Loading...
Job Order Contracting Agrement - Unitech Builders Corp JOB ORDER CONTRACTING AGREEMENT BETWEEN CITY OF MIAMI BEACH, FLORIDA AND UNITECH BUILDERS CORP. FOR HORIZONTAL RIGHT-OF-WAY (ROW) CONSTRUCTION PROJECTS FOR THE CITY OF MIAMI BEACH, FLORIDA INVITATION TO BID NO.23-08/09 Project Manual 00800 CONTRACT CONTRACT THIS CONTRACT is entered into this ~ day of 2009 (Effective Date), by and between the CITY OF MIAMI BEACH, a political subdivision of the State of Florida, hereinafter referred to as CITY, and UNITECH BUILDERS CORPORATION, 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 1.1. The scope of work under this Contract shall be determined by individual Job Orders issued hereunder. Upon receipt of a Notice to Proceed, the CONTRACTOR shall furnish any and all labor, materials, equipment, services and incidentals necessary to perform all of the work for the Project described in the Job Order. ARTICLE 2 CONTRACT TIME 2.1. This Contract shall be for an initial term of one (1) year, commencing upon the Effective Date. The Contract may be renewed, at the City's option, for four (4) additional twelve (12) month terms, subject to the requirements of Section 3 of the JOC Supplemental Conditions. The Maximum Contract Duration shall be no more than five (5) years, or when the Maximum Not to Exceed Contract Value is reached, whichever is first 2.1.1. Once the Contract is in place, individual Job Orders will be issued through Blanket Purchase Orders and Notices to Proceed, issued by the Contract Administrator. The time for completion of individual Job Orders will be contained in the Notice to Proceed. CONTRACTOR shall not begin work without a signed Blanket Purchase Order and Notice to Proceed. 2.2. Time is of the essence throughout this Contract. Job Orders shall be substantially completed within the specified calendar days listed on each individual Notice to Proceed, and completed and ready for final payment in accordance with Article 5 hereof within the time specified on each individual Notice to Proceed. Contract Project Manual 2.3. Liquidated Damages may be applied to individual Job Orders at the discretion of the CITY. The dollar amount(s) relative to Liquidated Damages are not intended to be applied as penalties, but rather to be applied as damages to the CITY for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated Damages on construction projects other than streetscape or utility projects are hereby fixed at $1,000 per day and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by the 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 the CONTRACTOR to complete the Project on time. 2.3.1 Liquidated Damages relative to a streetscape or utility project. The additional cost realized by the CITY consists of the following components: Additional construction administration by CITY, Program Manager, and/or Consultant. Additional resident observation by CITY and/or Program Manager. Loss of use of facilities, including, without limitation, loss of parking revenue, sidewalk cafe fees, etc. The cost realized by the CITY for extended Project milestone completion consists of the sum of the Program Management (PM) fee; the City Construction Management (CM) cost; additional Consultant fees that would be incurred by the CITY for each day that the Project completion is delayed; and those costs realized by the CITY for loss of facility use. It is estimated that the PM component of CITY incurred expense could reasonably consist of one resident observer ($75 per hour for 8 hours per day = $600), one Project Coordinator ($125 per hour for 4 hour per day = $500), and one Project Administrator ($50 per hour for 4 hours per day = $200). Hence, the estimated PM component of the liquidated damage value to be used on streetscape or utility projects would be $1,300 per day. It is estimated that the Construction Management component of CITY incurred expense would be based on the recognized rate of 4% of total Project cost. Hence, a $5,000,000 Project that has construction duration of 300 working days would result in a CM cost component of $800 per day. This value will vary by Project. Loss of Parking Revenue: If applicable, will be incorporated in the Job Order/Notice to Proceed. Contract 2.4. CITY is authorized to deduct liquidated damages from monies due to CONTRACTOR for the Work under the Job Order or as much thereof as CITY may, in its sole discretion, deem just and reasonable. Project Manual 2.5. CONTRACTOR shall be responsible for reimbursing CITY, in addition to liquidated damages, for all costs incurred by the CITY in administering the construction of the Project beyond the completion date specified in the Notice to Proceed, plus approved time extensions. All such costs shall be deducted from the monies due CONTRACTOR for performance of Work under the Job Order by means of unilateral credit change orders issued by CITY as costs are incurred. ARTICLE 3 THE CONTRACT SUM AND ADJUSTMENT FACTORS 3.1. The Contract is an indefinite-quantity contract with no minimum values. The Estimated Contract Term Value for ITB No. 23-08/09 -HORIZONTAL RIGHT-OF-WAY (ROW) is Five Million Dollars ($5,000,000) per term. The Maximum Not To Exceed Contract Value for ITB No. 23-08/09 - HORIZONTAL RIGHT-OF-WAY (ROW) is Twenty-five Million Dollars ($25,000,000). 3.2. Payment shall be at the lump sum price stated in the Notice to Proceed for each Job Order. This price shall be full compensation for all costs, including overhead and profit, associated with completion of all Work in full conformity with the requirements as stated or shown (or both) in the Contract Documents using the following Adjustment Factors: 3.2.1. Normal Working Hours Construction: CONTRACTOR shall perform any or all functions called for in the Contract Documents and the Detailed Scope of Work, scheduled during Normal Working Hours, in the quantities specified in individual Job Orders against this Contract, for the unit price sum specified in the Construction Task Catalog® multiplied times the Adjustment Factor of: 1 0 0 6 0 3.2.2. Other Than Normal Working Hours Construction: CONTRACTOR shall perform any or all functions called for in the Contract Documents and the Detailed Scope of Work, scheduled during Normal Working Hours in the quantities specified in individual Job Orders against this Contract, for the unit price sum specified in the Construction Task Catalog® multiplied times the Adjustment Factor of: Contract 1 0 0 1 6~ Project Manual 3.2.3. Non Pre-priced Work Tasks: CONTRACTOR shall perform any or all functions called for in the Contract Documents and the Detailed Scope of Work that are Non Prepriced Tasks multiplied times the Adjustment Factor of: 1 0 0 6 0 ARTICLE 4 PROGRESS PAYMENTS 4.1. For Job Orders intended to have a duration of thirty (30) days or less, CITY will make only one final payment. For Job Orders intended to have a duration of more than thirty (30) days the 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; and such other supporting evidence as may be required by CITY. CONTRACTOR shall include with each Application for Payment, an updated Progress Schedule acceptable to CITY (and 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. CITY shall make payment to CONTRACTOR within thirty (30) days after approval by CITY 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 CITY and shall be recommended by the Contract Administrator. 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. Contract Project Manual 4.3.3. Failure of CONTRACTOR to make payments properly to subcontractors, or other failure to pay materials or labor. 4.3.4. Damage to another contractor not remedied. 4.3.5. Liquidated damages and costs incurred by CITY, as noted in Section 2.3. 4.3.6 Failure of CONTRACTOR to provide any and all documents required by the Contract Documents. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1. Upon receipt of written notice from CONTRACTOR that the Project is ready for final inspection and acceptance, CITY shall, within ten (10) calendar days, make an inspection thereof. If the CITY finds that the Work is acceptable; the requisite documents have been submitted; the requirements of the Contract Documents have been fully satisfied; and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00922) shall be issued by CITY 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 the CITY a complete release of all liens arising out of the Job Order (or at the CITY's sole discretion, 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; a consent of the surety to final payment; the final corrected as-built drawings; and a final invoice. 5.3. If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of CONTRACTOR, and the CITY so certifies, CITY shall, upon certification of the CITY and without terminating the Job Order, 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 final payment. The acceptance of final payment by CONTRACTOR 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 application for final payment. Contract Project Manual ARTICLE 6 MISCELLANEOUS 6.1. This Contract is part of, and incorporated into, the Contract Documents, as defined herein. Accordingly, all of the documents incorporated into 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 the Project, the more stringent State or federal provision shall prevail. 6.3. Public Entity Crimes: 6.3.1. 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: 6.4.1. CONTRACTOR is an independent contractor under this Contract. Any and all work and/or services provided by CONTRACTOR pursuant to this Contract shall be subject to the supervision of CONTRACTOR. In providing such work and/or services, neither CONTRACTOR nor its officials, employees, contractors and/or agents shall act, or purport to act, as officers, employees, contractors and/or agents of the CITY. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5. Third Party Beneficiaries: 6.5.1. 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 Contract Project Manual rights or obligations in any third person or entity under this Contract. 6.6. Notices: 6.6.1. 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: City of Miami Beach Procurement Division Attn: Gus Lopez, Procurement Director 1700 Convention Center Drive Miami Beach, Florida 33139 With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, .Florida 33139 For CONTRACTOR: Unitech Builders Corporation Attn: Anthony Gomez 16115 S.W. 117 Avenue, Bay 23 Miami, Florida 33177 6.7. Assignment and Performance: 6.7.1. 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 or services required by this Contract except as authorized by Section 18 of the General Conditions. CONTRACTOR represents that all persons delivering any work and/or 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 for the particular Job Order, and to provide and perform such work and/or services, to CITY'S satisfaction, for the agreed compensation. Contract Project Manual 6.7.2. CONTRACTOR shall perform its duties, obligations, and any work 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. 6.8 Materiality and Waiver of Breach: 6.8.1. CITY and CONTRACTOR agree that each requirement, duty, and obligation set forth in the Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. 6.8.2. 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: 6.9.1. 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: 6.10.1. 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 Contract. 6.11. CONTRACTOR shall specifically bind its sub-contractors to the provisions of this Contract. 6.12. Amendments: 6.12.1. 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 CITY and CONTRACTOR. Contract Project Manual 6.13. Prior Agreements: 6.13.1. 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 6.12 above. Contract [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] Project Manual Contract IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: CITY OF MIAMI BEACH, FLO A Robert Parcher, City Clerk Ma erre Bower, Mayor CONTRACTOR MUST EXECUTE THIS CONTRACT AS INDICATED BELOW. USE CORPORATION OR NON-CORPORATION FORMAT, AS APPLICABLE. [If incorporated sign below.] ATTEST: ....- (Secretary) CO~ITRACTOR/UNITECH Corporate Seal) B DERS CO PORATION .~ B (Signat a an T le ~ ~-~~~ (Type Nam /Title Signed Above) ~ day of , 20~ [If not incorporated sign below.] CONTRACTOR WITNESSES: (Name) By (Signature) (Type Name Signed Above) day of , 20, CITY REQUIRES FIVE (5) FULLY-EXECUTED CONTR,gCTS,~~dOVED AS TO DISTRIBUTION. FORM & LANGUAGE & FO EXECUTION br r ~ v4 i ttorn~ ~" - a EXHIBIT 5 CO NTRACTO R BID SUBMISSION _~~:; NITEUH UILUERS, ~~ORP_ 16115 SW 117t~ Ave. Bay 23 Miami, Florida 33177 Office :(305)259-1980 Fax :(305)259-1970 Fed Tax ID: 65-0314826 ~v~ 1"~ ,.. Contact Person: Anthony R. Gomez Email: Tonv(~Unitechbuilderscor .com Signing officer: - ,-~ .~ , oy ~fo4 Anthony R. Gomez D e President Table of Contents 00900 Bid/Tender Form 119 1. Schedule of prices ..................................................................120 2. Schedule of prices (cont.) .........................................................121 3. Award Criteria Figure Worksheet ................................................122 4. Award Criteria Figure Worksheet (cont.} .......................................123 5. Acknowledgment of Addenda ....................................................124 00901 Supplement to Bid/Tender Form 125 00902 Non-Collision Certificate 126 00903 Drug Free Workplace Certification 127 1. Drug Free Workplace Certification (cont.) .......................................128 00904 Trench Safety Act Acknowledgment 129 00905 City Of Miami Beach Licenses, Permits and Fees 011906 kecycled Content Information 00907 Non Discrimination Declaration 132 1. Non Discrimination Declaration (cont.) ....................................... 133 2. Non Discrimination Declaration (cont.) ....................................... 134 3. Reasonable Measures Application ............................................. 135 4. Reasonable Measures Application (Cont.) .................................... 136 5. Substantial Compliance Authorization Form ................................. 137 6. Substantial Compliance Authorization Form (cont.) ........................ 138 7. Nondiscrimination Declaration ................................................. 139 8. Nondiscrimination Declaration (cont.) ........................................ 140 00908 Contractors Qualification Statement 141 1. Organization ........................................................................ .142 2. Licensing ............................................................................ .143 3. Experience .......................................................................... .143 4. Organizational Chart .............................................................. .144 5. Staffing Plan ........................................................................ .144 00910 Bidders Past Projects 147 1. Sample Projects 1 to 5 ............................................................ 148 00911 Interviews of Key Personnel 158 00912 Form of Certificate of Insurance 159 00913 Form of Bid Bond 160 00919 Statement of Compliance 171 00920 Davis Bacon Wage Decisions 172 Project Manual BidlTender Form 00900 BID/TENDER FORM ITB #: ~3- 08 ~Q~ - HOC I Zatltq ~ ~IZUW~ City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 Submitted: D ~ ~~ ~~ Date 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 ITB Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below on Bid/Tender Form, Page 6; and that it has satisfied itself about the Work to be performed; 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 fumish 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: ITB#: ~3'~D~- HOC I ZOt1tG11 ~~DV~~ 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 required amounts as specified in the Contract Documents, 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 seven (7) calendar days after being notified of the award of the Contract. BID/TENDER FORM PAGE 1 March 2009 City of Miami Beach Page 119 of 185 Project Manual The Bidder hereby proposes to furnish all labor, materials, equipment, transportation, supervision, incidental scope documentation services as required, and facilities necessary to complete in a workmanlike manner and in accordance with the Contract Documents, all Work ordered under a particular Job Order for the compensation in accordance with the following schedule of prices: The Contractor bids three (3) Adjustment Factors. Two will be applied against the prices set forth in the Construction Task Catalog® (CTC). The first Adjustment Factor will be for work performed during normal working hours. The second Adjustment Factor will be for work performed during other than normal working hours. The third Adjustment Factor will be used for Non Prepriced Work Tasks. These Adjustment Factors will be in effect for total duration of the contract. ITB #: a~ G~~ C~1 ~1' ~ Z1~~1 (~.0 w~ Line 1 Normal Working Hours Construction: Contractor shall perform any or all functions called for in the Contract Documents and the individual project Detailed Scope of Work, scheduled during normal working hours in the quantities specified in individual Job Orders against this contract for the unit price sum specified in the Construction Task Catalog® (CTC) multiplied times the Adjustment Factor of: m~~~~ (Specify to four (4) decimal places) SCHEDULE OF PRICES BidlTender Form Line 2 Other Than Normal Working Hours Construction: Contractor shall perform any or all functions called for in the Contract Documents and the individual project Detailed Scope of Work, scheduled during other than normal working hours in the quantities specified in individual Job Orders against this contract for the unit price sum specified in the Construction Task Catalog® (CTC) multiplied times the Adjustment Factor of: ~ ~ ~ ~ (Specify to four (4) decimal places) ~.. BID/TENDER FORM PAGE 2 March 2009 City of Miami Beach Page 120 of 185 Project Manual BidlTender Form Line 3 Non Prepriced Work Tasks: Contractor shall perform any or all functions called for in the Contract Documents and the individual project Detailed Scope of Work, that are considered Non Prepriced Work Tasks multiplied times the Adjustment Factor of: ~ oo~o (Specify to four (4) decimal places) Line 4 Award Criteria Figure (From Line 7, Bid/Tender Form, Page 4) o D Co 0 (Specify to four (4} decimal places) ~.. EXAMPLE: Write the Adjustment Factor to four decimal places as the following example illustrates. 1 1 8 9 8 OR 0 9 9 9 .. BID/TENDER FORM PAGE 3 March 2009 City of Miami Beach 121 of 185 Project Manual BidRender Form AWARD CRITERIA FIGURE WORKSHEET For the purposes of determining the low bid the Contractor shall complete the following worksheet. (Specify to four (4) decimal places). 1. Normal Working Hours Construction Adjustment Factor ..................... ~ •~aOD (Found on Bid/Tender Form, Page 2, Line 1) 2. Multiply Line 1 by (.80) ........................................................................D-~{'~ 3. Other Than Normal Working Hours Construction Adjustment Factor... (• ~~ (Found on Bid/Tender Form, Page 2, Line 2) 4. Multiply Line 3 by (.10) .........................................................................D• I~Co 5. Non Prepriced Work Tasks Adjustment Factor .................................... ~ • C~(cC7 (Found on Bid/Tender Form, Page 3, Line 3) 6. Multiply Line 5 by (.10) ......................................................................... O• t ~o 7. Add lines 2 + 4 + 6 (Award Criteria Figure) The Bidder shall complete this Award Criteria Figure Worksheet and transfer the Bid Adjustment Factors, (Lines 1, 3, and 5,) and Final Award Criteria Figure (Line 7) to the space provided on the Bid/Tender Form, Page 3, Line 4 of this proposal. The lowest Award Criteria Figure will be deemed the lowest bid. The City of Miami Beach reserves the right to revise all arithmetic calculations for correctness. Note: Should there exist a discrepancy in the Adjustment Factors bid on the Schedule of Prices (Bid/Tender Form Page 2 and Bid/Tender Form Page 3) with the Award Criteria Figure Worksheet (Bid/Tender Form Page 4), the Schedule of Prices (BidlTender Form Page 2 and Bid/Tender Form Page 3) shall take precedence. BID/TENDER FORM PAGE 4 March 2009 City of Miami Beach Page 122 of 185 Project Manual BidlTender Form ITB #: ~~ - o~ I o~ ~~ i zorr~-dI l ~.uw~ The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: ~.aL~PL~P~.)I~CI°.l"~ ~Or.~. City/State/Zip: ~ IQt111.~.i~ I ~~ I ~ ~ Telephone No.: ~ ~JS~ ~~1 ~ I ~ 8 ~ Social Security No. or Federal Dun and Bradstreet No.: (9S - ~ 3 19 8 a (o (if applicable) I. D. No.: Bradstreet No.: ~ir~ -,R,g ~ " ~a ~~ (if applicable) If a partnership, names and addresses of partners: Q (Sign below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) (Sign below if incorporated) ATTEST: ~~~~ ~~ ~,, (Secret ) CGRPORATE SEAL) la ni1.~h ~~i id~ers ~.or o. (Ty ~ t Na rporati ) .~ £5 (Signature and Tit A~tn~n~~ (Type or Print Name Signed Above) Incorporated under the laws of the State of: ~IOr ICIG BIDITENDER FORM PAGE 5 March 2009 City of Miami Beach Page 123 of 185 Project Manual Bid/Tender Form ITB #: ~3 - 0~ ~ D~1 - ~10(I ZO~I~GI I ~ ~-DW~ Acknowledgement of Addenda 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 ~ ' Zy' 09 Addendum No. 2, Dated ~ • 2~ ' ~ J Addendum No. 3, Dated 4 ' Z~7 ' Addendum No. 4, Dated Addendum No. 5, Dated Part II: ` No addendum was received in connection with this Bid. Verified with Procurement staff Name of Staff Biddex -Name Sig Date ~'2~ ~ Date BID/TENDER FORM PAGE 6 March 2009 City of Miami Beach Page 124 of 185 Project Manual Supplement to BidlTender Form 00901 SUPPLEMENT TO BID/TENDER FORM THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN THREE (3) CALENDAR DAYS OF THE CITY'S REQUEST. March 2009 City of Miami Beach Page 125 of 185 Project Manual 00902 NON-COLLUSION CERTIFICATE Submitted this ~~ day of A R-~ , 2009 Non-Collusion Certificate The undersigned, as Bidder, declares that the only persons interested in this proposal are named herein; that no other person has any interest in this proposal or in the contract to which this proposal pertains; that this proposal is made without connection or arrangement with any other person; and that this proposal is in every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this proposal is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this propo al is based upon the documents identified by the following number: Bid No. 3- t~6 D5' ~n~2e,.~~l ~~~~ 7 ---ti NATURE ~n~1011~( ~-~ U~IY1f~ PRINTED NAME -C 1L~.4 ~ TITLE (IF CORPORATION) March 2009 City of Miami Beach Page 126 of 185 Project Manual Drug Free Workplace Certifications 00903 DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide adrug-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 adrug-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 City government 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. (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and March 2009 City of Miami Beach Page 127 of 185 Project Manual Drug Free Workplace Certification (7) Making a good faith effort to maintain adrug-free workplace program through implementation of subparagraphs (1) through (6). i (Bidder Signa e) Unite~,h ~~~ ~ des Cyr ~~ STATE OF F I o r ~ U d (Print Vendor Name) COUNTY OF Dad ~ The foregoing instrument was acknowledged before me this a0 day of, ~ ~ I~_20 ~_,by Anthony (~• C--orrri/~ as ~P~csidGn-1- (title) of U ni t CGh ~ i l d~e rS Corp (name of person whose signature is being notarized) (name of corporation/company), known to me to be the person described herein, or who produced D~ i vU`S L i CG (u t as identification, and who didldid not take an oath. NOTARY PUBLIC: (Sig ature) ~y~a'`ry~' LAUREN KATHLEEN VALLADARES :tl' "k~= ': MY COMMISSION # DD8312sa4 ~~•,, ~ ,,: ~ EXPIRES October 15.2012 (407) J98-0153 FlorYf~Nole D~rvic~.oom March 2009 Laurcn VglladufCS (Print Name) My commission expires: I City of Miami Beach Page 128 of 185 Project Manual Trench Safety Act Acknowledgment 00904 TRENCH SAFETY ACT ACKNOWLEDGMENT 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 ADJUSTMENT FACTORS OF THE PROPOSAL ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. IN ORDER TO BE CONSIDERED RESPONSIVE. THE BIDDER MUST COMPLETE THIS FORM. SIGN AND SUBMIT IT WITH THEIR BID DOCUMENT. Un~itec,h PxJi ~ r~ s ~~~~ Name of d r u horized Signature of 'der March 2009 City of Miami Beach Page 129 of 185 Project Manual Licenses, Permits and Fees 00905 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: Building Permits, Public Works Permits, Zoning Permits, and Fees required by the City for Construction will be reimbursed to the Contractor by the City for the cost of the Permit/Fee only as a Reimbursable task item with no marked-ups, meaning using an Adjustment Factor of 1.0000. The cost for obtaining these Permits is to be included in the Contractor's Adjustment Factor. LICENSES, PERMITS AND FEES WHICH MAY BE REQUIRED BY MIAMI- DADE COUNTY, THE STATE OF FLORIDA, STATE OR OTHER AGENCIES THAT ARE NOT INCLUDED IN THE ABOVE LIST SHALL BE REIMBURSED BY THE CITY. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO OBTAIN ALL PERMITS AND REQUIRED DOCUMENTS. 1 2 March 2009 Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. Occupational licenses will be required pursuant to Chapter 205.065 Florida Statutes. City of Miami Beach Page 130 of 185 Project Manual Recyclable Content Information 00906 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. ~. March 2009 City of Miami Beach Page 131 of 185 Project Manual 00907 NONDISCRIMINATION DECLARATION tD ~ ~ ' .-- ~E~C CITY OF MIAMI BEACH Nondiscrimination Declaration DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1. Vendor Information ~I~~~,tl~(~Y~Same of Company Contact Person:~R~U"-1 ~~ G~-z Name of Company. Phone Number: '~ ' ~~ oD Fax Number.-~-~ ~ I `~ C E-mait:~-on~ ~ ~n ~~e-c4-~b~.~~~ Ic~~SC~'P~ C~ Vendor Number (if known): Federal ID or Social Security Number: low- 0314-r32t/ Approximate Number of Employees in the U.S.: ~ (If 50 or less, skip to Section 4, date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? _Yes _No 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 discriminate. Please answer yes or no to each category. ::Race Yes No C: Sex _Yes _ No Color _ _ Yes No C Sexual orientation _Yes _ No =Creed _ _ Yes No C Gender identity (transgender status) _Yes _ No Religion _ _ _Yes _ No C Domestic partner status _Yes _ No National origin Yes _ No C Marital status _Yes _ No -Ancestry _ _Yes _ No C Disability _Yes _ No Age _Yes _ No C AIDS/HIV status _Yes _ No __ Height _Yes _ No C Weight _Yes _ 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 with the City? Please note: you must answer this question even if you do not intend to enter into any subcontracts. Yes No March 2009 City of Miami Beach Page 132 of 185 Project Manual Nondiscrimination Declaration Question 2. Nondiscrimination -Equal Benefits for Employees with Spouses and Employees with Domestic Partners Questions 2A and 2B should be answered YES even if your employees must pay 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? _Yes_No. B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners" or to domestic partners of employees? _ Yes _ No `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 maintained 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 located 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 you answered "NO" to both Questions 2A and 26, go to Section 4 (at the bottom of this page), complete and sign the form, filling in all items requested. If you answered "YES" to either or both Questions 2A and 2B, please continue to Question 2C below. 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 benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. ENEFIT Yes for Employees with S ouses Yes for Employees with Domestic Partners No, this Benefit is Not Offered Benefit Documentation is Submitted with this Form Health ^ ^ ^ ^ Dental ^ ^ ^ ^ Vision ^ ^ ^ ^ Retirement (Pension, 401 k ,etc. ^ ^ ^ ^ Bereavement ^ ^ ^ ^ Famil Leave ^ ^ ^ ^ Parental Leave ^ ^ ^ ^ Employee Assistance Pro ram ^ ^ ^ ^ Relocation & Travel ^ ^ ^ ^ Company Discount, Facilities & Events ^ ^ ^ ^ Credit Union ^ ^ ^ ^ Child Care ^ ^ ^ Other: ^ ^ ^ Note: If you cannot offer a benefit in a nondiscriminatory manner because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may March 2009 City of Miami Beach Page 133 of 185 Project Manual Nondiscrimination Declaration 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. Without 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? _Yes _ No Section 4. Executing the Document I declare 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. Executed this ~ day of ~IPl1 ~ ~ , in the year ?~4 , at I *'+'~~ , (City) (State) L Signature P~ rrthon~ ~ ~ Cao m~ Name of Signatory (please print) ~~csid n~r Title ... ~.. ,... March 2009 I~ n I I ,~V~I I I 1 V Mailing Address City, State, Zip Code of Miami Beach Page 134 of 185 Project Manual i• CITY OF MIAMI BEACH Nondiscrimination Declaration REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts 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: i..% ,~ . , ~. . 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. Llni~ec,h P~ ~i lcl~ r~ CD~O ~~~~,r ~w i l~ ~v~ ~~ ~ Name ~ rin) Mailing Address of Company N1;arnl FI 3317 ignature City, State, Zip ~(~th~n~ ~ ~ GOm-c-~ /3D~> >~1 ~ I g 60 Name of ignatory (please print) Telephone Number ~President .~/~.l•s Title ~TDate March 2009 City of Miami Beach Page 135 of 185 o~..:e.-4 Manual Nondiscrimination Declaration Definition of Terms A. REASONABLE MEASURES The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: (1) The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; (2) The existence of benefits providers willing to offer equal benefits to the City Contractor; and (3) The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. CASH EQUIVALENT "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner (or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: a. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. b. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. c. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. ~.. March 2009 City of Miami Beach Page 136 of 185 Project Manual Nondiscrimination Declaration ~ MIAMIBEACH CITY OF MIAMI BEACH , SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Division by entities seeking to contract with the City of Mimi Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out bekwv. Fill oui all sections that apply. Attach additional sheets as necessary. A. Open Enrdlment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process followin8 the date the contract with the Clty begins, provided that the City Contractor submits to the Procurement Division evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed itivo years from the dale the contract with the City is entered Into, and only applies to benefits for hfch an open enrollment process is applicable. Date next benefits plan year begins: ~ ~ Date nondiscriminatory benefits will be available: Reason for Delay: Desortption of efforts being undertaken to end discrimination in benefits: B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed in allow edministratlve steps to be taken to incorporate nondiscriminatory benefits Into the Clty Contractor's infrestructure. The time allotted for these administrative steps shall apply only to those benefits for which adminlstrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the wrltt~ request of the City Contractor. Administrative steps may Include, but are rat limited to, such actions as computer systems modificatlons, personnel policy revisions, and the development and disMbution of employee communications. Description of administrative steps and dates to be achieved: If requestlng extension beyond three months, please explain basis: C Collective $argainina Aoreemen(s ICBA) Ending discrmination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s) where all of the following conditions have been met: March 2009 City of Miami Beach Page 137 of 185 Project Manual 1. The provision of benefits Is governed by one or more Collective bargaining agreement(s); 2.The Ctty Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps neoesaary to end discrimination in benefits or by ending tliscximinetion In benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the Clty Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing try the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3} months from the date the contract with the City Is errtared Into. For a delay to be granted under this provision, written proof must be submitted with this form that: The benefits for which the delay is requested are governed by a collective bargaining agreement; Aii reasonable measures have been taken 1b end discrimination in benefits (see Section C.2, above); and A cash equivalent payment wUl be provided to eligible employees for whom benefits are not available. I declare (or ce-ti(y} under penalty of perjury under the laws of the State of Florida that the forsgoing Is true and correct, and that 1 am authorized to bind this entity contractually. ..~, ^.+ ... .. ... ~~>~..~ r Name I nt nature ~h~ny R-- Caom-r.-~ Name of Si natory (please print) ~resl~tn-t Title Nondiscrimination Declaration ~~ ~~ sw -~, ~vL ~y ~ Mailing Address of Company MiarnU FI ~'~'~1~1 City, State, Zip ~3Q~ a~i - i~ Bo elephone Number O so ~ Date March 2009 City of Miami Beach Page 138 of 185 Project Manual Nondiscrimination Declaration ..._. ri fy, /~ QUICK REFERENCE GUIDE TO EQUAL BENEFITS COr~~PIIANCE STEP 1: UNDERSTANDING THE LAW What does the law require? 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. Who is covered by this Ordinance? Competitively bid City contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks. For more information, see Equal Benefits Ordinance Summary. What benefits are covered? The Ordinance applies to all benefits offered by o contractor to its employees who have spouses or domestic partners and a1V benefits offered directly to such spouses or domestic partners, even when the employee pays the entire cost of the benefit. This includes but is not limited to: sick leave, bereavement leave, family medical leave, and health benefits. What is a Domestic Partner? A "Domestic Parfier" shall mean any two (2~ adults of the some or different sex who have registered as damestic partners with a government body pursuant to state and {ocal low authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. What if a contractor is unable ro offer benefits equally? Some contractors are unable to find an insurance company wilting to offer domestic partner coverage. When a contractor takes all reasonable measures to stop discriminating, but can't for reasons outside its control, it can comply with the Equal Benefits Ordinance if it agrees to pay a cash equivalent. A cosh equivalent is the amount of money paid by an employer for the spousal benefit that is unavailable for domestic partners, or vice versa. For more information, sae Reasonable Measures Application. What if a company will comply but needs time ro do it? Once a contractor makes it clear that it will comply witty the Declaration, in certain situations ending discrimination in benefits may be delayed. For instance, offering medical insurance may 6e delayed until the contractor's next enrollment period; other benefits, such as bereavement leave, may be delayed until the contractor's personnel policies con be revised. For more information, see Rules of Procedure of the Substantial Compliance Form. STEP ~: HOW TO COMPLETE THE DECLARATION: NON-DISCRIMINATION IN CONTRACT5 AND BENEFITS FORM Section 1 asks for information about your company. If the company employs SO or less employees in the U.S., skip ro Section 4, date and sign. Section 2 Question 1 A asks whether your company prohibits discrimination against people based on the categories listed. • Answer "YES" if your company does have such a Policy. • Answer "NO" if your company does not have such a Po1KY Question fB asks whether your company agrees to include a nondiscrimination clause in all subconhacts entered into for the performance of a substantial portion of the any contracts you have with the City. This clause must include all of the categories fisted in question lA. You must answer this question even if your company will not be entering into any subconhacts associated with work performed for the City. • Answer "YES" if you will agree to include a nondiscrimination cbuse in subcontracts. • Answer "NO" if you will not agree to include a nondiscrimination cbuse in subcontracts. Question 2A asks whether your company offers benefits (such as medical insurance) to employees' spouses or to empbyees because they are married (such as bereavement leave which can be taken because of the death of a spous®, or family medical leave which can be taken because of a spouse having a serious medical condition. • Answer "YES" if you offer any such benefits. • Answer "NO" if you do not offer any such benefits. NOTE: You are considered as offering a benefit even if you don't pay for it. if access to the benefit is offered, but the cost muss be paid in whole or in part by the employee, you should sti(lanswer "YES". Question 28 asks whether you company offers benefits (such as medical insurance( to employees' domestic partners or to employees because they ore in a domestic partnership (such as bereavement leave which can be taken because of the death of a domestic partner, or family medical leave which can be taken because of a domestic partner having a serious medical condition. • Answer "YES° if you offer any such benefits. • Answer "NO° if you do not offer any such benefits March 2009 City of Miami Beach Page 139 of 185 Project Manual NOTE: To comply, your answers to questions 2A and 2B should be the same. In very limited circumstances, you may comply without offering benefits equally. See Reasonable Measures Application Form. Question 2C should be filled out ONLY if you have answered "YES" to question 2A and/or 2B. It asks you to indicate which benefits you offer to spouses (or employees because they are married), which benefits you offer to domestic partners (or employees because they are in a domestic partnership], and which benefits you do not offer. Please indicate only those benefits offered. If you offer benefits not already listed, write them in where it says "other". Remember, offering access to a benefitrs still considered a benefit, even if your company does not pay for it. Note: !f you can't offer all benefit in o nondiscriminatory manner because of reasons outside your conhol, (e.g. there are no insurance providers willing to offer domestic partner coveroge~ you may be eligible for Reasonable Measures compliance. To comply on thrs basis, you must agree to pay a cast, equivalent, submit a completed Reasonable Measures Application Form with all necessary anachments and have your application approved by the Procurement Division of the Cify of Miami Beach. Step 3: ATTACH THE NECESSARY DCKUNIENTA7IGN Section 3 states that you must submit documentation that verifies all benefits marked in your answer to Question 2C are offered in a nondiscriminatory manner. When possib{e, it is best if you submit this documentation along with your Declaration form. For policies that are unwritten, submit a letter to the Procurement Division indicating this. Use the list bebw as a guide for the type of documentation needed. Medical Insurance A statement from your medical insurance provider that confirms spouses and domestic partners (os defined under this Ordinance) receive aqua! coverage in your medical plan. This may be in a letter from your insurance provider, or reflected in the eligibility section of your official insurance plan document. Similar documentation is needed for other types of insurance plans. Retirement Plans (including 401k & pension plans] The sections of your pension p{an detailing how employees receive benefits. This should cover joint annuity options and pre retirement death benefits. Documentation should indicate that employees with domestic partners and employees with spouses receive the same beneFits and payment options. Bereavement Leave Your bereavement leave of funeral leave policy indicating the benefit is offered equally. If your policy allows employees time off from work because of the death of a spouse, it should also allow for time off because of the death of a domestic partner. If the policy allows for time off due to the death of a parent in-law or other relative of a spouse, ii must include time off for the death of a domestic partner`s equivalent relative. Nondiscrimination Declaration Fami{y Leave Your company's Family and nnedical Leave Act policy. All companies with 50 or more empbyses must offer this benefit. Your polity should indicate that employees may take leave because of the serious medical condition of their spouse or domestic partner. Parerrtal Lsave Your company's policy indicating that empbyses may take leave for the birth or adoption of a child, to care for a child who is ill, and/or to ariend school appointments. If leave is available for stepchildren (the spouse's child) then leave also should be available for the child of a domestic partner. Employee Assistance Program Your company's empbyee assistance program policy confirming that spouses, domestic partners and their parents and children ore equally eligible (or ineligible) for such benefits. Relocation & Travel Your company's policy confirming that expenses for travel or relocation will be paid on the some basis for spouses and domestic partners of empbyses. Discounts, Facilities ~ Events Your company's policy confirming that discounts, facilities (e.g. gym) and events (e.g. holiday party) are equally available to spouses and domestic partners of employees. Credit Union Documentation from the credit union indicating that spouses and domestic partners have equal access to credit union services. Child Carc Documentation that the children of spouses (stepchildren) and chikfren of domestic partners have equal access to chid care services. C>rher Benefit: Documentation of any other benefits listed to indicate that they are offered equally. For medical insurance companies providing domestic partner coverage in the State of Florida, refer to the Domestic Partner Insurance Coverage Search available online at: www.miamibeochfl.aov under Business, Procurement drop down {ist for any questions on the City of Miami Beach Equal Benefits Ordinance or how to complete the applicable forms, please contact Crirstina D~Ivat, Contracts Compliance Specialist PRCKUREMENT DIVISION 1700 Convention Center Drive, Miami Beach, FL 331 39 Tel: 305-673-7496 /Fax: 786394-4000/ cristi nadelvat~m tom ibeochA. aov We are commrtred to providing excellent public service and safety to aH wbo live, wad: and play in our vibrant, fropical, historic community. March 2009 City of Miami Beach Page 140 of 185 Project Manual Contractor's Qualification Statement 00908 CONTRACTOR'S QUALIFICATION STATEMENT ITB Number: ~ 3 - D~~ o ~ fi11~( ~ZOflfi~ 1 (~Ow~ Contractor Name: r a n i tPr,h ~a~ i I P,r ~ (,~ f Q The undersigned certifies under oath that the information provided herein is true and sufficiently complete as not to be misleading: Submitted By: (Name) ~' ACS ~~CIz/n-t (Title) Address: I (ol IS 6W I11 fl~C~ ~ a3 Corporation Miami ~.~10(Ida 3311 Partnership ^ Individual ^ Joint Venture ^ Other ^ Principal Office Location S~~.c Name of the Project: Job Order Contract -ITB No.: a3 - ~ ~o~t ti0r i Z.OYIfia I ~ 1. Organization 1.1 How many years has your organization been in business as a contractor? ~_ 7 y~ 1.2 How many years has your organization been in business under its present busines~s- name? 1~ 1.2.1 Under what other names has your organization operated? ~l~ March 2009 City of Miami Beach Page 141 of 185 project Manuat 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation c~2 ~ 2`~ +~~ 2 1.3.2 State of incorporation ~ 10 C i d G 1.3.3 President's Name An+hnn~ F-. ~~QmL~ 1.3.4 Vice President's Name a(~QO~ `i °~'~''C~ - -~- -- - - aw, C2 1.3.5 Secretary's Name rye +~~ 1.3.6 Treasurer's Name ~ ~' 4 2 1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization 1.4.2 Type of partnership (if applicable) 1.4.4 Name(s) of General partner(s) 1.5 If your organization is individually owned, ~ w~er the following: 1.5.1 Date of organization Contractor's Qualification Statement 1.5.2 Name of Owner 1.6 If the form of your organization is other than those listed above, describe it and name the principals: March 2009 City of Miami Beach Page 142 of 185 Project Manual Contractors Qualification Statement 2. Licensing 2.1 List licensing evidencing your organization is legally qualified to conduct business in Florida and perform the scope of work described in this ITB respective to the Job Order Contract that you are bidding (see Invitation To Bid -Bid Table), and indicate registration or license numbers (also attach hotoco of license(s)): P'Tf~c.1'ME p 3. Experience 3.1 List the categories of work your firm normally with its own forces ~ ~ 'x~o-~ 3.2 Claims and suits. (If answer to any of the questions below is yes, please attach details). 3.2.1 Has your organization ever failed to complete work awarded to it? ^ti ° 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? ~-n 3.2.3 Has your organization filed any law suits or request arbitration with regard to construction contracts within the last five (5) years? ~ • 3.3 Within the last five (5) years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details). t,.to March 2009 City of Miami Beach Page 143 of 185 I ~ ~ _-ST~TE~.Q~_FLORIDA - ~I .. `il. .. _ ~ vM`- - DEPARTME~' OF BZkSII~tESS= AI`fD PROFESSIONAL REGV',JATION _ CONSTRVC'I`1O2~.-°I~DVS-TRY-L-ICENSING -BOARD gE~;,0808I90~384 - _ - ___ = I f 08'19 2008 080094016 .CGCD5499.2 _ + he GENERAL CONTRACTOK _: " : r= - _-. - -: - amed below IS CERT?FIEB-""~ '~~ ~ - -_ .. - _. __ . IInder the p. ovisions cf = Chagt~er gSSt FS .. _ ~`xpiration date: AIIG 31, 2.010 _ __ _ _ _ _ GOMEZ . GREGORY : , _ ~ -: _ : _ - - - UNITECH BUILDERS C08P -- - - - 1615 5 SW117 TFi AVENUE B2 3' X52.4 MIAMI FL 3 3177 - _ _ . ti ~' CHARLES W _ DRPrGO CHARLIE CREST __ ` '''~ ;r ,~_ ~. ". SECRETARY - - - GOVERNOR ,`` Q,~pIA'Y`AS'REQ.UfREDyB~Y LAVA _ _ a _ ,,r yy4. Y~ ~,. 1~ G}I.-Jt4 ~~Jir ~~a~~r _ ~7•'.~ ~,~1t !4~/ t'1{'/ ~1 ~)~+ r!.t. ~t^r7Y~ ~~'r+i .c,~1 .v~'~_"' ~r - - r ,' . - itS~"$V ' 7CSSECS~~R~) ~ ~, , ,.r• t .~,.;~ ~-~ $~~L68Yt1.4I.'~0 Q X38 ~. ..~ xf-~ 09e 1T' ~,t'~48 Q~l'fi:(~~043-rti : - - _ r "T2ie Titt>~~ ~CA~z,AeT~T~d ,~;~ _ .~r~• - ~y;{•~ '~~.~}'i .+,rr~_~ji. ~ ~it~ ..c: >,-~ - d ~ ~ LPL ' ~.7+,~_- ~I~:.i..u: ~',+~`iC+ ~}~~ Y t r. ~• 1 ~~ _. ,.. 4 ~w Til G ~yy C`70.~ F- Y .. .~' ~ Il. gxtde=. --t"~se p~rzafions. a.~ Cha~.a ,~`~ k,•(b~ ,- -~< • , _ Expiration, date : AIIG; , 3;T.,, ~a Qg _ ., ~.:~. r« t .-.,~.~ ~. ,.._ - ;. ~Tt~t'FTI~S~~wTl~r~e~7-NOD'T~r~=~~:TyTSfi~E~1~~-S~(~~;~. TE~.~~F~t~.O-RTE~~•:~iIrO[~~,,,,.THrZ~" AIT-~~Lt3TLS~ ~~~ ~,~'IL> T~,~F~ r ." -n' ~ ~ `u_ ~ +1 x. r -CVil~t'fL~`J. .L~ LCV: .F~•~+r7`J+l~F++~'. ©~. ~J.r ~. 11.;. ;L=L7t~~~~ '~l~t- T1~- ~:i / ~~i. ~. > ~~ ~ ~~ - Tn~N~ITnEryCF~Q$jjI~,17•$~,S `~~ "~'~,- ~- -„~? ,y~;7r, •• ~~',,-}lam, ~_ may.. ~-• 1}~'*=`_ -~,.., ,,,• ._ •.. ..~. .w. tWr-..DV~ ~7!0`~iF:/ _''r ~'!~[-.1~ ~•~ ~~'j' - ~ r..' ~1~C '~'''~ ;~.`I..- Y~~,~'', ~"7_ l.. r~~ c r ... ' MIS. ._ ~~ ~. FL''3.6.Sz .. ~~ . .y / ~ 1, _ :'`. r ~i'~ fA+h. _ 'Y', I~,~~' s:.~!/~'hyrt t~}~?~'Y" /l/XF)~~ ~'~1~~~ i~ t- ~~'7~. •.Hr~L. ~~}'1+Ir- v'r'~c ~ ,~'~--` - ~ ~~ '-F•JF~ .~•~, 4?Yl. ~fl ~ +f t[I~ ~~1`~ ti ti rl"~'~rl irl-c~yll.•r~4t~.'~~, =,1#FJ7~.F(~~ j~~~4s~ ~~ ~ I~J~:~t~~l aL)~rr1~. Yl~, - IY,~ _ - 1 I~~LZ'E. CFt2• '` : -~'~ ~~ ...~~ af'r''' ~ ~ ''`"'F s%" ~~ ~`',~ ` .3'"" , r~ "`~. '60:~~~ ~•-:i~ ~., t~V'~+BNA~. _~~~:_~ `4`T.- ' {~ ~.. y'~.- ,..~` .~~ }~'~-.> .t=~S~FP~ TAY - _ . V "= E3PSPLP~i~QU a,• _ ., xfZ1~: S'E _ . . IREt'~~Y` t1tN.1~^ 177AMI-G74DE CUUNT}' DEF'ART~6ENT OF F'LANNINC~ ANG ZONIhiG ~p F'c RMANENT CEF'T i FI GAT E Ur USE •~ F GERT N0: ~003ci~~66~ t 'SEC; 3U T1~'F'; .55 RNG; 4C~ F'ROGESS NO; U2CiiiSCi1~431 ;~F'OLIO; 3c)5C~30C~Y9Cf51C~ ZONE; IUZ FEE: ~ZOt-ib 9MAILING ADCiRE'SS/GLINT AGT F'ERSC~N; GORE' NAME/D/!3/A ANG RDURES'S; ANTNCjNY R. GOMEZ ANTNONY R. vOMEZ t~;~5'.S SW 117 AVE #fiZ~ UNITEGN t;UILDERS GORE' h4'ZAMI, FL 33177- I6.~S5 Sa I17 AVE #G2~ ~t;'USINESS USE: WAREN011SE; CrFFICE C'NL}~ ``-:UL~E S?~'ECIFIGS; ADMINISTRAT IUN OFFIC:•E >{;iiNDITION:~; NO RETAIL SALES/NO ~?tlTSIDE STORAGE:2NG USE-R '. LEGA± Ut SGRI PT IOrV ; S(JUTH DADE LUSINESS CENTRE COIvGC~ LINI it L3~4 {~,a7E' OF C: C! ISSUANCE; 7/4/ZOC~3 7y75 CE-RTIFIGATE M U S T G E F' O S T E D ON PREM'TSES- THIS GE'RTIFICATE OF USE IS VALID F"OR AN UNLIMITED 7IkE OR AS INDICATED GELr~~t ?='Rr:iL'IC~ED TNERE ARE Ntl GNANGES IN THE USE, 6ElSINESS NAME CSR ~~~(iWlJERSHIF'. ALSO, TNERE MA}' !3E NO E'XF'ANSIUlvS,ALTERATIC>NS OR ADDiTIUNS 7U "T NE AF'F'RUVEG U~~E. ALL GFfANGES LISTED AG~JVE N'ILL REQUIRE ISSURNCE OF A =:.NEh+ C;ERTIFIGATE- OF USE-. THIS GE'RT7FICRTE OF LtSE Cir.)Eti N07 RELIEVE THE pF'F'LICANT FROM COMF'LIANC.E WI7N ANY FEDERAL, STATE, GR LUCAL /~`EGULATIONS. }'C~t1 ARE RLSO REtrUIRED TO ALLCrW 'ZON'ING INSPEG7"IONS AT AN'}' RcASONAliLE' TIME 6Y REPRESENTATIVES OF THE l~EI-',4RTMENT , FOR MORE INFORMATIt;'N, PLEASE L-ONT AGT THE ZONING PERMIT SEGTICi1y' A7 i 71aJ 3I5--'666. IN .ACK~TTION TO THE ZUNINE~ PERMIT SECTION, A(-'PL7CANT MUST ALSO GG~NTACT THE GUILC.~ING DEPARTMENT AT i 7Sb? 3I5-ZICiO .F CrR r_iGC:UF'.ANC}' RE-~;~UIREMENT~: ANG OGGUF''AT ZONAL LICENSES AT f 3US - 27Ci-949 7/Z4IZC>J3 1C.`; 1L~ t7(-'L Z1ci3Cr72~0!?EiC> NfiNZ4530 C'E'NTRAL ZOY . F6 ~~: MIAMhDADE COUNTY 2006 tOOAL '1~'~ ~ ='^' `"* FIRST-CLASS TAX COLLECTOR iAar4~D~ C0~l7-3D~~A~1 U.S. POSTAGE 140 W. FLAGLER ST. ~~)f;~~ .. '. PAID 14th FLOOR MIAMI FL 33130 IlAIlJ6'T dE'DI>PPL.aAYlD Al"'PL~E ~ MIAMI, FL ' , PURSUANT fb COIJMTY L~OOE'CFIRP~R$A ->AR7r8 ~i 10 - ,_ PERMTf NO.23 THIS IS NOT A 81LL-DO NOT PAY 271380-9 RENEWAL BUSINESS NAME /LOCATION RECEIPT NO. 284284-8 UNITECH BUILDERS CORP STATER CGC054992 16155 SW 117 AVE 11 33177 UNIN DADE COUNTY OWNER UNITECH BUILDERS CORP Sec.T of Business WORKER/S 1~~ GENERAL BUILDING CONTRACTOR ~~~';~~,TFD THIS IS ONLY A LOCAL BUSINESS TAX RECEIPT. R DOES NOT PERMIT THE HOLDERTO VIOLATE ANr EXISTING OR REOUI.ATORY OR 20NING LAWS OFTNE FEB 2 5 2009 COUNTY OR CITIES. NOR DO NOT FORWARD DOES IT EXEMPT THE HOLDER FROM ANr OTHER PERMIT OR RECEIPT REOUmED er uw. nas Is UNITECH BUILDERS CORP niTElAaci~s1OAO TuAURCOAF- GREGORY GOMEZ PRESIDENT TON' 16155 SW 117 AVE 11 PArrExrRECENEO MIAMI FL 33177 YIA-YOADE COUNTI'TAX COLLECTOR: 02/13/2009 02530004001 000143.75 13 SEE OTHER SIDE ..., Project Manual Contractor's Qualification Statement 4. Attach Organizational Chart hereto. 5. Attach Staffing Plan hereto. ~.. ~. March 2009 City of Miami Beach Page 144 of 185 ~ x ~°ro 0 0 ~ ~ ~ z O "1 ("~ 'f ~, n O m o rod n ~ w m n 0 ~ ~ 9 ~ ~+ z ~ m~ ~ ,~ ~ c o C" ro a ° ~ ~ ~ N ~ G ~ m ~ N d ~ ~ ~ ~ aa.c °~~ c y m t+7 o°'ro o~ z ~m~ ~n '' a~. m ~ ti ~ t+] `.~ W O C O y .~ 'J m ~ O ,~ ro N N C] ~t N ro N w w o~ m w ro C ~~ K n m a"~ a ~ mc `" ° ~ v ~ d y ro ti ~ w cry ap ~ ~ n7 . o iKyNy~ ~ + m O O N ~ y ~p ',7 N ~ ro ~, ~, ~ ~ r., ~^ ~ 04 ' N [ t" ~ o. ~ a o ~N ti y p, ~ >C N ~ p, y (~ p' G ~~ w ~ c ~ a a '~° ,ca °O °< o d ~ ~ 7 ~ K r ~ ~ 0 w w z_ az n -C ~ m ~ o ~ ~ ro m ~ ~ ~ a ~ m ~ d o ~ n a ~ ti ~" O G t+7 ~ ~ K ~ ~ O ~ O N N ago arc p~ O W y M "d a r n a ~ ~ ~ a° y ~ro x~ ~ ° m ~ p, ti w ao ~ m a o a m N ti n O ~ ~ ~ O a ~ ~ z ~ _i ~c .'~ '7 ro G (D ('~ .'~ 0. ~ ~ O ~ N ro ~ ~ ~ O . m a G ro ~ m N a o to ~~ O C7 ] ( ~ ~ ~ z y ~ ~ ~ ~ ~ ~ ~ o O y z N C 4'7 ~ ~ o ~ a 0 o a 00 ~ m ~ z _~ m n z C r v m O ~~ Y Pra)~t M~wf PerForn~wnt,:e Evaluation Sauey 00909 PERFORMANCE EVALUATION SURVEY ® lV11 AMI BEACH Clq~ I Baaeh, 170D Convonpon Center Qrlve, Mlerttl Basch, Fiotlde 33139, www.mtemleear~fi.gov PROCUREMENT DIVISION 78k 305.873-7496; Fax; 786.98a-6U07 Date lndividua~ idq~~ •5~~4 espouse: t-'f~•~c:.z~ N~,~ Phone; Fax: .`~ q E-maii• 1~,Q~QS ~-mct ..~.,~~,.1 Subject: Performance Evaluation of ~~r`~ ~I~~ ~~~• (Construction firm andlor Project Manager/Supenntendent} Number of pages including cover: 2 To Whom It May Concern: The City Cf Miami 8®ach has implemented a process that aol{acts past performance information on various Contractors that have the qualifications, experience and successful project Completions on past munlClpal and private construction projects. The information wilt be used to assist City of Mlaml B®ach in the setertion of qualified firms that Can provide Construction improvements for the Normandy Shores Golf Course Club House Facility. Th® company listed in the subja~t line has chosen to partirdpate 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 que~ionnaire. 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 and score accordingly. Pleat.® raturrs this Questionnaire to Gus_ Lot~z by April 24, 2009, or earlier, by fax: (766) 394-4007 or a-maii auslooe _miamibeachf{.g~v. Thank you for your time and effort. Marcia 2009 Clty of Mlatni Beach Page 14,5 of 985 Z00/L00~] H~31INf1 OL6L69Z~OE KV~ 16~L0 6002lOZ/b0 '.~{'4' Pertorn~sna4 Evaluatwn 8urvsy ~ MIAMIBEA~H City of Mutnt 9YaCh, 1700 Cpnventlon Center Dave. Miami Beach, Florid? 33138. www.ml~r+ibeachfl.9or PROCURE~~NT DtV1S10N Tel: 90bfi73-7a95; Fay 786394-x007 PERFORMANCE EVAt-UATION SURVEY ~B ~~09 !ITB 23.08!09 tTB 24x08108 !ITB 25-08/091[TB 26-OB109 !ITB 27-08!09 Date: ©~~Z.o ~ . Project Name: a ~~ ~~~~~ C~~. . Name of Contracting Firm Be-n9 recommended ~ ~~~~y e above Contracting Firm: ~' ~~' 140 Q~r~ Phone andlor e-mail of th _ Please evaluate the pert Inc ~ ~iohns aboutch~inng them sgain~and 1finean ni' g y u would never are very satisfied and ha e 4 r rformance. tf unknown, please indicate by entering "NIA". hire them again because of very p~ Pe 10 1 .,.... _. _. _ Abittty to manage the pro)ect co$t (minimize change txtlers) 1 10 (- ) 2 Abinty to maintain proJed echadule (complete on-time or early) 1 10 ~}' 3 Qual'i1y of workmanship includes res onses and Professionalism and ability to manage ( P ( - ) (1-10) 4 5 om ant to su liars and subcontractors Close out process (no punch ist upon turnover, warranties, as- operating manuals, tax clearance, etc. submitted bulits 1-10) Gi ( l , g Gommunlcatlon, ®x IanatSon of risk, and documentetlon regulations, and requirements users rules th 1-10 (1-10) Cf 7 , e Ability to follow sa etc... k f n house Overall customer setisfadion end hiring again based on I ) (1-10) ~' 8 n ..~,n.,ance tmmfoR level in hiring Contractor a Overall Comments: r _~ Please return this questionnaire to Gus Lopez by Agri! 24, 2009, via faoc: (780) 394-4007 or email nusloaez~miamibeachfl.aov. Company Providing Contact Name: Corrtact Phone and Date of Sorvir~s: Dollar Amoun# for City of Miami Beseh Page 146 of 16 March 20t-9 Z00/Z001~ H~31INfl OL6164Z~0E X~f3 L~~LO 6002/OZ/h0 N Ptojldt ~~ PeMon~ance Eval~lien 3M nrey pp90® PERFOR1YIltNCE EVALV/l1'll0l~ iURVEY ~ ~I Alf BEACH ~,-K~ ~.~,,too caa.ndon cenar a-r.. -M.n,c e..a-, as:ae. ~ ~+sinio.~o~ pRpCllREMENT L7MSION t~ ~~~ I a~,~a~ T.,. '~ZMI- ~ t Li._ Phone: ~3 q~_,,t .~~ __,.._.. F~ E-mail: rnc~ 'Z ' Subs: Petror,Y,m,ce Evaluetfor- of ~~~ ~- ~' • (Corntruccilor+ firm sndlar Project Mer-agerlSuparir~tendertt) Number of pafles indudtnp cover: 2 Tn Whom !t MaY Concern: T'ne City arf Mtemi Bsech has Implemented a prowss that cvttea~ past pe~fomnance irdonnetian on varloUa Corrt~dors that have the qual~catians, experience and succasstul project rx~mpletyons on poet munlc~al and prirrate~ constN~lon project. Thor inforrr>atlan w<A ~ used to assist City of Miami 13aactt In the selecttan or µuatnted flints th8t can provide Consa'uctlan Impro~vemerns for tt,® Normandy Shores Got! Courai- Club Houoe Facility. The company l~~rd in the + tine has to pu6iapits in this program. T'hm~t h~ listed you as a past diem that they have done wok tor. t3ct!'t the oomPanY and City of Miami t3each vwufd g~aaty appred$ta you taking a few minutes out c~ your busy day tD complette the eccompenyin8 ,gttedtia~naire. Please review III Ibams to ~ fn~ring ~ and answer the questions to the beet of your Iatowledpe. ff you nave 81lflailt~! or oemnvt decipher the question's m~ntng, please Rravide y'~ best judgment and score accordtr~gty. fit. ?.OQg. or earlle~by ~ CT~j g$4..400T o~ a-mail ~~egL®mierrebsachfl.9ov. '1ltienk you for your time ark ettort. ~~+ repo Chy o~ tip ~h PsBs 14s of 't a~ VMl G.VJ {.VYIJ Vt tl Int• VVJLJV IViV Vifa1LV1,1 ,~7.~t.. --~ ~~ ~ ~It1A~~ BEACH ~-~w.o, a..oa7 ,goo tom. t~ sin. t ~a,~s, „w,w.~„®.~nn.r~ Y+r au~e~-~aeg: ~e~ ~ee~ss4-e~onr ~~~lce Ev~uwroN auiRVelr 1'TB 22-081Q9 f 1173 23-0109 iT6 24.08/9 ~ IT6 ?6.06109 I`17i ~MOA108 I Tf B 17-09JOa ~ ~~ ~ a a moo `~ -- oa- may ~ 54'~r~ ~C~ ln~ ~-~'? Project Name: Nttxrre ofi tt,,~rtmding Finn Being R+ecorrtrttende~d ~~~ • Pt>one andlor e-mail of the sbovo Conq Fitm: ~' ~' ~~ ~'ti Please evaluate the performance of t!'re Corttraoto~s fmrt on a scads df 1.10, wltn 1fl Iriet;rtitty Ycu atr very saddled and have no questions about hiring them again, trend 1 mataNng Yost would never hlff thorn again tyBCBUtrg of V@f~l pO~d' Perfotmatlce. !T unk110Wre, p1~98 intik~te ~Y 6~~ ~~A". ovran conx: S~ ~ ~~y ~~ Contsc~ N®me: Corrbar~ Phone and I3E~be ~ ~Mexs: F~oNar As Twurtt fOr Pie~>tese rstum thts queetlonnAtw i;o G+~tt= Lopaac by ~i ~, zoos, We ~mc: t'fti~ 7 or ill ausioceTifllrniamibeac~ Ntf'CO ~Q9 Cibr of Muni ~aa~ Page 140 of ~~ Overall Comments - Unitech Unitech has demonstrated the ability to successfully plan, organize, staff, manage and construck a fairly complicated infrastructure project in the City of Miami Beach. This project required the Contractor to promptly address and resolve a host of citizens' concerns. Unitech works very well with the Engineer, Owner and residents. Unitech "looks ahead° to avoid problems; keep all well-informed; and provide excellent workmanship. Unitech did not "nickel and dime° the Owner with a series of change orders or extras. Project Manual Bidder's Past Projects 00910 BIDDER'S PAST PROJECTS Related Project Experience: Complete the forms on the following and provide five (5) sample construction projects that your company has completed or that are in progress, that are similar and of the same complexity to the types of work required under this Contract. March 2009 City of Miami Beach Page 147 of 185 Project Manual 1~Id'r/sttt~.``Tj ~NJ~.~. ~~i~ CONTRACTOR'S NAME: CLIENT'S NAME: Bidder's Past SAMPLE PROJECT 1 OF 5 I~.tE-r~ ~u~ ~Q It,~101E tw4wtl-A~~ 1 IW 11nrt ol~aE Prlut'tH ~t.tG ~C.Iaod.S CLIENT'S CONTACT NAME:~~~.lC~5 CLIENT'S ADDRESS: ~ZS?.~ ~"~'~ ~~~'~• ~tQ~ • F{.~,-33t`'7 CLIENT'S PHONE: CLIENT'S EMAIL ADDRESS: FAX ~~ • gaS •,Q~•T OVERALL DESCRIPTION OF THE PROJECT: ~~~ Ex~St ~~ r°O` p'O~- ~~'~ ~,,` Z'P~'~31~t1. aAn~C1`~~1~ S~{tXI't~."t1~c. ~~ .~+.al Ifs ~t ~-~u5 ~ ~~E -n~.~.ya~l ~e~.o.~, u~ t~kt~.~,t aol~+as.~w~ ~1-~lu~.a~a- ~t1~a~c~ta.~t ~ct~¢,E, _a~t~uL l•R~ ~~ sv~o~~wt. T~-~ges,cL ~ R+u~blYteick. , w ~ OAOE'Pc~laC. ~t~°°t'f'' 1 aacc ~ rw.n Cv~ rs. TYPE OF CONTRUCTION PROVIDED:T~P~ ~tT~cxiK ~CC+~~T~c~ ~~P~~14~ ~1 ~.xtw~~ ~at~.c~u. f5occt~,1t. ~'ti~a.F ~ W~~R.tt~b~ h~c.Ic... ~ ~t2~pp,,u,~ yl bra uvlrr~cE t1~ c~ -~iouctiocn ~ ~~, t~Kw~c: ~ CONSTRUCTION TRADES PROVIDED ON THE PROJECT: St't1Ew1CR.t~ FGy~~ I~C~T~oyl F~E,G"tR~c~.."Pt.u~~.1t„_ ~~ u'Ti ~r ) ~ot~~i'12er•~ _ _ ~t6t't4t_ ~~Pi<y~(~ . ~~Q•5 . ~o.~caL~!1~ ~~vP~b ~} ~vo?tom SPECIAL FEATURES OF THE PROJECT (describe how work was performed in City/l~rban environment and/or Beach/Bay Front Vicinity):'C61-!°~'?ob ~`~ lfA~ ~~•.~ '1G1~. ~ ~~ oF~a~ ~~ ~ Was the ex Hence described above as a Prime Contractor or as a subcontractor? Prime, Sub-Contractor What c project? modifications were ~ 'Clb p~r~lJ+ experienced during the course of the March 2009 City of Miami Beach Page 148 of 185 Project Manual Bidder's Past Projects (SAMPLE PROJECT 1 OF 5, CONTINUED) How did those changes/modifications affect the schedule?'~r~L~• V~ /Su ~tG~ t,t~L 'fit ~ ~~ t~.JIGOur~c~L~ . CONTRACT AWARD AMOUNT $ ~ ~tO82 ~ $~~' • Q° FINAL COST AT COMPLETION: ~ n• ~gZ ~•~ VALUE OF WORK PERFORMED AS THE PRIME: ~ .TS~~ ~'~' • °i° TOTAL VALUE OF SUBCONTRACT: $ 33Z~ SCHEDULE START DATE: 5 . t 3 • Z~ SCHEDULE COMPLETION DATE: r+ • ~~ • 7•°'d7 ACTUAL START DATE: ~ • ~ ~ ' 'Z..~[i ACTUAL COMPLETION DATE: S ' ~' • Z pO7 PROJECT MANAGER: faLaTL~v~.~`~ R • Z DESIGNER: ~r~~E-V• W ~~ PROJECT MANAGER: J'r.'~R~~''I ~„~'~ TELEPHONE NO:~~~' 2~Z ' «"' IGL "ATTACH ADDITIONAL SHEETS IF NECESSARY'' March 2009 City of Miami Beach Page 149 of 185 Manual Bidder's Past Projects hotel.. iGQ.~ SAMPLE PROJECT 2 OF 5 CONTRACTOR'S NAME: ~+~ t''t~C-L~- ~1~'~ C~~' CLIENT'S NAME: ~~~~ ~ ~~y ~~'~~' CLIENT'S CONTACT NAM ~v~l~ CLIENT'S ADDRESS: «•S~ ~'~ /L$~. y`~ ~Q~' r{'~ 33~E''~ CLIENT'S PHONE:~J• ~~ • ~~ FAX ~•~~'~~•~ 9~' CLIENT'S EMAIL ADDRESS:t~~" ddC~G4~G~'1~~5• ~'~ - OVERALL DESCRIPTION OF THE PROJECT !~ ~ `D~ol+.~!!L~ aR. -~y~C~c.~i. ~ _ '~~1~~ . ~ 1 ~3Q.IC.IS?loth 't'LIQOt~L~bU~l ~ ~tJ~~~ F+~t,,f~ ~ ~ F~~ttc~ FAR. Tiles- ~ F+t,~~.+'.~ G1lf~1S ~ i,y~ ~?.ut ~{.x'R1~rt'ic_'(7Le,['~II:. ~arLR~~~`~ ~ ~Titzipp~ Jlq TYPE OF CONTRUCTION PROVIDED:R~O~/~UC. @K~M1ln.1` ~~ ~ ~~~~~~ ..~xa p~ll~..~~--~ I~.w11~c.L ~1 V'~E~f~~~° ~~+~bt.Ms P1AGiS l~u~ 4~1C,1~ ~Afa1t~ ~ Esa }~~deslt~~t'a ~ Mfc. ~ ~c,K~11E !,~ •FbfL~rv-~~ oiz'~R~ ~J Ga~F~u~ ~s 'fv~ ~wP ts~ 7~-~ ~ C.osc,.. ~•1 N~~6dou'I ~~ CONSTRUCTION TRADES PROVIDED ON THE PROJECT: t~~~'T~t SPECIAL FEATURES OF THE PROJECT (describe how work was performed in City/Urban environment and/or Beach/Bay Front Vicinity):'~L~tS ~~ W~ ~~~~~w+.~-UD 1 tom. ~0~~-uIR•A Was the exp fence described above as a Prime Contractor or as a subcontractor? Prime ~ Sub-Contractor What changes andlor modifications were experienced during the course of the project?~~r 1~~ March 2009 City of Miami Beach Page 150 of 185 Project Manual Bidder's Past Projects (SAMPLE PROJECT 2 OF 5, CONTINUED) How did those changes/modifications affect the schedule? ~O ~~~~ T~ /S~ Tim ~lw,S` ~~I.1C~uc~ of T1~~ CONTRACT AWARD AMOUNT $ ~ q~, ~~ • o0 FINAL COST AT COMPLETION: $ ~ ~ ~~-~. X13• D6 VALUE OF WORK PERFORMED AS THE PRIME:~j ~'TS •~d TOTAL VALUE OF SUBCONTRACT: ~1~. ~13.•OC7 SCHEDULE START DATE: ~ ' ~ ~ • 2CC3'i SCHEDULE COMPLETION DATE:r> • 7 • 2C~OQ ACTUAL START DATE: ~ • Z5 • Z.c9o~ ACTUAL COMPLETIO-N~`D-1ATE: S • 'T ~ • Z.ooY, PROJECT MANAGER: •-~~~~ DESIGNER: /Sti~a- ~y4 PROJECT MANAGER-t-~~ ~" TELEPHONE NO:~ ~a • 229 • ~4'S *ATTACH ADDITIONAL SHEETS IF NECESSARY* ~. March 2009 City of Miami Beach Page 151 of 185 Manual Bidder's Past RACTOR'S NAME: ~~'~'~~ ~ ~~~~~ `~ -~ • CONT CLIENT'S NAME: t+~1~•1-ti'~1 ~~~ ~'~~ ~~e• ~~ CLIENT'S CONTACT NAME: CLIENT'S ADDRESS: ~ 252' ~ •~ ~•`~' ~ µ~ Aµl ~ ~' 33i~~ CLIENT'S PHONE:~.~• ~5•~'~~~"' FAX~~•995'~9~' CLIENT'S EMAIL ADDRESS: OVERALL DESCRIPTION OF THE PROJECT~~~~Ir~ ~ ~~~~(~ ,~r~ ~~51Gt1 P~ItX7, ~.tt~+~ ! ~lf~Tlc~ • ~~ 1~1(o~lc~ VJ~c1EaR PuwP ~+L~~- ~y~1P~rOtJ`. ~1 ~ TYPE OF CONTRUCTION PROVIDED•~Vt~ NtyS UuO~~r~ Amu '-~~31~ W~ ~.~-'t~ P.MAf.~t>~,gd.M~ ~I~ E.wS'1tJlw r~lF.~6 4~~~ t~~ ~~X L4c.C~IQ~ T ~'1RczyBD- ~1~,ttp~ t.~ ~~ j i(J~, L~ 1~t~'1Dtll CONSTRUCTION TRADES PROVIDED ON THE PROJECT: ~~ ~~~ ~C1~n1~~C• ~t~-rt.1l.~'flvt~ . ~-~'O ~~-t~t~.E - SPECIAL FEATURES OF THE PROJECT (describe how work was performed in City/Urban environment and/or Beach/Bay Front Vicinity): 5 ?c.'~7 V~Ag ~d2~iR~N~I~ Was the exp fence described above as a Prime Contractor or as a subcontractor? Prime_ P~ Sub-Contractor What ch nge and/or modifications were exper'enced during the course of the project?~~ ~ TO F5~1~b 1~.1 NAoip~ 1rttL. 111{L Ta ~-~ 'tilL ~-t~~~ ~~It9cfivN . March 2009 City of Miami Beach Page 152 of 185 Project Manual Bidder's Past Projects (SAMPLE PROJECT 3 OF 5, CONTINUED) How did those changes/modifications affect the schedule?~~~ W~ ~~~ ~1~ is +~~~ it~l 'Ctrl . 'C'Q~ S~~~t7uulE WAg 1.k71 ~'~f~•~o ~~ Tv 'iLh~ ~~ ~'p~1t W~ ~,y~p L~~,~11t.~'~5 b~ls aF F~i~.t 'DEs.~~~{ CONTRACT AWARD AMOUNT ~"~R ~~i . b0 FINAL COST AT COMPLETION: 4~3~1~ • D° VALUE OF WORK PERFORMED AS THE PRIME:~3~ oo~. O° TOTAL VALUE OF SUBCONTRACT 'ba~~39 • o ° SCHEDULE START DATE: 9 • t3.2«~'1 SCHEDULE COMPLETION DATE: 7.3I. 2oO'g ACTUAL START DATE: ~ ' 13.21 ACTUAL COMPLETION DATE: • 31 •Z•O°g PROJECT MANAGER: ~~~L DESIGNER: ~~ ~~ t~~i~..1lsl PROJECT MANAGER:~~- ~~~" TELEPHONE NO:.~~~_~r_..~ _r.~_ `°~" • 3(s5~ *ATTACH ADDITIONAL SHEETS IF NECESSARY* March 2009 City of Miami Beach Page 153 of 185 Project Manual ~ ~7 CONTRACTOR'S NAME: atT ~~v~~25 CLIENT'S NAME: ^ ~~ GF MtQ~ CLIENT'S CONTACT NAME: CLIENT'S ADDRESS:~1~ ~~ Mt CLIENT'S PHONE:1$4 ' q'~Z • `8~v FAX3~J • Co~3 •~O-I3 -- CLIENT'S EMAIL ADDRESS~O'~G~-~O"D @ rn' dM t I;~~"r" '_ ~ • G~'~/ • _° OVERALL DESCRIPTION OF THE PROJECT:~~ '~'~'~' '~O'~•1 aon0 ~~ 1 1 ' t 1~•~1,~p11ac~ Rroe~O J~c.~'~~h Cutt.P~ 1'n" ~~,i~~t f1:~ ~~~~i~1 vdcF, s+q~v.La~~~j ~1t~~ a4- ~.~ ~` 'P~-ic~lG ~tn6t~ t.l~ ~>rau~~ :51 ~ p~ Nom! w TYFIE OF CONTRUCTION PROVIDED:S!'LE~~ ~~~~~ ~ ~~~-a--- CONSTRUCTION TRADES PROVIDED ON THE PROJECT: ~~J~ac.Ic..F.~.~c~Ucdt..., `~~-~-'D~tc~-iu6 . ~ liy .~tU~-h Biaaers Past Pro~ec't~ • ~ ~~ ti~ cM. SPECIAL FEATURES OF THE PROJECT (de cube how work was performed in it;-;''._3t~han environment and/or Beach/Bay Front Vicinity): ~ iMl ~~ ~-~ Was the exp fence described above as a Prime Contractor or as a subcontractor? Prime ~ Sub-Contractor What changes and/or modifications were experienced during the course o~ tha project?'Tb ~~C'C~1-~-~ "Tl-~s ~'y~ ~~ I ~ ~a ~-~ ~~Ta v March 2009 City of Miami Beach Page 15~ ~:~ z X35 Bidder's Past Projects Project Manual (SAMPLE PROJECT 5 OF 5, CONTINUED) L How did those changes/modifications affect the schedule?~6 ~~'~'Z" ~ CONTRACT AWARD AMOUNT ~~ ~?~~53. 2.~ ffi~c. ~~c,aJ(.I ~ ~ ~1 ~Tbt~l ~.$,'12~,Li~Z.39 ~}#f~t COST AT COMPLETION: $ VALUE OF WORK PERFORMED AS THE PRIME: $ ~ ~ ~~' • js TOTAL VALUE OF SUBCONTRACT: $ ~' $7Z~~q S. ~'[ SCHEDULE START DATE: ~'f~ ~'~ ~'~g SCHEDULE COMPLETION DATE: ~` 2~' ~~~ ACTUAL START DATE~~ ?-~' Zv~$ ACTUAL COMPLETION DATE: ~jt'I ~-~- ~o~K~J4 Chi ~~ ~~~' PROJECT MANAGER:~~ ~~ES DESIGNER: ~~~ "~ ~ ~-- PROJECT MANAGER~/J'T• M04a~L.E TELEPHONE NO:~ o~S " 9 ~ q" ~~2' *ATTACH ADDITIONAL SHEETS IF NECESSARY"` March 2009 City of Miami. Beach Page 157 of 185 Project Manual t~.~~•V ~ 16,~J ~•l~~t , t JHmr~~ rrwva_v ~ .... . U ai~rGua ~utc.ot~R.S CONTRACTOR S NAME. Bidder's Past Projects CLIENT'S NAME: ~~`ti~" 'C~ ~~~ ~~~" ~~ ~ CLIENT'S CONTACT NAME~~S ~•'+~- CLIENT'S ADDRESS: ~~ZS a-•~ 2$~''~~ µ't Qty `~'~ 33tc,'1 CLIENT'S PHONE:-~ •qq5 - ~~ ~' F~~' q~ '~~`~ CLIENT'S EMAIL ADDRESS: ~ ~~~~~~~•~'~~~•~~ OVERALL DESCRIPTION OF THE PROJECT: ~~ ~'~t`°t5~~ [ ~~ '~C~1y t~.,! Scho ~ p~ik•t~. I.CST , ~~j d~v(~tbt.~ . ~.lcfa+J ~ € ~ c.,~i tw1 ~ ~ }.! I~.xt~Q.tc;rZ.OK 1~ TYPE OF CONTRUCTION PROVIDED_'1" ~~~ UL~1 ~v1Pt~PIE ~~1 'E+C.I~o~1 ppQ,~,t~ ~ ~-rJ t tXt~+R+toR. aF ~~x~l ty~"tv~1~- t~1t.a'~It.JLr~, a~r6c~~~1 t~ G~'1Gt, >~~Ayt~, a'1 ~ x.~l lam ,Jt~1 ~. rJ ~ CONSTRUCTION TRADES PROVIDED ON THE PROJECT: R~tavJ~Y1t~J-R- ~~ Sc~ ~-.~'1~y~1c~-K. ~t.~CL~c~. Sc~c~ IR.R~1 wYTt yu SC~1'~l. SPECIAL FEATURES OF THE PROJECT (describe how work was performed in City/Urban environment and/or Beach/Bay Front Vicinity):~« ~~'b W~ ~ -~.1 .s et'1 ~ ~V 1 Q Was the exp Hence described above as a Prime Contractor or as a subcontractor? Prime_ ~ Sub-Contractor What ch ng project? 1~~ March 2009 modifications were experienced during the course of the City of Miami Beach Page 156 of 185 Manual Bidder's Past Projects ~~ ~ (SAMPLE PROJECT 4 OF 5, CONTINUED) How did those changes/modifications affect the schedule? ^+0 ~'~S CONTRACT AWARD AMOUNT ~ ~5g,.5~ 9 • dO FINAL COST AT COMPLETION:' ~eg~'Ll2 • od VALUE OF WORK PERFORMED AS THE PRIME: $'~ZZ~~~'~- ~' TOTAL VALUE OF SUBCONTRACT: ~ ?-•~Z. ~ SCHEDULE START DATE:~.~ • Z.~ • Zr1°'o4 SCHEDULE COMPLETION DATE: ~ • 2•~ • Z°c~C. ACTUAL START DATE: 5. 2~ • Z~~ ACTUAL COMPLETION DATE: 9 • Zo • Z~. PROJECT MANAGER: ~ `'~'~' DESIGNER: ~~1 ~u~ PROJECT MANAGER: TELEPHONE N0:1 S` • Z?~9. 5~E•5 "ATTACH ADDITIONAL SHEETS IF NECESSARY* March 2009 City of Miami Beach Page 155 of 185 Project Manual 00911 INTERVIEWS OF KEY PERSONNEL Interviews of Key Personnel Introduction Key Personnel includes, but are not limited to, the Bidder's project manager(s), estimator(s), and superintendent(s). 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. Key personnel 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. March 2009 City of Miami Beach Page 158 of 185 Project Manual Form of Certificate of Insurance 00912 FORM OF CERTIFICATE OF INSURANCE BID TITLE ITB No. ~3~~t t1~1 i Z Insurance Checklist XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability X1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as an additional insured on the liability policies; and it must be stated on the certificate. XXX 6. Other Insurance as indicated: _ Builder's Risk Insurance will be determined on aproject-by-project basis. - Liquor Liability $ .00 _ Fire Legal Liability $ .00 _ Protection and Indemnity $ .00 _ Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+: VI or better, latest edition. XXX 9. The certificate must state the bid number and title. BIDDER AND INSURANCE AGENT STATEMENT: We understand the Insurance Requirements of these specifications and that evidence of this insurance may be required within five (5) days after bid opening. ~~~ l)I) '~(S O[ Bidder ignature of Bidder March 2009 City of Miami Beach Page 159 of 185 .~ ® DATE (MM/DD/YYYY) ~corto CERTIFICATE OF LIABILITY INSURANCE 03/04/2009 PRODU`C'ER Faxp Pnonea 305-669-5101 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION i! ?tant;ourt Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THlS CERTIFICATE DOES NOT AMEND, EXTEND OR r .O. BOX 431814 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. II INSURERS AFFORDING COVERAGE I NAIC # ~: Guth Miami , FL 33243 'aURED Faxtl Phonea INSURER A: FIfSt MerCU Insurance Jnitech Builders Corp INSURER B: SAFECO Insurance (" X155 S.W. 117 Avenue #11 INSURER c ~ ' iami, FL 33177 INSURER D INSURER E: _ _ I 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 oni iricc nnr_aFr_nrl= I IIu1IT.R RHnINN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .R ADD' POLICY NUMBER ~ POLICY EFFECTIVE POLICY EXPIRATION LIMITS ENERAL LIABILITY G ~ EACH OCCURRENCE $ 1 000000 / i ~j V COMMERCIAL GENERAL LIABILITY I PREMISES Ea occurence $ 100000 CLAIMS MADE ~ OCCUR MED EXP (Any one person) ~ $ 5000 / 500 ded 6895369 03/06/2009 03/06(2010 PERSONAL 8 ADV INJURY $ 1 OOOOOO ~ GENERAL AGGREGATE ~ $ 200000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 1000000 POLICY PRO LOC ~ / AUT OMOBILE LIABILITY 218696 03/06/2009 03/06/2010 COMBINED SINGLE LIMIT $ 1000000 3 ANY AUTO (Ea accident) / ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ / NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accitlent) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR ~ CLAIMS MADE AGGREGATE $ $ I DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION ' ~ WC STATU- OTH- AND EMPLOYERS LIABILITY Y I N ANY PROPRIETOR/PARTNERIEXECUTIVE E.L. EACH ACCIDENT $ ^ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE - EA EMPLOYEFJ ~ $ If yes, describe under SPECIAL PROVISIONS below I E.L. DISEASE -POLICY LIMIT i ' $ ~ OTHER I f' DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROWSIONS Certificate holder is listed as additional insured CERTIFICATE HOLDER Fax# Phone# CANCELLATION :,ity of Miami Beach ~ 1700 Convention Center Drive 3rd Floor Miami Beach, FL 33139 SHOULD ANY OF THEABOVE 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, BUT FAILURE TO DO 50 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE Kathleen A. Betancourt E119108 ACORD 25 (2009/01) ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DATE (MM/DD/YYYY) r ACORQ CERTIFICATE OF LIABILITY INSURANCE 03/06/2009 PRODUCER (305)822-7800 FAX (305)822-1621 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I Collinsworth , Alter , Fowler, Dowling & French HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 9315 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Miami Lakes, FL 33014-9315 ~ INSURERS AFFORDING COVERAGE NAIC # INSURED Unitech Builders Corp. INSURER A: FOCI Insurance P.O. Box 650487 INSURER B: Miami, FL 33165 INSURER C: INSURER D INSURER E: C VERAGES 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 FCJCICS. AGGRcGATE LILAiTS ~I 101KN MAY I~IAVE BEEN REDUCED B`: PAID CLAIMS. INSR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS EACH OCCURRENCE $ GEN ERAL LIABILITY IAL GENERAL LIABILITY DAMAGE TO RENTED ~ $ COMMERC S MADE ^ OCCUR MED EXP (Any one person] $ CLAIM PERSONAL 8 ADV INJURY $ T $ E GENERAL AGGREGA GGREGATE LIMIT APPLIES PER: ' PRODUCTS - COMPlOP AGG $ L A GEN POLICY PRO LOC JECT AUT OMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ NY AUTO A ALL OWNED AUTOS BODILY INJURY (Per person) $ SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per accident] $ OWNED AUTOS NON - PROPERTY DAMAGE (Per accident) $ E LIABILffY AUTO ONLY ~ EA ACCIDENT $ GA RAG ANY AUTO OTHER THAN EA ACC $ -- - AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR ~ CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ RKERS COMPENSATION AND W 59424-001 03/02/2009 03/02/2010 wcsTATU- oTH- O EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ SOO , OO A ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 5OO , OO If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ 500 , DU OTHER DESCRIPTION OF OPERATIONS (LOCATIONS (VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS wrnrr r wTin-r ~.cn r ~n~,r r ~ nvw~n --- - 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, City of Miami Beach BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1700 Convention Center Drive OF ANY KIND UPON THE INSURER, RS AGENTS OR REPRESENTATIVES. Miami Beach, FL 33139 AUTHORRED REPRESENTATIVE g ~~ / ^~ ~ ~ / , , , ~ j ~ C ~ / / ~ / }~-4 Melissa Cruz/SHEILA ACORD 25 (2001/08) ©ACORD CORPORATION 1988 Project Manual Form of Bid Bond 00913 FORM OF BID BOND Contractor must submit a bid guaranty in a form acceptable to the City. March 2009 City of Miami Beach Page 160 of 185 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A 3 7 0 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Unitech Builders Corporation 16155 S.w. 117 Avenue Ba 11 Miami FL 33177 as Principal, hereinafter called the Principal, and The Hanover Insurance Company 440 Lincoln Street Worcester MA 01653 a corporation duly organized under the laws of the State of NH as Surety, hereinafter called the Surety, are held and firmly bound unto City of Miami Beach 1700 Convention Center Drive, Miami Beach, FL 33139 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% )~ for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ITB 23 03/04 Horizontal (ROW) JOC Contract 9th day of April 2009 ~~-_~ Unitech Builders ~(Pnncipal) ~ ~~eai~ // ~2 f~ i o„• i , ~~~ The Hanover Insurance Com (Surety) 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 materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal 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 Jennifer Kevin AIA DOCUMENT A310 ~ BID BOND ~ AIA ~ FEBRUARY 1970 r;ll. •'l tir: ani~xicn:~ INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., \. W., WASHINGTON, D.C. 20006 THE HANOVER INSURANCE GUMrAIV>' MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY J= AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existKevin Wojt wa zs Glenn Atrvan t slanld/or CathyrKnoke stitute and appoint; of St. Petersburg, FL and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, rf the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Twenty Five Million and No/100 ($25,000,000} in any single instance and said companies hereby ratify and confirm alf and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 -The Hanover Insurance Company; Adopted April 14, 1982 -Massachusetts Bay Insurance Company; Adopted September 7, 2001 -Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice President and an Assistant Vice President, this 8th day of August, 2008. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY +~"~"u""', CITiZEN~tNSURANCE COMPANY OF AMERICA .....--. ~ ~o ~/ 1t~1"1 666 Mary Jeanne demon, ~ce Preside t Robert K. Grennan, Assistan ice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. On this 8th day of August 2008, before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. e~r~ wr aiwrx y~..,~ .~+~. (~C .XJ~~~~~i "°"' ~'~` ~~ N'o78ry Public rgieo~~ d IY ~yCa~~®d~Mwl My commission expires on November 3, 2011 I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 -The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) Q~~ Q GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this l day of /~~f t, , 20 Q 1 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITI S INSU /CE~COMP~ANY OF ERICA -- / i Step .Brain, ssisfant Vice Pras nt i Project Manual Statement of Compliance -Davis Bacon Act 00919 STATEMENT OF COMPLIANCE (DAVIS BACON ACT) ~ Z;~~ /O9 No. ~/b / Contract No. Project Title As required, if any on a Job Order by Job Order basis, 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 O ~ STATE OF Fier -~q ) SS COUNTY OF Ik.~L ) U,~ r'7CG~ /~J / L Du'b ~~~G/d'~ tr /~ By (Signature) By Rn~ Rs~~mc{ fires id~.nt (Name and Title) The foregoing instrument was acknowledged before me this a0 day of, - r i I 20Q~, by who is personally known to me or who has produced i ~t/ as identification and who did/did not take an oath. WITNESS my hand and official seal, thls~_day yb~ Air i I , 20 0 ~1 (NOTARY SEAL) natur of pers n takin ackn wledg t) ,~s~ ~ ' • LAUREN KATHLEEN VALLAOAREs =~`~ ~'` # DDS31Zir1 =•~ '= MY COMMISSION EXPIRES October 15, 2012 1GT 3qg-0153 La~r~n ~Qlladc(res (Name of officer taking acknowledgment) My commission expires: ~ 1 i5 A l a (Serial number, if any) March 2009 City of Miami Beach Page 171 of 185 Project Manual 00920 DAVIS BACON WAGE DECISIONS GENERAL DECISION: FL20080001 01/23/2009 FL1 Davis Bacon Wage Decisions Date: January 23, 2009 General Decision Number: FL20080001 01/23/2009 Superseded General Decision Number: FL20070001 State: Florida Construction Type: Building County: Miami-Dade County in Florida. BUILDING CONSTRUCTION PROJECTS (does not include single family homes and apartments up to and including four (4) stories) Modification Number Publication Date 0 02/08/2008 1 02/15/2008 2 03/21/2008 3 06/27/2008 4 07/18/2008 5 08/15/2008 6 09/19/2008 7 10/10/2008 8 11/21/2008 9 01/23/2009 ASBE0060-001 09/01/2008 Rates Fringes Asbestos Worker/Heat and Frost Insulator ..................$ 29.00 10.45 ---------------------------------------------------------------- ELEC0349-001 09/01/2008 Including Fire Alarm Installation Rates Fringes ELECTRICIAN (Including Fire Alarm Installation) Electrical contracts including mateials that March 2009 City of Miami Beach Page 172 of 185 Project Manual Davis Bacon Wage Decisions are over $2,000,000.........$ 28.61 8.60 Electrical contracts including materials that are under $2,000,000........$ 26.15 8.33 ----------------------------------------------------- * ELEV0071-001 01/01/2009 Rates Fringes ELEVATOR MECHANIC ................$ 35.21 18.285 FOOTNOTE FOR ELEVATOR CONSTRUCTORS: A: Employer contributes 8% basic hourly rate for 5 years or more of service or 6o basic hourly rate for 6 months to 5 years of service as Vacation Pay Credit; Paid Holidays: New Year's Day; Memorial Day; Independence Day; Thanksgiving Day; Christmas Day, plus the Friday after Thanksgiving. ---------------------------------------------------------------- * ENGI0487-001 01/01/2009 Rates Fringes Power equipment operators: Boom Truck Operator......... $ 28.55 7.65 Crane (Including Truck Crane) ...................... $ 28.55 7.65 Crane Oiler (Including Truck Crane) ................ $ 20.00 7.65 Piledrivers ................. -- $ - 28.05 --------- 7.65 ----------------------- ----------------------------- IRON0272-001 10/01/2006 Rates Fringes Ironworkers: Ornamental ..................$ 26.70 6.43 Reinforcing .................$ 26.70 6.43 Structural ..................$ 26.70 6.43 ---------------------------------------------------------------- PLUM0519-001 09/16/2008 Rates Fringes PLUMBER ..........................$ 27.07 7.93 ---------------------------------------------------------------- March 2009 City of Miami Beach Page 173 of 185 Project Manual PLUM0725-001 07/16/2008 Davis Bacon Wage Decisions Rates Fringes PIPEFITTER (Including HVAC)......$ 30.55 9.10 -------------------------------------------- * SFFL0821-001 01/01/2009 Rates Fringes SPRINKI.,ER FITTER .................$ 22.25 13.84 ------------------------------------------------ SHEE0032-001 08/12/2007 Rates Fringes Sheet metal worker (Including HVAC duct work) ................$ 23.72 10.48 ----------------------------------------------------- * SUFL1999-001 03/04/1999 Rates Fringes Acoustical Tile Installer........$ 10.00 0.62 Bricklayer/Blocklayer............$ 15.36 CARPENTER (Including Drywall Hanging and Batt Installation)...$ 12.90 Cement Mason/Concrete Finisher...$ 14.50 DRYWALL FINISHER/TAPER...........$ 12.50 FLOOR LAYER: CARPET .............$ 14.25 GLAZIER ..........................$ 13.05 Laborers: Pipelayers ..................$ 13.81 Plasterer Tenders...........$ 10.09 Unskilled (Including Mason Tending) ....................$ 8.70 PAINTER: Brush Only .............$ 9.61 PLASTERER ........................$ 15.05 March 2009 City of Miami Beach 2.40 3.15 2.42 Page 174 of 185 Project Manual Power equipment operators: Backhoe .....................$ 15.71 Bulldozer ...................$ 14.58 Concrete Pump Operator......$ 14.78 Grader ......................$ 15.93 Loader ......................$ 15.04 Roller ......................$ 12.84 ROOFER, Including Built Up, Composition and Single Ply Roofs ............................$ 9.99 TILE SETTER ......................$ 12.50 Davis Bacon Wage Decisions 2.85 2.85 2.85 2.85 2.85 0.87 TRUCK DRIVER .....................$ 10.95 1.83 -------------------------------------- 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 (29CFR 5.5 (a) (1) (ii)) . In the listing above, the "SU" 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 be. * an existing published 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 March 2009 City of Miami Beach Page 175 of 185 Project Manual Davis Bacon Wage Decisions 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 interested party may appeal directly to Review Board (formerly the Wage Appeals Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 is not favorable, an the Administrative Board). Write to: 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION March 2009 City of Miami Beach Page 176 of 185 Project Manual Davis Bacon Wage Decisions GENERAL DECISION: FL20080044 02/08/2008 FL44 Date: February 8, 2008 General Decision Number: FL20080044 02/08/2008 Superseded General Decision Number: FL20070044 State: Florida Construction Type: Highway County: Miami-Dade County in Florida. HIGHWAY CONSTRUCTION PROJECTS(excluding tunnels, building structions in rest areas projects, and railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation; bridges involving marine construction; other major bridges). Modification Number Publication Date p 02/08/2008 SUFL1993-007 08/01/1993 Rates Bricklayer/Brickmason..........$ 11.00 Carpenter ......................$ 11.72 Concrete Finisher ..............$ 12.22 Electrician ....................$ 14.42 Fence Erector ..................$ 12.00 Form Setter ....................$ 10.52 Guardrail erector ..............$ 7.55 Ironworkers: Reinforcing .................$ 13.52 Structural ..................$ 14.65 Laborers: Asphalt Raker ...............$ 8.23 Pipelayers ..................$ 9.14 Fringes March 2009 City of Miami Beach Page 177 of 185 Project Manual Davis Bacon Wage Decisions Unskilled ...................$ 7.55 Painter ........................$ 11.62 Power equipment operators: Asphalt Distributor...... ...$ 8.67 Asphalt Paving Machine Operator ................. ...$ 10.48 Asphalt Screed ........... ...$ 9.22 Backhoe .................. ...$ 11.27 Boom-Auger Operator...... ...$ 10.14 Bulldozer ................ ...$ 10.40 Concrete Curb Machine.... ...$ 10.93 Concrete Joint Saw....... ...$ 11.86 Crane, Derrick, or Dragline ................. ...$ 13.59 Earthmover ............... ...$ 9.57 Forklift Op .............. ...$ 8.00 Front End Loader: 1 cu. yard and under......$ 9.29 Over 1 cu. yard...........$ 9.68 Gradall .................. ...$ 10.50 Grademan ................. ...$ 7.64 Guardrail Post Driver Operator ................. ...$ 10.75 Mechanic ................. ...$ 12.00 Milling Machine .......... ...$ 8.71 Milling Machine Grade Checker .....................$ 7.78 Motor Grader ................$ 11.52 Mulching Machine............$ 7.75 Oiler, Grease Man...........$ 12.21 Pavement Striping Machine ................. ....$ 9.34 Paving Striping Machine Nozzleman ............... ....$ 7.91 Piledrivers: Leadsman ..................$ 14.7 7 Operator ..................$ 13.7 1 Power Subgade Mixer..... ....$ 8.50 Rollers: Finish ....................$ 9.18 Rough .....................$ 7.66 Self Prop. Rubber Tire....$ 9.20 Scraper ................. ....$ 7.55 Sign Erector ............ ....$ 11.65 Small Tool Operator..... ....$ 8.05 March 2009 City of Miami Beach Page 178 of 185 o..,:ewt Manual Davis Bacon Wage Decisions Tractor, Light ..............$ 7.83 Trenching Machine...........$ 8.19 Widening Spreader Machine .....................$ 8.50 Traffic Controller TRAFFIC CONTROL SPECIAI,IST :.................$ 7.95 TRAFFIC SIGNALIZATION: Installer .................$ 8.61 Mechanic ..................$ 11.47 TRAFFIC SIGNALIZATION: Truck drivers: Low-Boy .....................$ 8.63 Single & Multi-Rear Axle....$ 8.05 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 (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- In the listing above, the "SU" 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 be. * an existing published 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 March 2009 City of Miami Beach Page 179 of 185 Davis Bacon Wage Decisions Project Manual 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 March 2009 City of Miami Beach Page 180 of 185 EXHIBIT 6 PERFORMANCE BOND BOND #1829296 (Initial one year term 2009-2010) Project Manual 00914 FORM OF PERFORMANCE BOND BY THIS BOND, We Unitech Builders Form of Performance Bond as Principal, hereinafter called CONTRACTOR, and The Hanover Insurance ~"~"'"`"' ~'s Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called CITY, in the amount of an initial Two Million Dollars ($2,000,000) for VERTICAL CITYWIDE, an initial Two Million ($2,000,000.00) for HORIZONTAL ROW, an initial Five Hundred Thousand Dollars ($500,000) for ELECTRICAL, an initial Five Hundred Thousand Dollars ($500,000) for MECHANICAL, an initial Five Hundred Thousand Dollars ($500,000) for WATERPROOFING/PAINTING, and an initial Five Hundred Thousand Dollars ($500,000) for ROOFING 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, ITB No.: 23-08/09 ,awarded the 15 day of ~ulY , 20 09 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 Job Order Contract ITB 23-08/09 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 attorneys 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: Project Manual Form of Performance Bond 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 Job Order Amount; 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 Job Order Amount," 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 29th day of July , 20 49 Project Manual WITNESSES: (Secretary) (CORPORA T E SEAL) IN THE PRESENCE OF: Form of Performance Bond Unitech Builders Corporation Name of Co oration) B "~ (Signature an itle (Type Na e/Title Signed Above) 2 S day of ~J I ~, 20 0'9 INSURANCE COMPANY ay "t an Attorney-in-Fact and FL Licensed Agent 1126 Central Ave., Suite 200 (Address: Street) St. Petersburg, FL 33705 (City/State/Zip) Telephone No.: 727-209-1803 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint; Kevin Wojtowicz, Glenn Arvanitis and/or Cathy Knoke of St. Petersburg, FL and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and ail bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Twenty Five Million and No/100 ($25,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 -The Hanover Insurance Company; Adopted April 14, 1982 -Massachusetts Bay Insurance Company; Adopted September 7, 2D01 -Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice President and an Assistant Vice President, this 8th day of August, 2008. ~, «, THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. NY ~A On this 8th day of August 2008, before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. ~°'°°~"" a11iari rdatary' public ~,~~~x My commission expires on November 3, 2011 I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct Dopy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adapted October 7, 1981 -The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 29 day of July , 2009 . THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITI S INSU CE COMPANY OF ERICA __ ~I / ..~---•-- /, Step~+ . Brau1, ssistant Vice Pras rit EXHIBIT 7 PAYMENT BOND FRONT PAGE OF PUBLIC PAYMENT BOND Florida Statute 255.05 BOND NO. 1829296 CONTRACTOR: Unitech Builders Corporation 16155 SW 117' Avenue, Bay 11 Miami, FL 33177 SURETY: The Hanover Insurance Company 440 Lincoln Street Worcester, MA 01653 800-343-6044 AGENT: Nielson, Wojtowicz, Neu & Associates, Inc. 1126 Central Avenue, Suite 200 St. Petersburg, FL 33705 (727) 209-1803 OBLIGEE: City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 305-673-7234 PROJECT: ITB No. 23-08/09 -Horizontal Citywide Construction Services (2009-2010 initial term) Bond #1829296 (initial one year term 2009-2010) Project Manual Form of Final Receipt 00915 FORM OF PAYMENT BOND BY THIS BOND, We Unitech Builders Corporation _ as ompany Principal, hereinafter called CONTRACTOR, and The Hanover Insurance as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called CITY, in the amount of an initial Two Million Dollars ($2,000,000) for VERTICAL CITYWIDE, an initial Two Million Dollars ($2,000,000.00) for HORIZONTAL ROW, an initial Five Hundred Thousand Dollars ($500,000) for ELECTRICAL, an initial Five Hundred Thousand Dollars ($500,000) for MECHANICAL, an initial Five Hundred Thousand Dollars ($500,000) for WATERPROOFING/PAINTING, and an initial Five Hundred Thousand Dollars ($500,000) for ROOFING 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.: 23-08/09 ,awarded the 15 day of July , 20 09 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 attorneys 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. 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 Project Manual Form of Final Receipt 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 29th day of July , 20 09 WITNESSES: (Secretary) (COi'~PORATE SEAL) IN THE PRESENCE OF: Unitech Builders Corporation Name of C rporation) B ~ (Signature d Tit ) ,~~i ~. ~ o~tE z ~!2£s ~0~~1' (Type Na /Title Signed Above} Agent 1126 Central Ave., Suite 200 INSURANCE COMPANY By and Attorney-in-Fact and Fl Licensed (Address: Street) St. Petersbura. FL 33705 (City/State/Zip) Telephone No.: 727-209-1803 EXHIBIT 8 INSURANCE CERTIFICATE ACORL-~' CERTIFICATE OF LIABILITY INSURANCE ~~" DATE (MM/DD/YYYY) 08/03/2009 PRODUCER Fax# Pnone# 305-669-5101 Betancourt Insurance P.O. BOx 431814 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. South Miami , FL 33243 INSURERS AFFORDING COVERAGE NAIC # INSURED Fax# Phone# INSURER A: FIfSt MerCU Insurance Unitech Builders Corp INSURER B: SAFECO Insurance 16155 S.W. 117 Avenue #11 INSURER C: Miami, FL 33177 INSURER D: 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. INSR DD'L POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS / GENERAL LIABILITY EACH OCCURRENCE $ 1 OOOOOO A / COMMERCIAL GENERAL LIABILITY DAMA E T RENTED PREMISES Ea occurence 100000 $ CLAIMS MADE ~ OCCUR MED EXP (Any one person) $ 5006 / 500 ded 6895369 03/06/2009 03/06/2010 PERSONAL & ADV INJURY $ 1000000 GENERAL AGGREGATE $ 2000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ 1 OOOOOO POLICY PRO LOC B / AUT OMOBILE LIABILITY 218696 03/06/2009 03/06/2010 COMBINED SINGLE LIMIT $ 1000000 ANY AUTO (Ea accident) / ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS / BODILY INJURY P id t $ NON-OWNED AUTOS ~ ~ er acc en ) ( .}-- L / PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY n AUTO ONLY - EA ACCIDENT $ ANY AUTO LQ I OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS I UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR ~ CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION WC STATU• OTH- AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETORIPARTNER/EXECUTIVE ^ OFFICER/MEMBER EXCLUDED? E.L. EACH ACCIDENT $ (Mandatory in NH) If d ib E.L. DISEASE - EA EMPLOYE $ yes, escr e under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS (LOCATIONS (VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT (SPECIAL PROVISIONS Certificate holder is listed as additional insured for General Liability and Auto Liability City of Miami Beach 1700 Convention Center Drive 3rd Floor Miami Beach, FL 33139 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, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ~-. REPRESENTATIVES. r(~'l~, AUTHORIZED REPRESENTATIVE „-~ ^"""" °~ t~~~~r~'/ V 99St3-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ra~.vrcu ca ~cuvaw~/ ACORD,~ CERTIFICATE OF LIABILITY INSURANCE 08/03/2009) PRODUCER (305)822-7800 FAX (305)822-1621 Collinsworth, Alter, Fowler, Dowling & French P. 0. Box 9315 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 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 Unitech Builders Corp. INSURER q: FOCI Insurance Group P.O. BOX 650487 INSURER B: Miami, FL 33165 INSURER C: INSURER D: INSURER E: R(1VFRAf:FS 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 LIMBS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ CLAIMS MADE ~ OCCUR MED EXP (Any one person) $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ POLICY PRO LOC JECT AUT OMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO fEa accident) $ ALL OW NED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS NON-OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ~ AUTO ONLY - EA ACCIDENT $ ANY AUTO EA ACC OTHER THAN _ $ AUTO ONLY: qGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR ~ CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND MP ' 59424-001 03/05/2009 03/05/2010 WC STATU- OTH- A E LOYERS LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ SOO, OO OFFICER/MEMBER EXCLUDED? If es d ib d E.L. DISEASE - EA EMPLOYEE $ 500 , OO y , er escr e un SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ 500 , 00~ OTHER DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Miami Beach 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE MOLDER NAMED TO THE LEFT, Procurement Dl V7 Sl On BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1700 Convention Center Drive OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Miami Beach, FL 33139 AU7HOR¢EDREPRESENTATIVE /; / f~ - f r,~/~~ /~ Melissa Cruz/SHEILA IF1--El~GLiC/I,~•,,y,1,G~~J) ( ','w~f~t AGORD Z5 (2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.