Loading...
R2ARza- ~/~~/~~ :~ M ~r REN®VATION AN® RESTORATION OF THE HISTORICAL FIRE STATION NO. 2 AND HOSE T01P1iER ITR #26-63~/ ~ ~~C~ ~~ERl~HG..1~~~ ~, ~~74} Est 3 p.~. Thee Ccarrasco, Ph.D., Frarurement C'aordinarar PROCUREME('*1T DIVISION 1700 Convention Center Drive, Niicrmi t3each, FIr 33139 www.rn iamibea~h~l.gov ~~~~ ~: .r COMMISSION 1TE/v1 SUMMARY Condensed Title: ' Request for Approval to Award a Contract, Pursuant to "Invitation to .Bid No. 26-09/10, for the Renovation and , Restoration of the Historical Fire Station No. 2 and Hose Tower, Authorizing the Mayor and. City Glerk to Execute an ~~ Agreement with Edgewater Construction Group,- Inc., at the Not-to-Exceed Amount of $1,627,762.74, for-the Construction of the Project, Plus Approve a Project Contingency in the Amount of $325,552.55 for a Grand Total of. - $1,953,315.29 from ..Funds Previously Appropriated in the.Capital Budget; Further Authorizing the Administration to En a e in Value En ineerin to Further Reduce the Cast and Time for Com letion of Said Pro'ect. Ke Intended Outcome Su ooted: Cnc„ro~ererl_mnintainarl infractn~rtura - Su ortin .Data 5urve s, environmentar scan, etc. - The 2009 Community Satisfaction Survey noted that 75.7% of Mid-Beach & Islands respondents reported the effort - put forth by the City of Miami. Beach on historic preservation is "about the right amount", compared to 77:1% for all res ondents Ci ide. . lssuec Shall the Ci Commission a rove the award of the contract? Item Summa /Recommendation:. The project consists of-the substantial renovation and restoration of Fire Station 2, and the conversion of the building from a fire apparatus and dormitory facility to administrative offices for the Miami Beach Fire Department. The existing 11,000 sq. ft. structure was a Public Works Administration project constructed in 1939, and designated a Miami Beach Historic Site ih 1999. It consists of a larger two story center building, with smaller two story flanking structures to the north and south and infill connecting wings. r' The intent is to renovate and preserve the exterior of the building, and largely return it to the: original design.' Approximately 4,000 sq. ft. of infill additions between the center portion and flanking sides are to tie removed to return the.building to its original footprint. The'original connecting wings are to be reconstructed with a second story addition, as required by current accessibility code;.two enclosed second floor deck spaces will be removed; the enclosed oval entry portico will be un-enclosed and restored,, the original 72 foot high hose tower will be structurally repaired and " . restored, and. the exterior shell ofthe~building will be returned to its original design. Upon completion of the interviews, the TRP discussed their individual perceptions of each prospective bidder's - qualifications, experience, and competence to score and rank the firms accordingly. Edgewater Construction Group,.- Inc. received four of five first-place votesfor contract award. ' Edgewater Construction Group, Inc. has over ten years experience in all aspects of historic buildings and in the design ~~~ of new buildings in historic areas. Recent. historigl restorationlrenovation projects include the Betsy Ross Hotel, the Webster, the Traymore Hotel, the St. Augustine Hotel, David's Cafe, Royalton Apartments, and Casa Tua Hotel. . The Special Assistant to The City Manager had an opportunity to observe the Panel's evaluation, review, and ultimate selection of the chosen bidder, Edgewater Cgnstruction Group, Inc. In his opinion, $1,627,762.74 represents a fair and reasonable fee for the service being. provided to the City of Miami Beach. The Administration recommends the award of contract to Edgewater Construction Group, Inc. as the lowest .and best responsive bidder, pursuant to Invitation to Bid 26-09110, for the renovation and restoration of Fire Station No. 2 and Hose Tower, based,. on a total not-to-exceed lump sum of $1,627,762.74; plus approve a project contingency in the amount of $325,552.55 for a grand total of $1,953,315.29 from funds previously appropriated in the Capital Budget, further authorizing the . Administration to engage in value engineering to further reduce the cost and time for completioh of said project. ._~ .-t----~:_... Source of Amount Account A roved Funds: 1 : $742,107.31 375-2146-069357 -1999 Series G.O. Bond funds for Fire Safe Im rovements OlgPl 2 $493,498.00 378-2146-069357 -1999 Series G.O.. Bond funds for Fire Safety Im rovements 3 $277,263.00 378-2146-069358 - 1999 Series G.O. Bond funds for Fire Safe Im rovements 4 $144,785.49 304-2146-069357 - Ca ital~Reserve 5 $142,871.94 303-2146-069357 -Grant Funded Ca ital Pro'ects ' _ 6 $104 500.00 302-2667-069357 - Pa -as-You-Go 7 $48,289.55 304-2146-000356- Ca ital Reserve Total $1,953,315.23 Ci Clerk's Office Legislative Humberto Cabanas Ext. 4105 Sign-Offs:. it ~ e ~~ De artment Dir c r S ecial Asst to the CIIRIAsst it nnana E GL CC EM JGG PDW ''` F T:IAGENDA12010Wu1 4U2egularllTB-26-D9-10 -Fire Station 2 Renov on - Summ 393 AGS~IDta THfl~ ~~~ - ®/ATS ~^~l/-/~ ~~ .. MIAMI~EAC City o~ PAiami Beath, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM To: Mayor Matti Herrera Bower and Members of the. City Commission . FROM: Jorge M. Gonzalez, City Manager DATE: -July 14, 2010 ~ ` SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT, PURSUANT TO ` INV6TATION TO.BID NO. 26-09/10, FOR THE RENOVATION AND RESTORATION OF THE HISTORICAL FIRE STATION NO. 2 AND HOSE TOWER, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EDGEWATER CONSTRUCTION GROUP, INC.; AT THE NOT-TO-EXCEED AMOUNT OF $1,627;762.74, .FOR THE CONSTRUCTION OF THE PROJECT, .PLUS APPROVE A PROJECT CONTINGENCY. IN THE .AMOUNT OF $325,552.55 FOR A .GRAND TOTAL OF $1,953,315.29 FROM FUNDS PREVIOUSLY APPROPRIATED IN THE - - CAPITAL. BUDGET; FURTHER AUTHORIZING THE ADMINISTRATION TO ENGAGE IN VALUE ENGINEERING TO FURTHER REDUCE THE COST .AND TIME FOR COMPLETION OF SAID PROJECT. `~ A®MINISTRATION RECOMMENDATION Approve the award~of contract. - . KEY INTENDED OUTCOMES SUPPORTED Ensure well-maintained facilities. FUNDING .. Funding. in the arnounf of $1,953,315.29 has been previously appropriated in the Capital Budget for the Project as follovus: Construction: ~ ~ . $742,107.31 375-2146-069357 - 1999 Series G.O. Bond funds for Fire Safety Improvements.. $493,498.00 378-2146-069357 - 1999 Series G.O. Bond funds for Fire Safety Improvements $144,785.49 304-2146-069357 -Capital Reserve ' $142,871..94 303-2146-069357 -Grant .Funded Capital Projects $104 500 00 302-2667-069357 - Pay-as-You-Go . $1,527,762.74 Total . Contingency: $277,263.00 378-2146-069358 - 1999 Series G.O. Bond funds for Fire Safety Improvements - • $48 289 55 304-2.146-000356 -Capital Reserve $325,552:55 Total !~ . . Commission Memorandum - ITB-26-09/10 -Renovation/Restoration of Fire Station No. 2 July.44, 2010 J ~~ Page 2 of 5 .. . ANALYSIS The project .consists of the substantial renovation and restoration of Fire Station 2, and the " ` conversion of the building from a fire apparatus and dormitory facility to administrative offices for . the -Miami Beach Fire Department. The existing 11,000 sq. ft. structure was a Public Works ' . Administration project~constructed in 1939, and designated a Miami Beach Historic Site in 1999. ° ~ If consists of a larger two story center building, with smaller two story flanking structures to the ~ _ north and south and infill connecting wings. The .intent is to renovate: and preserve the. exterior of the building, and largely return it to the . original design., Approximately 4,000 sq. ft. of infill additions between the 'center' portion and flanking sides are to be removed fo return the building to, its original footprint.....The original " ~ connecting wings are to be reconstructed with a second story addition,.. as required by current - accessibility code; two enclosed second floor deck spaces will be removed; the enclosed. oval entry portico will be un-enclosed- and restored, the .original 72 foot high hose tower wil( be .structurally repaired .and .restored, and the exterior shell of the building will be returned to its . ~ 'original design. . ' The goal is to retain and repair all exterior finishes, as possible, and to replicate original features ° ~ previously removed including a 50' long louveredsunscreen on the second floor and window shutters. Windows and doors wilt be replaced in their,original locations with required hurricane - impact units similar to the original single hung or casement windows. The five original fire truck. doors, previously replaced. or in-filled will be replicated.. with 'either a metal grid and glass " storefront system or solid panels to emulate the original design. The exterior is largely brick _. facing which will be retained and repaired as required.. The roof will be replaced. An existing skylight in the_center portion will be uncovered and restored. The current condition of the interior requires replacement of all mechanical,. electrical and : plumbing components; and the addition of a fire sprinkler system. In addition,. the re-use of the building, as~ administrative offices requires recohfiguration of the existing plan. Generally, all interior partitions will be replaced. Finishes will kie retained as possible, or replaced to match or tie sympathetic to those which originally existed. The, intent is for the interior floor plan to be . reminiscent. of what was ; original, modified for current code and . ~new programmatic .:requirements. SG®PB ®F SBfaVI~ES - The work comprises .the construction of the ~ renovations, remodeling and.: additions to the historical fire Station #2 and Hose Tower: The work will include, but not"be limited to, site preparation, utilities, drainage systems, partial restoration, renovation and, addition to existing facilities, planting, irrigation and miscellaneous site improvements in accordance with project. documents and City guidelines. Summary of Base Bid Work: ° ~ The' work includes underground utilities, earthwork, paving, landscaping, concrete .piles foundation. system, reinforced. concrete; building structure, concrete masonry, and brick, veneer. ° ~._ :..395 Commission Memorandum -ITB-26-09/10 - Renovation/Restorafion of Fire Station No. 2 :° ~ July 14, 2010 Page3of5 ° S The work. includes partial demolition• and .structural repair to existing structure. Contractor must assume the maintenance, risk, liability and-cost for all shoring in•place to be paid directly to shoring company. ' The work includes wa#erproofing, insulation, built-up .roofing, sheet metal flashing. and roof accessories, firestop systems and }oint sealants. ® The work includes steel doors and' frames, wood doors, access doors, insulated translucent polycarbonate skylight, aluminum entrances and storefronts, aluminum . frames with-hurricane impact glass windows, finish hardware and glazing. . ® The work includes plastering, gypsum board assemblies, brick veneer patching and/or replacement, ceramic and quarry tile, terrazzo, carpet and painting. , ® The work includes heating, ventilating and' air conditioning systems, plumbing. and fire _ ~ : ~ sprinkler systems, electrical systems, and fire alarm systems. " B!D PROCESS • ' ~ ITB No. 26-09/10 was issued on April 29, 2010, with an opening date of June 8, 2010. The .pre- bid conference was held on May 4, 2010. During the pre-bid conference, prospective bidders .. were instructed on the procurement .process- and the information their respective proposals. . ~ ~•should contain. Facility walk-throughs were also held on May 12, 2010, and May 20, 2010. Bidsync issued bid notices to 2,954 .prospective .bidders which, resulted in the receipt of the .following fifteen (15) bids: ` ~ ABC Construction; Inc. '~ . ® Boran Craig Barber Engel Construction Company, Inc. . ` Carivon Construction Company ® Design Build InterAmerican, lnc. • .. DING & Associates - • ~ Edgewater Construction Group, Inc. ~. ° Florida Construction -and Engineering, Iric. ® Grace & Naeem Uddin, Inc. . . ~ H.A. Contracting, Corp. - ' • ~ JCI international, Inc. ~ ' . ®' Marketplace Designers, L-LC • ~ Merkury Development t ® Team Contracting, Inc. Thornton Construction Company, lnc.. • ~ . ~ West Construction,. Inc. ' Through the Procurement Division's review of each bid.for responsiveness, there were five (5) bidders disqualified or deemed, nonresponsive to the ITB'. Boran Craig Barber Engel Construction Company, Inc. and. Marketplace Designers, LLC, the second and thirteenth lowest bidders at $1.,803,480.00 and $2,274,736.07 respectively, were disqualified for failing to meet . ~ the minimum 30% of work the prime contractor must self-perform. Carivon Construction Company and Grace & Naeem Uddin, -Inc., the sixth and ninth7lowest bidders at $2,029,407.13 and $2,135,825.00 respectively; were' disqualified for failing to respond to the City's request for additional information within: the deadline. provided. DWG & Associates, the fourth lowest bidder at $1,989,144:00, •was disqualified -for failing fo provide a valid .Florida General Contractor license. for at least. five (5) years as noted in the iTB's minimum requirements. " . • ~. 396 IComrnission Memorandum -ITB-26-09/10 -Renovation/Restorafion of Fire Station Na 2 -~ July 14, 2010 Page 3 of 5 r - The. work includes partial demolition .and structural repair- to existing structure. "Contractor must assume the maintenance, risk, liability and cost-for all-shoring in place to be paid directly to shoring company. ®` The work includes waterproofing, .insulation, built-up roofing, sheet metal flashing and roof accessories, firestop systems and joint sealants. " ~ The work includes steel doors and frames, wood doors, .access doors, insulated translucent polycarbonate skylight, aluminum entrances and storefronts, aluminum frames with hurricane impact glass windows, finish .hardware and glazing. - The work includes plastering, gypsum board assemblies; brick veneer patching and/or replacement, ceramic and quarry tile, terrazzo, carpet and painting. ® The work includes heating, ventilating. and air conditioning systems, plumbing and fire sprinkler systems, .electrical systems; and fire alarm, systems. BID PROCESS . .. " ITB No. 26-09/10 was issued on April 29, 2010, with an opening date of June 8, 2010. The pre- bid conference was held-on May 4; 2010. During the pre-bide conference, prospective bidders were instructed on the procurement. process and the information .their respective proposals should contain. Facility walk-throughs were also held on May 12, 2010; and May 20, 2010. Bidsyno issued bid notices to 2,954 prospective bidders which resulted in the receipt of the , following fifteen (15) bids: ~ w ® ABC Construction, Inc. Boran Craig Barber Engel Construction Company, Inc. ~ - ®. Carivon Construction Company ® Design., Build InterAmerican, Inc. DWG & Associates ~ ~ Edgewater Construction Group, Inca ` ~ Florida Construction and Engineering; Inc. ° Grace.& Naeem Uddin; incr. , ~ H.A. Contracting, Corp. JCI International, Inc. Marketplace Designers, LLC Merkury Development .Team Contracting, Inc. Thornton Construction Company, Inc: ` ~ West Construction, Inc. Through the Procurement Division's review of each f,id for responsiveness, there were five (5) bidders disqualified or deemed nonresponsive to ° the ITB.. Boran .Craig Barber Engel " Construction Company, Inc. and Marketplace Designers, LLC, the second and thirteenth lowest bidders at $1;803,480.00 and' $2,274,736.07 respectively, were disqualified for failing to meet the minimum 30% of work the prime contractor must self-perform. Carivon Construction - Company and Grace &Naeem Uddin, .Inc., the sixth and ninth lowest bidders at $2;029,407.13 and $2,135,825.0,0 respectively, were disqualified for failing to respond to the City's request for additional information within the deadline provided.- DWG & Associates, the fourth lowest bidder at $1;989;144.00, was disqualified for failing to provide. a valid. Florida General, Contractor license for at least five (5) years as noted in the ITB's minimum requirements. . .. 39.6 Commission flAemorandum - ITB-26-09/10 = Renovation/Resforation of Fire Station No. 2 July 14, 2010 ~" ,, Page, 4 of 5 As a result, the .following table provides the proposed lump sum bid prices of the ten (10) responsive bids: Com ara 'Total Base Rid Ed ewater Construction Grou ,Inc. $1,627,762.74 JCI International, Inc. ~ $1,930,458.00 Desi n Build InterAmerican, Inc. $1,995,195.92 Thornton Construction Com an ,Inc. $2,050,786.23. H.A. Contractin Co $2,107,922.85 Florida Construction and En ineerin ,Inc: $2,139,1.76.63 West Construction, Inc. $2;240,620.00 ABC Construction,.lnc. $2,251,426.54 _ " Team Contractin , lnc. _ $2;390;675.00 Merku Develo ment $2,510,025.00 • - The Technical Review Panel (TRP} consisted of the following individuals: • Humberto Cabanas, Capital Project Coordinator, CIP Office " William Cary, Assistant Director, Planning Department ® Grace Escalante, Acting Assistant Director, CIP Offce" ' '~ ® Javier Otero, Assistant Fire Chief, fire Department ® Aaron Sinnes, Senior Capital Project Coordinator; CIP Office,.. . Dn June 22, 2010, the TRP convened to shortlist bidders based on the following criteria: " ~ 60 Pints e Grand.Total~Base Bid Amount. • • ~ „ 10 P®ints m Risk Assessment Plan/Value Added Submittals " g 5'Poirats m Past performance evaluation surveys ' ~ As a result of the shortlisting process, the TRP invited the following companies for interviews: • ~ Design Build InterAmerican, lnc. ' . ' w "Edgewater Construction Group, Inc. H.A. Contracting, Corp. ~ • JCI International, Inc. " ~ ~ ' '~ Thornton Construction Company, Inc. On June 28, 2010, the TRP reconvened to interview the shortlisted bidders based on the ' following criteria:" . " • ~ ~ 25 Pcz6rats ~ Presentation and interview of key personnel Upon completion of the interviews, the TRP discussed their individual perceptions of each . prospective bidder's qualifications, experience, and competence to score and rank the firms ...accordingly. Edgewater -.Construction Group, Inc. received four of five first-place votes for contract award as noted below: 397 " . .° Commission Memorandum =.1T8-26-09/10 -Renovation/Restoration of Fire Station No: 2 July 14, 2010 Page 5 of 5 ITB.26-t)9/'I0 - TRP Sco~in Cabanas Ca . Escalante Qtere Sinner ' Tatal Ed ewater Construction Grou ,Inc 93 1 91:1 91 1 86 4 96 1 457 Thornton Construction Com an ,Inc. 92 2 77 2 75 3 ~ 95 3 95 2 434 ' JCI "International, Inc. 82 3 71 3 81 2 98 1 92 3 424 H.A. Contractin Cor 76 5 61 5 73 4 96 2 87 5 393 Desi n Build InterAmerican, Inc. 77 4 71 3 62 5 85 5 90 4 385 Edgewater Construction Group, Inc. ' Edgewater Construction Group, Inc. has over ten (10) years experience in all aspects of historic buildings, "towns, and in the design "of new buildings in historic areas. Recent historical f restorationlrenovation projects include the Betsy Ross Hotel, the Webster, the Traymore Hotel, .," the St. Augustine Hotel, David's Cafe, Royalton Apartments, and Casa Tua Hotel - C[TY iU9Af~AGER'S REVIEVN - The Special Assistant to the City Manager had an.opportunity to observe the TRP Technical Review PanePs evaluation, review, and ultimate" selection of the chosen bidder, -Edgewater _' ~ Construction Group, Inca In his opinion, $1,627,762.74 represents a fair and reasonable fee for . - i the service being provided to the City of Miami Beach: `" , `~ ~ After considering the review and recommendation of City staff, the City Manager exercised his due diligence and carefully considered the specifics of this ITB process. As a result, .the City - Manager recommends to the Mayor and City ~Commissiori to award the contract to Edgewater Construction Group,. Inc: C®NCLIiSI®N „ ' ~ 1t should be noted that the City's regular process of considering the price for projects and its . " standard process for bidding construction projects has-resulted in a pricethat is reflective of the ~, current market. At present, it appears that the market is very competitive and that the City will,. continue to re_ ceive bids that are lower than those received in the past year or so. The public • procurement process, which- is an open, competitive, and transparent process, has again served ".. the. City, as it has in the .past, resulting in a competitive price. $872,,237.26 below the estimated $2,500,000 budget stated in the ITB. . -Therefore, the Administration recommends the award of the contract to Edgewater Construction Group, Inca as the lowest and best responsive bidder, pursuant to ,Invitation to Bid 26-09/10, for the .renovation and restoration of Fire Station. No. 2 and Hose Tower, based on a total not-to- exceed lump sum of $1;627,762.24; plus approve a project contingency . in the amount of $325,552.55 for a grand total of $1,953,315.29 from funds previously appropriated in the Capital Budget,.further authorizing the Administration to engage in value engineering to further reduce • -the cost and time for completion of said project. . T:\AGENDA\2010\July 14\Regular\ITB 26-09-10 -Fire Station. 2Renovation - MEMO.docx • . ~ . ~ R2~ • _00600. CONTRACT': ~~ • ~ CONTRACT THIS IS A CONTRACT, by and between the .City of .Miami Beach, a .political ~~Iy~ID subdivision of the. State of Florida, hereinafter referred to as City, and EDGEWATER CONSTRUCTION GROUP, INC., hereinafter referred to:as Contractor . W I T N E S S E 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.. T,wo {2) Notices to Proceed will be issued for this Contract. Contractor shall commencescheduling 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 Ito 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. . 2.2 Time is of the essence throughout this Contract. This project -shall be substantially completed within three' hundred and ninety-five (395) 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 Corisultant as-the date of Substantial Completion. •` • . ,i ~ - , • ~ CITYOF MIAMI BEACH BFD NO: 26-09/10 , . ~ 71 ' DATE: June. 1, 2010 f 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 four hundred dollars ($1,400.00) 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 four hundred dollars ($1,400.00) 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. ~' 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 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. CITYOF MIAMI BEACH BID NO: 26-09/10 72 DATE: June 1, 2010 • 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., theaotal 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 alf 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 4.1Contractor may make Application for .Payment for work completed during the Project et 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 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. BID NO: 26-09/10 CITYOF MIAMI BEACH 73 DATE: June 1, 2010 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 shalt be made in whole or in part. 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 alt other indebtedness corinected 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 shalt 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. " BID NO: 2fr09/10 CITYOF MIAMI BEACH 74 DATE: June 1, 2010 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. 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- Entity 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 Partv Beneficiaries Neither Contractor nor City intends 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. BID NO: 26-09/10 CITYOF MIAMI BEACH v 75 DATE: June 1, 2010 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. 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 331'39 Attn:. Gus Logez, Procurement Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Mr. Ulysses Vasquez, President Edgewater Construction Group, Inc. 1510 N.W. 79t Avenue Miami, Florida 33126 6.7 Assignment 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: 26-09/10 CITYOF MIAMI BEACH 76 DATE: June 1, 2010 6:8 Materiality 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. 6.1'2 .Prior Agreements 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 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. .BID NO: 26-09/10 CITYOF MIAMI BEACH 77 DATE: June 1, 2010 IN WITNESS WHEREOF, the parties have set their hands and seals the day and ~, ~ 1 year first above written. ATTEST: THE CITY OF MIAMI BEACH ~ ~ l~l < ity Clerk VI[;e- r Contractor MUST EXECUTE THIS CONTRACT AS INDICATED BELOW. USE CORPORATION OR NONCORPORATION FORMAT, AS APPLICABLE. [If incorporated sign below.] ,,,,,.., ;' - - ~: ,_ :~ t ' ~ u ~'I~ (Corporate Seal) ,). •',- ~._~ [If not incorporated sign below.] WITNESSES: By: Contractor ( e rporation) (Signs re) ~~~ 19 Q'~~',U ~~ - ~/' ~ i ~el T7 (Print Nate and Title) ~ ~~day of , 20 l~ Contractor (Name of Firm) (Signature) (Print Name and Title) day of , 20_ CITY REQUIRES THREE (3) FULLY-EXECUTED CONTRACTS, FOR DISTRIBUTION BID NO: 26-09110 DATE: June 1, 2010 CITYOF MIAMI BEACH 78 APPROVED AS TO FORM & LANGUAGE &,Fr1R EXECUTION ~~~~1~ n~~ _ ata l1 f i x:_ 1 + ~ 1 ~ t '.~ r ~ A k N t~ ~ ~ ...... ygyq q~9{ <g T r ~ STRUCTION GROUP, I NC. . tl p: 305.463.7700 f: 305.463.7058 August 12, 2010 City of Miami Beach Capital Improvement Projects Attention: Humberto Cabanas 1700 Convention Center Drive Miami Beach, FL 33139 RE: RENOVATION AND RESTORATION OF THE HISTORICAL FIRE STATION #2 AND HOSE TOWER • Dear Humberto, We are pleased to submit as part of our contract package, a unit price of $150.00 per linear foot for the repair of spalling concrete. This price quote will apply to all typical concrete spalling repairs in the project referenced above. Sincerely, ~DaCe ZVeiss Dale Weiss Project Manager Edgewater Construction Group, Inc. Edgewater Construction Group, Inc., 1510 N.W. 79th Avenue, Miami, FL 33126 Lic# CGC061289 EQGE~AIER CUNSiRUCiION GROUP, INC. 00708. FORM CERTLFICATE OF INSURANCE A form Certificate of Insurance will be attached here. ~; BID NO: 26-09/1'0 - DATE: June 1, 2010 CITYOF MIAMI BEACH 79 r AC0/3QM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 0812/2010 PRODUCER (305)822-7800 FAX (305)822-1621 Collinsworth, Alter, "Fowler, Dowling & French P. 0. Box 9315 THISCERTIFICATE ISISSUED AS A MATTER OFINFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Miami Lakes, FL 33014-9315 INSURERS AFFORDING COVERAGE NAIC # INSURED Edgewater Construction Group, Inc. INSURER A: Amerisure Insurance Co 19488 1510 NW 79th Avenue INSUaEaB: Chubb Group of Ins Companies Donal , FL 33126 wsuRERC: INSURER D: " ~" ,INSURER E: C(1VFRAf:FC 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. INSR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY GL2052293 03/02/2010 03/02/2011 ~ EACH OCCURRENCE $ 1, 000, 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 3OO , OOO CLAIMSMADE a OccuR BLANKET ADDTL INSURED ~ MED ExP.(Any one person) $ 10, 000 A X Contractural Liab BLNKT WAIVER OF SUB PERSONAL&ADVINJURY $ 1,000,000 t X XCU NOt EXCI uded INCL _ GENERAL AGGREGATE $ .2 ,.OQO, OOO GEN'L AGGREGATE CIMITAPPLIES PEFI DEPENDENT CONTRACTORS PRODUCTS -COMP/OP AGG $ 2 ,.000 , OOO POLICY X JECT LOC LIABILITY INCLUDED AUT OMOBILE LIABILITY , ~ CA2OS2 SS3 03/02/2010 03/02/2011 COMBINED SINGLE LIMIT X ANY AUTO ~ {Eaaccident) - $ 1., 000, 000 ALLOWNEDAUTOS BODILY INJURY SCHEDULED AUTOS ~ (Per person) $ X HIRED AUTOS BODILY INJURY - ~ X NON-OWNED AUTOS ~ ~yI /il (Per accident) $ g , / ~ ~ PROPERTY DAMAGE ~ (Per accident) $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO - EA ACC OTHER THAN $ AUTO ONLY: AGG $ .EXCESS/UMBRELLAiIABILITY CU20S2.S55 03/02/2010 03/02/2011 'EACH OCCURRENCE $ 1,000,000 X OCCUR. ~ CLAIMS MADE AGGREGATE $ 1,'000., 000 A $ DEDUCTIBLE $ RETENTION $ $ .WORKERS COMPENSATION AND ' WC2OS2294 O3/O2/2OlO 03/02/2011 X WC STATU- OTH- A. EMPLOYERS LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE ~ E.L. EACH ACCIDENT $ 1 , 000 , OOO OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE _ $ 1 , O00 , OQO If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ 1 , OOU , 000 .OTHER DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /EXCLUSIONS ADDED.BY ENDORSEMENT /SPECIAL PROVISIONS B No. 26-09/10 Renovation and Restoration of the Historical Fire Station No. 2 and Hose Tower ity of Miami Beach is named as additional insured with respect to liability arising out of operations erformed for the City of Miami Beach. CERTIFICATE HOLDER CANCELLATION ~ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE~ISSUING INSURER WILL ENDEAVOR TO MAIL 3O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, ~7 ty Of M7 aml Beach '" ~ BUT FAILURE TO MAIL SUCH NOTICESHALL IMPOSE NO OBLIGATION ORLIABILITY 1700 Convention Center Drl Ve OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Miami Beach., FL 3.3139 AUTHORIZED REPRESENTATIVE ' ' Michael Nielson/SANDYS ACORD 25 (2001/08) ©ACORD CORPORATION 1988 ACORD 25 (2001708) • ACORD INSURANCE BINDER DATE ~, 09/01/2010 THIS 81NDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER ~ a~NNo Ext ` . C3O5)H22-7800 COMPANY BINDER# FAX (305)558-4294 American Alternative Ins Corp 610090I11651 Collinsworth Al ter Fowler & French LLC s s EFFE DATE CTIVE TIME IRAT-IO ~ N TIME P. 0. Box 9315 09/01/2010 12 01 X AM 10/01/2010 -x fz:ot AM Miami Lakes, FL 33014-9315 . .: . PM NOON` - - THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY CODE: ~ ~ - SUB CODE: PER EXPIRING POLICY #: ~ - >AGENCY 00007664 ~ - cusroMERID. - DESCRIPTION OF OPERATIONSNEHICLES/PROPERTY (Includin Locationl Renovation and Restoration of the Ft~istorTCal Fire INSURED - tation 2 - 2300 Pinetree Drive, Miami Beach, FL Edgewater Construction Group, Inc.- , 1510 NW 79th Ave Doral, FL 33126 COVERAGES LIMITS TYPE OF INSURANCE - COVERAGE/FORMS ~ DEDUCTIBLE COINS % AMOUNT- PROPERTY CAUSES OF LOSS BASIC ~ BROAD ^X sPEC - udder's Risk 5,00 - 10 ~. ~ - ~1';6Z7,763 GEN ERAL LIABILITY . , ~ / EACH OCCURRENCE $ LIABILITY COMMERCIAL GENERAL / / ~y / % /~~ ~ ~ ~ FIRE DAMAGE (Any one fire) $ - ' CLAIMSMADE ~ OCCUR l/ /~ MED EXP (Any oneperson) $ / //'' q /w PERSONAL&ADVINJURY $ ' ~ - ~ GENERAL AGGREGATE $ RETRO DATE FOR CLAIMS MADE: PRODUCTS -COMP/OP AGG $ AUT OMOBILE LIABILITY ~ ~ COMBINED SINGLE LIMIT $ ANY AUTO ~ ~ BODILY iNJURY.(Per person)- $ ALL OWNED AUTOS ~ ~ ~ ~ ~ BODILY INJURY (Per accident) $ SCHEDULED AUTOS - - ~ PROPERTY DAMAGE $ ' HIRED AUTOS ~ ~ ~ MEDICAL PAYMENTS $ - NON-OWNED AUTOS ~ ~ PERSONALINJURY PROT $ ~ - .. UNINSURED MOTORIST $ - - ' $ AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES - ~ ~ ACTUAL CASH VALUE - COLLISION: ~ - ~ STATED AMOUNT $ OTHER THAN COL: - ~ OTHER - ' GARAGE LIABILITY ~ - AUTO ONLY - EA ACCIDENT $ . ANY AUTO ~ - OTHER THAN AUTO ONLY: ' - ~ - EACHACCIDENT~ $ ~ ' - - AGGREGATE $ EXCESS LIABILTY ~ ~ EACH OCCURRENCE $ UMBRELLA FORM ~ AGGREGATE $~ OTHER THAN UMBRELLAFORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION'S $ WC STATUTORY LIMITS WORKER'S COMPENSATION ~ ~ ~ E.L. EACH ACCIDENT $ .AND EMPLOYER'S LIABILITY ~ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE -POLICY LIMIT $ SPECIAL ~ ~ ~ FEES ~ $ - CONDITIONS/ - OTHER.. - TAXES ~ $ COVERAGES - - ESTIMATED TOTAL PREMIUM - $ NAME & ADDRESS Miami .Beach,. Clty Of MORTGAGEE ADDITIONAL INSURED LOSS PAYEE X Certificateholder ' .I700 Convention Center Drive LonN# PRO] #ITB 26-09/10 AUTHORIZED REPRESENTATIVE , Miami.Beach~, FL 33139 ?' - Michael Nielson/MAURL IVVIC: IMYVFiIHIVI bIHdC I1VrV1'fMHIIVIV VIV tfCVCtLJC JIUC IJH~.VI'fU lrV1'1rVRH11VIY ly7J CONDITIONS This Company binds the kind(s) of insurance stipulated on the reverse side. The` Insurance is subject to the terms, conditions and limitations of the policy(ies) in current use by the Company. , This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured.in accordance with the.policy conditions. This binder is,cancelled when replaced by a policy. If this .binder is not replaced by a policy, the Company is entitled'to charge a premium:for the binder according fo the Rules and Rates in use by the Company. Applicable in California V When this form is used to provide insurance in the amount of one million dollars ($1,000,000) or more, the title - of.the form is changed from "Insurance Binder" to "Cover Note". - - Applicable in Delaware The mortgagee or Obligee of any mortgage or other instrument given for the' purpose of creating a lien on .real property shall accept as evidence of insurance a written.binder issued by an authorized insurer or its agent if the binder includes or is accompanied by: the name and address of the borrower; the name and address of the - lender a5 loss payee; a description of the insured real property;.a provision that the binder may ndt be canceled . within the term of the binder unless the lender and the insured borrower receive written notice of the cancel- lation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of - insurance coverage.. - Chapter 21 Title 25 Paragraph 2119 Applicable in Florida Except for Auto. Insurance coverage, no notice of cancellation or nonrenewal of a binder is. required unless the duration of the binder exceeds 60 days. For,auto insurance; the insurer must give 5 days prior,notice, unless the binder is replaced by a policy or another binder in the same company. ~ Applicable in'Nevada } - Any person who refuses to accept a binder which provides coverage of less than $1 ,000,000.00'vuhen proof is ~ required: (A) Shall be fihed not more than $500-00, and {B) is liable, to the party presenting the binder as proof - of insurance for actual damages sustained therefrom- Edgewater Construction Group, Inc. Supplement to Binder # 810090111651 09/0;1/2010 Collinsworth, Alter, Fo ocations List. Collinsworth, Alter, Fowler ~2 French, LLC Insurance and Bonds 5803 N.W. 151 Street • Third Floor • P0. Box 9315 • Miami Lakes, Florida 3014 • Dade (305) 822-7800 • Broward (954) 463-8601 Mkt Fax (305) 558-4294 • C/L Fax (305) 362-2443 ~ August 06, 2010 City of Miami Beach 1700 Convention Center Drive Miami Beach, FL. 33139 RE: Insured: Edgewater Construction Group, Inc. Project #: ITB No. 26-09/10 Description: Renovation and Restoration of the Historical Fire Station No. 2 and Hose Tower To Whom It May Concern, • Collinsworth, Alter, Fowler, French LLC. is in process of obtaining Builders Risk Coverage for above captioned project. Placement of coverage has been delayed due to location of project but coverage will be finalized before start of any work. Please feel free to contact me should you have any questions. Sincerely, e Michael Nielson _ Account Executive mnielson(a7,cafd£com • / t 00721. CERTIFICATE AS TO CORPORATE PRINCIPAL I, Dulce P . Vazquez ,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 Ulysses Vazquez II ,who signed the Bond(s) on behalf of the Principal, was then President of said corporation; that I know his/her signature; and h' er signature thereto is genuine; and that said Bond(s) was (were) duly sign , s a/le~nd ttested to on behalf of said corporation by authority of .its governing body. ~~i~ \ / ~ / cretary,F6n (SEAL) •'.~ ~1 '• _~ F_, ~ _ _ ~~~ ~~ ~. ~~ o L _'i ~ ~ v C3" .t~~. Edgewater Construction Group,~nc. Corporation STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADS ) "" Before me, a Notary Public duly commissioned, qualified and acting personally, appeared Ulysses Vazquez II 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 ~Gontractor named therein in favor of City. Subscribed and Sworn to before me this 8th day of June 20 10 . r My commission expires: Not ry P blic, S at of Florida at Large 04/04/11 Bonded by Florida .Notary Association ~eneenueeeeenonmm~oerinniteomeee~ ~ v~saw ®~rtc~wn ,go.~~ ~~ Comm# DD0659305 ~„ ,~., - Expires 4/4/2011 f(ll P1,"~ "'f °~~ flarida NotaryAssn., Inc woon,,,,u„u umau a mu,u u, u u u i BID NO: 26-09110 CITYOF MIAMI BEACH DATE: May 24, 2010 84 ALTER SURETY, GROUP, Bond Department Public Works Bond incompliance with Florida Statute Chapter 255.05 Bond Number 2546627 Contractor Edgewater Construction Group, Inc. Address & 1510 N. W. 79 Ave. Phone No. Miami, FL 33126 (305),756-4274 Surety Great American Insurance Company Address & 580 Walnut Street Phone No. Cincinnati, OH 45202 513 - 723 -2740 Owner Name City of Miami Beach Address & 1700 Convention Center Drive Phone No'. Miami Beach, FL 33139 305- 673 -7234 Contract /Project Number ITB# 26 -09/10 Project Name Renovation and Restoration of the Historical Fire Station No. 2 and Hose Tower Project Location. Miami Beach, Florida Legal Description 2300 Pinetree Avenue And Street. Address Miami Beach, Florida Description of Work The work comprises the construction of the renovations, remodeling and additions to the Historical First Station 42 and Hose Tower. Repairs This bond is given to comply with section 255.05 Florida Statutes and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any provision of this bond which conflict with or purports to grant broader or more expanded coverage in excess of the minimum requirements of the application statute shall be deemed deleted herefrom. This bond is a statutory bond, not a common law bond. This is the front page of the bond. All other page(s) are deemed subsequent to this page regardless of any page number(s) that may be pre- printed thereon. Bond Number 2546627 00710. FORM OF PERFORMANCE BOND BY THIS BOND, We as Construction Group, Inc. as Principal, hereinafter called Contractor , and Great American Insurance Companyas Surety, are bound to -the City of Miami Beach, Florida, as Obli hereinafter called Cit in the amount of One Million Six Hundred Twenty Seven Thousand Seven Hundred Sixty Two and 74/100 - -- Dollars ($ 1,627,762.1.4 ) 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.. I #26 -09/10 awarded the 14th r l-,,, Jul . 10 .C_ y o , 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 C ntract between CQhtrwlor an� City for construction of enov 1 as a Re t rati n.torica ' g t hre to ion � a ose Tower 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 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 BID NO: 26 -09/10 CITYOF MIAMI BEACH DATE: May•24, 2010 80 FORM OF PERFORMANCE BOND (Continued) 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 corperaticn. other than City named herein: The Surety her.-;,-,y waives notice of and agrees that an changes Y Y 0 y in or under the Contract Documents and compliance or noncompliance with any forma{ities connected - with the Contract or the changes does not affect Surety's obligation !under this Bond_ . Signed and se ed.this 13th day of August . 20 10 WITrNESSES., Ed ewater Construction Group, Inc. ,rye z` e of Corporation) SPcreta ° ry B 0, fix_ v NZ (Signature) OC3F'C�'gr^,TE SEAL 4 -4 b (_. ) b Lktl OR k .. �lC e (Pant Name and Title) Fib a THt PRESENCE OF: INSURANCE COMPANY: Great American nsurance Company B y: Agent and Attorney -in -Fact Warren M:, Alter Address: 5979 N. W. 151st Street, Suite 104 (Street) Miami Lakes, Fl 33014 (City /State /Zip Code) Telephone No.: (305) 517 =3803 BID NO: 26 -09110 CITYOF MIAMI BEACH DATE: May 24, 2010 81 j } i 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 thin power of attorney is not more than TWO No. 0 19958 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, each individually if more than one is named, its true and lawful attorney - in - fact, for it and in its name, place and stead to execute on behal 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 tinder this authority shall not exceed the limit stated below. Name Address Limit of Power WARREN M. ALTER BOTH OF BOTH DAVID T. SATINE MIAMI LAKES, FLORIDA $75,000,000 This Power of Attorney revokes all previous powers issued on behalf of the attorney(s) -in- fact -named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 23RD day of DECEMBER 2009 Attest GREAT AMERICAN INSURANCE COMPANY 1 -. AssislcuttSec;remn: Divisional Senior Vicc President STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID C. KITCHIN (513- 412 -4602) On this 23RD day of DECEMBER 2009 before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he'signed his name thereto by like authority. � ;, •;� KAREN L. GROSHEW NOTARY PUBLIC, STATE OF OHIO " , ,- �.$`� MY COMMISSION EXPIRES 02 -20 -11 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 June 9, 2008. RESOLVED: That the Divisional. President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint 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 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 the execution of any bond, undertaking, contract of 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, STEPHEN C. BERAHA, Assistant Secretary of Great American Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have'not been "revoked '-and are now in full force and effect. . , -z Signed and sealed this 13th day of 7 71 August`` 2010 S1I?Y Assistant .Serrelui_� _ 00720. FORM OF PAYMENT BOND Edgewater Construction Group, Inc. BY THIS BOND, We as Principal, hereinafter called Contractor , and . Great Ame ric a n Insurance Compan:6s Surety, are bound to the CV,, of -Miami Beach_, Florida, as. Obli��e, here�inVer cqtled CU', U dr) the mount of One Mil ion Six Hun Twenty Seven ousan even undeixty o and 74/100-- Dollars ($ 1,627,762.74 ) 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.: 'I #26-09/10 , awarded the 14th day of July , 20 10 , 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 includiin 9 p y. 9 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. 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.supples, 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. BID NO: 26- 09110 CITYOF MIAMI BEACH DATE: May 24, 2010 82 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 ar' 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 13th day of Augus ) 20 10 Contractor aiTEST ? E ew, ter Construction Group, Inc. f Name of Corporation} ���,�� �, (vectary) (Signature) VA 4 , rr�� , f , ate+. d��c a ..('Corspr rat Sai) (Print Name and Title) 13t 1day of August , 20 10 3 - all TaN RED- ENCE INSURANCE MPANY: ;`' rk Great n Amer* ' an assurance Com d, Comp an Agent and Attorney -in Fact Warren M. Alter Address: 5979 N. W. 151st Street, Suite 104 (Street) Miami Lakes, FL 33014 (City /State /Zip Code) Telephone No.: (305) 517 =3803 BID NO: 26 -09110 CITYOF MIAMI BEACH DATE: May 24, 2010 83 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 TWO No. 0 19958 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, each individually if more than one is named, its true and lawful attorney - in - fact, for it and in its name, place and stead to execute on 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. Name Address Limit of Power WARREN M. ALTER BOTH OF BOTH DAVID T. SATiNE MIAMI LAKES, FLORIDA $75,000,000 This Power of Attorney revokes all previous powers issued on behalf of the attorneys) -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 23RD day of DECEMBER 2009 Attest GREAT AMERICAN INSURANCE COMPANY Assistant Secretary Divisional Senior Vice Presideut STATE OF OHIO, COUNTY OF HAMILT - ss: DAVID C. KITCHIN (513 -412 -4602) On this 23RD day of DECEMBER 2009 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 a 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. r o "„, •;� KAREN L. GROSHEIM 3 NOTARY PUBLIC, STATE OF OHIO MY COMMISSION EXPIRES 02- 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 June 9; 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be. and hereby is authorized, from time to tune, to appoint one or more Attorneys - in - Fact to execute on behalf of the Company,. as surey, any and all bonds, undertakings and contracts of suretyship, 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 Compam; may be affixed by facsimile to any power of attorney or certificate of either given the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof,' such signature and seat 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, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attonney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and - are now in furl force and• effect. Signed and sealed this 13th day of August 20 10 'G J ) s n j � i •.o =' fit510$) � Assistant Sec roary ~~~' ATTACHMENT D -UPDATED BID TENDER FORM 00408. BID TENDER FORM City of Miami Beach INVITATION TO BID (ITB) No. 26-09/10 (ADDENDUM 5) RENOVATION AND RESTORATION OF THE. HISTORICAL FIRE STATION NO. 2 AND HOSE TOWER Our TOTAL BASE BID AMOUNT includes the total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, supervision, mobilization, demobilization, overhead & profit, insurance, permits and taxes to complete the Work to the full intent as shown or indicated in the Contract Documents. 1. RENOVATION AND RESTORATION OF THE HISTORICAL FIRE STATION NO. 2 AND HOSE TOWER Division 1-General Requirements $ 2 05 , 4 O l . 32 Division 2-Sitevvork $125, 806.99 Division 3 -Concrete $ 5 7 ,` 174.00 Division .4-.Masonry $ 24, 876.92 ~" Division 5-Metals $ 40, 866..50 .. Division 6 -Wood and Plastic $ i , 7 S n 11.0_ . Division 7-Thermal and Moisture Protection $ 63, 279.50 Division 8-Doors and Windows $ 208,267.77 Division 9 -Finishes $ ~ ~ R , ~ 94 _ ~ ti Division 10 -Specialties $ 18 , 04 3.44 Division 11-.Equipment $ 0.00 Division 12 -Furnishings $ 0'. 0 0 _ Division 13 -Special Construction $ 2 9, 0 0 0. 0 0 Division 14 -Conveying Systems $ 5 2, 3 0 0. 0 0 Division 15 -Mechanical Construction $152 , 777.14' Division 16-Electrical $ 250, 000.00 Lump Sum: (Base Bid) for,(DIVI510nS 1- 16): $ 1, 467, 737.74 ITB 26-09/10 -Addendum 5 May 28, 2010 BID TENDER FORM -SCHEDULE OF PRICES BID BID No. 26-09/10 (ADDENDUM 5) 2. Lump Sum -For consideration for indemnification for the lump sum of: 3. Allowances a. Structural Repair: Spalling b. Structural Repair: Concrete Repair c. Structural Repair: Brick Facing d. Shoring TOTAL BASE BID AMOUNT ITEMS 1 through 3 Written: One Million Six Hundred Twenty Seven Thousand Seven Hundred Sixty Two Dollars and seventy FCents Bidder's affirmation: ~ _ FIRM'S NAME (Print or ~~ $ 25.00 $ 45, 000.00 $ 55. 000.00 $ 30, 000.00 $ 30, 000.00 $ 1, 627, 762.74 waiver,, Construction Group, Inc SIGNATURE: ~.~'`L/'( ( I~ "..,~~ ~... TITLE/PRINTED NAME: Ulysses Vazquez II - President ADDRESS: 15.10 NW 79th Avenue Miami, FL. 33126 TELEPHONE NUMBER: (305) 463-7700 FAX: (305) 463-7058 EMAIL: UV@EdgewaterCG.com Bidders should not delete or change any items on the "Bid Breakdown" form. However, if a bidder believes that an item on the form is not being used, you should simply indicate N/A for that item. Bidders may add line items as necessary. The unit quantity breakdown is provided FOR INFORMATIONAL PURPOSES ONLY. Bidders shall rely on their own quantity take-offs in the development of their lump sum prices. Cost component of award will be based on the TOTAL LUMP SUM BASE BID AMOUNT plus Allowances, plus none, any or all Alternates which will be selected at the City's sole discretion and based on funding availability). Bidders must fully complete the, Bid Breakdown Form to include quantities, units of measure, unit pricing, and totals. Should any bidder fail to fully complete this form, the City will request that the omitted information be provided within two (2) calendar days upon request from the City. Failure to provide the City with the omitted information within two (2) calendar days after the bidder has received the request from the City, maV result in your bid being deemed non-responsive and disqualified from further consideration. THE CITY WILL NOT ACCEPT ANY REVISION TO THE BASE LUMP SUM, DIVISIONS, LINE ITEM TOTALS, ADD ALTERNATES, OR GRAND TOTAL BID, AFTER THE DEADLINE FOR RECEIPT OF BIDS." To receive a copy. of the unit breakdown form in Excel, please contact Theo Carrasco at theocarrasco@miamibeachfl.~ov or 305-673-7000 ext. 6230. ITB 26-09/10-Addendum 5 May 28, 2010 _-. . UNIT PRICEBID.BREAKDOWNI..-. ,°;. . ~, CONTRACTOR MUSTPROVIDE THE UNIT PRICE BREAK DOWN BY CSI.FORMAT AND ALSO PROVIDE AN ITEMIZED BREAK DOWN IN SUPPORT OF THE TOTAL BID PRICE. There must also be a cost for the Hose Tower and it must follow the same unit price break down by CSI format and the itemized break down in support of the total bid price. sum prices. Cost compohent of award will be based on the TOTAL LUMP SUM BASE BID AMOUNT plus Allowances. plus none, anv or all Alternates which will be selected at the Ciri's sole discretion and based on fundine availabiliril: Bidders must fully complete the Bid Breakdown Form to include quantities, units of measure, unit oricine. and totals. Should any kidder fail to fully complete this form. the Ciri will reguestthat the omitted information be provided within two 121 calendar davs upon request from the Ciri. Failure to provide the Ciri with the omitted information within two 121 caleridar davs after the bidder has received the request from the Ciri. may result in vour bid bein¢ deemed non-responsive and disqualified from further consideration. THE CITY WILL NOT ACCEPT ANV REVISION TO THE BASE LUMP SUM. DIVISIONS. LINE ITEM TOTALS. ADD ALTERNATES. OR GRAND TOTAL BID. AFTER THE DEADLINE FOR RECEIPT OF BIDS." To receive a coov of the unit breakdown farmin Excel, please contact Theq Carrasco at theq[arrasto(dmiamibeachfl.eov or 305-6734000 ext. 6230. PROTECT: ITB 26-09/10 -RENOVATION AND RESTORATION OF THE HISTORICAL FIRE STATION NO. 2 AND HOSE TOWER - • COMPANY NAME: SUMMARY ~ - DIVISION 1 -GENERAL CONDITIONS $205,401.32 DIVISION2-SITEWORK ~ ~ $125,806.99 DIVISION 3 -CONCRETE - $57,174.00 DIVISION 4 -MASONRY ~ $24,876.92 DIVISION S -METALS $40,866.50 DIVISION 6 -WOOD AND PLASTICS - $1,750.00 DIVISION 7 -THERMAL AND MOISTURE PROTECTION $63,279.50 DIVISIONS-DOORS AND WINDOWS $208,267.77 DIVISION 9 -FINISHES - - - $238,194.16 DIVISION 10 -SPECIALITIES $18,043.44 DIVISION 11 -EQUIPMENT $0.00 DIVISION.12-FURNISHINGS - $0.00 DIVISION 13 -SPECIAL CONSTRUCTION $29,000.00 DIVISIONY4-CONVEYING SYSTEMS - - $52,300.00 DIVISION 15-MECHANICAL - - $152,777.14 DIVISION 16 -ELECTRICAL & PLUMBING - $250,000.00 ~.' ; ~~"'"' ~' " '` ~^'=" "'LUMP;,SUM BASE.BID'AMOUNT: ~" ';''.$1,467;737:74 ALLOWANCES: ~ - Structural Repair: Spalling 1 LS $45,000.00 $45,000.00 Structural Repair: Conttete Repair 1 LS $55,000.00 $55,000.00 StructuralRepairi Brick~Facing 1 LS $30,000.00 $30,000.00 ring - - 1 LS~ $30,000.00 $30,000.00 sitleration of Indemnification (Base Bid) 1 LS $25.00 ____ $25.00 - GRAND:TOTAL-'LUMPSUM81D'AMOUNT(LUMPSUM'BASEBID+gLLOWANCEC+ALTERNATES) $1;627;762-74 -T- --- -- ----------------------- -- - ------ --- - ITEM NO ! DESCRIPTION - - --. BIDDERS-~ 'DIV.,. I,gUQNTITY IUNITL UNIT P,RIGL~ TOTAL DIVISION I-GENERAL CONDITIONS - 1 Bonds & Insurance 1.2%. % $ 1,425,361.45 ~ $17,104.34 2 Mobilization ~ 1 LS '$3,000.00 $3,000.00 3 General Conditions ~ 8.0% % $1,425,361.45 $114,028.92 4 ~ Overhead and Profit ~ ~ ~ 1 LS $ 71,268.07 $71,268.07 ' " - ~ " ~ "' "-DIV ISION 1=~GENERA4..CONDITIONS'oTOTAL. "`" ~ ~ `"'$205;401:32 DIVISION 2 - SITEWORK - 5 Auger Piles _ - 450 LF $ 23.83 $10,723.50 Pin Pile 165 LF $ 26.33 $4,344.45 Helical Pile ~ 384 LF $ 79:16 $30,397.44 Demolition 1 LS $ 28,500.00 $28,500.00 Excavation forl3uilding Foundation 18 CY $ 277.78 $5,000.04 Asphalt/Sidewalks/Pads 1440 SF $ 3.47 : .$5,000.00 - New Sidewalks 1446 SF $ 3.46 $5,003.16 New Concrete Pavers 320 SF $ 4.00 $1,280.00 - New Concrete Curve ' 260 LF $ ~ 7.34 $1,908.40 Site Utilities 1 LS $ 3,900.00 $3,900.00 _ Landscaping & Irrigation 1 LS $ 29,750.00 $29,750.00 .., ~ "~~ •- ' - ' ~ ~~~- ~~ ~ ~ DIVISION::+2'-SITEWORK•TOTAL: . $125,806:99 DIVISION 3 -CONCRETE - _ Columns, Beams 120 ' CY $ 73.00 $8,760.00 Grade Beam ~ ~ - 18 ~ CY $ 73.00 ~ $1,314.00 - Slabs ~ 3;776 SF $ 1.61 $6,060.00 Labor forShell - - 1 LS $ 34,560.00 $34,560.00 Forming & Miscellaneous Material , 1 LS $ 5,000.00 $5,000.00 Structural Styrofoam ~ ~ 3,300 SF $ 0.36 $1,188.00 Stairs 4 CY $ 73.00 $292.00 - _, ~-' -~ - ~ . -`~ •` i~ ~ " - ~ ~~' ~ ~ ~- - DIVISION:3-.LONGRETETOTAL: $57,174.00 DIVISION 4 -MASONRY ' 8" CMU Block Wall 5,686. SF $ 1.22 $6,936.92 Brick Facing - ~ " 1,560 SF $ 11.50 $17,940.00 ~ ~- DIVISION'4'-MASONRY?OTAL: - ~-~ - `.' ;'~ ~ ' ~`•~' ~ - - ' ~ •$24;876.92 DIVISION 5 -METALS Reinforcing Steel 5 TN $ 800.00 $4,304.00 Steel Columns 2S EA $ 203.30 $5,082.50 Misc. Metals - 1 LS ~ $ 19,000.00 $19,000.00 Aluminum Pipe Railing 240 LF $ 52.00 $12,480.00 - - ~ ~ - -- DIVISIONS`-METALS:TOTAL: . ~ $40,866.50 SION 6 -WOODS AND PLASTICS Rough Carpentry Included SF Included Included Millwork 35 LF $ 50.00 $1,750.00 ~" - ~~ - ~' ~ DIVISION~6`-WOOD AND PLASTICS.TOTAL: `; $1;750.00 DIVISION 7 -THERMAL AND MOISTURE PROTECTION Elastomeric Sheet Waterproofing 520 SF $ 5.00 $2,600.00 Insulating Roof Fill Included CY Included included - SBS Modified Bituminous Membrane Roofing 1 SF $ 58,000.00 $58,000.00 Sealants & Caulking Included LF Included Included Aluminum Downspouts ~ 230 LF $ 11.65. $2,679.50 Insulation Included SF Included Included " ' ~ ~~ `' ~ ~~ " DIVISION 7 -THERMAL-gND~NIOISTURE PROTECTION TOTAL .... - ... '' ~ $63;279:50 DIVISI0N.8-.DOORS AND WINDOWS(INSTALLED) - Metal & Wood Doors & Frames, Hardware 1 ~ EA $ 55,987.77 $55,987.77 Aluminum Windows 1 LS $ 121,300.00 $121,300.00 Decorative Aluminum Window Shutters 1 LS $ 8,480.00 $8,480.00 Skylight / Trellis _ - 1 EA $ 22,500.00 $22,SOO.DO -~ - ~ ~-~~' ~-.. '' DIVISI0N8-:DOORS'ANDWINDOWSTOTAL: ~ $208,267x77 DIVISION 9 -FINISHES - Drywall 10732 SF $ 8.39 $90,000.00 - Stucco 1900 SF $ 2.00 $3,800.00 Tile-Ceramic 440 SF $ 3.00 $1,320.00 Tile-Quarry 1661 SF $ 4.00 $6,644.00 _ Ceramic Wall Tile 1584 SF $ 5.00 $7,920.00 4" Vinyl Base ~ 840 LF $ 1.30 $1,092.0D Full Door Frame Width Marble Threshold - 5 EA $ 35.00 $175.00 VCT Flooring - 90 SF $ 1:80 $162.00 Glue Down 300 SY $ 0.75 $225.00 Aluminum Stair Nosing - ~ ~ 180 LF $ 12.00 $2,160.00 Epoxy Grout 3800 LF $ 1.00 $3,800.00 Waterproofing Floors 2100 SF $ 3.00 $6,300.00 Pat Craft Carpet 300 SY $ 14.45 $4,335.00 Daltile for base ~ 234 LF $ 3.50 $819.00 Quary Tile Base 836 tF $ 4.50 $3,762.00 VCT Base 840 LF $ 1.80 $1,512.00 Glass Block 684 EA $ 5.74 $3,926.16 Terrazzo (RepairToppirig) 1400 SF $ 2.00 ~ $2,800.00 - -Terrazzo Cove base - 414 LF $ 18.00 $7,452:00 - Wainscot WassauTerrazzoTile ~ 1000 SF $ 7.43 $7,430.00 New Terrazzo Flooring on Stairs 3 & 4 144 LF $ 90.00 $12,960.00 Terrazzo (New Topping) 3300 SF $ 12.00 $39,600.00 Paint-Interior and Exterior 1 SF $ 30,000.00 $30,000.00 -..-~ ~ - ~''__ `' ~•.--- ~' ~~`"'~,. ~~ ~:`" -.' DIVISI0N9- FINISHESSOTAL ,~ •F~~'.$238,194216 DIVISION 30 -SPECIALITIES - ToiletPartitions 4 - EA $ 1,165.15 $4,660.60 Soap Dispenser 9 EA $ 40.50 $364.50 Towel Dispenser/Waste Receptical 7 EA $ 447.00 $3,129:00 - Napkin/Tampon Dispenser 1 EA $ 259.33 ~ $259.33 Recessed Seat Cover Dispenser/tissue 5 EA $ 254.17 $1,270.84 Toilet Paper Dispenser 1 EA $ 209.50 $209.50 Tilt Framed Mirror S EA $ 121.83 $609.17 Mirror 2 EA $ 191.33 $382.67 - Bi-Level Cooler 2 EA $ 581.52 $1,163.04 Apron-Cane EZ ~ 2 EA $ 99.00 $198.00 48"StraightGrabBar ~ 6 EA $ 30.17 $181.00 Padded Shower Seat 2 EA $ 296.83 $593.67 Identifying Devices /Signs 30 EA $ 14.00 $420.00 - Shelving 28 EA $ 124.29 $3,480.12 Fire Extinguisher Cabinet ~ 6 EA $ 122.00 $732.00 Fire Extinguishers 6 EA $ 55.00 $330.00 Fire Extinguisher Cabinet Installation 1 LS $ 60.00 $60.00 - '~. - ~ ~~', - ~ ~~..~DIVISIONI0-SPECIALITIES TOTAL: ,{'-_' $18,043.44 _ _ DIVISION 11 -EQUIPMENT Not Used ~ $0.00 ' - ~-="'` '"'`~' ^" `~~ ~ -',-.DIVISION'll'=:EQUIPMENT.TOTAC ~ >"'$0!00 DIVISION 12-FURNISHINGS Not Used $0.00 z ~~,.; ~_, -` ~ ~ ~ - ' . . ~. , ~. DIVISION 12 -FURNISHINGS TOTAL: ` - :: ; $0:00 - - - DIVISION 13 -SPECIAL CONSTRUCTION fire Suppression( Sprinkler System _ ~ 1 EA $ 29,000.00 $29,000.00 ~' " - "-~~ ~ ~ ~ ~ -~~: DIVISI0N~13-SPECIAL CONSTRUCTION TOTAL --~ '$29,000.00 DIVISION 14 -CONVEYING SYSTEMS Elevator 1 'EA $ 52,300.00 $52,300.00 DIVISION14,'-CONVEYING SYSTEMS TOTAL: $52,300.00 DIVISION 15-PLUMBING AND MECHANICAL fittings Included LF Included Included Floor Drains 3 EA $ 56.25 $168.75 Refrigerant Piping Included LF Included Included 2" Backflow Preventer Existing EA Existing Existing Fixtures N/A EA N/A N/A Priolo FW EL Bowl 1 EA $ 168.18 . $168.18 Sloan Crown ~ 2 EA $ 94.52 $189.03 Bemis Plst Seat 2 EA $ 22.11 $44.22 Madera Bowl White ~1 EA $ 94.89 $94.89 Roxalyn Wall Hung lav 1 EA $ 94.89 $94.89 Zurn Cast Brass Single Control 2 EA $ 75.18 $150.35 McGur Plug Open Grid Cast Brass 1 EA $ 8.39 $8.39 McGurECOnomy Line Cast Body P-trap Z EA $ _ 15.86 $31.73 McGur Supply Rigid Lav.LHR 3 EA $ 37.42 $112.25 Brigade Molded ADA trap 2 EA $ 28.51 $57.01 Comrade Wall Hung - 1 EA $ 74.41 $74.41 McGur Plug Open GRD Wheelchair offset 1 EA $ 15.60 $15.60 _ Zurn Kohler 21x18 Lavatory ~ 1 EA $ 85.59 $85.59 Kitchen Sink 1 EA $ 441:59 $441.59 American Standard Bottom mount kit with spray handle 1 EA $ 125.28 $125.28 American Standard small wrist blade handles - 1 EA $ 31.71 $31.71 ' C-E 24 x 20 service sink 1 EA $ 331.31 $331.31 American Standard Serv. FTG VAC 1 EA $ 110.60 $110.60 Mop Hanger Bracket 1 EA $ 36.44 $36,44 Hose BracketMop Basin 1 EA $ 20.51 $20.51 SS Wall Guard 1 EA $ 122.48 $122.48 3 IPS outlet 1 EA $ 122.48 $122.48 Halsey Child 55 Bi-level water cooler 1 EA $ 681.82 $681.82 Hose Bib with Lock Box 6 EA $ 9.58 $57.48 Installation of all plumbing including all fittings 1 LS $ 55,350.00 $55,350.00 Drinking Fountains & Associated Piping - 1 EA $ ~ 105.93 $105.93 Electric Tankless Water Heater and Associated Piping 1 EA $ 258.75 $258.75 Electric Water Heater and Associated Piping 1 EA $ 3,685.50 $3,685.50 Multi split System and Controls (HVAC) 1 LS $ 90,000.00 $90,000.00 Ductwork andlnsulation Included LS Included Included Fans Included LS Included Included TestandBalance -- Included LS Included Included :.,:..-:~.. -~ e:. .. ~;."~ ~ `?. .; •~~''DIVISION"15'-MECHANICAL"&iPLUMBINGTOTAL `•~•-~"$162;777:14 =~.:,>-~ - SION 16 -ELECTRICAL Wiring 1 LS $ 250,000.00 $250,000.00 Switchgear Included LS Included Included Fire Alarm Included LS Included Included Interior Lighting Included LS Included Included Exterior Lighting Included LS Included Included '< ~ '; - ,' ~': ~:_ ' ' ~ ~ ~ DIVISION•16 =ELECTRICALTOTAL: . "..: ^$250,000.00 ,: - .., - ., ~ '. TOTAt'SUM OF BASE•IBID: ,~ x'$1,467,737:74 l I~ u