation and/or restriction,
7.4. CONTRACTOR shall furnish to the City's Risk Manager Certificates of
Insurance or endorsements evidencing the insurance coverage specified
above within fifteen (15) calendar days after notification of award of the
Contract. The required Certificates of Insurance shall name the types of
policies provided, refer specifically to this Contract, and state that such
insurance is as required by this Contract. The Certificate of Insurance
shall be in form similar to and contain the information set forth in Form
00708.
7.5, The official title of the Owner is the City of Miami Beach, Florida. This
official title shall be used in all insurance documentation.
8. Labor and Materials:
8.1. Unless otherwise provided herein, CONTRACTOR shall provide and pay
for all materials, labor, water, tools, equipment, light, power, transportation
and other facilities and services necessary for the proper execution and
completion of the Work, whether temporary or permanent and whether or
not incorporated or to be incorporated in the Work.
8.2. CONTRACTOR shall at all times enforce strict discipline and good order
among its employees and subcontractors at the Project site and shall not
employ on the Project any unfit person or anyone not skilled in the work to
which they are assigned.
BID NO. 21/06/07
DATE: 12/28106
CITY OF MIAMI BEACH
108
9. Rovalties and Patents:
All fees, royalties, and claims for any invention, or pretended inventions, or
patent of any article, material, arrangement, appliance, or method that may be
used upon or in any manner be connected with the construction of the Work or
appurtenances, are hereby included in the prices stipulated in this Contract for
said work.
10. Weather:
Extensions to the Contract Time for delays caused by the effects of inclement
weather shall be submitted as a request for a change in the Contract Time
pursuant to Article 40. These time extensions are justified only when rains or
other inclement weather conditions or related adverse soil conditions prevent
CONTRACTOR from productively performing controlling items of work identified
on the accepted schedule or updates resulting in:
(1) CONTRACTOR being unable to work at least fifty percent (50%) of the
normal workday on controlling items of work identified on the accepted
schedule or updates due to adverse weather conditions; or
(2) CONTRACTOR must make major repairs to the Work damaged by
weather. Providing the damage was not attributable to a failure to perform
or neglect by CONTRACTOR, and providing that CONTRACTOR was
unable to work at least fifty percent (50%) of the normal workday on
controlling items of work identified on the accepted schedule or updates,
11. Permits, Licenses and Impact Fees:
11.1. Except as otherwise provided within the Supplemental Conditions, all
permits and licenses required by federal, state or local laws, rules and
regulations necessary for the prosecution of the Work undertaken by
CONTRACTOR pursuant to this Contract shall be secured and paid for by
CONTRACTOR. It is CONTRACTOR's responsibility to have and maintain
appropriate Certificate(s) of Competency, valid for the Work to be
performed and valid for the jurisdiction in which the Work is to be
performed for all persons working on the Project for whom a Certificate of
Competency is required.
11.2. Impact fees levied by the City and/or Miami-Dade County shall be paid by
CONTRACTOR. CONTRACTOR shall be reimbursed only for the actual
amount of the impact fee levied by the municipality as evidenced by an
invoice or other acceptable documentation issued by the municipality,
Reimbursement to CONTRACTOR in no event shall include profit or
overhead of CONTRACTOR.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
109
12, Resolution of Disputes:
12.1 To prevent all disputes and litigation, it is agreed by the parties hereto that
CONSULTANT shall decide all questions, claims, difficulties and disputes
of whatever nature which may arise relative to the technical interpretation
of the Contract Documents and fulfillment of this Contract 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 CONSULTANT's estimates and decisions upon
all claims, questions, difficulties and disputes shall be final and binding to
the extent provided in Section 12,2. Any claim, question, difficulty or
dispute which cannot be resolved by mutual agreement of CITY and
CONTRACTOR shall be submitted to CONSULTANT in writing within
twenty-one (21) calendar days. Unless a different period of time is set
forth herein, CONSULTANT shall notify CITY and CONTRACTOR in
writing of CONSULTANT's decision within twenty-one (21) calendar days
from the date of the submission of the claim, question, difficulty or dispute,
unless CONSULTANT 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, CONTRACTOR, CONSULTANT
and CITY shall act in good faith to mitigate any potential damages
including utilization of construction schedule changes and alternate means
of construction.
12.2 In the event the determination of a dispute under this Article is
unacceptable to either party hereto, the party objecting to the
determination must notify the other party in writing within ten (10) 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) days after Final Completion of the Work, the parties shall
participate in mediation to address all objections to any determinations
hereunder and to attempt to prevent litigation. The mediator shall be
mutually agreed upon by the parties. Should any objection not be
resolved in mediation, the parties retain all their legal rights and remedies
provided under State law. A party objecting to a determination specifically
waives all of its rights provided hereunder, including its rights and
remedies under State law, if said party fails to comply in strict accordance
with the requirements of this Article.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
110
13. Inspection of Work:
13.1. CONSULTANT and CITY shall at all times have access to the Work, and
CONTRACTOR shall provide proper facilities for such access and for
inspecting, measuring and testing.
13.1.1. Should the Contract Documents, CONSULTANT's instructions,
any laws, ordinances, or any public authority require any of the
Work to be specially tested or approved, CONTRACTOR shall
give CONSULTANT timely notice of readiness of the Work for
testing. If the testing or approval is to be made by an authority
other than CITY, timely notice shall be given of the date fixed
for such testing. Testing shall be made promptly, and, where
practicable, at the source of supply. If any of the Work should
be covered up without approval or consent of CONSULTANT, it
must, if required by CONSULTANT, be uncovered for
examination and properly restored at CONTRACTOR's
expense.
13,1.2, Reexamination of any of the Work may be ordered by
CONSULTANT with prior written approval by the Contract
Administrator, and if so ordered, the Work must be uncovered
by CONTRACTOR. If such Work is found to be in accordance
with the Contract Documents, CITY shall pay the cost of
reexamination and replacement by means of a Change Order.
If such Work is not in accordance with the Contract Documents,
CONTRACTOR shall pay such cost.
13.2. Inspectors shall have no authority to permit deviations from, nor to relax
any of the provisions of, the Contract Documents nor to delay the Contract
by failure to inspect the materials and work with reasonable promptness
without the written permission or instruction of CONSULTANT.
13.3. The payment of any compensation, whatever may be its character or form,
or the giving of any gratuity or the granting of any favor by CONTRACTOR
to any inspector, directly or indirectly, is strictly prohibited, and any such
act on the part of CONTRACTOR will constitute a breach of this Contract.
14. Superintendence and Supervision:
14.1, The orders of CITY are to be given through CONSULTANT, which
instructions are to be strictly and promptly followed in every case.
CONTRACTOR shall keep on the Project during its progress, a full-time
competent English speaking superintendent and any necessary
BID NO. 21/06/07
DA TE: 12/28/06
CITY OF MIAMI BEACH
111
assistants, all satisfactory to CONSULTANT. The superintendent shall not
be changed except with the written consent of CONSULTANT, unless the
superintendent proves to be unsatisfactory to CONTRACTOR and ceases
to be in its employ. The superintendent shall represent CONTRACTOR
and all directions given to the superintendent shall be as binding as if
given to CONTRACTOR and will be confirmed in writing by
CONSULTANT upon the written request of CONTRACTOR.
CONTRACTOR shall give efficient supervision to the Work, using its best
skill and attention.
14,2. Daily, CONTRACTOR's superintendent shall record, at a minimum, the
following information in a bound log: the day; date; weather conditions
and how any weather condition affected progress of the Work; time of
commencement of work for the day; the work being performed; materials,
labor, personnel, equipment and subcontractors at the Project site; visitors
to the Project site, including representatives of , CONSULTANT,
regulatory representatives; any special or unusual conditions or
occurrences encountered; and the time of termination of work for the day,
All information shall be recorded in the daily log in ink. The daily log shall
be kept on the Project site and shall be available at all times for inspection
and copying by CITY and CONSULTANT.
14.3. The Contract Administrator, CONTRACTOR and CONSULTANT shall
meet at least weekly or as determined by the Contract Administrator,
during the course of the Work to review and agree upon the work
performed to date and to establish the controlling items of work for the
next two weeks, The CONSULTANT shall publish, keep, and distribute
minutes and any comments thereto of each such meeting,
14.4. If CONTRACTOR, in the course of prosecuting the Work, finds any
discrepancy between the Contract Documents and the physical conditions
of the locality, or any errors, omissions, or discrepancies in the Project
Manual, it shall be CONTRACTOR's duty to immediately inform
CONSULTANT, in writing, and CONSULTANT will promptly review the
same. Any work done after such discovery, until authorized, will be done
at CONTRACTOR's sole risk.
14.5. CONTRACTOR shall supervise and direct the Work competently and
efficiently, devoting such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in accordance with
the Contract Documents. CONTRACTOR shall be solely responsible for
the means, methods, techniques, sequences and procedures of
construction,
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
112
15. CITY's RiQht to Terminate Contract:
15.1. If CONTRACTOR fails to begin the Work within fifteen (15) calendar days
after the Project Initiation Date, or fails to perform the Work with sufficient
workers and equipment or with sufficient materials to insure the prompt
completion of the Work, or shall perform the Work unsuitably, or cause it
to be rejected as defective and unsuitable, or shall discontinue the
prosecution of the Work pursuant to the accepted schedule or if
CONTRACTOR shall fail to perform any material term set forth in the
Contract Documents or if CONTRACTOR 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 from any other cause
whatsoever shall not carry on the Work in an acceptable manner, Contract
Administrator may give notice in writing to CONTRACTOR and its Surety
of such delay, neglect or default, specifying the same. If CONTRACTOR,
within a period of five (5) calendar days after such notice, shall not
proceed in accordance therewith, then CITY may upon written certificate
from CONSULTANT of the fact of such delay, neglect or default and
CONTRACTOR's failure to comply with such notice, terminate the
services of CONTRACTOR, exclude CONTRACTOR from the Project site
and take the prosecution of the Work out of the hands of CONTRACTOR,
and appropriate or use any or all materials and equipment on the Project
site as may be suitable and acceptable. In such case, CONTRACTOR
shall not be entitled to receive any further payment until the Project is
completed. 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 CITY's sole opinion
shall be required for the completion of the Project according to the terms
and provisions of the Contract Documents, or use such other methods as
in CITY's sole opinion shall be required for the completion of the Project in
an acceptable manner. All damages, costs and charges incurred by CITY,
together with the costs of completing the Project, shall be deducted from
any monies due or which may become due to CONTRACTOR. In case
the damages and expenses so incurred by CITY shall exceed the unpaid
balance, then CONTRACTOR shall be liable and shall pay to CITY the
amount of said excess.
15.2, If after notice of termination of CONTRACTOR's right to proceed, it is
determined for any reason that CONTRACTOR was not in default, the
rights and obligations of CITY and CONTRACTOR 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 15,3 below.
BID NO. 21/06/07
DATE: 12/28106
CITY OF MIAMI BEACH
113
15.3. This Contract may be terminated for convenience in writing by CITY upon
ten (10) days written notice to CONTRACTOR (delivered by certified mail,
return receipt requested) of intent to terminate and the date on which such
termination becomes effective. In such case, CONTRACTOR shall be
paid for all work executed and expenses incurred prior to termination in
addition to termination settlement costs reasonably incurred by
CONTRACTOR relating to commitments which had become firm prior to
the termination. Payment shall include reasonable profit for work/services
satisfactorily performed. No payment shall be made for profit for
work/services which have not been performed.
15.4. Upon receipt of Notice of Termination pursuant to Sections 15,1 or 15.3
above, CONTRACTOR shall promptly discontinue all affected work unless
the Notice of Termination directs otherwise and deliver or otherwise make
available to CITY 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.
16. CONTRACTOR's Right to Stop Work or Terminate Contract:
Should CONSULTANT fail to review and approve or state in writing reasons for
nonapproval of any Application for Payment within twenty (20) days after it is
presented, or if CITY fails either to pay CONTRACTOR within thirty (30) days
after presentation by CONSULTANT of any sum certified by CONSULTANT, or
to notify CONTRACTOR and CONSULTANT in writing of any objection to the
Application for Payment, then CONTRACTOR may, give written notice to CITY
and CONSULTANT of such delay, neglect or default, specifying the same. If
CITY or CONSULTANT (where applicable), within a period of ten (10) calendar
days after such notice shall not remedy the delay, neglect, or default upon which
the notice is based, then CONTRACTOR may stop work or terminate this
Contract and recover from CITY payment for all work executed and reasonable
expenses sustained therein plus reasonable termination expenses. Any
objection made by CITY to an Application for Payment shall be submitted to
CONSULTANT in accordance with the provisions of Article 12 hereof.
17. Assiqnment:
Neither party hereto shall assign the Contract or any subcontract in whole or in
part without the written consent of the other, nor shall CONTRACTOR assign any
monies due or to become due to it hereunder, without the previous written
consent of the Mayor and City Commission.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
114
18. Riohts of Various Interests:
Whenever work being done by CITY's forces or by other contractors is
contiguous to or within the limits of work covered by this Contract, 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.
19. Differinq Site Conditions:
In the event that during the course of the Work CONTRACTOR encounters
subsurface or concealed conditions at the Project site which differ materially from
those shown on the Contract Documents and from those ordinarily encountered
and generally recognized as inherent in work of the character called for in the
Contract Documents; or unknown physical conditions of the Project site, of an
unusual nature, which differ materially from that ordinarily encountered and
generally recognized as inherent in work of the character called for in the
Contract Documents, CONTRACTOR, without disturbing the conditions and
before performing any work affected by such conditions, shall, within twenty-four
(24) hours of their discovery, notify CITY and CONSULTANT in writing of the
existence of the aforesaid conditions, CONSULTANT and CITY shall, within two
(2) business days after receipt of CONTRACTOR's written notice, investigate the
site conditions identified by CONTRACTOR. If, in the sole opinion of
CONSULTANT, the conditions do materially so differ and cause an increase or
decrease in CONTRACTOR's cost of, or the time required for, the performance
of any part of the Work, whether or not charged as a result of the conditions,
CONSULTANT shall recommend an equitable adjustment to the Contract Price,
or the Contract Time, or both. If CITY and CONTRACTOR cannot agree on an
adjustment in the Contract Price or Contract Time, the adjustment shall be
referred to CONSULTANT for determination in accordance with the provisions of
Article 12. Should CONSULTANT determine that the conditions of the Project
site are not so materially different to justify a change in the terms of the Contract,
CONSULTANT shall so notify CITY and CONTRACTOR in writing, stating the
reasons, and such determination shall be final and binding upon the parties
hereto.
No request by CONTRACTOR for an equitable adjustment to the Contract under
this provision shall be allowed unless CONTRACTOR has given written notice in
strict accordance with the provisions of this Article. No request for an equitable
adjustment or change to the Contract Price or Contract Time for differing site
conditions shall be allowed if made after the date certified by CONSULTANT as
the date of substantial completion.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
115
20. Plans and WorkinQ DrawinQs:
CITY, through CONSULTANT, shall have the right to modify the details of the
plans and specifications, to supplement the plans and specifications with
additional plans, drawings or additional information as the Work proceeds, all of
which shall be considered as part of the Project Manual. In case of
disagreement between the written and graphic portions of the Project Manual,
the written portion shall govern.
21. CONTRACTOR to Check Plans. Specifications and Data:
CONTRACTOR shall verify all dimensions, quantities and details shown on the
plans, specifications or other data received from CONSULTANT, and shall notify
CONSULTANT of all errors, omissions and discrepancies found therein within
three (3) calendar days of discovery. CONTRACTOR will not be allowed to take
advantage of any error, omission or discrepancy, as full instructions will be
furnished by CONSULTANT. CONTRACTOR shall not be liable for damages
resulting from errors, omissions or discrepancies in the Contract Documents
unless CONTRACTOR recognized such error, omission or discrepancy and
knowingly failed to report it to CONSULTANT.
22. CONTRACTOR's Responsibility for Damaqes and Accidents:
22.1. CONTRACTOR shall accept full responsibility for the Work against all loss
or damage of whatsoever nature sustained until final acceptance by CITY,
and shall promptly repair any damage done from any cause whatsoever,
except as provided in Article 29.
22.2. CONTRACTOR shall be responsible for all materials, equipment and
supplies pertaining to the Project. In the event any such materials,
equipment and supplies are lost, stolen, damaged or destroyed prior to
final acceptance by CITY, CONTRACTOR shall replace same without cost
to CITY, except as provided in Article 29,
23. Warranty:
CONTRACTOR warrants to CITY that all materials and equipment furnished
under this Contract will be new unless otherwise specified and that all of the
Work will be of good quality, free from faults and defects and in conformance with
the Contract Documents. All work not conforming to these requirements,
including substitutions not properly approved and authorized, may be considered
defective. If required by CONSULTANT, CONTRACTOR shall furnish
satisfactory evidence as to the kind and quality of materials and equipment. This
warranty is not limited by the provisions of Article 25 herein,
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
116
24. Supplementary DrawinQs:
24.1. When, in the opinion of CONSULTANT, it becomes necessary to explain
the Work to be done more fully, or to illustrate the Work further, or to show
any changes which may be required, supplementary drawings, with
specifications pertaining thereto, will be prepared by CONSULTANT.
24.2. The supplementary drawings shall be binding upon CONTRACTOR with
the same force as the Project Manual. Where such supplementary
drawings require either less or more than the original quantities of work,
appropriate adjustments shall be made by Change Order.
25. Defective Work:
25,1. CONSULTANT shall have the authority to reject or disapprove work which
CONSULTANT finds to be defective. If required by CONSULTANT,
CONTRACTOR shall promptly either correct all defective work or remove
such defective work and replace it with nondefective work,
CONTRACTOR shall bear all direct, indirect and consequential costs of
such removal or corrections including cost of testing laboratories and
personnel.
25,2. Should CONTRACTOR fail or refuse to remove or correct any defective
work or to make any necessary repairs in accordance with the
requirements of the Contract Documents within the time indicated in
writing by CONSULTANT, CITY shall have the authority to cause the
defective work to be removed or corrected, or make such repairs as may
be necessary at CONTRACTOR's expense. Any expense incurred by
CITY in making such removals, corrections or repairs, shall be paid for out
of any monies due or which may become due to CONTRACTOR, or may
be charged against the Performance Bond. In the event of failure of
CONTRACTOR to make all necessary repairs promptly and fully, CITY
may declare CONTRACTOR in default.
25.3. If, within one (1) year after the date of substantial completion or such
longer period of time as may be prescribed by the terms of any applicable
special warranty required by the Contract Documents, or by any specific
provision of the Contract Documents, any of the Work is found to be
defective or not in accordance with the Contract Documents,
CONTRACTOR, after receipt of written notice from CITY, shall promptly
correct such defective or nonconforming Work within the time specified by
CITY without cost to CITY, to do so. Nothing contained herein shall be
construed to establish a period of limitation with respect to any other
obligation which CONTRACTOR might have under the Contract
Documents including but not limited to, Article 23 hereof and any claim
regarding latent defects,
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
117
25.4. Failure to reject any defective work or material shall not in any way
prevent later rejection when such defect is discovered, or obligate CITY to
final acceptance.
26, Taxes
CONTRACTOR shall pay all applicable sales, consumer, use and other taxes
required by law. CONTRACTOR is responsible for reviewing the pertinent state
statutes involving state taxes and complying with all requirements.
27. Subcontracts:
27.1. CONTRACTOR shall not employ any subcontractor against whom CITY or
CONSULTANT may have a reasonable objection. CONTRACTOR shall
not be required to employ any subcontractor against whom
CONTRACTOR has a reasonable objection,
27.2, CONTRACTOR shall be fully responsible for all acts and omissions of its
subcontractors and of persons directly or indirectly employed by its
subcontractors and of persons for whose acts any of them may be liable to
the same extent that CONTRACTOR is responsible for the acts and
omissions of persons directly employed by it. Nothing in the Contract
Documents shall create any contractual relationship between any
subcontractor and CITY or any obligation on the part of CITY to payor to
see the payment of any monies due any subcontractor. CITY or
CONSULTANT may furnish to any subcontractor evidence of amounts
paid to CONTRACTOR on account of specific work performed.
27.3. CONTRACTOR agrees to bind specifically every subcontractor to the
applicable terms and conditions of the Contract Documents for the benefit
of CITY.
[ X] 27.4. CONTRACTOR shall perform the Work with its own organization,
amounting to not less than 35% percent of the Contract Price,
28. Separate Contracts:
28.1. CITY reserves the right to let other contracts in connection with this
Project. CONTRACTOR shall afford other persons reasonable opportunity
for the introduction and storage of their materials and the execution of
their work and shall properly connect and coordinate this Work with theirs,
28,2. If any part of CONTRACTOR's Work depends for proper execution or
results upon the work of any other persons, CONTRACTOR shall inspect
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
118
and promptly report to CONSULTANT any defects in such work that
render it unsuitable for such proper execution and results.
CONTRACTOR's failure to so inspect and report shall constitute an
acceptance of the other person's work as fit and proper for the reception of
CONTRACTOR's Work, except as to defects which may develop in other
contractor's work after the execution of CONTRACTOR's.
28.3. CONTRACTOR shall conduct its operations and take all reasonable steps
to coordinate the prosecution of the Work so as to create no interference
or impact on any other contractor on the site. Should such interference or
impact occur, CONTRACTOR shall be liable to the affected contractor for
the cost of such interference or impact.
28.4, To insure the proper execution of subsequent work, CONTRACTOR shall
inspect the work already in place and shall at once report to
CONSULTANT any discrepancy between the executed work and the
requirements of the Contract Documents.
29. Use of Completed Portions:
29.1. CITY shall have the right at its sole option to take possession of and use
any completed or partially completed portions of the Project. Such
possession and use shall not be deemed an acceptance of any of the
Work not completed in accordance with the Contract Documents. If such
possession and use increases the cost of or delays the Work,
CONTRACTOR shall be entitled to reasonable extra compensation, or
reasonable extension of time or both, as recommended by CONSULTANT
and approved by CITY.
29.2. In the event CITY takes possession of any completed or partially
completed portions of the Project, the following shall occur:
29,2,1. CITY shall give notice to CONTRACTOR in writing at least
thirty (30) calendar days prior to CITY's intended occupancy of
a designated area.
29.2.2. CONTRACTOR shall complete to the point of Substantial
Completion the designated area and request inspection and
issuance of a Certificate of Substantial Completion in the form
attached hereto as 00925 from CONSULTANT.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
119
29.2.3. Upon CONSULTANT's issuance of a Certificate of Substantial
Completion, CITY will assume full responsibility for
maintenance, utilities, subsequent damages of CITY and
public, adjustment of insurance coverages and start of warranty
for the occupied area.
29,2.4, CONTRACTOR shall complete all items noted on the
Certificate of Substantial Completion within the time specified
by CONSULTANT on the Certificate of Substantial Completion,
as soon as possible and request final inspection and final
acceptance of the portion of the Work occupied. Upon
completion of final inspection and receipt of an application for
final payment, CONSULTANT shall issue a Final Certificate of
Payment relative to the occupied area.
29.2.5, If CITY finds it necessary to occupy or use a portion or portions
of the Work prior to Substantial Completion thereof, such
occupancy or use shall not commence prior to a time mutually
agreed upon by CITY and CONTRACTOR and to which the
insurance company or companies providing the property
insurance have consented by endorsement to the policy or
policies. Insurance on the unoccupied or unused portion or
portions shall not be canceled or lapsed on account of such
partial occupancy or use. Consent of CONTRACTOR and of
the insurance company or companies to such occupancy or
use shall not be unreasonably withheld.
30, Lands for Work:
30.1. CITY shall provide, as may be indicated in the Contract Documents, the
lands upon which the Work is to be performed, rights-of-way and
easements for access thereto and such other lands as are designated by
CITY or the use of CONTRACTOR.
30.2. CONTRACTOR shall provide, at CONTRACTOR's own expense and
without liability to CITY, any additional land and access thereto that may
be required for temporary construction facilities, or for storage of
materials, CONTRACTOR shall furnish to CITY copies of written
permission obtained by CONTRACTOR from the owners of such facilities,
31. LeQal Restrictions and Traffic Provisions:
CONTRACTOR shall conform to and obey all applicable laws, regulations, or
ordinances with regard to labor employed, hours of work and CONTRACTOR's
general operations. CONTRACTOR shall conduct its operations so as not to
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
120
close any thoroughfare, nor interfere in any way with traffic on railway, highways,
or water, without the prior written consent of the proper authorities.
32. Location and OamaQe to Existing Facilities, Equipment or Utilities:
32.1. As far as possible, all existing utility lines in the Project area have been
shown on the plans. However, CITY does not guarantee that all lines are
shown, or that the ones indicated are in their true location. It shall be the
CONTRACTOR,- S responsibility to identify and locate all underground
and overhead utility lines or equipment affecting or affected by the Project.
No additional payment will be made to the CONTRACTOR because of
discrepancies in actual and plan location of utilities, and damages suffered
as a result thereof.
32.2. The CONTRACTOR shall notify each utility company involved at least ten
(10) days prior to the start of construction to arrange for positive
underground location, relocation or support of its utility where that utility
may be in conflict with or endangered by the proposed construction,
Relocation of water mains or other utilities for the convenience of the
CONTRACTOR shall be paid by the CONTRACTOR. All charges by utility
companies for temporary support of its utilities shall be paid for by the
CONTRACTOR. All costs of permanent utility relocation to avoid conflict
shall be the responsibility of the utility company involved. No additional
payment will be made to the CONTRACTOR for utility relocations,
whether or not said relocation is necessary to avoid conflict with other
lines.
32.3. The CONTRACTOR shall schedule the work in such a manner that the
work is not delayed by the utility providers relocating or supporting their
utilities. The CONTRACTOR shall coordinate its activities with any and all
public and private utility providers occupying the right-of-way. No
compensation will be paid to the CONTRACTOR for any loss of time or
delay,
32.4, All overhead, surface or underground structures and utilities encountered
are to be carefully protected from injury or displacement. All damage to
such structures is to be completely repaired within a reasonable time;
needless delay will not be tolerated, The CITY reserves the right to
remedy such damage by ordering outside parties to make such repairs at
the expense of the CONTRACTOR. All such repairs made by the
CONTRACTOR are to be made to the satisfaction of the utility owner. All
damaged utilities must be replaced or fully repaired. All repairs are to be
inspected by the utility owner prior to backfilling.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
121
33. Value EnQineerinQ:
CONTRACTOR may request substitution of materials, articles, pieces of
equipment or any changes that reduce the Contract Price by making such
request to CONSULTANT in writing, CONSULTANT will be the sole judge of
acceptability, and no substitute will be ordered, installed, used or initiated without
CONSUL TANT's prior written acceptance which will be evidenced by either a
Change Order or an approved Shop Drawing. However, any substitution
accepted by CONSULTANT shall not result in any increase in the Contract Price
or Contract Time. By making a request for substitution, CONTRACTOR agrees
to pay directly to CONSULTANT all CONSULTANT's fees and charges related to
CONSULTANT's review of the request for substitution, whether or not the
request for substitution is accepted by CONSULTANT. Any substitution
submitted by CONTRACTOR must meet the form, fit, function and life cycle
criteria of the item proposed to be replaced and there must be a net dollar
savings including CONSULTANT review fees and charges. If a substitution is
approved, the net dollar savings shall be shared equally between
CONTRACTOR and CITY and shall be processed as a deductive Change Order.
CITY may require CONTRACTOR to furnish at CONTRACTOR's expense a
special performance guarantee or other surety with respect to any substitute
approved after award of the Contract.
34. Continuino the Work:
CONTRACTOR shall carry on the Work and adhere to the progress schedule
during all disputes or disagreements with CITY, including disputes or
disagreements concerning a request for a Change Order, a request for a change
in the Contract Price or Contract Time. The Work shall not be delayed or
postponed pending resolution of any disputes or disagreements.
35. ChanQes in the Work or Terms of Contract Documents:
35.1. Without invalidating the Contract and without notice to any surety CITY
reserves and shall have the right, from time to time to make such
increases, decreases or other changes in the character or quantity of the
Work 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 must be accomplished
by means of appropriate Field Orders and Supplemental Instructions or
Change Orders,
35.2, Any changes to the terms of the Contract Documents must be contained
in a written document, executed by the parties hereto, with the same
formality and of equal dignity prior to the initiation of any work reflecting
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
122
such change. This section shall not prohibit the issuance of Change
Orders executed only by CITY as hereinafter provided.
36. Field Orders and Supplemental Instructions:
36.1. The Contract Administrator, through CONSULTANT, shall have the right
to approve and issue Field Orders setting forth written interpretations of
the intent of the Contract Documents and ordering minor changes in Work
execution, providing the Field Order involves no change in the Contract
Price or the Contract Time.
36.2. CONSULTANT shall have the right to approve and issue Supplemental
Instructions setting forth written orders, instructions, or interpretations
concerning the Contract Documents or its performance, provided such
Supplemental Instructions involve no change in the Contract Price or the
Contract Time.
37. ChanQe Orders:
37,1. Changes in the quantity or character of the Work within the scope of the
Project which are not properly the subject of Field Orders or Supplemental
Instructions, including all changes resulting in changes in the Contract
Price, or the Contract Time, shall be authorized only by Change Orders
approved in advance and issued in accordance with the provisions of the
CITY.
37,2. All changes to construction contracts must be approved in advance in
accordance with the value of the Change Order or the calculated value of
the time extension. All Change Orders with a value of $25,000 or more
shall be approved in advance by the Mayor and City Commission. All
Change Orders with a value of less than $25,000 shall be approved in
advance by the City Manager or his designee.
37.3, In the event satisfactory adjustment cannot be reached for any item
requiring a change in the Contract Price or Contract Time, and a Change
Order has not been issued, CITY reserves the right at its sole option to
either terminate the Contract as it applies to the items in question and
make such arrangements as may be deemed necessary to complete the
disputed work; or submit the matter in dispute to CONSULTANT as set
forth in Article 12 hereof, During the pendency of the dispute, and upon
receipt of a Change Order approved by CITY, CONTRACTOR shall
promptly proceed with the change in the Work involved and advise the
CONSULTANT and Contract Administrator in writing within seven (7)
calendar days of CONTRACTOR's agreement or disagreement with the
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
123
method, if any, provided in the Change Order for determining the
proposed adjustment in the Contract Price or Contract Time,
37.4, On approval of any Contract change increasing the Contract Price,
CONTRACTOR shall ensure that the performance bond and payment
bond are increased so that each reflects the total Contract Price as
increased.
37.5, Under circumstances determined necessary by CITY, Change Orders may
be issued unilaterally by CITY.
38. Value of ChanQe Order Work:
38.1. The value of any work covered by a Change Order or of any claim for an
increase or decrease in the Contract Price shall be determined in one of
the following ways:
38.1.1. 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 Section
38.7.
38.1.2. By mutual acceptance of a lump sum which CONTRACTOR
and CITY acknowledge contains a component for overhead and
profit.
38.1.3. On the basis of the "cost of work," determined as provided in
Sections 38.2 and 38.3, plus a CONTRACTOR's fee for
overhead and profit which is determined as provided in Section
38.4.
38.2. The term "cost of work" means the sum of all direct costs necessarily
incurred and paid by CONTRACTOR in the proper performance of the
Work described in the Change Order. Except as otherwise may be
agreed to in writing by CITY, 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 of the costs itemized in Section
38,3.
38.2.1. Payroll costs for employees in the direct employ of
CONTRACTOR in the performance of the work described in the
Change Order under schedules of job classifications agreed
upon by CITY and CONTRACTOR. Payroll costs for employees
not employed full time on the work covered by the Change
Order shall be apportioned on the basis of their time spent on
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 124
the work, Payroll costs shall include, but not be limited to,
salaries and wages plus the cost of fringe benefits which shall
include social security contributions, unemployment, excise and
payroll taxes, workers' or workmen's compensation, health and
retirement benefits, bonuses, sick leave, vacation and holiday
pay application thereto. Such employees shall include
superintendents and foremen at the 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 CITY.
38.2.2. Cost of all materials and equipment furnished and incorporated
in the work, including costs of transportation and storage
thereof, and manufacturers' field services required in connection
therewith, All cash discounts shall accrue to CONTRACTOR
unless CITY deposits funds with CONTRACTOR 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 CONTRACTOR shall make provisions so
that they may be obtained. Rentals of all construction
equipment and machinery and the parts thereof whether rented
from CONTRACTOR or others in accordance with rental
agreements approved by CITY with the advice of
CONSULTANT 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 work,
38.2,3. Payments made by CONTRACTOR to Subcontractors for work
performed by Subcontractors, If required by CITY,
CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to CONTRACTOR and shall deliver
such bids to CITY who will then determine, with the advice of
CONSULTANT, 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 CONTRACTOR'S cost of
the work. All Subcontractors shall be subject to the other
provisions of the Contract Documents insofar as applicable.
38.2.4. Cost of special consultants, including, but not limited to,
engineers, architects, testing laboratories, and surveyors
BID NO. 21/06/07 CITY OF MIAMI BEACH
DA TE: 12/28/06 125
employed for services specifically related to the performance of
the work described in the Change Order.
38.2.5. Supplemental costs including the following:
38.2.5.1. The proportion of necessary transportation, travel
and subsistence expenses of CONTRACTOR's
employees incurred in discharge of duties connected
with the work except for local travel to and from the
site of the work.
38.2,5,2, Cost, including transportation and maintenance, of all
materials, supplies, equipment, machinery, applian-
ces, office and temporary facilities at the site and
hand tools not owned by the workmen, which are
consumed in the performance of the work, and cost
less market value of such items used but not
consumed which remains the property of
CONTRACTOR.
38,2.5.3. Sales, use, or similar taxes related to the work, and
for which CONTRACTOR is liable, imposed by any
governmental authority,
38.2,5.4. Deposits lost for causes other than CONTRACTOR's
negligence; royalty payments and fees for permits
and licenses,
38.2.5.5. The cost of utilities, fuel and sanitary facilities at the
site.
38.2.5.6, Receipted minor expenses such as telegrams, long
distance telephone calls, telephone service at the
site, expressage and similar petty cash items in
connection with the work.
38.2.5.7. Cost of premiums for additional bonds and insurance
required because of changes in the work.
38.3. The term "cost of the work" shall not include any of the following:
38.3.1. Payroll costs and other compensation of CONTRACTOR's
officers, executives, principals (of partnership and sole
proprietorships), general managers, engineers, architects,
estimators, lawyers, auditors, accountants, purchasing and
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 126
contracting agents, expediters, timekeepers, clerks and other
personnel employed by CONTRACTOR whether at the site or in
its principal or a branch office for general administration of the
work and not specifically included in the agreed-upon schedule
of job classifications referred to in Section 38.2.1., all of which
are to be considered administrative costs covered by
CONTRACTOR's fee.
38.3.2, Expenses of CONTRACTOR's principal and branch offices
other than CONTRACTOR's office at the site.
38.3.3, Any part of CONTRACTOR's capital expenses, including
interest on CONTRACTOR's capital employed for the work and
charges against CONTRACTOR for delinquent payments.
38.3.4. Cost of premiums for all Bonds and for all insurance whether or
not CONTRACTOR is required by the Contract Documents to
purchase and maintain the same, except for additional bonds
and insurance required because of changes in the work.
38,3,5. Costs due to the negligence or neglect of CONTRACTOR, any
Subcontractors, or anyone directly or indirectly employed by any
of them or for whose acts any of them may be liable, including
but not limited to, the correction of defective work, disposal of
materials or equipment wrongly supplied and making good any
damage to property,
38.3.6, Other overhead or general expense costs of any kind and the
cost of any item not specifically and expressly included in
Section 38.2.
38.4. CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit
shall be determined as follows:
38.4.1. A mutually acceptable fixed fee or if none can be agreed upon,
38.4.2. A fee based on the following percentages of the various portions
of the cost of the work:
38.4,2,1. For costs incurred under Sections 38.2.1 and
38.2.2, CONTRACTOR's fee shall not exceed ten
percent (10%).
38.4.2.2, For costs incurred under Section 38.2.3,
CONTRACTOR's fee shall not exceed seven and
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 127
one half percent (7,5%); 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
38.4.2,3,
No fee shall be payable on the basis of costs
itemized under Sections 38.2.4 and 38.2.5,
(except Section 38,2.5,3), and Section 38.3.
38,5, The amount of credit to be allowed by CONTRACTOR 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, however, CONTRACTOR shall not be
entitled to claim lost profits for any Work not performed.
38.6, Whenever the cost of any work is to be determined pursuant to Sections
38.2 and 38.3, CONTRACTOR will submit in a form acceptable to
CONSULTANT an itemized cost breakdown together with the supporting
data,
38.7, Where the quantity of any item of the Work 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 shall be issued to adjust the unit price, if warranted.
38.8. 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,
CONTRACTOR shall submit an initial cost estimate acceptable to
CONSULTANT and Contract Administrator,
38.8.1. Breakdown shall list the quantities and unit prices for materials,
labor, equipment and other items of cost.
38,8.2. Whenever a change involves CONTRACTOR and one or more
Subcontractors and the change is an increase in the Contract
Price, overhead and profit percentage for CONTRACTOR and
each Subcontractor shall be itemized separately.
38,9. 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 the
work."
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
128
39. Notification and Claim for ChanQe of Contract Time or Contract Price:
39.1. Any claim for a change in the Contract Time or Contract Price shall be
made by written notice by CONTRACTOR to the Contract Administrator
and to CONSULTANT within five (5) calendar days of the commencement
of the event giving rise to the claim and stating the general nature and
cause of the claim. Thereafter, within twenty (20) calendar days of the
termination of the event giving rise to the claim, written notice of the extent
of the claim with supporting information and documentation shall be
provided unless CONSULTANT allows an additional period of time to
ascertain more accurate data in support of the claim and such notice shall
be accompanied by CONTRACTOR's written notarized statement that the
adjustment claimed is the entire adjustment to which the CONTRACTOR
has reason to believe it is entitled as a result of the occurrence of said
event. All claims for changes in the Contract Time or Contract Price shall
be determined by CONSULTANT in accordance with Article 12 hereof, if
CITY and CONTRACTOR cannot otherwise agree. IT IS EXPRESSLY
AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR
CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL
BE WAIVED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH
THE REQUIREMENTS OF THIS SECTION.
39,2. The Contract Time will be extended in an amount equal to time lost on
critical Work items due to delays beyond the control of and through no
fault or negligence of CONTRACTOR if a claim is made therefor as
provided in Section 39,1. Such delays shall include, but not be limited to,
acts or neglect by any separate contractor employed by CITY, fires,
floods, labor disputes, epidemics, abnormal weather conditions or acts of
God.
40. No DamaQes for Delav:
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. CONTRACTOR 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 damages by CONTRACTOR for
actual delays due solely to fraud, bad faith or active interference on the part of
CITY or its CONSULTANT. Otherwise, CONTRACTOR shall be entitled only to
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
129
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,
41, Excusable Delav; Compensable; Non-Compensable:
41.1 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 compensable
when (i) the delay extends the Contract Time, (ii) is caused by
circumstances beyond the control of the CONTRACTOR or its
subcontractors, suppliers or vendors, and (iii) is caused solely by
fraud, bad faith or active interference on the part of CITY or its
agents. In no event shall CONTRACTOR 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
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
130
bonding capacity, loss of opportunity and all other indirect costs incurred
by CONTRACTOR. The amount of liquidated indirect costs recoverable
shall be N/A per day for each calendar day the Contract is delayed
due to a Compensable Excusable Delay.
(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 CONSULTANT, or
(ii) is caused jointly or concurrently by CONTRACTOR or its
subcontractors, suppliers or vendors and by the CITY or
CONSULTANT, then CONTRACTOR shall be entitled only to a time
extension and no further compensation for the delay.
42. Substantial Completion:
When CONTRACTOR considers that the Work, or a portion thereof designated
by CITY pursuant to Article 29 hereof, has reached Substantial Completion,
CONTRACTOR shall so notify CITY and CONSULTANT in writing.
CONSULTANT and CITY shall then promptly inspect the Work. When
CONSULTANT, on the basis of such an inspection, determines that the Work or
designated portion thereof is substantially complete, it will then prepare a
Certificate of Substantial Completion in the form attached hereto as Form 00925
which shall establish the Date of Substantial Completion; shall state the
responsibilities of CITY and CONTRACTOR for security, maintenance, heat,
utilities, damage to the Work, and insurance; and shall list all Work yet to be
completed to satisfy the requirements of the Contract Documents for Final
Completion. The failure to include any items of corrective work on such list does
not alter the responsibility of CONTRACTOR to complete all of the Work in
accordance with the Contract Documents, Warranties required by the Contract
Documents shall commence on the date of Substantial Completion of the Work
or designated portion thereof unless otherwise provided in the Certificate of
Substantial Completion. The Certificate of Substantial Completion shall be
submitted to CITY through the Contract Administrator and CONTRACTOR for
their written acceptance of the responsibilities assigned to them in such
Certificate.
43. No Interest:
Any monies not paid by CITY when claimed to be due to CONTRACTOR under
this Agreement, including, but not limited to, any and all claims for contract
damages of any type, shall not be subject to interest including, but not limited to
prejudgment interest. However, the provisions of CITY's prompt payment
ordinance, as such relates to timeliness of payment, and the provisions of
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
131
Section 218.74(4), Florida Statutes (1989) as such relates to the payment of
interest, shall apply to valid and proper invoices.
44. Shop Drawings:
44.1. CONTRACTOR shall submit Shop Drawings as required by the Technical
Specifications. The purpose of the Shop Drawings 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,
44.2. Within thirty (30) calendar days after the Project Initiation Date specified
in the Notice to Proceed, CONTRACTOR shall submit to CONSULTANT
a complete list of preliminary data on items for which Shop Drawings are
to be submitted and shall identify the critical items. Approval of this list by
CONSULTANT shall in no way relieve CONTRACTOR 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.
44.3. After the approval of the list of items required in Section 44.2 above,
CONTRACTOR shall promptly request Shop Drawings from the various
manufacturers, fabricators, and suppliers. CONTRACTOR shall include
all shop drawings and other submittals in its certification.
44.4, CONTRACTOR shall thoroughly review and check the Shop Drawings
and each and every copy shall show this approval thereon.
44.5. If the Shop Drawings show or indicate departures from the Contract
requirements, CONTRACTOR shall make specific mention thereof in its
letter of transmittal. Failure to point out such departures shall not relieve
CONTRACTOR from its responsibility to comply with the Contract
Documents.
44.6. CONSULTANT shall review and approve Shop Drawings within twenty-
one (21) calendar days from the date received, unless said Drawings are
rejected by CONSULTANT for material reasons, CONSULTANT's
approval of Shop Drawings will be general and shall not relieve
CONTRACTOR of responsibility for the accuracy of such Drawings, nor
for the proper fitting and construction of the work, nor for the furnishing of
materials or work required by the Contract Documents and not indicated
on the Drawings. No work called for by Shop Drawings shall be
performed until the said Drawings have been approved by
CONSULTANT. Approval shall not relieve CONTRACTOR from
responsibility for errors or omissions of any sort on the Shop Drawings.
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28106 132
44.7. No approval will be given to partial submittals of Shop Drawings for items
which interconnect and/or are interdependent where necessary to
properly evaluate the design. It is CONTRACTOR's responsibility to
assemble the Shop Drawings for all such interconnecting and/or
interdependent items, check them and then make one submittal to
CONSULTANT along with its comments as to compliance,
noncompliance, or features requiring special attention,
44,8. 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.
44.9. CONTRACTOR shall submit the number of copies required by
CONSULTANT. Resubmissions of Shop Drawings shall be made in the
same quantity until final approval is obtained.
44.10. CONTRACTOR shall keep one set of Shop Drawings marked with
CONSULTANT's approval at the job site at all times.
45. Field Lavout of the Work and Record Drawinas:
45.1, The entire responsibility for establishing and maintaining line and grade in
the field lies with CONTRACTOR. CONTRACTOR shall maintain an
accurate and precise record of the location and elevation of all pipe lines,
conduits, structures, maintenance access structures, handholes, fittings
and the like and shall prepare record or "as-built" drawings of the same
which are sealed by a Professional Surveyor. CONTRACTOR shall
deliver these records in good order to CONSULTANT as the Work is
completed, The cost of all such field layout and recording work is
included in the prices bid for the appropriate items, All record drawings
shall be made on reproducible paper and shall be delivered to
CONSULTANT prior to, and as a condition of, final payment.
45.2. CONTRACTOR shall maintain in a safe place at the Project site one
record copy of all Drawings, Plans, Specifications, Addenda, written
amendments, Change Orders, Field 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 shall be
available at all times to CONSULTANT for reference. Upon Final
Completion of the Project and prior to Final Payment, these record
documents, samples and Shop Drawings shall be delivered to the
Contract Administrator.
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 133
45.3. Prior to, and as a condition precedent to Final Payment, CONTRACTOR
shall submit to CITY, CONTRACTOR's record drawings or as-built
drawings acceptable to CONSULTANT,
46. Safety and Protection:
46.1. CONTRACTOR shall be solely responsible for initiating, maintaining and
supervising all safety precautions and programs in connection with the
Project. CONTRACTOR shall take all necessary precautions for the
safety of, and shall provide the necessary protection to prevent damage,
injury or loss to:
46,1.1. All employees on the work site and other persons who may be
affected thereby;
46.1.2. All the work and all materials or equipment to be incorporated
therein, whether in storage on or off the Project site; and
46,1.3. Other property at the Project 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.
46.2, CONTRACTOR shall comply with all applicable laws, ordinances, rules,
regulations and orders of any public body having jurisdiction for the safety
of persons or property or to protect them from damage, injury or loss; and
shall erect and maintain all necessary safeguards for such safety and
protection, CONTRACTOR 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 46.1.2 and 46.1.3 above,
caused directly or indirectly, in whole or in part, by CONTRACTOR, any
Subcontractor 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
CONTRACTOR. CONTRACTOR's duties and responsibilities for the
safety and protection of the work shall continue until such time as all the
Work is completed and CONSULTANT has issued a notice to CITY and
CONTRACTOR that the Work is acceptable except as otherwise provided
in Article 29 hereof.
46.3. CONTRACTOR shall designate a responsible member of its organization
at the Work site whose duty shall be the prevention of accidents. This
person shall be CONTRACTOR'S superintendent unless otherwise
designated in writing by CONTRACTOR to CITY.
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 134
[X] 47.
Final Bill of Materials:
CONTRACTOR shall be required to submit to CITY and CONSULTANT a final
bill of materials with unit costs for each bid item for supply of materials in place.
This shall be an itemized list of all materials with a unit cost for each material and
the total shall agree with unit costs established for each Contract item. A Final
Certificate for Payment cannot be issued by CONSULTANT until CONTRACTOR
submits the final bill of materials and CONSULTANT verifies the accuracy of the
units of Work.
48. Payment bv CITY for Tests:
Except when otherwise specified in the Contract Documents, the expense of all
tests requested by CONSULTANT shall be borne by CITY and performed by a
testing firm chosen by CONSULTANT. For road construction projects the
procedure for making tests required by CONSULTANT will be in conformance
with the most recent edition of the State of Florida, Department of Transportation
Standard Specifications for Road and Bridge Construction. The cost of any
required test which CONTRACTOR fails shall be paid for by CONTRACTOR.
49. Proiect Siqn:
Any requirements for a project sign shall be as set forth within the Technical
Specifications section.
50. Hurricane Precautions:
50.1. During such periods of time as are designated by the United States
Weather Bureau as being a hurricane warning or alert, the
CONTRACTOR, at no cost to the CITY, shall take all precautions
necessary to secure the Project site in response to all threatened storm
events, regardless of whether the CITY or CONSULTANT has given
notice of same.
50.2. Compliance with any specific hurricane warning or alert precautions will
not constitute additional work.
50.3. Additional work relating to hurricane warning or alert at the Project site
will be addressed by a Change Order in accordance with Section 37,
General Conditions.
50.4. Suspension of the Work caused by a threatened or actual storm event,
regardless of whether the CITY has directed such suspension, will entitle
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 135
the CONTRACTOR to additional Contract Time as noncompensable,
excusable delay, and shall not give rise to a claim for compensable delay.
51. Cleaninq Up; City's Riaht to Clean Up:
CONTRACTOR shall at all times keep the premises free from accumulation of
waste materials or rubbish caused by its operations. At the completion of the
Project, CONTRACTOR 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 CONTRACTOR fails to clean up during the prosecution of
the Work or at the completion of the Work, CITY may do so and the cost thereof
shall be charged to CONTRACTOR. If a dispute arises between CONTRACTOR
and separate contractors as to their responsibility for cleaning up, CITY may
clean up and charge the cost thereof to the contractors responsible therefor as
CONSULTANT shall determine to be just.
52. Removal of Eauipment:
In case of termination of this Contract before completion for any cause whatever,
CONTRACTOR, if notified to do so by CITY, shall promptly remove any part or
all of CONTRACTOR'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 CONTRACTOR.
53. Nondiscrimination. Eaual Emplovment Opportunity. and Americans with
Disabilities Act:
CONTRACTOR shall not unlawfully discriminate against any person in its
operations and activities or in its use or expenditure of funds in fulfilling its
obligations under this Agreement. CONTRACTOR shall affirmatively comply with
all applicable provisions of the Americans with Disabilities Act (ADA) in the
course of providing any services funded by CITY, including Titles I and II of the
ADA (regarding nondiscrimination on the basis of disability), and all applicable
regulations, guidelines, and standards. In addition, CONTRACTOR shall take
affirmative steps to ensure nondiscrimination in employment against disabled
persons.
CONTRACTOR'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 used as a basis for service delivery.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
136
CONTRACTOR shall not engage in or commit any discriminatory practice in
violation of City of Miami Beach Ordinance No 92.2824 in performing any
services pursuant to this Agreement.
54. Project Records:
CITY shall have the right to inspect and copy, at CITY's expense, the books and
records and accounts of CONTRACTOR which relate in any way to the Project,
and to any claim for additional compensation made by CONTRACTOR, and to
conduct an audit of the financial and accounting records of CONTRACTOR
which relate to the Project and to any claim for additional compensation made by
CONTRACTOR. CONTRACTOR shall retain and make available to CITY all
such books and records and accounts, 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, CONTRACTOR shall provide CITY access to its
books and records upon seventy-two (72) hours written notice.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
137
00900. SUPPLEMENTARY SPECIFICATIONS
(Not Applicable)
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
138
00920. ADDITIONAL ARTICLES:
[X] 1.
Prevailinq Wage Rate Ordinance. (Please see attached wage rates)
This Project is not federally funded. City of Miami Beach Ordinance No,
94-2960 provides that in all non-federally funded construction contracts in
excess of one million dollars to which the City of Miami Beach is a party,
the rate of wages and fringe benefits, or cash equivalent, for all laborers,
mechanics and apprentices employed by any contractor or subcontractor
on the work covered by the contract, shall not be less than the prevailing
rate of wages and fringe benefit payments or cash equivalence for similar
skills or classifications of work, as established by the Federal Register, in
the City of Miami Beach, Florida. The provisions of this Ordinance shall
not apply to the following projects:
a. water, except water treatment facilities and lift stations;
b. sewer, except sewage treatment facilities and lift stations;
c. storm drainage;
d. road construction, except bridges or structures requiring
pilings; and
e. beautification projects, which may include resurfacing new
curbs, gutters, pavers, sidewalks, landscaping, new lighting,
bus shelters, bus benches and signage.
[*NOTE: INSERT IF APPLICABLE]
[] 2.
Federal Grant Proiects: (N/A)
2.1. By virtue of the fact that the funding of this Project will be delivered
in full or in part from the United States government through
, federal assurances must
follow the grant application in addition to any and all supervening
assurances set forth in Rules and Regulations published in Federal
Register or CFR.
2.2. Clauses, terms or conditions required by federal grantor agency are
hereby attached and made a part of this Project Manual.
BID NO. 21/06/07 CITY OF MIAMI BEACH
DATE: 12/28/06 139
WAGE RATES:
GENERAL DECISION: FL20030032 12/01/2006 FL32
Date: December 1, 2006
General Decision Number: FL20030032 12/01/2006
State: Florida
Superseded General Decision Number: FL020032
Construction Type: Heavy
Counties: Broward, Collier, Lee, Martin, Miami-Dade, Palm
Beach and St Lucie Counties in Florida.
HEAVY CONSTRUCTION PROJECTS (Excluding Sewer & Water Lines)
Modification Number
o
1
2
3
4
5
6
7
8
9
10
11
12
13
14
CARPI026-002 08/01/2002
Publication Date
06/13/2003
01/23/2004
04/09/2004
OS/28/2004
08/27 /2004
01/28/2005
04/08/2005
08/12/2005
09/23/2005
12/16/2005
04/14/2006
06/02/2006
07/14/2006
09/01/2006
12/01/2006
Rates
Fringes
ELEC0323-001 09/05/1993
Piledriverman. ....... ......... ...$ 20.25
4.70
MARTIN, PALM BEACH, AND ST LUCIE COUNTIES
Rates
Fringes
ELEC0349-002 09/01/2006
Electrician......................$ 15.88
21.5
DADE COUNTY
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
140
Rates
Fringes
Electricians:
Electrical contracts
including materials that
are $2,000,000 and over.....$ 25.46
Electrical contracts
including materials that
are less than $2,000,000....$ 24.00
Electrical contracts:
including-materials that
are less than $2,000,000.. ..$ 23.00
Electricial contracts
including materials that
are over $2,000,000.........$ 26.46
6.05+8
6.05+8
6.05+8%
6.05+8
ELEC0728-001 07/28/2006
BROWARD AND COLLIER COUNTIES
Rates
Fringes
Electrician......................$ 25.46
12-1/2%+$5.60
* ELEC0915-001 12/01/2006
LEE COUNTY
Rates
Fringes
Electrician......................$ 23.17
32%+$0.20
ENGI0487-002 07/01/2006
DADE COUNTY
Rates
Fringes
Power equipment operators:
Backhoes, Bulldozers. ..... ..$ 20.00
Cranes. . . . . . . . . . . . . . . . . . . . . . $ 25.50
Oilers. . . . . . . . . . . . . . . . . . . . . . $ 17.90
7.10
7.10
7.10
ENGI0487-003 07/01/2006
BROWARD, COLLIER, LEE, MARTIN, PALM BEACH, AND ST LUCIE COUNTIES
Rates
Fringes
Power equipment operators:
All Tower Cranes and All
Cranes with boom length
150 ft and over...... .......$ 25.75
Cranes with boom length
less than 150 ft.
7.68
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
141
Backhhoes, and Bulldozers...$ 25.02
Oilers......................$ 20.24
7.68
7.68
PLUM0630-001 07/01/2006
LEE, MARTIN, PALM BEACH, AND ST LUCIE COUNTIES
Rates
Fringes
Pipefitter.......................$ 28.00
7.76
PLUM0725-002 06/30/2006
BROWARD AND DADE COUNTIES
Rates
Fringes
Pipefitter.......................$ 26.60
9.35
SUFL1990-006 01/26/1990
Rates
Fringes
Carpenter. . . . . . . . . . . . . . . . . . . . . . . . $ 12.71
2.71
Cement Mason.....................$ 10.50
Laborer. . . . . . . . . . . . . . . . . . . . . . . . . . $ 5. 72
Power equipment operators:
Loaders.....................$ 11.25
2.55
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
----------------------------------------------------------------
----------------------------------------------------------------
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
( 2 9 C FR 5. 5 ( a ) ( 1 ) ( i i) ) .
In the listing above, the "sun designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
142
be:
*
an existing p~blished wage determination
a survey underlying a wage determination
a Wage and Hour Division letter setting forth a position on
a wage determination matter
a conformance (additional classification and rate) ruling
*
*
*
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
------------------------------------
------------------------------------
END OF GENERAL DECISION
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
143
GENERAL DECISION: FL20030033 FL33
Date: June 13, 2003
General Decision Number: FL20030033
Superseded General Decision No. FL020033
State: Florida
Construction Type:
SEWER AND WATER LINE
County (ies)
BROWARD
COLLIER
DADE
LEE
MARTIN
PALM BEACH
ST LUCIE
SEWER & WATER LINE CONSTRUCTION
Modification Number
o
Publication Date
06/13/2003
COUNTY (ies) :
BROWARD
COLLIER
DADE
LEE
MARTIN
PALM BEACH
ST LUCIE
SUFL2016B 06/01/1989
LABORERS
Rates
7.11
Fringes
PIPELAYERS
9.34
.97
POWER EQUIPMENT OPERATORS:
BACKHOE
LOADER
11.04
10.17
.88
TRUCK DRIVERS
7.00
.45
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
( 2 9 C FR 5. 5 (a) (1) (ii) ) .
In the listing above, the "SU" designation means that rates
listed under that identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
BID NO. 21/06/07
DA TE: 12/28/06
CITY OF MIAMI BEACH
144
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter settlng forth a
position on a wage determination matter
* a conformance (additional classification and rate)
ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the Branch
of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage payment
data, project description, area practice material, etc.) that the
requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative Review
Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
145
00922. STATEMENT OF COMPLIANCE
(PREVAILING WAGE RATE ORDINANCE NO. 94-2960
No.
Project Title
Contract No.
The undersigned CONTRACTOR hereby swears under penalty of perjury that, during
the period covered by the application for payment to which this statement is attached,
all mechanics, laborers, and apprentices, employed or working on the site of the
Project, have been paid at wage rates, and that the wage rates of payments,
contributions, or costs for fringe benefits have not been less than those required by City
of Miami Beach Ordinance No. 94-2960 and the applicable conditions of the Contract.
The foregoing instrument was acknowledged before me this
,20_, by
personally known to me or who has produced
identification and who did/did not take an oath.
day of
who is
as
WITNESS my hand and official seal, this
day of
,20_
(NOTARY SEAL)
(Signature of person taking acknowledgment)
(Name of officer taking acknowledgment)
(typed, printed or stamped)
(Title or rank)
(Serial number, if any)
My commission expires:
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
146
00923. STATEMENT OF COMPLIANCE
(DAVIS BACON ACT)
No.
Contract No.
ProjectTitle
The undersigned CONTRACTOR hereby swears under penalty of perjury that, during
the period covered by the application for payment to which this statement is attached,
all mechanics, laborers, and apprentices, employed or working on the site of the
Project, have been paid at wage rates, and that the wage rates of payments,
contributions, or costs for fringe benefits have not been less than those required by the
Davis Bacon Act and the applicable conditions of the Contract.
Dated
,20_
Contractor
By:
By:
(Signature)
(Print Name and Title)
STATE OF
)
) SS
)
COUNTY OF
The foregoing instrument was acknowledged before me this
, 20_, by
personally known to me or who has produced
identification and who did/did not take an oath.
WITNESS my hand and official seal, this day of
day of
who is
as
,20_.
(NOTARY SEAL)
(Signature of person taking acknowledgment)
(Name of officer taking acknowledgment)
(typed, printed or stamped)
(Title or rank)
(Serial number, if any)
My commission expires:
BID NO. 21/06/07
DA TE: 12/28/06
CITY OF MIAMI BEACH
147
00925. CERTIFICATE OF SUBSTANTIAL COMPLETION:
PROJECT:
(name, address)
CONSUL TANT:
BID/CONTRACT NUMBER:
TO (CITY):
CONTRACTOR:
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 CONTRACTOR
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.
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
148
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 CONTRACTOR 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.
CONSULTANT
BY
DATE
In accordance with Section 2.2 of the Contract, CONTRACTOR will complete or correct
the work on the list of items attached hereto within from the
above Date of Substantial Completion.
CONSUL TANT
BY
DATE
CITY, through the Contract Administrator, accepts the Work or portion thereof
designated by CITY as substantially complete and will assume full possession thereof at
(time) on (date).
City of Miami Beach, Florida
By Contract Administrator Date
The responsibilities of CITY and CONTRACTOR for security, maintenance, heat,
utilities, damage to the work and insurance shall be as follows:
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
149
00926. FINAL CERTIFICATE OF PAYMENT:
PROJECT:
(name, address)
CONSUL TANT:
BID/CONTRACT NUMBER:
TO (CITY):
CONTRACTOR:
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.
CONSUL TANT
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
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
150
00930. FORM OF FINAL RECEIPT:
[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 CONTRACTOR 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.
CONTRACTOR hereby indemnifies and releases CITY from all liens and claims
whatsoever arising out of the Contract and Project.
CONTRACTOR 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 certification
regarding payment for work, materials and supplies, CONTRACTOR may submit a
consent of surety to final payment in a form satisfactory to CITY.
CONTRACTOR 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.]
CONTRACTOR
ATTEST:
(Name of Corporation)
By:
(Secretary)
(Signature)
(Corporate Seal)
(Print Name and Title)
_ day of
,20_.
F:\A TTO\AGUR\AGREEM NT\frontend\stdfrm. frtend. fnl.doc
BID NO. 21/06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
151
[If not incorporated sign below.]
WITNESSES:
F:\A TTO\AGUR\AGREEM NT\frontendlstdfrm. frtend. fnl.doc
BID NO. 21/06/07
DATE: 12/28/06
CONTRACTOR
(Name of Firm)
By:
(Signature)
(Print Name and Title)
_ day of
,20_.
CITY OF MIAMI BEACH
152
[X] 00950. PLANS INDEX:
Plans and Technical specifications for this project are available in digital
format at a cost of $10.00; please contact the City of Miami Beach
Procurement Division at 305-673-7490 to secure your CD copy of the Plans
and Technical Specifications for this bid. Company checks accepted, cash;
exact amount only.
Plans and Technical Specifications for the NORMANDY SHORES GOLF
COURSE IMPROVEMENTS has been prepared by:
PROJECT ARCHITECT AND PRIME CONSULTANT
Arthur Hills I Steve Forrest and Associates
7351 West Bancroft, Toledo, Ohio 43615
PUMP HOUSE ARCHITECT
Indigo Service Corporation
3195 SW 3rd Avenue, 2nd Floor
Miami, FI 33129
PUMP HOUSE SUBCONSUL T ANTS
STRUCTURAL ENGINEERS:
Cankat-Essman, Inc.
1900 SW 5ih Avenue, Suite A
Miami, FI 33155
ELECTRICAL/MECHANICAL/FIRE PROTECTION
SDM Consulting Engineers
135 Almeira Avenue
Coral Gables, FI 33134
BID NO: 09-06/07
DATE: 10/12/05
CITY OF MIAMI BEACH
153
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
Contract Documents. (Please see page 158)
BID NO: 09-06/07
DATE: 10/12/05
CITY OF MIAMI BEACH
154
02000. TECHNICAL SPECIFICATIONS:
BID NO. 21-06/07
NORMANDY SHORES GOLF COURSE IMPROVEMENTS
* NOTE: Plans and Technical specifications for this project are available in digital format
at a cost of $10.00; please contact the City of Miami Beach Procurement
Division at 305-673-7490 to secure your CD copy of the Plans and Technical
Specifications for this bid. Company checks accepted, cash; exact amount only.
TABLE OF CONTENTS
Temporary Facilities
Division 1 -- SUPPLEMENTARY GENERAL CONDITIONS
01010 (IRRIGATION PUMP HOUSE) - Summary of Work
01030 (IRRIGATION PUMP HOUSE) - Alternates
01040 -- Coordination of Adjacent and Concurrent Projects and Contractors
01041 (IRRIGATION PUMP HOUSE) - Coordination
01 045 (IRRIGATION PUMP HOUSE) - Cutting and Patching
01310 (IRRIGATION PUMP HOUSE) - Construction Schedule and Attachments 1 and 2
01330 (IRRIGATION PUMP HOUSE) - Request for Information (RFI)
01360 (IRRIGATION PUMP HOUSEO - Working Drawings
01400 (IRRIGATION PUMP HOUSE) - Quality Assurance Requirements
01569 (IRRIGATION PUMP HOUSE) - Construction Cleaning
01600 (IRRIGATION PUMP HOUSE) - Alternates
01640 (IRRIGATION PUMP HOUSE) - Substitutions and Product Options
0171 0 (IRRIGATION PUMP HOUSE) - Final Cleaning
01740-DI - Guarantee - Correction of Defective Items - Warranties and Bonds
Division 2 - SITE WORK
02000 - Site Preparation, Excavation, Filling, and Rough Grading
02011 (IRRIGATION PUMP HOUSE) - Soil Test Data
02011 SB - Soil Boring Report
02110 - Site Clearing
02140 (DRAINGE PUMP STATION) - Dewatering
02200 (IRRIGATION PUMP HOUSE) - Earthwork
02221 (IRRIGATION PUMP HOUSE) - Excavation Backfilling, and Compaction for
Utilities
02222 (DRAINAGE PUMP STATION) - Excavation, Backfilling, and Compaction for
Utilities
02280 (IRRIGATION PUMP HOUSE) - Soil Treatment
02522 (DRAINAGE PUMP STATION) - Well Video Inspection
02581 (DRAINAGE PUMP STATION) - Gravity Storm Drainage Wells
02582 (DRAINAGE PUMP STATION) - Pressure Storm Drainage Wells
02582 (DRAINAGE PUMP STATION) - Log
02610 (DRAINAGE PUMP STATION) - Pipes and Pipe Fittings - Buried
02630 - Drainage Installations
02678 (DRAINAGE PUMP STATION) - Well Development
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
155
02689 (DRAINAGE PUMP STATION) - Well Performance
02689 Supplements
02721 (DRAINAGE PUMP STATION) - Catch Basins, Manholes, Stormwater structures,
and Inlets
02724 (DRAINAGE PUMP STATION) - Storm Piping (HDPE)
02750 - Cart Paths
02810- Irrigation
02900 - Bunkers and Tees
02930 - Green Construction
02980 - Topsoil Replacement, Finish Grading, Fertilizing, Grassing and Sodding
Division 3 - CONCRETE
03000 (IRRIGATION PUMP HOUSE) - Concrete Production
03100 (IRRIGATION PUMP HOUSE) - Concrete Formwork
03200 (IRRIGATION PUMP HOUSE) - Concrete Reinforcing
03300 (IRRIGATION PUMP HOUSE) - Concrete Placing
03400 (IRRIGATION PUMP HOUSE) - Concrete Finishing
03600 (IRRIGATION PUMP HOUSE) - Grout
Division 4 - MASONRY
04100 (IRRIGATION PUMP HOUSE) - Mortar
04150 (IRRIGATION PUMP HOUSE) - Masonry Accessories
04230 (IRRIGATION PUMP HOUSE) - Reinforce Grouted Concrete Masonry
Division 5 - METALS
05120 (IRRIGATION PUMP HOUSE) - Structural Steel
05500 (IRRIGATION PUMP HOUSE) - Metal Fabrications
Division 7 - THERMAL AND MOISTURE PROTECTION
07200 (IRRIGATION PUMP HOUSE) - Insulation
07525 (IRRIGATION PUMP HOUSE) - SBS Modified Bitumen Capped Asphalt Built-Up
Roofing
07620 (IRRIGATION PUMP HOUSE) - Roofing Sheet Metal and Flashing
07900 (IRRIGATION PUMP HOUSE) - Sealants and Caulking
Division 8 - DOORS AND WINDOWS
08110 (IRRIGATION PUMP HOUSE) - Steel Doors and Frames
0871 0 (IRRIGATION PUMP HOUSE) - Finish Hardware
Division 9 - FINISHES
09221 (IRRIGATION PUMP HOUSE) - Stucco and Cement Plaster
09900 (IRRIGATION PUMP HOUSE) - Painting
Division 10- SPECIALTIES
10440 (IRRIGATION PUMP HOUSE) - Signs
1 0522 (IRRIGATION PUMP HOUSE) - Fire Extinguishers and Cabinets
Division 11 -- EQUIPMENT
11100 - Accessible Golf Carts
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
156
11305 (DRAI NAGE PUMP STATION) - Storm Water Submersible Centrifugal Pumps
11305 Supplement - Pump Data Sheet
Division 15 - MECHANICAL
15000 (DRAINAGE PUMP STATION) - Piping, General
15010 (IRRIGATION PUMP HOUSE) - Basic Mechanical Requirements
15030 (IRRIGATION PUMP HOUSE) - Electrical Requirements for Mechanical
Equipment
15050 (IRRIGATION PUMP HOUSE) - Basic Mechanical Materials and Methods
15060-00 (DRAINAGE PUMP STATION) - Plant Piping General
15060-02 (DRAINAGE PUMP STATION) - Cement Lined Ductile Iron Pipe and Fittings
15060-13 (DRAINAGE PUMP STATION) - Stainless Steel Pipe and Fittings
15060-14 (DRAINAGE PUMP STATION) - Polyvinyl Chloride (PVC) Pipe and Fittings
15060-17 (DRAINAGE PUMP STATION) - Copper and Copper Alloy Pipe, Tubing, and
Fittings
15100 (DRAINAGE PUMP STATION) - Valves, General
15140 (IRRIGATION PUMP HOUSE) - Supports and Anchors
15190 (IRRIGATION PUMP HOUSE) - Mechanical Identification
15870 (IRRIGATION PUMP HOUSE) - Power and Gravity Ventilators
15990 (IRRIGATION PUMP HOUSE) - Testing, Adjusting, and Balancing
Division 16 - ELECTRICAL
10005 (DRAINAG PUMP STATION) - Electrical
16010 (IRRIGATION PUMP HOUSE) - Basic Electrical Requirements
16050 (IRRIGATION PUMP HOUSE) - Basic Electrical Materials and Methods
16120 (IRRIGATION PUMP HOUSE) - Wire and Cable
16135 (IRRIGATION PUMP HOUSE) - Electrical Boxes and Fittings
16142 (IRRIGATION PUMP HOUSE) - Electrical Connections for Equipment
16143 (IRRIGATION PUMP HOUSE) - Wiring Devices
16170 (IRRIGATION PUMP HOUSE) - Circuit and Motor Disconnects
16190 (IRRIGATION PUMP HOUSE) - Supporting Devices
16195 (IRRIGATION PUMP HOUSE) - Electrical Identification
16402 (IRRIGATION PUMP HOUSE) - Electrical Site Utilities
16430 (IRRIGATION PUMP HOUSE) - Metering and Sub-Metering
16452 (IRRIGATION PUMP HOUSE) - Grounding
16470 (IRRIGATION PUMP HOUSE) - Panelboards
16477 (IRRIGATION PUMP HOUSE) - Fuses
16515 (IRRIGATION PUMP HOUSE) - Interior Lighting Fixtures
16650 (IRRIGATION PUMP HOUSE) - Temporary Wiring System
END OF TABLE OF CONTENTS
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
157
04000. ACKNOWLEDGEMENT OF ADDENDA
Invitation for Bid No. 21-06/07
NORMANDY SHORES GOLF COURSE IMPROVEMENTS
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 January 19, 2007
Addendum No.2, Dated January 25, 2007
Addendum No.3, Dated February 7, 2007
Addendum No.4, Dated February 9, 2007
Addendum No.5, Dated February 14, 2007
Part II:
No addendum was received in connection with this Bid.
Verified with Procurement staff
Name of Staff
Date
Bidders- Name
Date
Signature
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
158
05000.
CUSTOMER REFERENCE LISTING
BID NO. 21-06/07
NORMANDY SHORES GOLF COURSE IMPROVEMENTS
CUSTOMER REFERENCE LISTING (3 PROJECTS)
Related Project Experience: (Minimum Requirements)
Contractor must be a Certified Member of the Golf Course Builders Association of
America. Thev must establish that they have been in the aolf course construction
business for at least five years under their current name. and have completed
construction of 18 holes of aolf course. or the equivalent. per year for each of the
past five years under the direction of an architect. Provide references from
individuals in five of the followina seven cateaories: course owner/developer. aolf
course architect. enaineer. irriaation desianer. aolf course superintendent.
municipality. and/or certified aolf course builder.
BID NO: 21-06/07
DA TE: 12/28/06
CITY OF MIAMI BEACH
159
The City reserves the right to request from the bidder, clarification or omitted information in reference to
this form. The bidder must submit the documentation within three (3) calendar days upon request from
the City, or the bid shall be deemed non-responsive.
SAMPLE Proiect
COURSE OWNER/DEVELOPER: The Country Club of Florida
GOLF COURSE ARCHITECT: Lester George Golf Design
ENGINEER:
IRRIGATION DESIGNER:
Mike Pignato
GOLF COURSE SUPERINTENDENT:
Jeff Klont~
MUNICIPALITY: No
CERTIFIED GOLF COURSE BUILDER: Q G S Development, Inc.
SPECIAL FEATURES OF THE PROJECT: complete rebuild
of 18 holes with new 18 irrigation system and 92 acres of sod
*ATTACH ADDITIONAL SHEETS IF NECESSARY.
BID NO: 21-06/07
DATE: 12/28/06
CITY OF MIAMI BEACH
160
Amended page 160, Addendum #2
Q G S Development, Inc.
February 14,2007
Charlie Cangianelli
MUNICIPALITY: Yes
CERTIFIED GOLF COURSE BUILDER: Q G S Development, Inc.
SPECIAL FEATURES OF THE PROJECT: 18 Hole rebuild,
a Signature Nicklaus Design, construction complete in 130 days
*ATTACH ADDITIONAL SHEETS IF NECESSARY*
BID NO: 21-06/07
DATE: 12/28/06
Q G S Development, Inc.
CITY OF MIAMI BEACH
161
Amended page 161, Addendum #2
February 14,2007
MUNICIPALITY: No
CERTIFIED GOLF COURSE BUILDER: Q G S Development, Inc.
SPECIAL FEATURES OF THE PROJECT: 18 Hole renovation
tees - greens -fairways all planted in seadwarf Pespallum
*ATTACH ADDITIONAL SHEETS IF NECESSARY*
BID NO: 21-06/07
DATE: 12/28/06
Q G S Development, Inc.
CITY OF MIAMI BEACH
162
Amended page 162, Addendum #2
February 14,2007
06000.
SUB-CONTRACTOR LISTING INFORMATION
BID NO. 21-06/07
NORMANDY SHORES GOLF COURSE IMPROVEMENTS
SUB-CONTRACTORS PROVIDING SERVICES TO THE PROJECT
Name of Subcontractor Work to be performed , % of Work to be
.
performed
(Telephone and fax no.)
Name: J Emory Bobcat Tree and Cartpath disposal
Tel:
Fax:
Name: Quality Turf Sod & Sprigging
Tel: 813-634-3326
Fax: 813-642-0646
Name: Advanced Paving Asphalt
Tel: 863-357-6200
Fax:
Name: Community Tree Ser. Clearing
Tel: 561-533-0183
Fax:
Name: Golf Turf Application Basamid Fumigation
Tel: 239-643-5677
Fax:
Name: Purdy Construction Pump House
Tel: 561-655-6662
Fax:
Name: Jaffer Wells Injection Wells
Tel: 305-576-7363
Fax:
Attach additional forms if necessary)
BID NO: 21-06/07
DATE: 12/28/06
Q G S Development, Inc.
CITY OF MIAMI BEACH
166
February 14,2007