Loading...
Paramount Engineering Inc, -" . ", ,. CITY OF MIAMI BEACH PROCUREMENT DIVISION TO: Robert Parcher City Clerk DATE: 6/26/00 FROM: Gus Lopez, CPPO Procurement Director ~ SUBJECT: AGREEMENT WITH PARAMOUNT ENGINEERING, INC. BID NO. 67-99/00, LAGORCE ISLAND ENTRANCE IMPROVEMENTS Five (5) copies of the above referenced Contract are attached for the Mayor's signature and execution. The insurance certificate has been approved by Risk Management and the City Attorney has approved the form and language for contract execution. Thank you for your prompt attention to this matter. je 4/~uJ C z.. CJ CITY OF MIAMI BEACH Procurement Division Interoffice Memorandum lD - To: Murray Dubbin City Attorney Date: June 14,2000 Via: Raul Aguila Assistant City Attorney From: Gus Lopez, CPPO Director Subject: Agreement with Paramount Engineering, Inc. Bid No. 67-99/00 -- Lagorce Island Entrance Improvements Attached for your review and fonu approval are five (5) copies of the above subject agreement. Please notify this office at extension 6641 or 7492, when said agreements are ready to be delivered to the City Clerk's office for execution. Thank you, c: John Ellis Bid File L-z..o-tJ(J GL O~~ r ~<-. \4l~ F:\PURC\$ALL\GUS\AGREE.WPD .. INVITATION TO BID LaGORCE ISLAND ENTRANCE IMPROVEMENTS I .' BID No. 67-99/00 BID OPENING: March 16,2000 AT 3:00 PM Issued by: Michael A. Rath, CPPB, Procurement Director City of Miami Beach - Procurement Division 1700 Convention Center Drive Miami Beach, FL 33139 CITY CLERK CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http:\\ci.miami.beach:fl.us PROCUREMENT DIVISION Telephone (305)673.7490 Facsimile (305) 673-7851 CITY OF MIAMI BEACH INVITATION TO BID NO. 67-99/00 NOTICE TO CONTRACTORS Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 16th day of March, 2000 for: LaGORCE ISLAND ENTRANCE IMPROVEMENTS At time, date and place above, bids will be publicly opened. Any bids received after time and date specified will be returned to the bidder unopened. Drawings and specifications are available for a non-refundable cost ofS14.90 plus shipping from DemandStar.com (800) 711-1712. The budget for this project is $80,000 ....:.~:....~ A Bid Bond of five (5%) percent of the bid amount will be required. The successful bidder will be required to furnish Perfonnance and Payment Bonds, each in the amount of one-hundred (100%) percent of the contract amount. You are hereby advised that this Invitation to Bid is subject to the "Cone of Silence, .. in accordance with Ordinance 99-3164. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on communication with the City's professional staff. The ordinance does not apply to oral communications at pre-bid conferences, oral presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the City Commission during any duly noticed public meeting, contract negotiations with the staff following the award of an RFP, RFQ, RFLI, or bid by the City Commission, or communications in writing at any time with any city employee, official, or member of the City Commission unless specifically prohibited. A copy of all written communications must be filed with the City Clerk. Violation of these provisions by any partiwlar bidder or proposer shall render any RFP award, RFQ award, RFLI award, or bid award to said bidder or proposer void, and said bidder or proposer shall not be considered for any RFP, RFQ, RFLI or bid for a COItract for the provision of goods or services for a period of one year. Bid No. 67-99/00 Dale: February 16,2000 2 . Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing by mail or facsimile to the Procurement Department, 1700 Convention Center Drive, Miami Beach, FL 33139 FAX: (305) 673.7851. The bid title/number shall be referenced on all correspondence. All questions must be received no later than ten (10) calendar days prior to the scheduled bid opening date. All responses to questions/clarifications will be sent to all prospective bidders in the fonn of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAlD DEADLINE. The City of Miami Beach reserves the right to accept any bid deemed to be in the best interest of the City of Miami Beach, or waive any infonnality in any bid. The City of Miami Beach may reject lIlY and all bids. CITY OF MIAMI BEACH Bid No. 67-99/00 Date: February 16.2000 3 " , BID No. 67-99/00 BID PROPOSAL FOR LAGORCE ISLAND ENTRANCE IMPROVEMENTS PROPOSAL PAGE I OF 5 PROPOSAL OF Paramount Engineering, Inc. (Name) 2551 lIIortheast 184th Terrace III. Miami Beach, FL 33160 2038 (Address) (FOR) Constructing the improvements designated and described in the attached Notice to Contractors, and which said Improvements are designated as the LaGon:e Island Entran~ Improvements and more particularly set forth herein. 03/15/20~ TO MAYOR AND CITY COMMISSION OF MIAMI BEACH, FLORIDA: SUBMITTED We the undersigned, hereby declare that no person or persons, firm or corporation other than the undersigned, are interested in this Proposal, as principals, and that this Proposal is made without collusion with any person, firm or corporation, and we have carefully and to our full satisfaction examined the attached Notice to Contractors, General Provisions, Specifications for Materials and Construction Methods, Supplementary Conditions, and form of Contract and Bond, together with the accompanying Plans, and that we have made a full e"amination of the location of the proposed Work and the sources of supply and materials, and we hereby agree to furnish all implements, machinery, equipment, transportation, tools, materials, supplies, labor, and other things necessary to the prosecution and completion of the work, fully WIderstanding that the quantities shown in the Notice to Contractors and Proposal are approximate only, and that we will fully complete all IJe'"eSC'''ty work in accordance with the Plans and the attached Specifications, and the requirements under them of the Engineer within the time limit specified in this Proposal for the following unit prices to-wit: All bid items sba1l include costs for furni....il\g to the City all material, equipment, and supplies and for all cost incurred in completing the work, including installation of all materials, equipment, and supplies furni!dled, complete in place and ready for continued service, including all tie-in work and testing, all other labor, permit fees, taxes, insurance, miscellaneous costs, overhead and profit. Bill No. 67-9MlO 0.: F*-Y 16, 2000 4 ., . BID No. 67-99/00 BID PROPOSAL FOR LAGORCE ISLAND ENTRANCE IMPROVEMENTS PROPOSAL PAGE 2 OF 5 The Contractor shall be Substantially Completed with the Work within sixty (60) ealendar days after the date when the Contract Time commences to run as provided in paragraph 2.3 oCthe General Conditions, and completed and ready for final payment within seventy-five (75) calendar days after the date when the Contract Time commences to run. Lagorce Island Entrance Improvements Total Lump Sum Bid: $ 73,833.00 SEVENTY THREE THOUSAND, EIGB'l' HUNDRED THIRTY TREE DoUan and 00/100 Cents Allowance for Unfoneen Conditions: $ 5,000.00 TOTAL BASE BID: S 78,833.00 Additive Bid Item No.1 ( Landscaping at Club House) $ 3,376.00 THREE THOUSAND THREE BUNDRED Dollan and 00/100 Cents ~J:;Y~l.'J: ~~A Additive Bid Item No.2 ( Royal Palm Replacement) $ 7,611.00 SEVEN THOUSAND SIX BUNDRED ELEVEN 00/100 Dollan and 00/100 Cents Bid No. 67__ 0.: FebruoIy 16. 2000 s , , BID No. 67-99/00 BID PROPOSAL FOR LAGORCE ISLAND ENTRANCE IMPROVEMENTS PROPOSAL PAGE 3 OF 5 ADDENDUM No. M~ ADDENDUM ACKNOWLEDGMENT DATED SIGNATURE OF PERSON SIGNING BID No. Bidder accepts all of the terms and conditions of the Bidding Documents, including without limitation those dealing with the disposition of the Proposal Guaranty. In submitting this Proposal, Bidder makes all representations required by the Instructions to Bidders and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents, the Notice to Contractors, the Proposal Requirements and Conditions, and the following Addenda (receipt of all which is hereby acknowledged): b. Bidder has familiarized itself with the nature and extent of the Contract Documents, Work Site, Locality, and all Local Conditions and Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing of the Work. c. Bidder has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4.2 of the General Conditions, and accepts the determination of the technical data contained in such reports and drawings upon which Bidder is entitled to rely. d. Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (b) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress. performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.2 of the General Conditions; and no additional el'"minations, investigations, explorations, tests, reports or similar information or data are or will be required by Bidder for such purposes. Bid No. 67_ 0.: FollruIIy 16, 2000 6 :, . BID No. 67-99/00 BID PROPOSAL FOR LAGORCE ISLAND ENTRANCE IMPROVEMENTS PROPOSAL PAGE 4 OF 5 e. Bidder has reviewed and checked all infonnaUon and data shown or indicated in the Conlrllct Docwnents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar infonnation or data in respect of said Underground Facilities are or will be required by Bidder in order to perfonn and furnish the Work at the Conlrllct Price, within the Conlrllct Time and in accordance with the other terms and conditions of the Contract Docwnents, including specifically the provisions of Paragraph 4.3 of the General Conditions. f. Bidder bas correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the tenns and conditions of the Contract Docwnents. g. Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Docwnents and the written resolution thereof by City is acceptable to Bidder. BiclNo.67.9911JO Dolo: F*-Y 16, 1000 7 . . BID No. 67-99/00 BID PROPOSAL FOR LAGORCE ISLAND ENTRANCE IMPROVEMENTS PROPOSALPAGE50F5 The undersigned further agrees to perform allI"'Ce"OIl'Y"Extra Work". as provided for in the General and Supplementary Provisions and to execute the attached Contract within ten (10) calendar days after the date on which the Notice of Award has been given. The undersigned further agrees to commence work under this Contract within seven (7) days following the date indicated on the Notice to Proceed by the City and to Substantially Complete the Work. and to fully and Finally Complete the Work. with the Contract Time period as stipulated in the Agreement. The undersigned further agrees to pay as liquidated damages for each consecutive calendar day that palIles after the Contract Substantial Completion date that the Work is not substantially completed, and for each consecutive calendar day that passes after the Contract Final Completion date that the Work is not completed and ready for final payment, the amounts of liquidated damages being as stipulated in the Agreement. The undersigned further agrees to furnish sufficient and satisfactory bond in the sum of not less than (100%) one-hundred percent of the contract price of the work.. The undersigned further agrees to bear full cost of maintaining all work until the fina1 acceptance, as provided in the General Provisions. Accompanying this Proposal is a Bid Bond made payable to the City of Miami Beach, Florida in the sum of 5' OF BID AMOUNT Dollars S Bid Bond is to be forfeited as liquidated damages if, in case this Proposal is accepted, the undersigned sba1l fail to execute the attached Contract under the conditions of this Proposal; otherwise, said Bid Bond is to be returned to the undersigned upon the delivery of Satisfactory Bond. FIRM'S NAME (print or Type): Paramount Engineering, Inc. er Director 84th Terrace FL 33160 2038 SIGNATURE: TlTLE/PRlNTED NAME: ADDRESS: TELEPHONE NUMBER: 305 933 0478 954 410 3112 FAJC:305 931 6253 8idNo.67-991QO Dole: F*-Y 16. 2000 8 . CONTRACTOR'S OUESTlONNAIRE NOTE: Information suppUed in response to this questiolUUlire is subject to verifieatioll. Inaccurate or incomplete answen may be grounds for disqualification from award ofthis bid. Submitted to The Mayor and City Commission of the City of Miami Beach, Florida: By Paramount Enaineerina. Inc. 2551 Northeast 184th terrace Principal Office N. Mlami Beach, FL 33160 2038. How many years bas yoW' Orgllni7Arion been in business as a General Contracta under YOW' present business name? 8 Does YOW' organization have CUlTCllt occupational licenses entitling it to do the work contemplated in this Contract? Yes State of Florida occupational license - state type and number: CG C015617 Dade County certificate of competency - state type and number: MDC, 288663- 9 City of Miami Beach occupational license - state type and number: N.A. Include copies of above licenses and certificates with proposal. How many years experience in similar work has YOW' organization bad? (A) As a General Contractor 8 (8) As a Sub-Contractor None (C) What contracts bas YOW' organization completed? PLEASE SEE ATTACBMEH'l'S. Contract Amt Class of Work When ComDleted Name/Address of Owner $ ?7":l nnn nn TIID'QnV1il'lllVN'l'~ IN TJq 1)T~1IIP OF lI1':ay.T~aNnJ::,..a:PT"fG,GRADIRG & . PAVING FOR THE CITY OF FORT LAUDERDALE ENGINEERING PROJECT NO: 9922-M:rHA SAMADI PROJECT ENGINEER 954 761 5772 Have you ever had a contract ~~~ c~~r ~1~~~Y;U{~g company name or another company name) due to failure to comply with contractual specifications? NO If so. where and why? Has any officer or partner of YOW' organization ever failed to complete a construction contract bandied in his own name? NO IIioI No. 67-9!11OO 0.: f*-y 16, 2000 9 " If so, state name of individual, name of owner, and reason thereof In what other lines of business are you financially interested or engaged? None Give references as to experience, ability, and financial standing Please see attacbJllent What equipment do you own that is available for the proposed work and where located? DYNABOE 190 BUCYRUS ERIE RUBBER TIRE BACKHOE/LOADER VIBROMAX 2002, S'l'REET SAW TARGET, INGERSOL RAND PLATE COMPACTOR M ~ -:;>\f~ What Bank or Banks have you arranged to do business with during the course of the Conlrllct should it be awarded to you? FIRST UNION BANK OF FLORIDA Please list the names and addresses of the subcontractors to be used for the portions of the work listed below. ADO 'l'REE & LANDSCAPING, INC. 8055 96th Court South Boynton Beach, FL 33437 WINDMILL SPRINKLER CO.,INC. 1535 West Sunrise Boulevard Fort Lauderdale, Florida 33311 PMEC ELECTRIC, INC. 12700 Northwest 102 Place HIaleah Gradens, FL 33016 CALLIES ELECTRIC, INC. 1089 Southeast 9th Court a~aleah, FL 33010 I HEREBY CERTIFY that the above answers are true and com:ct. (SEAL) (SEAL) BidNo.67-9MO Dolo:: f*-Y 16, 2000 10 " . BID No. 67.99100 CUSTOMER REFERENCE LISTING Contractor's shaIl fwnish the names, addresses, and telephone numbers of a minimum of four (4) finns or government organizations for which the Contractor is currently furnishing or has furnished, similar services. 1) Company Name PLEASE SEE A'l'TACBMEN'l Address Contact Person Telephone Number Facsimile Number 2) Company Name Address Contact Person Telephone Number Facsimile Number 3) Company Name Address Contact Person Telephone Number Facsimile Number 4) Company Name Address Contact Person Telephone Number Facsimile Number Bi4No.67_ 0.: FebnooIy 16, 2000 11 AGREEMENT TIns AGREEMENT made this f) it day of Atlll C 20 ~" , A.D. between the CITY OF MIAMI BEACH, a Florida municipal corpOration, hereinafter called the City, which term shall include i successors and assigns, party of the one and 'OtlA/r II! / f:-e.:IliI .I hereinafter called the Contractor, which tenn shall include its heirs, successors and assigns, party of the other part. WITNESSETH that the said Contractor for the consideration and compensation herein agreed to be paid and the said City in consideration of the construction of improvements to be done by said Contractor and designated "LaGorce Island Entrance Improvements" by said City, do hereby mutually agree as follows: I. lbis Agreement shall extend to and be obligatory upon said City, its successors and assigns, and upon said Contractor and its heirs, successors and assigns. Neither this Agreement nor any part thereof nor any part of the Work herein contemplated, shall be assigned or sublet, nor shall any sums of money provided to be paid to said Contractor be assigned by said Contractor to anyone without the consent of the City Commission of said City evidenced by its resolution. 2. The foregoing pages of this booklet, including the Notice to Contractors, the Proposal, and the Contract Documents and such alterations as may be made in said Plans and Specifications as therein provided for, are hereby referred to and made a part of this Agreement and the terms and conditions set forth therein, except when in direct conflict with this written Contract, are as much a part hereof as if copied herein. If conflicts exist between them and this written instrument, only that part of the matter in direct conflict herewith shall not be construed to be a part hereof. 3. The Contractor shall commence work within seven (7) days of the Notice to Proceed and shalI construct and complete in a good and workmanlike manner the materials herein referred to, strictly in accord herewith the following: 3.1 The Contractor shalI be Substantially Completed with the Work within sixty (60) calendar days after the date when the Contract Time commences to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment within seventy-five (75) calendar days after the date when the Contract Time commences to run. Bid No. 67-99100 Dolo: FcbnIary 16. 2000 12 3.2 Damages - City and Contractor recognize that the City will suffer direct financial loss if Work is not completed within the Contract times specified in paragraph 3.1 above plus any extensions thereof allowed. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time, and therefore time is of the essence. Accordingly, instead of requiring any such proof Contractor agrees to forfeit and pay Owner as liquidated damages for delay (but not as a penalty) the amount of Two Hundred DoUan (5200.00) for each calendar day that expires after tbe Contract Time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time, Contractor shall pay Owner Two Hundred DoDan (5200.00) for each calendar day that expires after the time specified in Paragraph 3.1 for completion and readiness for final payment. These amounts represent a reasonable estimate of Owner's expenses for extended delays and for inspection, engineering services and administrative costs associated with such delay. 4. In such construction said Contractor shall furnish all implements, machinery, equipment, transportation, tools, materials, supplies labor, and other things necessary to the execution and completion of the Work, nothing being required of the City except that it may, at its expense, supervise such construction and enter upon and inspect the same at all reasonable times. 5. If any dispute arises between the City and said Contractor with reference to the meaning or requirements of any part of this Contract and they cannot agree, the more stringent requirements shall govern as determined by the City. 6. If the Contractor shall complete the construction herein contemplated in a good and workmanlike manner within the time herein specified and in accord herewith, the said City shall pay to the Contractor the contract sum in accordance with the Conditions of the Contract. The City, by allowing Contractor to continue with said construction after the time for its completion hereinbefore stated shall not deprive City of the right to exercise any option in this Agreement contained nor shall it operate to alter any other term of this Agreement. 7. The Contractor shall file with the Procurement Director of said City of Miami Beach a Performance and Labor and Material Payment Bond, each in the amount of 100 percent of Contract Amount, in the form as set forth herein or as otherwise approved by the City of Miami Beach City Attorney and shall be executed by said Contractor and Surety Agent authorized to do business in the State of Florida BMlNo.67'- 0*: F*'-Y 16. 2000 13 8. The Contractor shall file Insurance Certificates, as required, and they must be signed by a Registered Insurance Agent licensed in the State of Florida and approved by the City of Miami Beach Risk Manager. 9. All documents shall be executed satisfactorily to said City and until Bonds and Insurance Certificates have been filed and approved, this Contract Agreement shall not be effective. 10. Owner shall pay Contractor for perfonnance of the Work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Proposal, attached to this Agreement. The parties expressly agree that the Contract Price is a stipulated sum except with regard to the items in the Bid which 'are subject to unit prices. $ fCf;J':.2 u Contract Price: 11. The Contract Documents which comprise the entire Agreement between City and Contractor are attached to this Agreement and made a part hereof. The Contract Documents may only be amended, modified or supplemented as provided in the General Conditions. IN WITNESS WHEREOF the said City has caused this Agreement to be signed by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by the City Clerk of the City of Miami Beach and the said Contractor has caused this Agreement to be signed it its name. Paramount Engineering, Inc. (SEAL) BEACH Contractor By (Authorized Corporate 1ALk..- Wl"~ Erik Hutton, President Title AlTEST: _~~i) f~ City Clerk APPROVED /"S TO FORM & lANGUAGE & FOR exECUTION Bid No. 67-99100 0.: Fcllruay 16, 2000 14 ~ ~ ~-tct7-<JZ? i\y Morney ale " THE AMERICAN INSTITUTE OF ARCHITEcrs AlA Document A310 Bid Bond Bond No.: 767652-88 KNOW ALL MEN BY THESE PRESENTS, that we Paramount Engineering. Inc. as Principal, hereinafter called the Principal, and Indemnl~ Insurance Company of North America a corporation duly organized under the laws of the State of Pennsylvania as Surety, hereinafter called the Surety, are held and firmly bound unto CI~ of Miami Beach as Obligee, hereinafter called the Obligee, in the sum of 5% of amount bid not to exceed Five- Thousand and 00/100 dollars fS5.000.00-} for the payment of which sum well and truly 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 laGorce Island Entrance ImDrovements Bid No.: 67-99/00 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter In10 a Contract with the Obligee in accordance with the tenns of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surely for the faithful performance of such Contract and for the prompt payment of labor and material 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 penally 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 perfonn the Wor!< covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effec:t. Signed and sealed this 1Dl. day of Mm!L ~ ~rtness}: ~~ (Principal): Paramount Enalneerina. Inc. ~- By:fr4 ~rtness}:~h11 ~'/~ ~_'7h~~ Otto V, mer, Jr. ey-l ct AlA DOCUMENT A310 . BID BOND' AIA@ . FEBRUARY 1970 ED' THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 _ . '_ _,.. ...,_ ..?'Ir~",,- .., :_~~i~':,~;S~::':~f'~~3 '_~~~ :7~-;::t}--,. -"'~... ''; l' iF ACORD~ .+"'_.__. t MTE~' ~ <,"06/21/2000 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. COMPANIES AFFORDING COVERAGE PROllUCl!R JW Insurance Services, Inc 2145 Davie Blvd #105 Ft Lauderdale, Fl 33312 954-583-7213 -. COMPANY A Scottsdale Ins Co Paramount Engineering, Inc COMPANY B Granada Ins Co 2551 Northeast 184th Terr 2nd lev No Miami Bch, ~L 33160-2038 305) 933-0478 COMPANY C Harbour ~ I THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN 'SSUED 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 TH:S CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLlC'ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLlC'ES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. co TYPE OF INSURANCE POLICY NUMBER LTO GENERAL UAIlIUTY COMPREHENSIVE FORM X PREMISES,fOPERATIONS X UNDERGROUND EXPl.OSION & COlLAPSE HAZARD A X PROOUCTSfCOMP1..ETED OPER CONTRACTUAL X INDEPENDENT CONTRACTORS BROAD FORM PROPERTY OAMAGE X PERSONAL INJURY AlITOMOBILE ~U1Y pt1 ANY AUTO ALL OWNED AUTOS jPrivate Pass) AlL OWNED AUTOS (0lhW than Private Passenger) I CA073026 B X HIRED AUTOS X NON-OWNED AUTOS GARAGE LIABILITY X scheduled auto EXCESS UA8lUTY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COIIPENSAT1QN AND .-oYUI' UA8lUTY C THE PROPRIETORl INCl 20525101 PARTNE~*XECUT1VE OFFICERS ARE: EXCI. O~ POUC't' EFFECTIVE POLICY EXPlRAltON lMTS DATE (MM'DOiYY) DATE (MMIDOIY'Yt BOOll Y INJURY ace , BOOI!. Y INJURY Aoo , PROPERTY DAMAGE oce , PROPERTY DAMAGE AGG , 81 & PO COMBINED ace , 1 mill B1 & PO COMBINED AGG , 1 mill OS/21/00 OS/21/01 PERSONAl INJURY AGG " 1 mill BODILY INJURy i'100,OOO (Per person) I BODILY INJURY I I (PfIraccident) '300,000 5/21/00 OS/21/01 1'50 000 PROPERTY DAMAGE 900lL Y INJURY & I ' PROPERTY DAMAGE " COMBINED EACH OCCURRENCE , AGGREGATE is we STATU- TORY LIMITS EL EACH ACCIDENT 5/15/00 5/15/01 EL DISEASE - POLICY UMIT EL DISEASE. EA EMPlOYEE " DUCItIP11ONOF0PERA11ONIA.OCA~ ITeMS Bid No. 67-99/00, Lagorce Island Entrance The City of Miami Beach is added as additional insured with respects to General Liability & Automobile Liability ADDITIONAL INSURED: City of Miami Bch 1700 Convention Center Drive Miami Bch, Fl 33139 THE ABOVE DESCRIBED POUCIES BE CNlCEU..ED BEFORE TIE DAft THEREOF, l1IE ISSUING COMPANY -..L. ENDeAVOR TO MAIL YS'Ma'nEN NOTICE TO lIE CERTlFtCATE HOL.DER NAMED TO THE LEFT, TO MAL SUCH N01ICE SHALL IMPOSE NO OBUGATION OR LWILJTY UPON THE COMPANY, ITS AGENTS OR REPRESENTATlYl.S. ATMi ~: Risk Man~ement/ John Ellis _' .....cc....."...." .... ,..... .,,'" -,........ ....,.... ',....., .,' ".;: "'.' . :< ~.::';T~ 'fA~tJ~.,.... ,.. .,. ."..::.~m:~~i;~ii~;r~~ft~''ii:,.. i;klBfiB:,,__~~~lt ~~'Ji1~lf:'~iij'I_Jl.lll'll:J:I~~.._ ,.~ 1 of 5 originals FRONT PAGE Attached to and part of Bond No.: K05952505 In compliance with Florida Statute Chapter 2S5.05 (1)(a), Public Work. All other Bond Page(s) are deemed subsequent to tbis page regardless of any page number(s) that may be preprinted thereon. Contractor Name Paramount Engineering, Inc. Contractor Address 2551 NE 184th Terrace, North Miami Beach, Fl. 33160 Contractor Phone No: (305) 933-0478 Surety Company Indemnity Insurance Company of North America Surety Address 1601 Chestnut Street, Philadelphia, PA 19192 Surety Phone No. (215) 761-1000 Owner Name City of Miami Beach Owner Address 1700 Convention Center Drive, Miami Beach, FI. 33139 Owner Phone No. (305) 673-7490 Obligee Name City of Miami Beach Obligee Address 1700 Convention Center Drive, Miami Beach, Fl. 33139 Obligee Phone No. (305) 673-7490 Bond Amount $78,833.00 Contract No. Bid No.: 67-99/00 Work Description Lagorce Island Entrance_ Improvements Project Location 6595 Pine Tree Lane, Miami Beach, Fl. 33141 Legal Description '., ',1, 1Of5c:riJ:li.ra1s PERFORMANCE BOND #K05952505 (This bond meets and exceeds the requirements of Florida Statutes Section 255.05) ST ATE OF FLORIDA ) ss COUNTY OF ) KNOW ALL MEN BY THESE PRESENTS that we, paranount Engineerinq, Inc. as Principal, hereinafter called Contractor, and InBmity li'EuI:an:e <::b1p;J::r{ of N:rth lJra::ica as Surety, are finnly bound unto the City of Miami Beach, Florida, as Obligee, hereinafter called the City, in the Penal swn of ** Dollars ($ 73,833.00 ), for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor, on the _ day of ,20-, entered into a certain contract with the City, hereto attached, for Bid No. 67-99/00, Entitled, "LaGon:e Island Entrance Improvements" which Contract is made a part hereof by reference thereto. NOW, THEREFORE, THE CONDmON OF TInS OBUGATlON IS SUCH, that, if the Contractor shall well and truly perfonn and fulfill all the undertakings, covenants, terms, conditions and agreements of said Contract, and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, then . this obligation shall be void; otherwise to remain in full force and effect. WHENEVER the Principal shall be and is declared by the City to be in default under the Contract, or whenever the Contract has been tenninated by default of the Contractor, the City having perfonned the City's obligations thereunder, the Surety shall: I. Complete the Contract in accordimce with its tenns and conditions, or at the City's sole option. 2. Obtain a Bid or Bids for submission to the City for completing the Contract in accordance with its terms and conditions, and upon determination by the City and the Surety of the lowest responsible Bidder, arrange for a Contract between such Bidder and the City, and make available as Work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The tenn "balance of the Contract price" as used in this paragraph, Bid No. 67-99/00 15 DB: Febrully 16, 2000 ~ 'lhrre 'lln.Eini Ei.g:lt Hxrltlrl 'lhirty 'lhrre D:"illars em 00/100 " ~ , .., shall mean the total amount payable by the City to the Contractor under the Contract and any amendments thereto, less the amount properly paid by the City to the Contractor. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the City named herein or the successors or assignees thereof. The Surety shall and does hereby agree to indemnify the City and hold it harmless of, from and against any and all liability, loss, cost, damage or expense, including reasonable attorneys fees, engineering and architectura1 fees or other professional services which the City may incur or which may accrue or be imposed upon it by reason of any negligence, default, act and/or omission on the part of the Contractor, any Subcontractor and Contractor's or Subcontractors agents, servants and/or employees, in, about or on account of the Construction of the work and perfonnance of said Contract by the Contractor. This Bond shall remain in full force and effect for such period or periods of time after the date of acceptance of the project by the City as are provided for in thl Contract Documents, and the Contractor hereby guarantees to repair or replace for the said periods all work perfonned and materials and equipment furnished, which were not perfonned or furnished according to the tenns of the Contract Documents. Ifno specific periods of warranty are stated in the Contract Documents for any particular item of work, material or equipment, the Contractor hereby guarantees the same for a minimum period of one (1) year from the date of final acceptance by the City of the entire project. Any suit on this bond must be instituted within such period or periods as may be provided by law. Bid No. 67-99/00 Dole: February 16. 2000 16 -, IN WITNESS WHEREOF, the above bounded parties have caused this Bond to be executed by their appropriate officials of the 7th day of JtIE .2000. WITNESS: PRINCIPAL: (If sole Proprietor or partnership) (Firm Name) BY Title: (Sole Proprietor or Partner) PRINCIPAL (If Corporation) l'araIl::u1t El"g:in;erirg, ID::. (Cmpo_N_l ~ BY~ (president) EDk Attest:-0 <~ (Secretary) ~ l'.n:Et (CORPORATE SEAL) COUNTERSIGNED BY RESIDENT FLORIDA AGENTOFS TY: SURETY: J.n:Bmity li19..1J:cn:E ctrrp;ny of N:rth 1mrica (power of Attorney must be attached) Bid No. 67-99/00 DaI<:: Fclmwy 16,2000 17 "', . .' i!.,~..'\,,~t.!Ci 0T10 VINCa/T LATlIER JfI 500-07-9652 I :,!( ~-:' (i 1':. ;:::,'; \[,; _; 'li' iW<iif, fi ,~~Oj:' 'W,' ", '. , ! ~ ' ~,H. ' Life Life & Heolth Gen. Lines <l'r<lp. & cas. Irs.) 738987 ~cLa-: ~ , " ~ .~.! . "-'" CERTIFICATES AS TO CORPORATE PRINCIPAL I, cat:tErire Pn:st , certify that I am the Secretary of the Corporation named as Principal in the foregoing bond; that Fbk H.ltlm who signed the said bond on behalf of the Principal, was then I'J:Es:iCEl1t of said Corporation; that I know his signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. -G. ~\~-.~ Corporate Secretary c:atiEdre Pn:st Seal STATE OF FLORIDA) 5S COUNTY OF ) Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared O::to V. IatiJreI:", Jr. to me well known, who being by me first duly sworn upon oath, says that TnEmity :Ji'amn:e ~ he is the Attorney-in-Fact, for the of N:rt:h Jmri.ca and that he has been authorized by ltIhmity :J:rslt:arre CJ::npmf of N:D:th Jmri.ca to execute the foregoing bond on behalf of the Contractor named therein in favor of the City ofMiarni Beach, Florida. Subscribed and sworn before me this 7th day of .:lire , 20 00 A.D. (Attach Power of Attorney) tary Public State of Florida-at-Large My Commission Expires: Bid No. 67-99/00 Dale: February 16.2000 crrARYSEAL GABRlEUJ! nsClN NOI'ARYPUBUC srATEOF FLORIDA COMMIS510N NO. CC831004 MY COMMISSION EXP. APR. Zl 18 .., '.. LABOR AND MATERIAL PAYMENT BOND (SECfION 255.05, FLA. STAT.) BY THIS BOND, We, Par:an:l.I1t B1;li.rEedn;J, li'x:. . as Principal, and Irrlamity ~ <l:itpnj of N::rth 1Ueri.ca .. as corporation, as Surety, are bound to the City of Miami Beach, Florida, as obligee, herein called City, in the sum of $ *Irk for the payment of which we bind ourselves, our heirs, personal representatives, successors and assigns, jointly and severally. THE CONDITION OF nus BOND is that if Principal: Promptly makes payments to all claimants, as defmed in Section 255.05 (I), Fla. Stat, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and Pays City all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that the City sustains in enforcement of this bond. Perfonns the guarantee of all labor and materials furnished under the contract for the time specified in the contract, then this bond is void, otherwise it remains in full force. 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. The provisions of Section 255.05, Fla. Stat., are specifically adopted by reference and made a part hereof for the purposes specified therein. The contract dated by reference. between the City and Principal is made a part of this Bond Claimants are advised that Section 255.05, FIa. Stat, contains notice and time limitation provisions which must be strictly complied with. ~ 'Ihrre 'ID:u;cnj Eig:lt Hzrlr:ej 'lhi:J;ty 'Ihrre I:Xillars cro 00/100 Bid No. 67-99/00 001<:: FcblUlly 16.2000 19 . < '.. IN WITNESS WHEREOF, the above bounded parties have caused this Bond to be executed by their appropriate officials of the 7th day of.Ji.m , 20 00 WITNESS: PRINCIPAL: (If sole Proprietor or partnership) (Finn Name) BY Title: (Sole Proprietor or Partner) PRINCIPAL (If Corporation) Patan:Ult ~, lh::. (Corporate Name)_ BY ~ _"--_ (president) , Attest: -0\ ~~. (Secretary) Qll:IRire Pm;t (CORPORATE SEAL) COUNTERSIGNED BY RESIDENT FLORIDA AG NJ' F S SURETY: :rn:Bmity lIB.It:al'n! ~ of N:rth ffiErica (power of Attorney must be attached) Bid No, 67-99/00 Dab:: February 16.2000 20 - , , , OTTO VINCENT LATII'ER JR 500.07.9652 Life Life & Heolth Gen. Lines (Prep. & Cas. I",.) # ISSlID:01/.lO/92 /' '" -I 0 ' ) 738987 .' "I~,n'lr " "I ,r' ..-- "y" ..a. .- CERTIFICATES AS TO CORPORATE PRINCIPAL Gltte:ire PI:ret I, , certify that I am the Secretal)' of the Corporation named as Principal Edk Hltt:a1. in the foregoing bond; that who signed the said bond on behalf of the Principal, was then Presidrt of said Corporation; that 1 know his signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. ST ATE OF FLORIDA) 55 COUNTY OF ) x-G. ~/ Secretal)' Gltte:ire PI:ret Corporate Seal Before me, a Notal)' Public, duly commissioned, qualified and acting, personally appeared otto v. IatiJrer, Jr. he is the Attorney in Fact, for the :JiIEmity IIB.lrarxE O:::rrplllf of N:rt:h lUeri.ca to me well known, who being by me first duly sworn upon oath, says that :JiIEmity ~ CI:Ilpnf of N:rt:h lUeri.ca and that he has been authorized by to execute the foregoing bond on behalf of the Contractor named therein in favor of the City of Miami Beach, Florida. Jt:re , 20~A.D. Subscribed and sworn before me this 7th (Attach Power of Attorney) Bid No. 67-99/00 Dole: February 16.2000 day of ~~ No Public State of Florida- at-Large My commission Expires: GABlUEwnsoN NOrAIn' PUBUC S1'ATEOF FLORIDA COMM15510N ~. CC831000l MY COMMISSION EXP. APR. Zl 21 .~ Power of Attorney ..1 89.51.95 1 :E\:nj N5.: F0595250S . INDEMNITY INSURANCE COMPANY OF NORTH AMERICA Know aU men by these presents: That INDEMNI'fY INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania. having its t>rincip_alpffice in-the City of Philadelphia , Pennsylvania, pursuant to the following Resolu~ion, adopted by the Board'ofDirectors of the said CotJiPliny on Decembel7 5,_1983. to-wit "RESQLVp_D, That pursuant to Aniclcs 3. 18 and S, 1 of the By-Laws, the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, conttactS and other writings in the nature Ihereof; That:the President, an~ Senior Vlj;:e Pmiident, any Vice Pr~Bident, and A5sistantYice PtW~t,-or any AitQmey-in-.Fact-may-execute for and on behalf ofthlii Compan'y lIIlY liild all bOndS, uildertlikinltS, TUiOaf\i:wtee$, contratts artd'Olhct wntm,gs intlJe natUre thet"eOf, the same to be artestedWheJtfltcessary by the Corpl)r:ilC' Se<:rltla\Y, Of any A!i$lsJ:3.ll1 Corporate S~, and the seal of the Company amxed'there1o;_:andtliat the PrC'!lident, allY Senior viu Prt:5identj llI\y Vice President Qr any AUistullfViu PresUh;m may ~int and authoti:ze an)' other Offic~ (e1~ or appoint~) of the Company, ant Attomey~-In-Fact 10 $I) execute or att~ 1_0 the execution oral! such writings on bc:half ~lhe ComJll!.ll-y an'4l0 affix 1l;H: seal orlhi:: CotitpanrtberetO. _ _ _- Any such writing ~xeeub::d in lK:c:ord3ii~e with thC!ieRQ.les- di;ill ~-as, Ii"lding-upon!be Corn~)' in any ease as though- s!&oedby the Preiident and atteSfed to by tbe-Qirpotate Se>l:ietiil)'. The lignature oftlte Presi<knt; Or a senior Vice PresideOl, or a Vlce ~idwt, -or an A$sistai!t'Vir,:e President and'the Seal oftheCQmpany may be affixed bY rl!l:si1t1iki on~y power of auomey' granlro pur'5uaTll to Ihis Re-lIol,ution, and thesigoature of 3 certifying Officer and the seal afllie Company may be affixcdtry facsimile to any certificate of any sU<:h power, and any SU1:h pOwer orcertificate bearing sl1Ch facsimile signature and seal shall be-valid llndbindingoo the Company $u<:h other Officers ofthe COl11plIl1y, and Attomeys-ln.Fa<:t shall have authorit)' 10 certify or verify oopies ofthls Resolution, the ny-Laws of the Company, and any affidavit or reoord of the Company nectssary to the diSChatB,eoftheirduties. (S) The pllsSage ()f this R~lulion dOO 1)ot revoke-any elirIier,lliltbority-~tU by ResolutiOl'is <>fthe Board ofDirc$in adoprcd-Qn_June.9, 1953, ~a)'_28; 1975, atl4Mareh23, 19n.~ does hereby nominate. constitute and appoint OTTO V " LATIMER, JR. of the City of N. Miami Beach, State of Florida, each individually if there bo more than one nam~d. it~ true and lawful,attomey-in-.fact, to make,__execute, seal and deliver on it~ belm.1f,-and all-its3ct and deed any and all-bOnds, un-dertakin~ recl)gtllzance:s.,'_ contracts and other,writings in the natUre thereof in penalties not exceeding Five Hundred Thousand Dollars ($500,000) and the execution ofsuch_writings in purs_uance,pHhese-,presents shall he as binding upon said Company, as fulty and amply as if they had been duly executed and ackowledged b~_the regularly_ electt;:d omc~s- of the Company at its principal office. IN WITNESS WHEREOF, the-'said-William Jungreis. Vice-President, has hereunto subscribed his name and-afihed the corporate seal o-fthe said INDEMNITY INSURANCE COMPANY OF NORTH AMERICA this 25th day of April 2000" INDEMNITY INSURANCE COMPANY OF NORTH AMERICA (I) (.) (3) (4) ...r "00 o 0- -8 ':':,'0 ",4) 'dt,,!! .Q<: :!:f l!! -;"'C--(O' e!-- :J 00l ...CIl O'~ ,...-:10 ~~ <Il tll -::;, ''0 lij"ij; .s!~ Qf-'O ..... o CIl .c 10 --dJ:~_-'- 16'-'; g~ Oc E '-. ...- -4) .elil ~ _:E ~ {ii" >CIl -I:: ~a BS-38449d ~~~ -----(h"J~ ~-~ - --- William Jungrelh- Vice President COMMONWEALTH OF PENNSYLVANIA COUNTY OF PHILADELPHIA 's" On This 25th d~)' of-April, AJ,). '2~OO , bCf()~ me, a Notary hblic: ofttle CQ1ritrionwea1tl)-of PerlnsylVania'_lfi and for:tbe County-'ofPhiladelphia came Wi-lliam Jun~is:'~ Vi~e-M:sident ofthe-INDJ:MNITV _INSURANCE, COMPANY OF NORTH AMERICA-,tO' me ~rsonal1y -known -to be the individual and officer who-executed the p1;'eceding instrument; and he ac:khowledged -that he ex,ecuted. the same. and that the seal affixed-tO' the preceding instrUment is the _corporate stal_of said C-ompany; that the said ~orporate -sea'} and-his signatur~ -were duly _affixed by the authQrity and direction of the said corporation, and -that Resolution" -adupted by tb~ Board of Dircctof!i of said Company, referred-ta,in the preceding it'lstrument, is now in force. IN TESTIMONY WHEREOF,.} ,have h,erellnto set my hat'ld and_afftJted my official seal at the City. of Philadelphia the-day and year first above written. . ............~.(..,.-. ..,~' -' ."-.' ..... "'~r:'~-(- t\- .-..-&';....~.--..\ "':~ ;0_". __' ~..... "'" f~': I 'e ~ Ii ,lI,\~ Aut- 1; ~ ,..., "4./ .~ ~~--"~ ~y .-.~ ._""~ "-.;..":;,,......'.....~. :tie d-:-' . ~~~ ~. - ----- - --~------ Notary Public t, the undersigned Secretary ofllliDEMNITY INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER OF A TfORNEY.- ofwhidl:~e foregQ_~?j~tis:a ~u!:'_Stantiany true ~<l_CQ~~ctcOpy. i~ ,in f\ilI: -force :and e:ffect. In witness whereof, I have hereunto subscribed my name as Secretary, and affixed the corporate seal ofiti~ Corporation, this 7th '- day of .:JU'e -'OOl - [)~ ~~. ._--~----- _.~--- Debra H. Puiora , Secre '. - . _ . F....~'~.u..-~ "":"............,.-J"llj,: ?~"''''''~\1\ ",s!.'1..D.,,:-j~i ._'~?"'.~! '~~."._e<;o/ .....t:..~.v THIS POWER OF A TTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER April 25, 2002 " NQTY ALID UNLE$$ rRlNTED ON TEAL BACKGROUND f~ ~ paramourit Engineering. Inc. 2551 Northeast 184th Ten: Second Level North Miami Eeach. Florida 33160-2038 STATE OF FLORIDA CERTIFIED WOMAN Fa.'C 305 931 6253 Phone 305 933 0478 BUSINESS ENTERPRISE SUBMITTAL-DATA OWNER : CITY OF FORT LAUDERDALE, FLORIDA PUBLIC WORKS SERVICES DEPARTMENT ENGINEERING AND ARCHITECTURAL DIVISION 100 North Andrews Avenue, Fifth Floor Fort r.;ollderdale, Florida 33301 ATTENTION : JOHN MALEK, ENGINEERING DEPARTMENT MIKE FAYYAZ, ENGINEERING DESIGN MINA SAMADI,PROJECT ENGINEER PROJECT : PROJECT NUMBER 9922-LAUDERDALE MANORS SWALE IMPROVEMENTS SUBMITTALS : CONCRETE DESIGN MIX FOR SIDEWALKS AND RAMPS ASPHALTIC CONCRETE FOOT TYPE S3 DESIGN MIX LIMEROCK BEARING RATIO,A'l'TERBERG LIMITS AND ANALYSIS SOURCE AND MAINTENANCE RECOMMENDATIONS FOR TREES TRAFFIC CONTROL MOT LIST OF SUBCONTRACTORS PROJECTED CONSTRUCTION SCHEDULE CONTRACTOR : Paramount Engineerins.trtc., Date checked I submitted 09/24/98 By Erik Hutton,Engineering Canst. I :" ~ Paramount Engineering. Inc. 2551 Northeast 184th Ten: Second Level North Miami Beach. Florida 33160-203B ... Fax 3059316253 Phone 305 933 0478 305 731 0143 SUB M I T TAL D A T T A OWNER : : CITY OF FORT LAUDERDALE, FLORIDA PUBLIC SERVICES DEPARTMENT ENGINERING"AND ARCHITECTURAL DIVISION 100 North Andrews Avenue,Fifth Floor Fort Lauderdale, Florida : WILLIAM R. JOHNS, ENGINEERING DEPARTMENT : SOUTH FEDERAL HIGHWAY MAJOR ENTRY SIGN-PROJECT NUMBER: F-1835 : SPECIFICATIONS FOR STEEL CASING PIPE SLEEVE/JACK&~ORE"JQUIPMENT PVC CONDUIT SCHEDULE 80, BROOKS PRODUCTS INC. SPECIFICATIONS AND RECOMMENDATIONS JlllOJECTED WORK SCHEDULE AND LIST OF SUCON'l"RAC'l'ORS : Paramount Engineering, Inc.30S 933 0478, 1305 7310143 Date checked & sumbitted: May~ 1998 A'l"rENTION: PROJECT : SQIlMI'l"l'ALS CONTRAC'l'OR paramount Engineering, Inc. 2551, Northeast 184th Ten: Sec:oad Level 'I'8x S05 931 ~ North Mbnnf B-,.h, Florida 33160-2038 . . .~ 305 933 04n STATE OF FLoJUDA CBR'I'IFDD JIDI01Uft BUSIDSS BR'.l'BRPJtzsB ............T. ~ ; ,. ~_~:' _,<,~~,:~%,:~;~~~~<c; ....~- .l_.T_ '.'~",,:.'}""'~"" '-;::'" -,~ ."'^ ~"'_~'.l.-~~!7"":' LJ:STDG OF PROJBCTS PBR,!'OIUIABCE. GOVER1OIDT AGENCY: UB:l'nm S'l'A'l'BS DBPAZ-......n- OF "uli'uCE FIWBRAL BUREAU OF PRISOBS, scxiTaBAft. RBGIOIIAL OFFrCE ATLABTA, GBORGD. PROJECT BAMB : DEBRIS REMOVAL/~CLmG AIm DISPOSAL AT FBD~ CORRBCTIORAL m::;T~TUTICXI iaAIa, FLOV~ PROJECT _ __ '. ~ DESCRIPTION :: APPROXDlATE 3000 CUBIC YARDS OF CORCRB"J.'B FURDATICXI, BOULDERS, ItOCIt a DDlT AIm DASB IlBIIOVAL AND, 5000 CUBIC YARDS OF CONCREl'E,LIMB ROCK BOULDERS, IiTISI5JA/rarrALS, PLASTICS AIm TRASJI REMOVAL. . CONTRACTING : Robert w. Iteafer, Const. Facilities Departaent OFFICER/ENGINEER Tim Itronheila, Contracting Officer 305 259 2107, 305 259 2338 Fax 305 259 2292 / GOVERNMENT AGENCY: UBI'l'ED STATES DBPAR'ftusn.j," OF AIR FORCE AIR FORCE RESERVE BASE AT BOMESTEAD, FLORIDA OPERATIORAIr CONTIlAC'.rING OFFICE PROJECT BAMB : CLEAN CABALS a DEBRXS REMOVAL SOLICITATION NO: FA6648-96-BA001 CONTRACT ROIIBBR: FA6648-96 C0004 . DESCRIPTION/SCOPE: APPROXDlATE 200 ACRES OF TREES REMOVAL AND S:rUI'U"S BEAT OF WORK ME!l'1' D '.rIlE WE'I'LAlIDS, VEGETATION ,-"uING a JIAZARDOOS TREES REMOVAl.. AIm t:llRT'()N FOUR/RODEO 'I'RBA'J.'IIERT. TREES a DEBRIS REMOVAL FROM 50,000 LXREAL FEET AIm 14,000 FEET OF CULVERTS CLEARDIG. PRESERVATION OF IIATIVES ~ATIOR AIm LIVDfG HABITAT, AND NATIVE ENVDlOlUIERT. . . . .. ... CON'TRACTING : Billie Jo Cherico, ContractJ.ng Officer "OFFlCER/ENGrNEBR Benry Bargains, Contracting Officer 305 224 7473, 305 224 7406, Fax 305 224 7055 GOVERNMENT AGBRCY: UB:l'nm S'rATES DBP~... OF 'J'D:r..~TIOII O.S. COAST GOARD PORT',PIERCE S'l'ATICXI, FOIl'1' pTRD("B FLORIDA : mmERGROOlID WA'J'BR IIADI AIm -- [)VU. OF OLD J. ~ : Dft&T.T..JI.'l'J:OII OF IIBW WA'J'BR IIADI AlII) BIIARCIIBS AIID --...aL OF OBSTROCTJ:OBS a. BXXftDIG P:IPllU-. .GRADDIG, CC*PATIOII DBRSrrY IU:O;.I.IIG, LUIDSCAPB ItES'ftdmft_c;:otfC.a PAvtJIG. : Muriel D'Angelo, Contract1Dg Officer IlIn John G1yn Jcmes,~ndh'g Officer 561 464 6135 . . I PROJBCT RAIlE PROJECT DBSClUPTrOll COR'TRACTDG o~r~/ElIIG.uIlbsK ". .':~' ;,:;~ .,::", 'i' . . Param' '. O....'t .EDgIn" > . . eedDI'.." : lID;;.'.. ..c;~,:,6~.~2';>''''''~.~:':~~f;::;'~,;:fj;''''''b.'~. ....r .'~;"l".~~~:'!t: ~;~;I:'f:-:'+~"~":"~;::" ~ ,-' - -.i;'-"","~", '~'. , ~",. ...... . - .- -~ -.--: '-' . " 551 North....ct 184thTen: SecoadLewl . "bx30593162S3 lorth ~t..n'lf S......h. FlorIda 33160-2038 '.'fboDe 305 933 0478 . I WNER -I ~OJECT NAME ::SCRIPTION :AR/POINT . CONTACT . . : PALM BEACH COUNTY BOARD OF COUNTY COMMISIONERS, WATER O'1'ILITIES DEPARTMENT, WEST PALM BEACH, FLORIDA : LYONS ROAD 16" WATER MAIN' EXTENSION PROJECT NO : WOD 90-59 CONTRACT NO: R95 1628D : CANAL CLEARING, GRUBBING I REMOVAL 0," OBSnUCTIONS, PILE DRIVING, AERIAL CROSSING AND INSTALLATION OF 16" DUCTILE IRON PIPELINES, VALVES AND FI'l"1'INGS. : 1996 I Eas Yodbut, Engineering Depart.ent 561 641 3429, Fax 561 641 3447 NER OJECT NAME 3CRIPTION =.R/POINT CONTACT : CITY OF FORT LAUDERDALE, ENGINEERING FORT LAUDERDALE, FLORIDA : BRIDGE DEMOLITION AT ANDREWS AVENUE I BIDDER HARBOR PROJECT NO: 9564 : RIVER CLEARING, DEMOLITION OF BRIDGE SUPERSTRUCTURE AND SUBSTRUCTURE, SEAWALL/CONCRETE CAPPING, FILL AND SAND INSTALLATION : Uti Bill Johns, Engineering Depart.ent 954 761 5079 :ER /: JECT NAME CRIPTI9N R/POIN'l' ::O~ACT 'l'BE TOWN ,OF BAY HARBOR ISLANDS BAY IlARBOOR ISLANDS, FLORIDA : REPLACBMENT OF AIR PIPELINES AND DISMAN'l'ALIRG OF WATER PUMPING SYS'l'EMS PLAN'!' PROJEC!' NO: BBI-46 : DBMoLrrION/DISMAN'l'ALIJIG OJ' ELECTRICAL ARD WA'l'EItPDIIP PLANT SYS'l'EM' AND INSTALLATION OF AIR PIPELINES, LIME ROCIt ARC ROAD PAVIRG . : 1995 . . .;. ',. ' .~ Al8eicJa, ftoject: Bagi-.r 305 866 6241; Fax 305 8664863 ,'. .' '. . . . .. .:2.t~":L... ....: .....,.\t~^;.;".;~.:~j~~~~~~r;::.:L,~.....,. ".>:.~.,;;,. ~.' . pslr..:i~..;'U:irt.. .. EDgID' . . .....~" .~::,'~'~""'!~~'~'i .... .."~,,, -7- ft. e .. C...,....... ,.- '",... .,._.2,..~",",.,..". ._'~ ~,'P..._ .:" _.. .'" " ", "" ';:. ,'" ..e' ~~~" :~:~v:~i{ -;: ;'~ . '", ~...>~-,'.~~ -\7"!-'t')...~_ ,.,.::~,'I.:'::. ,.... " ,. nd" -..;,;,;.'~ '-'-;..~, '>.-- " .<,. ~. . : '. ~'-~~;-,i'/}.,:'" -'~...:<.._:-" :.-:-, 2551 Northeast 184thTen:~ ......-;;~r:jf'"~~~;~;.h~~.~~+.,.,%.... ;... N rth MIami Beach FlOrida 33 [eo-2038~c.<",..;.... ,. '~";";J'.'i." c' . . ' o . _'.. - , .' '~';. _';'.!'~)>J1:;;!~;~.t~.iU;.(' -'., ,~;;" . Fax 305 931 6253 Phone 305 933 0478 "..';'," -....~- ~- . -' -". {'J.:;._ _~...'."-.-:"_:.:-~::d:~' ., --, t. :A" ,",- , , ~ ~ S U ..B K 1'1' ""'1' J.;"'- - A L D A '1' A ..-, . OWNER - ... i", : MOMENTmI GRAPRICS,;lifc. 1800 North Dixie Highway HOllywood, Florida 33020 - FURJlISH AS SUB.lnfD ~I-M"/fJ . 'PROJECT & LOCATION 1 SPRIRT SPBC'l'ROM'BACkPLOW PRaVaftTaK ASSEMBLY . 1050 Northwest 167th Street Mialli; Flodda ENGINEER I Shantl Pat;el, 'Engineer of Record Parallount Engineering, Inc. COHTRACTORIFRED McGILVRAY, INC. AND PARAMOUNT ENGIHJ:BBIHG, INC. SUBMIT'1'ALSIAMES BACltFLOlf PREYEN'l'ER,PIPE, FI'l"1'INGS AND HEGAI,UGS. Attention IKari. Rossi, Engineering Departaent City of North Hieai Beach, Florida . I =- r-z... ;. i= I I&. Paramount EngineerlDg, Inc. . 2551 North--t IB4th Ten: Second Level " . 'North l'vfhnnt Beach. FIor1da 33160-2038 l'.. ' c;f""PaxS05 9316253 . "('Phone 305 933 0478 SUBMI'l''l'AL DA '1' A " , Owner: DEPARTMENT OF AIR FORCE-AIR rORCE RESERVE BASE AT HOMESTEAD, FLORIDA ATTENTION: Billie Jo Cherico, Con~racting Officer OPERATIONAL CONTRACTING OFFICE 482d LSS/LGCC, 29050 Coral Sea Blvd, Box 50 Homestead ARB, Florida 33039-1299 PROJECT: CLEAN CANALS & DEBRIS REMOVAL SOLICITATION NO: FA6648-96-BAOOl CONTRACT NO: FA6648-96-C0004 PROJECT NO: KYJM 95-0226 SUBMITTALS:WORK'PLAN, EQUIPMENT, HERBICIDES/MANUFACTURE'S RECOMMENDATIONS, ARBORIST CERTIFICATION/COMPLIANCE AND MAINTENANCE LOCATION FOR 0001 Z29321CANALS FQ 664861770400-CLEAN RUNWAY ON SKETCHES. DATE OCTOBER 25, 1996 . <'i;:."."~~,;;'f,~c"..,,~.;. .. '....; .. .." fA,";:};: . ;-:. ".;f~ijot:.i~Fi*~f; "''--'.:'~'..' """".1:l~~... .,.!>.~l't" E.ngln'. . . rmg.C:.. "o"'~. 'rn"~"" :::-:-:::~~.)'''.~l>:.;:A;.,,'1.... .';:' ., &ram' un ee .,., , . ....", ~.,..or;., . ., 0 :,-.. C'" ".- ."-I~."'j~.,.. '~.'",,~'~"":i,i" '~.-'fi.'.' . ~ ~ .-' ".- . '," t'." . " '. ;-..,.-,..,-r-1':,.~:"~;. ;'~~+d... ,... ~.;r,.- ," 2551 Nonheast 184th)'c:n:".second Level " " :"~J 0': :.....: . '. Fax 305 931 62 NorthM1:un1 BCDch:~!1dA'~160-2038.. .. " .' :;. ':: '_: :.,......-.~~Pbone 305~33 04 State of Plorida'Certified Minority WcllIan Rnterprbe ..-"" .., .,";~:, --- -.. ..' .;:';..'-._,~_ . t ._'_ .~~-.. -.- SU B M I t ''J' AL' D.A 'J'. A . . OWNER : UN J TED STATES DEPAR'DhT OF JUSTICE- .. FEDERAL BUREAU OF' PRISONS, SOUTHEAST REGIONAL OFFICE ATLA~A, GEORGIA PROJECT tI~ME : DEBRIS REMOVAL SERVICES AT FEDERAL CORJUrl'IONAt.. INSTITUTION LOCATED AT 1S801 S.N.137thIVENUE MIAMI~ FLORIDA 33177 . . Attention: Robert W. Kaefer, "acUitie. c1epartllent . '1'ill Itronbei., ,. Contracting Officer SUB~II'1'TAJ.S : AUTHORIZATION FOR N.C.I.C. CHECK FORM WORI< PLAN & DISPOSAL SITE . t" .. _ .., ..J I . ....,{ t. . ... -"- . . SUBMrTTAL DATA Attention : PALM BEACH COmrrY BOARD OF COUN'fY COMMrSSrOHERS WATER U'rrLrTrES DEPAR'l'MEN'l' : Kas Jodbut, Engineering Departaent 01fHER PROJECT HAME AND LOCATION: LYONS ROAD 16-" lfA'l'ER HAIN EX'l'ENSION PROJECT HO: WUD 90-59. CON'l'RACT NO: R95-1628D CON'TRACTOR : par_ount Engin_ring. Ine. North Mi_i BEach. Florida ...... omdaIs un.:. Karl...... ." TOUln Manager Ken Cassel AssLManagu s.... "'- Cue' Tow" Cleric Crefll Sherman Town Attorney Alan K. Short FInance Officer July 7. 1998 To whom it may concern: -...,' ,:-y_c:- -'htam.E.G: <-'~ Robert H. Vet- . Wee IUyor c:...cIIl11e1U Sleven "'- S- .Ioceph J. Clare. J.y~- EdwnI M. Taw linde ZIIber The Town of Bay Harbor Islands has contracted Paramount Engineering for two projects: Removal of a water plant pump, and the replacement of sewer air lines in our streets. Both projects were perfonned in accordance with our specifications. The contractor bas always kept skilled persoMel working at all times, including the appropriate supervisory activities of Mr. Hutton. The work was conducted in a very professional manner without any negative incident to be reported. Therefore, the Town of Bay Harbor Islands recommends Paramount Engineering for projects with a scope of work similar to those being referred in this letter. Sincerely, ~ Wagner Almeida Engineering Department 9665 BAY HARBOR TERRACE (P.O. BOX 546620) BAY IfARBOR ISl.AJIID5. FLORIDA 33154 TElEPHONE: (305) 866-6241 FAX (305) 866 1863 ~4i;:' ',-,"" ~miu cW a4.u-'.. ; ..' .' .. "';':;::L'C:::...\"'t~;~;.~.;;~...",~,:,,; .,- ......'---- - ~ ',,, '''''1/'-'''~._'-'-.'''-'...'-... .........-.-.... .. C:lTYo. . ,; ." ..." .. ... .."......... .... .... FORT LAUDERDALE ~_::~ .. ._~..- ". ~ -.. .".. .. - ~ > ..~ ._...,..,..........~.....:" ..~.~.>..--.'~.-=-.~.:.~~.~~~~;%S~}~:!~ . ---'^ - .. ".,."",,' .'~~... .~- -.' .... ~., ..-:-:~:'~'::. .C,....'T;-. .-' __ "..",,; .r<:":'_.,. Harch 19, '1993 ,--"..." ',' - --......~-"--.'- -. <'~ '-- .-..,....-................--:-....,. .... Judy 07''';'''.' ~ldeD~ . ParlUllClllDt: _iuerJ.Jlq, Inc. 2551 Borth...t 184 Terrace - 2ud Level Borth HJ.am1. leach, J'L 33160-2038 -----:---- .. .. . .-. -.'-#.' ..,....-.. - BE: PRo.1EC'l" 8631-D - "1A9ate I!Lt. ..e_'a.., . . Dear x.. J1meaa.. ]: _Lte t:hb letter to .xpre.. -r t:o~al _~18factioft wlth the perfaJ:l!UUlce of your company, ADd of your con8t:rUctLan _per~endlUl~, Brlck Button, in the perfo~ce of the nterenced project:. Even t:hauqh thill project required DO bid or perfa=anee ~1Ide, .everal l~_ c_ up duriDg COMtnctlon tha~ could not: bav. be.n ~lpated. Hr. Button was of grea~ belp in allowing _ to __ bet:blr dec1elon. and cooperated in the pricing of change order. that were n..... t:o ..~1ety chanIl1A9 coudLtlal18 and new requu-nt. that _n tmpo..d on the CLq. dur1nq the We ot th8 Faj.ct. ]: aleo know that the nperv1aing inspector for th1a project, JOM JIal.k, . allana thL. opinion wlth _, and a ncently-ret:Ued nperv1aiDg 1IuIpector. "Hr. linnl, . gave _ good nteranc.. about ParlllllOllD~ 1Iben be lll&J:D8d We would be doinq ~1iI proj ect: t:oqet:her. Sincerely, c%n OF !'ORT LAUDIllDALE OIL ~_ ~/_ ~~ ~, hnry Sat~, P.B. b9iDeer IX]: . BR/jjfl-j1llleaaa CCU GaoJ:9ll'StillMA. P.E., CJ.q. ~91fteer John A. Halek, bg1ne.rinq IJwpect:J.oa SUperv1aor 100 N.:___ AYDlU&. F_~ I"I.ClIIlOA 33301 . _ ..._ ".. PfItH1'CD"""""". _F" ~ .. -~_. .- ~ cnYOF FORT LAUDERDALE -'I. . ,,; 0/;";" .,e9I...... June 30, 1998 'fO WBOII IT KAY CONCBIUI. '1'hi. letter will stand as my nc_ndation of ParlllllOllnt Ilngineering, their work on two City Projects, Project 9564 Bridge Demolition, and 1'1835 Federal Highway Major Ilntry Sign Jack and Bore. Inc. for Project All work ha. been .ati.factory and according to plans and specifications. Supervisor WRJ/jtr/LHutt2Proj ce: Project File PUBLIC SERYICES DEPARTMENT _'N_ AND AIIC>IlTECTUlOAL IImMCaI 100 N. ANDREWS AVIlHU~ FORT LAuDERDALE. n. 33301 TELEI'HONE: llt1541 7e 1 -15772 ENGINEERING FAX (915417111-1507.. AIICHITECTURor FAX (81541 7111-15070 R P .,... hUM. ~TUNITY IIIPUn'u 'R'NTIED ON ICl'CUD un .. TEMPLE'S HEAVYHAULING~ INC P.o. 'BOX 470400 MJ:AM1. FX-A 33147 .. (305) -6'96-3696 Aur;uS t I, 1994 To WbolD It lIay Coaoern I Tbt. leUer is to oertLty lbat the tin PU&IIOUllt ElI,!IIeering, Inc. was contracted by TelDple" Heavy HauIJlI1 ill various Projects related to Enlineerin, Caastroctioa such as Drainale, Sewer and Water lDains. The ColDpaoy ba. demonstrated profe.slollal still and knowledge In pipeJine., underground utl1itie. &ad earth ~vIII', doing tbe work fn a .ate, tilDel, .anner. Tbe, bave .bOWD ~Inistrative skill in quickly aecur!lll the enviroDlleatal and EDlineerill, construction perm! t8 required tor the rollowinS Projects: - a- PARKWAY IL~amwARY $afooL, .IIIAIII, FLORIDA 6" DIP TAPPING TO 12" W:ATD IfAIN lOR FlU LINE. 11- JONNY ROCIETS, COOONUT GROVE, FLORIDA 6 It ~,,~ CONNECTION TO EXIS'I'INQ IfAHHOLE c- MILAM BJ.R~NTARY SCHOOL. HIALEAH, noAlDA PLAYGROUND FIELD GRADING ANI) DRAINAGE We Jook torward to bavin, tbe opportaftit1 ot workial with ,ou OD tuture projects. Sincerely, ~~. v g!Zie Te.pl., pre.ident , I34ONW7OnfSTREET. MlAMl.R.33181 . C:llI5I5I2-15n . FAX:C:llI5I592-8<170 ......TU1 PlI01U:1'ICIN co_~ December 07. 1993 To WbOlll It Hay Concenl: Please be advised that ParlllllOllJlt EngineeriDg IDe.. has been do1ag vo~k for FireHaster for the past few years. All work has been outstaad1ag aDd accordingly to specifications, they are a very reliable compaay. I would defea:l.tely recommend Paramount Engineering IDe. '7[;;7~ Danielle P. Angelucci Contracting Hanager FireHaster .. ~ .J ..- . STATE OF FLORIDA DEPARTMENT or BUSINESS AND PROFESSIONAL REGULATION CONST INDUSTRY LICENSINQ BOARD 7960 ARLINGTON EXPRESSWAY SUITE 300 ~ACKSONVILLE FL 32211-7467 (904) 727-6530 HUTTON, ERICK A PARAMOUNT ENOINEERING INC 2'51 NORTHEAST 184TH TERRACE SECOND LEVEL NORTH MIAMI BEACH FL 33160-2038 .ITA11 OF FUIIlIDA ACI 5], 95], 9 3 EPARTI'lENTOF BUSINESS AND 'PROFESSIONAL REGULATION CO -C01'617 07/02/1998 98900009 CERTIFIED GENERAL CONTRACTOR HUTTON, ERICK A PARAMOUNTENOINEERINQ INC ..:-.... ,,,-'\-; ~. ~- " IS CERTIFIED -...pIMionIalCII.489 FS. ~ Dole: AUO :31, 2000 DETACH HERE --------------------------------------------------------.-. ;#'5195193 ,,", ''''.;, '",.:. ,p,' -ST....-. O'F.-'~.ORIDA ,~",'..., ,"" ,.., ',c"" :~,- ; . ....w '..- ;~<;'''~~'''_._ ., ,'~~,~~'~ -~.,~_,-.'.':~.P . ~1;---:~~~.'t~. ''';i,'' " . .., ,'" DEPARTPlENT';OF. BUSINESS- ANDPROf'ESSIONAL:,REQUL~TIO\II,- ~ 1;,,';; "tii, ';'" ,~",' . .CONST INDUSTRY' LICENSINQBOARD ,~,,- ,..' , " '. >'. .,' ~. w"!'. . ..,.. 4~ . ~~,-~~- '/02/1998 98"100009, CG ,,,-C015617 It OEI\u::KAL CONTRACTOR .' ., ........ IS Ci1;~F'IED ,. *"~-'llhll"l ':489 ' .,. Fl., ...... iIII8: AUO 1, :2000 L :"t., ',' ,'-... . ,-.' ~~~'::, ~-' ~', . ~ -', c_,~_.., I .> ,.-,-' .~. '.~ ~ ~ "'. ,"':' < <:~$ ;.', ,'i. ,.;1' .{,.... '...:. .~' ..,~ .. ".;:. ;' l~" :J;C~"~.h ~:~;~:.,,'~ ~..;':,- .-.." ~ ,-. :~ .\ IUTTON. ERICK A 'ARMOUNT ENQINEERINO INC :"1 NORTHEAST 184TH TERRACE lECOND LEVEL IORTH MIAMI BEACH FL 33160-2038 ~ .- , ",~ .' ,AWTON CHILES OOVERNOR DISPLAY AS REQUIRED BY LAW RICHARD T, FARRELL SECRETARY QDDODDDD DDSLOOOO bE"ii200 OOtO 00'00 ; . il _tllYnnSl_ . OWOS AI:IJ.SOONI NOI.1Onlt.1SNOO iIIlll'f111WlMS''JSI8:lI'ISlMJ.IIl___lWll 3.1V.1S VOIltO'.:I 1'IOIt.:l 3.1...01.:11.11:1. 3. 0 3.LV.LS o.n. V^ .:10 . =:"'lIOl~~='~= ~dOO .LIW9nS noA SS3'Nn .LN3S 39 .LON "IM_~SN30!~ SL'e6~ OO'OO~ + ~S~'93.:1 SL'e6 ~g~-NVr 0~L0666~ 00'06 ~0~-030 g~ . 98 ~g ~ - ^ON 3.1 va 300 1:13.1.:IV 09'~8 ~0~-.100 S3I.1'VN3d 100' IilL ::toa lNrlOIW I HJ.OE: J.d3S 31:10::l3S ItO NO__3~ 09~E:E: ,::1 H0V39 IWVIn H.11:10N '3^3' ON003S 1:11:13.1 .8~ 3N ~9S~ NO.u.nH >lOII:I3~ ONI eNIlt33NIeN3 .1NnowvltVd 8L.O-E:€6(SOE:) ~3~ ONI eNII:I33NleN3 .1NnOWVI:IVd lNllOWV ('^30'003 'ONI) XV.1 '00 SI:I3>lltOM O~ eNIO'Ins 'V1:I3N3e 96~ S1l3NlSna :M) 3dAI. :l3S <=66 ~ I ~ ~ '3J.VO lN31'B:JN3WWOO "sna L ~9'IHOotY.) : 1t39nnN 3.1V.1S 6-e9988~:# 3SN30I' ('VM3N31t) ',IIII\:t,IIIII:-,:," OO'SL 09~E:E: A.1NOOO 30VO NINn 1t1:l3.1 .s~ 3N ~SS<= .... :NUllv~nl c:;c;lf!l:;llfl NOllVOI1ddV OOO~ - 666 ~ XV.1 3SN30I' 'VN01.1VdnOOO VOIH01:1 :10 :UVJ.S - A.LNnOO aOVO-IWVlW L6<=SSL<= r~~b~"~ .'" . . ~~~~.\~C-. t)\\~t_~ ~o\~ z.o~& fI11--- ".' PltSt: TlleP dn, .11 po: O"OE COUNTY TAX COLLECTOR occuPAnONAl UCENSE SEenoN 140 W FlAGLER ST 14TH flOOR MIAMI Fl 33130-1573 11I11.lln....n..II.DhI.ull.LLlIIII..nllllln ..1,: ...... ::Ij''j ,;J" .:~ ". . . '="~"'-::' _'-\;..t:..~ ~::.tU.I,",,:l;;.;.\,I '_l!--:l;;.t.1'le. I";~"~ 1-_ -~ ParamJ~nc Eng~necring, Inc. ,inancial Statements of Paramount Engineering, Inc. For the P,,'iod End".., June 30, 1999 S~e '-:companying :.-:countam: I s Compilation Report '. I-~':C.. 1.i;:I U. _;' ~',~i :)~ ~~ :.\~~-<:l,:,-,;, -.J":'t,~ -,1...--.:.1.\; '.,i-:I:.t..II:. '.t-'';':;' '" - - ::c.. ~.l' ,--". . . ACCouDtaDt~ LompilatioD L"tter w~ have compiled the ac.;ompanyiDg balmcc sheet and the r,l~ted statements of income and retained earnings for the aforementioned periods. in accordance with standards established by the AmericaJ) Instit-..!~ of Certified Public Accountants. A compilaliv.. is limited to p....:nting in the f)D1 of financial stntements information that is the representation vf managem~nt. We have not audited or rc~icwed the aceompanyir.g linancial"'tateme'.', and, accordingly, do not express an '~pinion or any other form of assurance on them. /~~ ~/ (1.( Andrew H. Greene, CPA , '.' u . ~ ! 'oJ ,':, ~: 3':- 'J~J.- :'';, _ --:-':' ~111.1""I;..'.'J 1.1~:t:.""'..;. _~.'';';' ~,:. r'~..*- ~ I. Paramount. El1gineeri=,s. Inc. Balance Sheet. June 30, 1999 Assets CURRENT ASSETS: Cash In Bank Account.; Receivellble Shar-aho.der Loan,; Reco,ivable TOTAL ASSETS $ 29,359.03 13~,535.89 _'dt176.70 $ 180,071.52 69,786.20 15,531.57 85,317. /', (37, B2!1. 00) 47,488.77 714.88 7l4.3b <: 2281275.27 .. 'rOT;'.r. CJRREN'r ASSETS FIXED ASSETS: !(achinery and E~ipment Veh1.cles TOTAL FIXED ASSETS Less: Aeeum. oepreoiacion N~T FIXED ASSETS OTHER AS"-':;:'S: Securit.y Deposits TOTAL OTHER ASSETS See Accompanying Accountant's Compilation Re~ort . . ~.I,:':':'.:I.. _J~~":J 1.;.14::: '::t~,J-'".b-:-I~''';'=C') t.\t.ti.-"=..I"'i f.iRi::E:H(f;t-';. .....:; --./ I?u:a:nounc En9ine~l:ing. Inc. BALANCE SIiE:ET June 3". 1999 LIAB!LIT.~~ ~Jr.D EQUITY: CU?F~T LIAB:LITIE~: Fi::a ?ayable Feder~l Withholding Payable $ 2,498.64 1,123 . 94 3,622.58 (2,214.35) Total Payroll L~ability DepclJi tory payroll C~?Qsic Due ----> 1,408.23 F UTA I?ayable S tJ T A Payable Acco~nts payable Taxes Payable TOTAL CURRENT LIABILITIEfi - .rade 459.59 15.33 19,220.5"" 5,736.42 LONG TERM LLADILITIES: Lease Payable TOTAL LON, TERM LIABILITIES 10,592.35 STOCKHOLI:'.RS EQUITY: CctrnlOn 5 tock aetained Earniga. Eeg. Current Income (Lossl 48,882.07 14:',860.74 aetained Earnings, ~nding :'CL"cL EQUITY TOTAL LIABILITIES & E2GITY $ See ~ccampanying ~ccountar-~'s Compilation Report "fl' 1-'J,:;.1X, 1 ~ 26,84C.11 1'),532.35 10C.00 HO,742.81 190,842.8:' 228,275.27 I' '"" ~~...:, :J: :,'~. ~,:.J.-':':,'"..:-I.J":'b'=' ;:'l:'."~', '......''=.tJ I:. '.1-'_ -'. -" '. ?ar3.r.IOunt R:'.~i.neering, In::. INCO~.E STATEMIiiN'i' For 1:I.e Pe-riod E:1ded June 30, ~Cl99 9 :-tonths Ended Jun. 30, 1~"3 Pet I'E'VEN"JE : CentrAct Revenue $ 386,067.10 100.00 396.067.10 100.00 8:,3,85.6"- 21.34 64.302.59 21.84 :5,331.47 3 97 182,019.82 -~ 182.019.82 47.15 204,047,28 52.85 143.50 0.04 2,630.93 0.68 4,490.73 ' .16 ~. 033 .90, 1. 56 ..384.35 :.36 280.00 0.07 500.00 0,13 1,714 .13 0.44 1,831.42 :) .47 11,105.02 2.88 365.43 0.09 2,850.00 0.74 1,411.41 0.37 1.9'13.81 0.5: 700.00 0.18 2,070.00 0.5.. ..,257.73 1 56 1,898.2!l 0.49 31.1.35 o.oa 1.500.00 0.39 4,370.00 1.13 49,797.99. 12.90 154,249.29 39.95 (10,927 .00) ~ 2.83) (1,461.55) ( 0.38) (12,~88.5S) ( 3,21) :-C'~AL REVENUE ~OST OF CONTRACTS: Purehas~s Subcon:raet. Direct !..abor Total Di=ec~ Cos~s. TOTAL CONTRACT COSTS GROSS ?:'.OFIT OPER.>,.TING E;.?ENSES; Delivery Auto/Vehicle ILsurance Equip. !Truck Repai,' a & Fuel Salaries - Mar.aaeme:1t. Suppli es/Tools - Travel ~ Lodging Accounting ~.d Legal Bank Chargee G~neral Busi~ess Insurance LicenseS/Permits/Bonds Misce11aneol;.9 ,)f!ice Expenses Office S~lar "(13) pay::ol: ,xes ';'ldns & . ;)ecs. Rent . Repairs and Maintenance Telephone &. Pagere ut111tes Unifor:::e Worker's ccmp. 'rOTA:" EXPENSES OPERATING INCOME eTHER INCOME &. ~XPENSES ;:)epreci.ati.on Interest Expense TOTAL OTHER YNCOME Se~ Accompa,:ying Accountant'.. Compi1...~ion Revort '.' _.x. t',l ~ii~~/l~~~ ~J:;5 ';I':..I-'-:I:;:.''':-.:':C;~ ~ IL\h't:.I:J t.:r~t.l:J;:.. ,_':"'0.:. ~.:. ~ 9 Menths Ended Jun:... 30,~9~ Pet m!:'I INCOME (i:.QSG} ,._ 141.860.14 36.75 . See Ac~~mpanying Accountant's Compilation Repor~ '.' ....~I:i.:. 1.3 INSURANCE REOUlREMENTS See Insurance Check List for applicability to this contract. a. The contractor shall be respollSible for his work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular project. He shall specifically and distinctly assume, and does so assume, ~ri~m~e~~~ro~perty~~lISusedm~p~oooomnconn~oo with the work and of all ~e or mj~ to any person or property wherever located, resulting from any action or operation Wlder the contract or in connection with the work. It is Wlderstood and agreed that at all times the contractor is acting as an independent contractor. b. The contractor, at all times during the full duration of work Wlder this contract, including extra work in connection with this project shall meet the following requirements: i. ii. iii. iv. v. vi. vii. Bid No. 67_ DD: FcbnIoIy 16. 2000 Maintain Worker's Compensation and Employer's Liability Insurancero meet the statutory requirements of the State of Florida. Maintain ComprehellSive General Liability Insurance in amoWlts prescribed by the City (see checklist for limits) to protect the contractor in the interest of the City against all risks of inj~ to persollS (including death) or ~e ro property wherever located resulting from any action or operation Wlder the contract or in connection with the work. This policy is to provide coverage for premisesloperatiollS, independent contracror, broad form property damage, productslcompletoo operatiollS and contractual liability. Maintain Auromobile Liability IlISurance including Property Damage covering all owned, non-ownoo or hired auromobiles and equipment used in connection with the work. Maintain any additional coverage required by the Risk Manager as indicated on the Insurance Check List. Name the City of Miami Beach as an additional insured on all liability policies required by this contract. When naming the City of Miami Beach as an additional insured onro your policies, the insurance companies hereby agree and will endorse the policies ro state that the City will not be liable for the payment of any premiums or assessments. No change or cancellation in insurance shall be made without thirty (30) days written notice ro the City of Miami Beach Risk Manager. All insurance policies sha11 be issued by companies authorized ro do business 22 under the laws of the State of Florida and these companies must have a rating of at least B+:VI or better per Best's Key Rating Guide, latest edition. viii. Original signed Certificates of Insurance, evidencing such coverage and endorsements as required herein, shall be filed with and approved by the City of Miami Beach Risk Manager before work is started. The certificate must state Bid Number and Title. Upon expiration of the required insurance, the contractor must submit updated certificates of insurance for as long a period as any work is still in progress. ix. It is understood and agreed that all policies of insurance provided by the contractor are primary coverage to any insurance or self-insurance the City of Miami Beach possesses that may apply to a loss resulting from the work performed in this contract. c. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: "The contractor hereby agrees to indemnify and hold harmless the City of Miami Beach, a municipal corporation, its officers, agents, and employees from all claims for bodily injuries to the public in and up to the amount of $1 ,000,000.00 for each occurrence and for all damages to the property of others in and up to the amount of $1 ,000,000.00 for each occurrence per the insUl'l!llce requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable attorney fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the contractor, his agents, servants, or employees, or through the mere existence of the project under contract. Bid No. 67-99/00, "LaGorce Island Entrann Improvements". The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the City of Miami Beach, its officers, agents, and employees, as detennined by a colDt of competent jurisdiction. i. The contractor will notify his insUIllllce agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. ii. The contractor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the City of Miami Beach under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. d. All policies issued to cover the insurance requirements herein shal1 provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate Bid No. 67-99100 0.: f*-y 16. 2000 23 fund for payment of deductibles by the insured and approved by the City's Risk Manlger. e. The contractor will secure and maintain policies of subcontractors. All policies shall be made available to the City upon demand. Compliance by the contractor and all subcontractors with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the contractor and all subcontractors of their liabilities and obligations under any Section or Provisions of this contract. Contractor shall be as fully responsible to the City for the acts and omissions of the subcontractor and of persons employed by them as he is for acts and omissions of persons directly employed by him. f. Insurance coverage required in these specifications shall be in force throughout the contract tenn. Should any awardee fail to provide acceptable evidence of current insurance within seven days of receipt of written notice at any time during the contract term, the City shall have the right to consider the contract breached and justifying the termination thereof. g. If bidd~r does not meet the insurance requirements of the specifications; alternate insurance coverage, satisfactory to the Risk Manager, may be considered. h. It is Wlderstood and agreed that the inclusion of more than one insured under these policies shall not restrict the coverage provided by these policies for one insured hereWlder with respect to a liability claim or suit by another insured hereunder or an employee of such other insured and that with respect to claims against any insured hereWlder, other insured hereunder shall be considered members of the public; but the provisions of this Cross Liability clause shall apply only with respect to liability arising out of the ownership, maintenance, use, occupancy or repair of such portions of the premises insured hereunder as are not reserved for the exclusive use of occupancy of the insured against whom claim is made or suit is filed. Bid No. 67-99/00 Dole: Fcbruory 16, 2000 24 INSURANCE CHECK LIST xxx 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. xxx 2. Comprehensive General Liability (occurrence form), limits of liability $1,000,000.00 per occurrence for bodily injury property damage to include Premises! Operations; Products and Completed Operations; Independent Contractors; Broad Form Property Damage Endorsement and Contractua1 Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). xxx 3. Automobile Liability - $100,000.00/$300,000.00 - $50,000.00 each occurrence - ownedlnon-ownedlhired automobiles included. 4. Excess Liability - $1,000,000.00 per occurrence to follow the primary coverages. xxx 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: _ Builders Risk completed value _ Liquor Liability _ Fire Legal Liability _ Protection and Indemnity _ Employee Dishonesty Bond Other $ $ $ $ $ $ .00 .00 .00 .00 .00 .00 xxx 7. Thirty (30) days written cancellation notice required. xxx 8. Best's guide rating B+: VI or better, latest edition. xxx 9. The certificate must state the bid number and title BIDDER AND INSURANCE AGENT STATEMENT: We understand the Insurance Requirements of these specifications and that evidence of this insurance may by required within five (5) days after bid opening. Bidder Signature of Bidder Bid No. 67-99/00 DoIio: Fcm-y \6, 2000 25 DMSION 1 General Provisions Section I DEFINITION OF TERMS 1.1 DEFINITIONS: Whenever in the SpecificatiollS, Special Provisions, Proposals, Contract, or Contract Bond the following terms or pronouns in place of them are used, the intent and meaning shal1 be interpreted as follows: 1.2 "Citv" - The City of Miami Beach, Florida, as represented by its Mayor and City Commission. 1.3 "Board" - The City Commission of the City of Miami Beach, Florida. 1.4 "Citv Clerk" - The City Clerk of the City of Miami Beach, Florida. 1.5 "Citv Mana2er" - Chief Administrator of the City Commission. 1.6 "Enl!ineer" - The City Engineer of the City of Miami Beach, Florida, or his authorized assistants. 1.7 "Inspector" - An authorized representative of the City Engineer assigned to make all necessary inspection of the materials furnished and of the work performed by the Contractor. 1.8 "Bidder" - Any individual, firm or corporation submitting a Proposal for the work contemplated, acting directly or through a duly authorized representative. 1.9 "Contractor" - The Party of the second part of the Contract, the person, firm or corporation with whom a Contract has been made by the City. 1.10 "Superintendent" - Executive representative for the Contractor present on the work at all times during progress, authorized to receive and fulfil1 instructiOIlS from the Engineer and capable of superintending the work efficiently. 1.11 "Suretv" - The corporate body or individual which is bound by the Performance and Payment Bonds with and for the Contractor, who is primarily liable, and which engages to be respollSible for his acceptable performance of the work for which contract bas been made and for his payment of all debts pertaining thereto. 1.12 "Proposal" - The approved prepared form on which the Bidder is to or has submitted his, their, or its Proposal for the work contemplated. Bid No. 67-99/00 c.o: FdlnIory 16, 2000 26 1.13 "ProDosal Guarantv" - The security designated in the Proposal, to be furnished by the Bidder as a guaranty of good faith to enter into a Contract with the City if the Contract is awarded to him. 1.14 "Plans" - The official approved plans, profile, typical cross-section, general cross-sections, working drawings, and supplemental drawings, or exact reproductions thereof, which show the location, character, dimensions and details of the work to be done, and which are to be considered as a pan of the Contract supplementary to these Specifications. 1.15 "Procurement Director" - The purchasing officer for the City of Miami Beach. 1.16 "SDecifications" - The directions, provisions and requirements contained herein, together with all written agreements made or to be made, setting out or relating to the method and manner of performing the work, or to the quantities and qualities of materials and labor to be furnished under the Contract. 1.17 "SDecial Provisions" Specific clauses additional to these Standard Specifications, setting forth conditions peculiar to the project under consideration. In case of any discrepancy between the Standard Specifications and the Special Provisions, the Special Provisions are to govern. 1.18 "SuDDlemental Alrreement" - A written agreement between the Contractor and the City Engineer, covering alterations and unforeseen work incidental to the project. 1.19 "Contract" - The written agreement covering the performance of the work and the furnishing of labor and materials in the proposed construction. The contract shall include the "Proposal," "Plan," "Specifications," "Special Provisions," Performance Bond," and "Labor and Material Bond" also any and all "Supplemental Agreements" required to complete the work in a substantial and acceptable manner. 1.20 "Contract Bond" - Performance Bond - The security furnished by the Contractor and the Surety as a guaranty that the Contractor will execute the work in accordance with the terms of the Contract. 1.21 "Pavment Bond" - The security furnished by the contractor and the surety as to guaranty that the contractor will pay a claimant. A claimant is defined as any person supplying the Principal with labor, material and supplies, used directly or indirectly by the said Principal or any subcontractor in the prosecution of the work provided for in said Contract, and is further defined in Section 255.05(1) of the Florida Statutes. 1.12 "The Work" - All the work specified or mentioned herein or indicated on the Plans or in the Proposal as contemplated improvement. Bill No. 67_ 0.: F~ 16, 2000 27 1.23 "Questionnaire" - The approved form upon which the Contractor must furnish the information as to his ability to perform the work, his experience in similar work, and his financial condition as related to his ability to finance the work. Bid No. 67_ lloIio: F*-y 16,2000 28 Section 2 PROPOSAL REQUIREMENTS AND CONDITIONS 2.1 Intemretation of Aooroximate Estimate. The Bidder's attention is called to the fact that the estimate of quantities of all work to be done and materials to be furnished under the Specifications as shown on the Plans and on the Proposal Form, is approximate and is given only as a basis of calculation upon which the award of the Contract is to be made. The City does not assume any responsibility that the final quantities shall remain in strict accordance with estimAted quantities, nor shall the Contractor plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work or other conditions pertaining thereto. 2.2 Examination of Plans. Soeeifieations. Soecial Provisions. and Site of Work - The Bidder is required to examine carefully the site of, and the Proposal, Plans, Specifications, and Contract for the work contemplated, and it will be assumed that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished and as to the requirements of these Specifications, Special Provisions, and Contract. It is mutually agr=1 that submission of a Proposal shall be considered prima facie evidence that the Bidder has made examination. 2.3 Preoaration of Prooosals . Proposals shall be submitted on the form provided. All blank specifications for which quantities are shown must be filled in ink, in ~!L'Y~]ds and figures with the unit price for the item for which the proposal is made. The bi8dErs~ state the time in which he will complete the work bid upon, unless a certain time is stipulated. If the proposal is made by an individual in his own proper person or under a trade or firm name, he shall execute the same under his individual trade or firm name, he shall execute the same under his individual signature and his post office address shall be shown. If made by a copartnership the proposal shall be executed for the copartnership, by setting out in full the names of the partners and the firm name of the partnership, ifany, and signed by one or more of the partners, and the post office address of each of the partners shall be shown. If made by a corporation, the proposal shall be executed by setting out the corporate name in full, followed by a statement that it is incorporated and existing under the laws of a named state, and, if it is a foreign corporation, the fact that it is authorized and permitted to transact business in this State, and signed by its President, or other authorized corporate officer, with its corporate seal affixed and attested by its Secretary, and the address of its principal place of business shall be shown. 2.4 Reiection ofIrret!Ular Prooosals - Proposals will be considered irregular and may be rejected if they show serious omissions, alterations ofform, additions not called for, conditions, unauthorized alternate bids, or irregularities of any kind. 2.5 Guaranty to AeeomOBDV Prooosals - No Proposal will be considered unless accompanied by a "Proposal Guaranty" of the character and amount indicated in the Notice to Contractors and the Proposal Form, made payable to the City of Miami Beach, Florida. Bid No. 67_ 0.: F....,. 16. 2000 29 , rr~ 2.6 Deliverv of Prooosals - Each Proposal must be sUb_:L~ a sealed envelope which shall be marked so as to indicate its content and name of~:i;. If forwarded by mail the _ above mentioned envelope shall be enclosed in another envelope addressed to the City Pt.:.cl_;"Jfi(-'~' Agent, Miami Beach, Florida, preferably by registered mail; if forwarded otherwise than by mail, it shall be delivered~ ~ ~ ~ "rl~ Clio)' 1'",,11~,i.llg Al:\'~oposals will be receivec.! until thS ~ _ _ _ . date and hour stated m e "Notice to Contractors." "C" ~ ~ ~~ . Il~_ ~7 Withdrawal ofProoosals - No ProPOJ8! ~~ withdrawn after it is filed unless tht,..... - . r ~ake~ hipequest in writing to the Beard p~i tOihe time set for the opening of bids, or unless the Biiiifilfails to accept it within ninety (90) days after the date fixed for opening bids. I al of 1 0 ., accepted wi lectio . ~ 2.8 OoeainS!: ofProoosals - Proposals will be opened and read publicly at the time and place indiCl}ted in the 'llotice to ~~~ or th;a~t.zed ~ents:re ~ted to be prese~~ ~ ,t1~ _'C<<~" - ~ ~:.t;- _~ ""_ .....,.v 2.9 DisQua~tion of Bidders - Only one ropos81 frOm ~firm, ~~. or corporation, under the same or different names, will be considered. Should it appear to th 0 ~ that any bidder is interested in more than one Proposal for the work contemplated all Proposals in ? which such Bidder is interested will be rejected. The right is reserved to reject the proposal from a bidder who has not paid or satisfactorily settled all bills due for labor and material on fonner contracts with the City or contracts with the same in force at the time of receiving bids. 2.10 Comoetencv of Bidders - Bidders must be capable ofperfonning the various items of work bid upon. They shall furnish a statement covering experience on similar work, a list of machinery, plant, and other equipment available for the proposed work, and shall Furnish statements of their financial resources as requested in the Questionnaire. If the available evidence of competency of any bidder is not satisfactory to the Engineer, the proposal of such Bidder may be rejected. 2.11 Material Guanotv - Before any Contract is awarded, the Bidder may be required to furnish a complete statement of the origin, composition, and manufacture of any and all materials to be used in the work, together with samples, which samples may be subjected to the tests provided for in these Specifications to detennine their quality and fitness for the work. Subsequent deliveries shall be equal in all respects to the samples submitted. Bid No. 67_ 0.: FcM.y 16. 2000 30 Section 3 AWARD AND EXECUTION OF CONTRACT 3.1 Consideration of Bids - For the purpose of award, after the Proposals are opened and read, the correct summation of the products of the approximate quantities shown in the Proposal, by the unit bid prices, will be considered the bid. The amounts will then be compared and the results of such comparison will be available to the public. Until the final award of the Contract, however, the right will be reserved to reject any or all Proposals and to waive technical errors as may be deemed best for the interests of the City. 3.2 Award of Contract - The award of the Contract, will be to the lowest and best bid from the responsive, responsible Bidder whose Proposal shall comply with all the requirements necessary to render it formal. The award, if made, will be within ninety (90) days after the opening of the Proposals, but in no case will an award be made until all necessary investigations are made as to the responsibility of the Bidder to whom it is proposed to award the Contract. 3.3 Return of Pro Dosa I Guaranties - All Proposal guaranties will be returned immediately following the tabulation of Bids, except those of the three lowest Bidders. These guaranties will be returned within ten (10) days following the award of Contract, except that of the successful Bidder, which will be returned aftcr a satisfactory Bond has been furnished and the Contract has been executed unless surety is forfeited because of bid withdrawal. 3.4 Contract Bond ReQuired - The successful Bidder entering into a Contract for any portion of the work will be required to give the City Surety in a sum equal to the amount of the Contract awarded. The form of the Bond shall be as approved by the City, and the Surety shall be acceptable to the City, and executed on the form furnished. In case of default on the part of the Contractor, actions for all expenses incident to ascertaining and collecting losses under the bond, including both Engineering and Legal services, shall lie against the bond. 3.5 Execution of Contract and Payment Bond - Within ten (10) days after the Contract has been awarded, the successful Bidder shall sign the necessary agreements, entering into a Contract with the City, and return them to the City Engineer. No proposal will be considered binding upon the City until the execution of this Contract. 3.6 Failure to Execute Contract - Failure to execute a Contract and file an acceptable Bond as provided herein within ten (10) days from date of award shall be just cause for the annulment of the award and the forfeiture of the Proposal Guaranty to the City, not as a penalty, rot in liquidation of damages sustained. Award may then be made to the next lowest responsible Bidder or the work may be re-advertised or may be constructed by day labor, as the City may decide. Bid No. 67.99/00 Dale: February 16,2000 31 3.7 Evidence of Authoritv . Before a Contract is executed the Bidder will be required to furnish certified copies of: Excerpts from the By-Laws; Excerpts from the Minutes or Resolutions of the Governing Body; Power of Attorney appointments, and/or other satisfactory evidence of the authority of all persons signing Contracts or Bonds to execute such docwnents, and of the companies bound thereby to do business in the State of Florida. Bid No. 67-99/00 Dooo: Faw-y 16. 2000 32 Section 4 SCOPE OF THE WORK 4.1 Intent of Plans and Snec:ific:ations - The intent is to prescribe a complete work of improvement which the Contractor undertakes to do. The Contractor shall do all the work indicated in the Proposal and on the Plans, and such additional, extra, and incidental work as may be necessmy to complete the Work to the finished lines, grades, cross-sections, and dimensions indicated, in a substantial and acceptable manners, and when completed, shall remove all surplus and discarded material and equipment and leave the site of the Work in a neat, acceptable and finished condition. He shall furnish, unless otherwise provided in "Special Provisions: al implements, machinery, equipment, transportation, tools, materials, supplies, labor, and other things necessary to the prosecution and completion of the Work. He shall maintain the finished Work until its fonnal acceptance by the City, as herein provided, and turn it over to the City as a whole, complete, free from defects, and ready for use in full compliance with the Plans, these Specifications, the Special Provisions, Proposal, and Contract. 4.2 Soeci.l Work - Proposed construction or requirements not covered by these Specifications will be covered by "Special Provisions" and perfonned or complied with by the Contractor. 4.3 Alteration of Plans or ofCbarader of Work - The right is reserved for the Engineer to make from time to time such alterations in the Plans or in the character of the work as may be considered necessary or desirable to complete fully and perfectly the proposed construction and such alterations sba11 not be considered as a waiver of any conditions of the contract, nor to invalidate any of the provisions thereof. Should such alterations in the Plans result in an increase or decrease of the quantity of work to be performed, and should added or eliminated work be of the same character as that shown on the original plans, the Contractor shall accept payment in full at the Contract Unit Price for the actual quantities of the work done. Should an alteration be a change in the character of the work, an equitable sum to be agreed upon, in writing by the Contractor and the Engineer before such work is begun, shall be added to or deducted from the Contract Price, as the case may be. No allowance will be made for anticipated profits. 4.4 Extra Work - The Contractor shall perform unforeseen work, for which there is no quantity and price included in the Contract, whenever it is deemed necessary or desirable to complete fully the Work as contemplated, and such extra work shall be performed in accordance with the Specifications and/or as directed; provided, however, that before any "Extra Work" is started a "Supplemental Agreement shall be signed by both contracting parties. or a written order from the Engineer to do the Work on a "Force Account" Basis given the Contractor. 4.5 Removal and DR_al of Struc:ture and Obstruc:tioDS - The Contractor will remove all obstructions that may come in the way of the contemplated improvements, such as pavements, Bid No. 67-99/00 0.0: f""" 16, :woo 33 sidewalks, fences, buildings, trees, roots, stumps, logs, old foundations or piling, and other obstructions encountered either above or below the surface of the ground and dispose of them in such manner as the Engineer may direct. All work prescribed and involved under this heading shall be considered as incidental to and included in the unit price bid for the particular Work in which it is involved and no additional payment will be made therefore unless otherwise specifically provided in the Special Provisions. 4.6 Ri2hts in and Use of Materials Found on the Work - The Contractor, with the approval of the Engineer, may use in the proposed construction such sand or other material suitable in the opinion of the Engineer, as may be found in the excavation and will be paid for the excavation of such material at the corresponding contract unit price therefore, but he shall replace at his own expense with other suitable material all of that portion of the material so removed and used as was contemplated for use in embankments, back-fills, approaches, or otherwise. No charge for materials so used will be made against the Contractor except the replacement herein provided for. The Contractor shall not excavate or remove any material which is not within the excavation, as indicated, without written authorization from the Engineer. Materials in old structures removed by the Contractor to allow the construction of new structures, and not needed by the City.. may be used by the Contractor during construction. Such materials are the property of the City and shall not be cut or otherwise damaged during use or removal, and shall afterwards be disposed of by the Contractor as directed by the Engineer. Bid No. 67-99/00 Dolio: Fetwu.y 16. 2000 34 Section 5 CONTROL OF THE WORK 5.1 Enlrineer as Referee - To prevent all disputes and litigations, it is agreed by the parties hereto that the said Engineer sball decide all questions, difficulties, and disputes, of whatever 118ture, which may arise relative to the interpretation of the Plans, construction, prosecution and fulfillment of this Contract, and as to the character, quality, amount, and value of any work done, and materials furnished, under or by reason of this Contract, and his estimates and decisions upon all claims, questions, and disputes shall be final and conclusive upon the parties thereto. 5.2 Plans - The approved Plans wiJl be supplemented by such working drawings as are necessary to adequately control the Work. It is mutually agreed that all authorized alterations affecting the requirements and infonnation given on the approved plans shall be in writing. No changes shall be made of any plan or drawing after the same has been approved by the Engineer, except by direction of the Engineer. Working Drawings for any structure shall consist of such detailed plans as may be required for the prosecution of the work and are not included in the Plans furnished by the Engineer. They shall include shop details, erection plans, masonry layout diagrams and bending diagrams for reinforcing steel, approval of which by the Engineer must be obtained before any work involving these plans shall be performed. Plans for cribs, cofferdams, falsework, centering, and form work may also be required, and in such cases shall be likewise subject to approval unless approval be waived by the Engineer. It is understood, however, that approval by the Engineer of the Contractor's working drawings does not relieve the Contractor of any responsibility for accuracy of dimensions and details, or of mutual agreement of dimensions and details. It is mutually agreed that the Contractor shall be responsible for agreement and conformity of his working drawings with the approved Plans and Specifications. The Contract price shall include the cost of furnishing all working drawings and the Contractor wiJl be allowed no extra compensation for such drawings. 5.3 Conformity with Plans and Allowable Deviations - The finished work in all cases sball conform with Jines, grades, cross-sections, and dimensions shown on the approved Plans; any such deviations from the approved Plans and working drawings as may be required by the exigencies of construction will in all cases be determined by the Engineer and authorized in writing. 5.4 Coordination of Plans. Soedfieations. and Soecial Provisions - These Specifications, the Plans, Special Provisions, and all supplementary documents are essential parts of the Contract and a requirement occurring in one is as binding as though occurring in all. They are intended to be Bid No. 67.9911JO n.o: F*'-Y 16. 2000 3S cooperative, to describe and provide for a complete Work. In case of discrepancy, figured dimensions shall govern over scaled dimensions. Plans shall govern over Specifications, Special Provisions shall govern over both Specifications and Plans. 5.5 Coonention of Contnetor - The Contractor will be supplied with copies of the Plans, Specifications, and Special Provisions. The Contractor sha11 have available on the Work at all times, one copy each of said Plans and Specifications and Special Provisions; he shall give the Work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer and with other contractors in every way possible. The Contractor shall at all times have a competent English-speaking Superintendent, capable of reading and thoroughly Wlderstanding the Plans and Specifications, as his agent on the Work, who shall receive instructions from the Engineer or his authorized representatives. The Superintendent shall have full authority to execute the orders or directions of the Engineer without delay and to promptly supply such materials, tools, plant, equipment, and labor as may be required. Such Superintendent shall be furnished irrespective of the amoWlt of work sublet. 5.6 InsDeeton - Inspectors employed by the Engineer shall be authorized to inspect all work done and materials furnished. Such inspection may extend to all or any part of the Work and to the preparation or manufacture of the materials to be used. An inspector may be stationed on the Work to report to the Engineer as to the progress of the Work and the manner in which it is being performed; also to report whenever it appears that the materials furnished and work performed by the Contractor fail to fulfill the requirements of the Specifications and Contract, and to call to the attention of the Contractor any such failure or other infringements. Such inspection, however, shall not relieve the Contractor from any obligation to perform all the Work strictly in accordance with the requirements of the Specifications. In case of any dispute arising between the Contractor and the Inspector as to material furnished or the manner of performing the Work, the Inspector shall have the authority to reject materials or suspend the Work Wltil the question at issue can be referred to and decided by the Engineer. The Inspector shall perform such other duties as are assigned to him. He shall not be authorized to revoke, alter, enlarge, relax, or release any requirements of these Specifications, not to approve or accept any portion of work, nor to issue instructions contrary to the Plans and Specifications. The Inspector shall in no case act as Foreman or perform other duties for the Contractor, nor interfere with the management of the Work by the latter. Any advice which the Inspector may give the Contractor sha11 in no way be constIUed as bindilg the Engineer in any way, nor releasing the Contractor from tillfillment of the terms of the Contract. Ordinarily one Inspector will be employed by the City for each section of the Work Wlder Cmtract; but if, on accOWlt of any apparent disregard of these Specifications, additional Inspectors sha11 be required, they will be employed by the City at the rate ofS150.00 per diem each, and the cost of same charged to the Contractor and deducted from the fina1 payment. 5.7 InsDeetion - The Contractor sha11 furnish the F.ngineer with every reasonable facility for ascertaining whether or not the work performed and materials used are in accordance with the requirements and intent of the Specifications and Contract. If the Engineer requests it, the Contractor shall at any time before fina1 acceptance of the Work remove or Wlcover such portions Bid No. 67-99/00 0.: FebIuIry 16, 2000 36 of the finished Work as may be directed. After examination the Contractor shal1 restore said portions of the Work to the standard required by the Specifications. Should the Work thus exposed or examined prove acceptable, the uncovering or removing, and the replacing of the covering or making good of the parts removed, shall be paid for as "Extra Work," but should the work so exposed or examined prove unacceptable, the uncovering or removing and the replacing of the covering or making good of the parts removed, shall be at the Contractor's expense. No work shall be done nor materials used without suitable supervision or inspection by the Engineer or his representative. Failure to reject any defective work or material shall not in any way prevent 1ater rejection when such defect be discovered, or obligate the City to final acceptance. 5.8 Failure to Remove and Renew Defective Materials and Work - Should the Contractor fail or refuse to remove and renew any defective materials used or work performed, or to make any necessary repairs in an acceptable manner and in accordance with the requirements of these Specifications within the time indicated in writing, the Engineer sha11 have the authority to cause the unacceptable or defective materials or work to be removed and renewed, or such repairs as may be necessary, to be made at the Contractor's expense. Any expense incurred by the City in making these removals, renewals or repairs, which the Contractor has failed or refused to make, sha11 be paid for out of any monies due or which may become due the Contractor or may be charged against the "Contract Bond" deposited; and continued failure or refusal on the part of the Contractor to make any or all necessary repairs promptly, fully, and in an accq>table manner shall be sufficient cause for the Board, at its option, may purchase materials, tools, and equipment and employ labor or may contract with any other individual, finn, or corporation to perform the Work. All costs and expenses incurred thereby shall be charged against the defaulting Contractor and the amount th:reof deducted from any monies due or which may become due him, or shall be charged against the "Contract Bond" deposited. Any work performed, as described in this paragraph, shall not relieve the Contractor in any way from his responsibility for the work performed by him. 5.9 Final InsDection - Whenever the Work provided and contemplated by the Contractor shall have been satisfactorily completed and the fina1 cleaning up performed, the Engineer shall within ten (10) days, unless otherwise provided, make the final inspection. Bid No. 67-99100 Dole: F~ 16. 2000 37 Section 6 CONTROL OF MATERIALS 6.1 Source ofSuBBIv and Quality of Materials - At the option of the Engineer the source of supply for each of the materials shall be approved by the Engineer before the delivery is started. Representative preliminary samples of the character and quality described shall be submitted by the Contractor or producer for examination and tested in accordance with the methods referred to under Samples and Tests, Paragraph 6.2. Only materials confonning to the requirements of these Specifications and approved by the Engineer shall be used in the Work. All materials proposed to be used may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a unifonn product, or if the product from any sources proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. No material which after approval bas in any way become unfit for use shall be used in the Work. 6.2 SamBles and Tests - For the purpose of assisting his judgment the Engineer may require any or all materials 10 be subject to test by means of samples or otherwise as he may determine. The Contractor shall afford such facilities as the Engineer may require for collecting and forwarding samples and shall not make use of or incorporate in the Work any material represented by the samples until the tests have been made and the materials found in accordance with the requirements of the Specifications and are acceptable. The Contractor in all cases shall furnish and deliver the required samples without charge. Samples shall be furnished sufficiently in advance so that the results of the required tests may be secured prior to the incorporation of the material in the Work. The manner of collecting and testing samples, as well as all apparatus and equipment used for this purpose, shall confonn to the A.S.T.M. Current Standards or Tentative Standards, as the case may be, insofar as these are applicable - unless specifically stated otherwise. 6.3 Storal!e of Materials - Materials shall be stored so as to insure their preservation and quality and fitness for the work, and shall be so located as to facilitate prompt inspection. Materials improperly stored may be rejected without testing. 6.4 Defective Materials - All materials not conforming to the requirements of these Specifications shall be considered as defective and all such materials, whether in place or not, shall be rejected and shall be removed immediately from the site of the Work, unless otherwise permitted by the Engineer. No rejected materia1, the defects of which have been subsequently corrected, shall be used until approval has been given. Upon failure on the part of the Contractor to comply with any order of the F.ngineer made under the provisions of this article, the Engineer shall have authority to remove and replace defective materia1 and to deduct the cost of removal and replacement from any monies due or to become due the Contractor. Bid No. 67-99100 n.: FcIlIuory 16. 2000 38 SeetiOD 7 LEGAL RELATIONS AND RESPONSmlLITY TO THE PUBLIC 7.1 Laws to be Observed - The Contractor must familiarize himself and comply with all Federal, State, County, and City laws, ordinances, or regulatioIIS, and govern himself accordance with them. He sball indemnify and hold hannless the City, the Arcbitects and all of its officers agents, and servants against any claims or liability arising from, or based on, the violation of any such laws, by-laws, ordinances, regulatioIIS, orders, or decrees, whether by himself or bis employees. 7.1.1 The requirement of Chapter 31A, Section 27-31 Prevailing Wage is a requirement of all construction contracts that exceed SI,ooO,ooo.oo. 7.1.2 PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or cOIISultant under a contract with a public entity , and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 7.1.3 VENDOR APPLICATION Prospective bidders should register with the DemandStar.com (the City's Vendor Database Management firm); this will facilitate their receipt offuture notices of solicitatioIIS when they are issued. Potential bidders may contact DemandStar.com at (800) 711-1712 or register on-line at www.demandstar.com. It is the responsibility of the bidder to inform Dem"ndStar.com concerning any changes, such as new address, telepbone number, or commodities. 7.2 Permits. Lieenses. Oee.Dationa. Lieenses - The Contractor sba11 procure all permits and licenses as required, however, there will be no charge for the construction permits issued by the City of Miami Beach. The Contractor sba11 also give all notices DC("""Q~'Y and incident to the due and lawful prosecution of the Work. Bid No. 67_ ~: Fem.y 16.2000 39 7.3 Patented Devices. Materials. and Processes - It is mutually UDderstood and agreed that without exception contract prices are to include all royalties and costs arising from patents, trademarks, and copyrights in any way involved in the Work. It is the intent that whenever the Contractor is required or desires to use any design, device, material, or process covered by letters, patent or copyright, the right for such use sbaI1 be provided for by suitable legal agreement with the patentee or owner, and a copy of this agreement sbaI1 be filed with the Engineer; however, whether or not such agreement is made or filed as noted, the Contractor and the Surety in all cases shall indemnify and saye harmless the City from any and all claims for infringement by reason of the use of any such patented design, device, material, or process, to be performed under the Contract, and shall indemnify the said City for any colis, expenses, and damages which it may be obliged to pay, by reason of any such infringement, at any time during the prosecution or after completion of the Work. 7.4 Riot ofWav - In cases where the Work is done on private property the City guarantees the Contractor the right-of-way for the construction of the Work, but the Contractor must take all precautiollS not to inconvenience the tenant or property owner any more than necessary. The right is reserved to omit any sections of the Work which depend upon a right-of-way grant in case such right-of-way is denied the City. The Contractor shall have no claims for damage due to delay by the City in furnishing necessary right-of-way, but should any such delay occur the Contractor shall be entitled to such extellSion of time for the completion of his Contract as may be determined by the City to be reasonable. In case of damage to the work on account of work so done, the Engineer may direct the Contractor to make the necessary repairs, and payment for such repairs will be made as provided under "Extra Work. " Should the Contractor refuse or neglect to make the said repairs within the time specified, the Engineer shall have the authority to cause such repairs to be made, in which case the Contractor sbaI1 not be relieved in any way from his respollSibility for the work performed by him. 7.5 Restoration of Surfaces Onened bv Permit - Any individual, firm, or corporation wishing to make an opening in the street must secure a permit from, and will be required to deposit security with, the Engineer, in a suitable amount to cover the cost of making the necessary repairs, and the Contractor sbaI1 not allow any person or persollS to make an opening unless a duly authorized permit from the City is presented. The right is reserved to lay in the street or to repair any sewer, drain, conduit, main, or service pipe or their accessories at any time before the completion of the Work. The Contractor is to exercise such supervision thereof as will protect him against defects in the finished Work. In case of damage to the work on account of work so done, the Engineer may direct the Contractor to make the necessary repairs, and payment for such repairs will be made as provided under "Extra Work." Should the Contractor refuse or neglect to make the said repairs within the time Bid No. 67_ Doll: Facu.y 16. 2000 40 specified, the Engineer shall have the authority to cause such repairs to be made, in which case the Contractor sball not be relieved in any way from his responsibility for the work performed by him. 7.6 Sanitary Provisions. The Contractor shall provide and maintain at his own expense, in a sanitary condition, such accommodations for the use of his employees as is necessary to comply with the requirements and regulations of State and County Boards of Health. He shall commit no public nuisance. 7.7 Public Convenience and Safetv . The Contractor shall conduct the Work so as to insure the least obstruction to traffic practicable, and shall provide for the convenience of the general public and of residents along and adjacent to the Work in a manner satisfactory to the Engineer. Materials and equipment stored upon the Work sball be placed so as to cause as little obstruction to the public as possible and shall be lighted and barricaded as hereinafter provided. 7.8 Closinl!: Streets - Streets shall not be closed except when and where directed by the Engineer, and whenever the street is not closed the Work must be so conducted that there shall at all times be a safe passageway for traffic. Whenever it is necessary to divert traffic from any part of the Work the Contractor shall provide and maintain a passable driveway as directed by the Engineer. Suitable barricades, danger warnings, detour signs, etc., as hereinafter provided, shall be maintained by the Contractor in all cases and the Engineers office and the Fire Department sball immediately be notified by telephone or otherwise upon the closing and/or opening cf each street or section thereof. 7.9 Barricades. Waminl!:s. and Detour Sins - The Contractor shall provide, erect, and maintain, at his own expense, barricades, danger warnings, and detour signs whenever they may be necessary. He shall place sufficient lights on and/or near the Work and keep them burning from twilight to sunrise; shall erect suitable barricades, railings, fences, and/or other protection about the Work; provide all watchmen by day or night and take all other precautions that may be necessary; shall maintain proper guards and lights for the prevention of accidents upon materials, supplies, and equipment. and take all other precautions that may be necessary for the proper protection of the Work and public convenience and safety. Streets closed to traffic shall be protected by effective barricades on which sball be placed acceptable warning signs. The Contractor sball provide and maintain acceptable warning and detour signs at all closures, intersections, and along the detour routes, directing the traffic around the closed portion or portions of the Work, so that the temporary detour route or routes sball be indicated clearly throughout its or their entire length. 7.10 Fire Hvdrants. Gutten. Etc. - Fire hydrants on or adjacent to the Work sball be kept accessible to the fire apparatus at all times and no material or obstructions sball be placed within ten (10) feet of any such hydrant. Adjacent premises must be given access as far as practicable, and Bid No. 67-99100 0.: FcbIuIIy 16.2000 41 obstruction of sewer inlets, gutters, and ditcbes will not be permitted. 7.11 Use ofExDlosives - Unless otherwise expressly stipulated herein, the use of explosives is not contemplated in the prosecution of this Contract, and in no case will their use be permitted without the written permission of the City Engineer and a permit issued by the Chief of the Fire Department Where such permission for the use of explosives is obtained the Contractor sball use the utmost care so as not to endanger life or property, and whenever directed the number and size of the charges shall be reduced. All explosives shall be stored in a secure manner, and all such storage places shall be marked clearly, "DANGEROUS EXPLOSIVES," and shall be in the care of competent watchmen. 7.12 Preservation ofPrODertv - The Contractor shall preserve from danger all property along the line of Work, the removal or destruction of which is not called for by the PIBIIS. This applies to public utilities, trees, lawns, buildings, fences, bridges, pavements, and other structures, monuments, pipe, underground structures, etc., and wherever such property is damaged due to the activities of the Contractor it shall be immediately restored to its original condition by the Contractor and at his own expense. The Contractor shall give due notice to any department or public service corporation controlling manholes, valve jackets, meter boxes, street monuments, etc., prior to adjusting them to grade, and shall be held strictly liable to the City if any such appliances are covered up during the construction of the Work. In such case of failure on the part of the Contractor to restore any such property, or make good any damage or injury thereto, the Engineer may, upon forty-eight hours' notice, proceed to repair, rebuild, or otherwise restore such property as may be deemed necessary and the cost thereof will be deducted from any monies due or which may become due the Contractor under this Contract. Nothing in this clause shall prevent the Contractor from receiving proper compensation for the removal or replacement of any public or private property when same is made necessary by alteration of grade or alignment, and such work is authorized by the Engineer, provided that such property bas not been damaged through fault of the Contractor, his employees, or agents. 7.\3 ResDOnsibilitv for Dama2e. Etc. - The Contractor sball indemnifY and save bannless the City, the Board, and all of its officers, agents, and employees from all suits, actions. or claims of any character, name, and description brought for, or on account of, any injuries or damages received or sustained by any person, persons. or property by or from the said Contractor, or by, or in consequence of, any neglect in safeguarding the Work, or through the use of nna-;oceptable materials in the construction of the improvement, or by, or on account of any act of omission, neglect, or misconduct of the said Contractor, or by, or on account of, any claims or amounts recovered for any infringement of patent, trademark, or copyright, or from any claims or amounts arising or recovered under the "Workmen's Compensation Law" or any other laws, by-laws, Bid No. 67-99100 0..: Fcm.y 16.2000 42 ordinance, order or decree, and so much of the money due the said Contractor under and by virtue of his Contract as shall be considered necessary by the Engineer may be retained for the use of the City, or in case no money is due, his surety shall be held until such suit or suits, action or actions, claim or claims, for injuries or damages, as aforesaid, shall have been settled and suitable evidence to that effect furnished to the Engineer. The Contractor guarantees the payment of all just claims for materials, supplies, tools, moor, and other just claims against him or any subcontractor in connection with this Contract and his bonds will not be released by final acceptance and payment by the City unless all such claims are paid or released. 7.14 Contractor ResDOnsibility for Work - Until acceptance of the Work by the Board it shall be under the charge and care of the Contractor and he shall take every necessary precaution against injUl)' or damage to any part thereof by the action of the elements or from any other cause whatsoever arising from the execution or from the non execution of the Work. The Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damages to any portion of the Work occasioned by any of the above causes before its completion and acceptance except such ordinary wear and tear as may be due to use on sections opened for service, as hereina.iler provided. 7.15 ODeninl! of Section of Work for Service - Whenever, in the opinion of the Engineer, any portion of the Work is in acceptable condition for use it shall be opened for service as may be directed and such opening shall not be held to be in any way an acceptance of the work or any part of it or as a waiver of any provisions of these Specifications and Contract. Necessa.-y repairs or renewals made on any section of the Work due to its being opened for use under instructions from the Engineer, to defective materials or work, or to natural causes other than ordinary wear and tear, pending completion and acceptance of the Work, shall be performed at the expense of the Contractor. 7.16 No Waiver ofLeI!1l1 Ri"hts - The City reserves the right, should an error be discovered in the partial or final estimates, or should conclusive proofs of defective work or materials used by or on the part of the Contractor be discovered after the final payment has been made, to claim and recover by process of law such sums as may be sufficient to correct the error or make good the defects in the work and materials. 7.17 Liabilities and Duties of Contractor Not Limited - The mention of any specific duty or liability upon the Contractor in any part of the Specifications shall not be construed as a limitation or restriction upon general liability or duty imposed upon the Contractor by the Specifications, said reference to any specific duty or liability being for purposes of explanation only. No waiver of any breach of the Contract shall constitute a waiver of any subsequent breach of any part thereof, nor of the Contract. Bid No. 67-99100 Dole: FclIcuIry 16. 2000 43 Section 8 PROSECUTION AND PROGRESS 8.1 Sublettinl! or Assilminl! Contracts - The Contractor will not be permitted to sublet, assign, sell, transfer, or otherwise dispose of the Contract or any portion thereof, or of his right, title, or interest therein to any individual, firm, or corporation without the written consent of the Board. In case such approval is given the Contractor must file with the Engineer copies of all sub-Contracts. No sub-Contracts or transfer of Contract shall in any case release the Contractor of his liability Wlder this Contract and Bond. 8.2 Prol!l'eSs of Work - It is Wlderstood and agreed that the Contractor shall commence work not later than the time limit for beginning as set forth in the attached Proposal, and sball provide an adequate force oflabor and equipment to prosecute the Work at as many different points as may be deemed necessary by the Engineer so as to insure the completion of the same within the time limit for completion as set forth in the attached Proposal or Contract, except that where the Contractor has more than one Wlcompleted Contract with the City, he is not to commence another Contract nor place materials on the streets thereof without the consent of the Engineer. 8.3 Limitations of Operations - The work is to be confined, at anyone time, to five squares, not to exceed 1,500 feet in length; and while the work is actual1y going on, as much as half' this length may be barricaded to entirely exclude traffic, but not over half; nor will two consecutive street intersections be allowed to be entirely closed to exclude traffic except by written consent of the Engineer. Street traffic is not to be needlessly obstructed but no street is to be opened to traffic until the Engineer gives his consent. The Contractor may erect or maintain along the lines of his work such tool boxes, sheds, storehouses, or other buildings as may be necessary, provided such structures do not interfere with the reasonable U!le of the streets or sidewalks. The size, location, and construction of these must be subject to the approval of the Engineer. The Contractor hereby agrees to arrange his work and dispose his materials so as not to interfere with the operations of other contractors engaged upon adjacent work and to join his work to that of others in a proper manner in accordance with the spirit of the Plans and Specifications, and to perform his work in the proper sequence in relation to that of other Contractors, all as may be directed by the Engineer. Each Contractor shall be held responsible for any tlAmage done by him or his agents to the work performed by another Contractor. Each Contractor shall so conduct his OperatiODS and maintain the Work in such condition that adequate drainage shall be in effect at all times. 8.4 Character of Workmen and Eauipment - The Contractor shall employ such superintendents, foremen, and workmen as are careful and competent Whenever the Engillef!l' sball determine that any person employed by the Contractor is, in his opinion, incompetent, unfaithful, disorderly, or insubordinate such person shall, upon notice, be discharged from the Work and sball BioI No. 67_ 0.: FelIruoIy 16, 2000 44 not again be employed on it except with written consent of the Engineer. All workmen must have sufficient skill and experience to properly perform the work assigned them. All workmen engaged on special work or skilled work, or in any trade, shall have had sufficient experience in such work to properly and satisfactorily perform it and to operate the equipment involved, and shall make due and proper effort to execute the Work in the manner prescribed in these Specifications. Otherwise the Engineer may take action as above prescribed. Should the Contractor fail to remove such person or persons, or fail to furnish suitable or sufficient machinery, equipment, or force for the proper prosecution of the Work, the Engineer may withhold all estimates which are or may become due, or may suspend the Work until such orders are complied with. The equipment used on any portion of the Work shall be such that no injury to the roadway, adjacent property, or other highways will result from its use; and no item of machinery or equipment, after once being place on the Work, shall be removed without the consent of the Engineer. 8.5 TemDorarv S\lsDension of Work - The City or Engineer shall have the authority to suspend the Work wholly or in part for such period or periods as may be deemed necessary due to unsuitable weather or such other conditions as are considered unfavorable for the suitable prosecution of the Work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the Contract If it should become necessary to stop work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the traveling public unnecessarily, nor become damaged in any way, and he shall take every reasonable precaution to prevent damage or deterioration of the work performed; provide suitable drainage of the roadway by opening ditches, shoulder drains, etc., and erect temporary structures where directed. The Contractor shall not suspend the Work and shall not remove any equipment, tools, lwnber, or other materials without the written permission of the Engineer. No allowance of any kind will be made for such suspension of work except an equivalent extension of time for completion of the Contract. 8.6 ComDutation of Contract Time for ComDletion of the Work - Contractor shall perform fully, entirely, and in accordance with these Specifications the Work contracted for within specified time stated in the attached Proposal. In adjusting the contract time for the completion of the Work, the length of time expressed in days, during which the prosecution of the Work bas been delayed in consequence of any suspension of work ordered by the Engineer, or omission of the Board and not by any fault of the Contractor, shall be added to the contract time as set forth in the attached Proposal, all of which shall be determined by the Engineer, and whose determination shall be binding and conclusive upon both parties to the Contract. If the satisfactory execution and completion of the Contract shall require work or material in greater value than set forth in the Contract, then the contract time shall be increased in the same ratio as the additional value bears to Bid No. 67.99JOO 1lIm: F~ 16, 2000 45 the original value contracted for. No allowance shall be made for delay or suspension of the prosecution of the Work due to fault or negligence of the Contractor. No claim for damages shall be made or allowed on account of delay or postponement occasioned by the precedence of other contracts which may be either let or executed before the execution of the Contract, or on account of the streets or structures adjacent to the Work not being in the condition contemplated by the parties at the time of making the Contract, or on account of delay in the removal of obstructions; but if the Contractor shall be delayed in the performance of his work by reason of the streets or structures adjacent to the Work not being in condition contemplated, or on account of delay in the removal of obstructions, or by reason of the Work or any part thereof being suspended on account of other contracts, or for any other reason, such allowance of time will be made as the Engineer shall deem reasonable. 8.7 Failure to COIDDlete the Work on Time - The Work to be done under this Contract is to be begun on or before the date set forth in the attached Proposal, and shall be prosecuted witb proper dispatch towards completion to the satisfaction of the Engineer, and is to be fully completed within the time limit set forth in the attached Proposal, and it is understood and agreed that the time limit for the completion of said Work is of the essence of the Contract, and should the Contractor fail to complete the Work on or before the date specified it is agreed that for each calendar day that any work shall remain uncompleted, after the time specified in the attached Proposal, with any extension of time which may be allowed by the Engineer for the completion of the Work provided for in lltese Plans, Specifications, Special Provisions, and Contract, the sum per day given in the following schedule sha1I be deducted from the monies due to the Contractor, not as a penalty but as liquidated damages and added expense for supervision on each Contract: Amount of Liquidated Damages and Estimated Cost of Supervision Per Dav See Pangraph 3.2 of Agreement The Contractor shall take into account all contingent work which has to be done by other parties, arising from any cause whatsoever, and shall not plead his want of knowledge of said contingent work as an excuse for delay in his work or for its non- performance. Nothing in this clause shall be construed as limiting the right of the Board to declare the Contract forfeited, to take over the Work, or to claim damages for the failure of the Contractor to abide by each and every one of the terms of this Contract as set forth and provided for in the General Provisions, Special Provisions, and Specifications herein contained. 8.8 Annulment of Contnd - If the Contractor fails to begin the Work under Contract within the time specified, or fails to perform the Work with sufficient worlanen and equipment or with sufficient materials to insure the prompt completion of said Work, or shall perform the Work unsuitably, or shall neglect or refuse to remove materials or perform anew such work as shall be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work, or if the Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or Bid No. 67-99100 Door. FcIlruory 16, 2000 46 insolvency, or allow any finaljudgement to stand against him unsatisfied for a period of forty eight (48) hours, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, the Engineer may give notice in writing to the Contractor and his Surety of such delay, neglect, or default, specifYing the same, and if the Contractor, within a period often (10) days after such notice shall not proceed in accordance therewith. then the Board sha11 upon written certificate from the Engineer of the fact of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority, without violating the Contract, to take the prosecution of the work out of the hands of said Contractor, to appropriate or use any or all materials and equipment on the ground as may be suitable and acceptable and may enter into an agreement for the completion of said Contract according to the terms and provisions thereof, or use such other methods as in its opinion shall seem advisable for the completion of said Contract in an acceptable manner. All costs and charges incurred by the Board, together with the costs of completing the Work under contract, shall be deducted from any monies due or which may become due said Contractor. In case the expense so incurred by the Board shall be less than the sum which would have been payable under the Contract if it had been completed by said Contractor, then the said Contractor sha11 be entitled to receive the difference, and in case such expense shall exceed the sum which would have been payable under the Contract, then the Contractor and the Surety shall be liable and shall pay to the City the amount of said excess. 8.9 Termination of Contractor's ResoonsibiUtv - This Contract will be considered complete when all work has been completed, final inspection made, and the work accepted by the Board as hereinafter provided. The Contractor will then be released from further obligation except as set forth in his bond, and except as provided in Article 7.16 cf these Specifications. Bid No. 67-99100 0.: FcllruIIy 16, 2000 47 Section 9 MEASUREMENT AND PAYMENT 9.1 Measurement of Quantities - All work completed under this Contract shall be measured by the Engineer, according to United States Standard Measures. All measurements shall be taken horizontal or vertical, except for paving surfaces, which will be taken along the actual surface of the pavement. No allowance shall be made for surfaces laid over a greater area than authorized or for material moved from outside of slope-stakes and lines shown on the Plans, except where such work is done upon written instructions of the Engineer. 9.2 Scone of Pavments - It is understood and agreed that the Contractor shall receive and accept the prices and rates, as herein specified, in full payment for furnishing all materials, labor, equipment, and tools, and for performing all the Work contemplated and embraced in the attached Specifications and Proposal, also for all loss or damage arising out of the nature of the Work aforesaid, or from the action of the elements or for any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the Work, until its final acceptance as hereinafter provided for, and also for all risks of every description and all expenses incurred by or in consequence of the suspension or discontinuance of the Work as herein provided for, or for any infringement of patent, trademark, or copyright, and for the completion of the Work in accordance with the Plans, Specifications, and Contract. 9.3 Payment and Comnensation for Altered Quantities -When Alterations in Plans or quantities of work not requiring Supplemental Agreements as hereinbefore provided for are ordered and performed, the Contractor shall accept payment in full at the Contract unit price for the actual quantities of work done; no allowance will be made for anticipated profits; increased or decreased work involving Supplemental Agreements shall be paid for as stipulated in such agreement. 9.4 Force Account Work - All Extra Work done on a "Force Account" basis shall be performed by such labor, teams, tools, and equipment as may be specified by th: Engineer, and will be paid for in the following manner: <a> For all labor, teams, and foremen in direct charge of the specified operations, the Contractor shaJl receive the current local rate of wages, to be agreed upon in writing before starting such work, for every hour that said labor, teams, and foremen are actua1Iy engaged in such work, to which shall be added an amount equal to 15 percent of the sum thereof which shall be considered as full compensation for general supervision and the furnishing and repairing of small tools and ordinary equipment used on the contract such as picks, hand shovels, plows, etc. In addition to the above, the Contractor shall receive the actuaI cost for Social Security Taxes, Unemployment Insurance, and Workmen's Compensation Insurance involved in such force account work, based on the actuaI wages paid the said labor and foremen. No percentage will be added to the cost of such taxes or insurance. Bid No. 67_ 0.: '''''''''16,2000 48 (b) For all materials used the Contractor shall receive the actuaI cost of such materials, delivered at the site, as shown by the original receipted bills, but no pen:entage shall be allowed on the cost of such materials. (c) For any special equipment or machinery, such as power driven rollers, tractors, trucks, shovels, drills, concrete mixers, pumps, and hoists, also industrial railway equipment, crushers, etc., required for the economical perfonnance of the work, the Engineer shall allow the Contractor a reasonable rental price to be agreed upon in writing before such work is begun, for each and every hour that said special equipment is in use on the work, to which sum no percentage shall be added. The compensation as herein provided shall be received by the Contractor as payment in full for Extra Work done on a force account basis. The Contractor's representative and the Inspector shall compare records of extra work done on a force account basis at the end of each day. Copies of these records shall be made in duplicate upon a fonn provided for this purpose by the Inspector and signed by both the Inspector and the Contractor's representative, one copy being forwarded., respectively, to the Engineer ofhis authorized representative, and to the Contractor. All claims for extra work done on a force account basis shall be submitted as hereinbefore provided by the Contractor upon certified statements, to which shall be attached original receipted bills covering the costs of and the freight charges and hauling on all materials used in such work, and such statements shall be submitted to the Engineer on the current estimate of the month in which work was actually done. 9.5 Omitted Items - The City shall have the right to cancel the portions of the Contract relating to the construction of any items therein by the payment to the Contractor of a fair and equitable amount covering all items incurred prior to the date of cancellation or suspension of the work by order of the Engineer. 9.6 Partial Pavments - If the Work progresses according to Contract, the Contractor will be paid monthly ninety (90) percent of the value of the work completed, and materials furnished by the Contractor under these Specifications, when such materials have been delivered, inspected, and payments satisfactorily vouched for to the Engineer, provided the materials, in the judgment of the Engineer, are such as will probably be incorporated in the Work within thirty (30) days; ten (10) per cent of the amount due being reserved until a final settlement after the completion of the Work. It is understood and agreed that the City may also deduct from any estimai:, either partial or final, the amount of any unsatisfied claim against the Contractor for labor, materials, teams, equipment and/or other things as elsewhere provided herein. Should any defective work or material be discovered previous to the final acceptance, or should a reasonable doubt arise previous to the final acceptance as to the integrity of any part of the completed Work, the estimate and payment for such defective or questioned work shall not be allowed until the defect bas been remedied and causes for doubt removed. The monthly payments BidNo.67-9!11OO c.o: FcbnIIry 16, 2000 49 shall be approximate only, and all partial estimates and payments shall be subject to correction in the final estimate and payment If the total amount of the retained percentage of the Contract is greatly in excess of the uncompleted portion of the Contract the Engineer may allow the Contractor a portion of the suspended payment, provided that the City shall at all times retain an amount sufficient to enable it to complete the uncompleted work in the Contract and liquidate lII"'''~~fied claims. 9.7 Accentance and Final Pavment - Whenever the improvement provided for under this Contract shall have been completely perfonned on the part of the Contractor, and all parts of the Work have been approved by the Engineer according to the Contract, and all trash, debris, equipment, and other things used in the construction removed from the site of the construction and from the adjoining land, the Engineer, after final inspection as provided herein, shall certify such fact to the Board in writing, recommending the acceptance of the Work. Upon acceptance of the Work by the Board, a Final Estimate showing the value of the Work will be prepared by the Engineer as soon as the necessary measurements and computations can be made all prior certificates or estimates upon which payments have been made being approximate only and subject to correction in the Final Estimate. The amount of the Final Estimate, less any sums that may have been deducted or retained under the provisions of this Contract, will be paid to the Contractor within thirty(30) days after the Final Estimate has been approved by the Board, provided that the Contractor has furnished to the Board a sworn affidavit to the effect that all bills are paid and no suits are pending in connection with the Work done under this Contract. Upon this fmal payment the City is to be released from all liability whatever growing out of this Contract. Bid No. 67-99/00 Dole: F~ 16, 2000 so Section 10 SPECIAL PROVISIONS 10.1 WORKMEN'S COMPENSATION: Before starting work the Contractor shall furnish satisfactory evidence that he has complied with the Workmen's Compensation Act of the State of Florida, and any amendments thereto, and all laws pertaining to the protection of his employees. 10.2 BONDS: Bid and Contract Bonds will be required. A cashier's check, treasurer's check, bank draft of any National or State bank, or Bid Bond payable to the order of the City of Miami Beach executed by the bidder in the amount of not less than five (5%) percent of the total bid shall accompany each proposal. The Perfonnance and Payment Bonds shall each be in the amount of one hundred (100"10) percent of the contract price, submitted by the successful bidder and placed through a Miami Beach agency where practicable. 10.3 PROTECI10N TO PUBUC: The Contractor shall erect and maintain barricades and warning signs to protect the public during the course of the work. The Contractor shall take every precaution to protect the abutting properties and minimize the possibility of damage to same. Contractor shall be liable for restoration of all property including City property. 10.4 LEGAL LIABILITY: All suits, actions, or claims of whatever nature which, may arise occasioned either directly or indirectly by the work. provided for under the Specifications herein, shall be assumed by the Contractor and the City Commission and all its officers, agents, employees shall be indemnifi('d and saved harmless therefrom. 10.5 F AMILIARIZA TION: The Contractor shall visit the site of proposed work in order to become familiar with existing conditions at the site. 10.6 PERMITS: The Contractor shall procure all permits and licenses as required, however, there will be no charge for the construction permits issued by the City of Miami Beach. 10.7 CONFLICf BETWEEN SPECIAL PROVISIONS AND GENERAL PRQVISI.QN~: In case of conflict between the requirements of Special Provisions and General Provisions, the requirements of the Special Provisions will prevail. , Bid No. 67-99100 0.: Faw-y 16. 2000 51 SPECIFICATION INDEX Section No. 00850 01010 01011 01030 02447 02480 PLAN INDEX Drawinl! No. A-I D-1 L-1 1-1 E-1 Bi4 No. 67-99100 1lIlc: FelIruIIy 16. 2000 Technical Specifications Title Specifications & Drawings Project Summary Alternates General Requirements Irrigation Landscaping Title Cover Sheet Index, Wan Sign, Lighting Details Existing/demolition Plan Landscape Plan Irrigation Plan PowerlLighting Plan 52 Pues 1 1 I 3 6 8 Giller & Giller, Inc. 11Ie G*r BuIldIng W5Mhur-.,_ ...... -. FL33140 C305)538-6324 FI'X (305)538-5921 Reg. #1M COO1364 LaGORCE ISLAND ENTRANCE IMPROVEMENTS City of Miami Beach AJE Comm. No. 98202 December 13,1999 TECHNICAL SPECIFICATIONS Section No. ~ Pages 00850 01010 01011 01030 02447 02480 Specifications & Drawings Project Summary Altemates General Requirements Irrigation Landscaping 1 1 1 3 6 8 ARCHITECTS INTERIOR DESIGNERS . CONSTRUCTION MANAGERS 98202 SPECIFICATIONS AND DRAWINGS SECTION 00850 .AA4&LLA_LLLL&.._L____~&&~..._____~L&&.&&~&&L..L_&&&.&a,.LAAA.ALA.A'......"..."'."."."""."." 1.1 SPECIFICATIONS AND DRAWINGS a. The technical specifications and the drawings are complementary documents and mutually describe the design and technical requirements of the work. b. The specifications are organized into divisions and sections to describe the work in accordance with general trade practice. This organization is for convenience only and shall not control the Contractor in dividing the work among subcontractors in establishing the extent of work to be perfonned by any trade. Referenced standards specified shall be the latest edition that is most current at the time of receipt of bids. c. The plans (or drawings) graphically delineate the technical scope and design of the work required, together with salient features and typical details related thereto. The Contractor shall produce, by means of shop drawings, all additional details which are inferable from these plans and which are necessary for the execution and completion of the work. d. Mechanical and electrical drawings are schematic only, showing but relative locations and connections. The architectural and structural drawings shall govem the location of the installation of the mechanical and electrical systems. Any deviation from the mechanical/electrical plans to accommodate the above conditions shall be made without additional cost to the Owner. e. Plans do not delineate work required to facilitate construction interface conditions. Such work if required shall be accomplished without additional cost to the Owner. f. Maintain a record set of drawings and specifications on the job at all times. Update as the work progresses to show "as-built" conditions. 1.2 LIST OF DRAWINGS: The following drawings prepared by Giller &Giller, Inc. Architects and dated December 13, 1999 fonn a part of this contract: Drawina No. A-1 0-1 L-1 1-1 E-1 ~ Cover Sheet Index, Wall Sign, Lighting Details Exist.l Demolition Plan Landscape Plan Irrigation Plan PowerlUgbting Plan (END) 1 of 1 98202 PROJECT SUMMARY SECTION 01010 AAAL__ L~~~A&.*&AAAL4A4444******"~",,,,,,*******,,,,,,""""***""""'''''*.~...AA4LL.L...*. ~ ~ 5T A TEMENT OF WORK: The project consists of: n ndscaping, irrigation, street lighting, and concrete curbs at the entrance to LaGorce Island. 1.2 The work comprises the completed construction as required by the contract documents, and includes furnishing of all labor, tools. implements and equipment necessary to execute the construction, and all materials and equipment to be incorporated herein. r i1\ TIME OF COMPLETION: The work shall commence on the date established ~ "Notice to Proceed" and shall be substantially completed 60 calendar days thereafter. 3.1 LIQUIDATED DAMAGES: For non-completion of the project within the time limit specified for obtaining 5ubstanial Completion (including any extensions approved by the Owner), liquidated damages will be charged to the Contractor at the rate of $200.00 for each calendar day beyond the stipulated completion date. The Contractor shall complete all Punch-List items and achieve Final Completion within fifteen (15) calendar days thereafter. 4.1 WORK NOT INCLUDED IN THE CONTRACT: Several items are to be performed by the Owner, and are therefore excluded from the contract. These items are indicated on the drawings. 10194 (END) 1 of 1 ( 98202 ALTERNATES SECnON 01011 &&A..AAAAA~L_L&A&&'&A&A4_L_LAA&AA.L._.LLLL.**A._._AAA41.4&44,_....4&4....11141'&&111111111111_11&**** PART 1 - GENERAL 1.1 GENERAL a. The division of the project into a Base Bid and Additive Alternates (Bid Items) is for the convenience of the Owner in establishing a project scope within the available budget. b. Additive Alternates shall be awarded if sufficient funds are available, at the Owner's option. c. Each Additive Alternate comprises a portion of the work complete and ready for use, in accordance with the Contract Documents. 1.2 BASE BID a. The Base Bid shall consist of all of the work required in the Contract Documents exceot the Additive Alternates. 1.3 ALTERNATES a. Additive Bid Item No. 1 - Landscaping at Club House lot Furnish and install landscaping complete within the area shown on the drawings. b. Additive Bid Item No. 2 - Royal palm replacement Remove eight existing Royal palms and furnish and install eight new Royal Palms with 12-15 foot clear gray trunk, complete. (END) 1 of 1 98202 GENERAL REQUIREMENTS SECTION 01030 &A4~~~~"""*********"""*~~~~44&&A_~~~~~~~~&&4&4&'*****~44&~4&~4&..*.....4&44&4&&&4_A&4441~~~**** 1.1 REFERENCED STANDARDS a. Trade and standard specifications or manuals. referred to in these specifications. shall be considered a part hereof as though they were bound herein. Obtain a copy of all referenced standards, and maintain at the job site at all times. b. Materials, workmanship'and installation methods shall be complied with to the extent applicable. 1.2 APPROVED EQUAL AND SUBSTITUTE MANUFACTURERS a. Where a single manufacturer's product is specified in detail, it is the intent that the selection be used to establish the level of quality and design. When specified only by referenced standard (such as ASTM numbers, etc.), the Contractor may select any product meeting this standard. by any manufacturer. When several products or manufacturers are specified as being equally acceptable, the Contractor has the option of using any product and manufacturer combination listed. When only one product and manufacturer is specified with the words 'or equal', this is the basis of quality that alternate manufacturers must meet or exceed in perfonnance. b. Where the Contractor desires to substitute a different manufacturer than those specified, a written request must be submitted to the Architect, within 30 days after "Notice to PiOceed", 1) The request must be accompanied by complete data on the proposed substitution substantiating compliance with the Contract Documents including product identification and description, perfonnance and test data, references and samples where applicable, and an itemized comparison of the proposed substitution with the products specified or named by Addenda, with data relating to Contract time schedule, design and artistic effect where applicable, and its relationship to separate contracts. 2) The request must be accompanied by accurate cost data on the proposed substitution in comparison with the product specified. whether or not modification of the Contract Sum is to be a consideration. 3) The request shall be accepted or rejected solely at the discretion of the Architect or Engineer. 10f3 ( 98202 GENERAL REQUIREMENTS SECTION 01030 c. Where substitutions are accepted. the Contractor shall be responsible for all coordination thereof. Substitution shall be made at no additional cost to the Owner. If redesign by the Architect or his Consultants is required to accommodate an alternate product or system, all costs of this redesign shall be bome by the Contractor requesting the change, at the ArchitecUEngineer's standard hourly rates. 3.1 TESTING a. All tests called for in the specifications shall be conducted by an independent laboratory or testing agency approved by the Owner. The results of the tests shall be reported directly to the Owner and the Architect. and the Contractor shall also be advised of the results. The cost of all testing shall be borne by the Contractor. 4.1 SUBMITTALS a. General: 1) All submittals shall be made to the Architect in the number of copies specified below. All submittals must be complete and comprehensive; par+jal submittals will not be processed. 2) The average processing time for submittals will not exceed 21 calendar days. 3) The Architect will review submittals only for conformance with the design concept. and compliance with the contract documents. 4) Keep an approved set of all submittals on the job at all times. b. Shop Drawings: 1) Submit one set of reproducible drawings (sepia, etc.j and one set of prints. The reproducible drawings will be lTl8J'1(ed-up by the Architect and returned to the Contractor for distribution. c. Descriptive Data: 1) Manufacturer's Literature. Data Sheets, Installation Instructions and Recommendations - eight (8) copies suitably bound. 20f3 98202 GENERAL REQUIREMENTS SEcnON 01030 d. Certificates and Test Reports: 1) Where certification of compliance by the Contractor or his Subcontractors with trade standards or manuals is required, they shall be on the firm's letterhead and duly notarized, when no formal industry or manufacturer's certification is available. 2) Submit three (3) copies of Certificates of Compliance and Test Reports. e. Licensed Installers - Where called for in the specifications or if required by the manufacturer of material or equipment specified, installation or application shall only be made by factory licensed firms or persons. f. Post Construction Data: 1) Guarantees, Warranties, Maintenance and Operating Manuals - shall be submitted in duplicate sets, bound in brochure form and dearly labeled. Provide for all material and equipment as specified herein. Submittal shall be made at time of Substantial Completion. 2) As- Built Drawings - Provide a record copy of marked-up drawings showing the actual as- built conditions and locations for the underground electrical work and the irrigation system. 5.1 DELIVERY OF MA TERIALS/EQUIPMENT a. All materials and equipment normally so shipped shall be delivered to the site in unbroken packages, containers, crates and/or factory wrappings. b. Do not remove factory labels that identify the manufacturer and/or content. (END) 3013 98202 IRRIGAnON SECTION 02447 4&~~~_~~~AA&4A&&&A..__A&&&&&&&.&A_.&&&._&&&&&.&&&&&_&&A&A..A.lAIAAA"&&&.&&&.&&"""__..&&&.&&""" PART 1 . GENERAL 1.1 GENERAL a. The requirements of Division 1 shall apply. 1.2 SCOPE a. Provide irrigation system for the landscape material, complete. b. Connect system to the City water meter for irrigation. c. The irrigation plan shows the lcx::ation and type of heads in schematic form within the irrigation system. It shall be the responsibility of the Contractor to adjust the system on the site, to provide 100 percent coverage under nonnal wind conditions, and make corrections and recommendations as necessary. Any changes or substitutions are subject to approval by the Architect. d. The Contractor shall instruct maintenance personnel in the operation and maintenance of this system. e. Related worK described in other sections: 1) Landscaping 1.3 QUALITY ASSURANCE Section 02480 a. Execution of Work: Have labor aews controlled and directed by a foreman well versed in standard plumbing procedures, PVC assembly procedures, reading and drawings coordination with other performing services in the job area, in order to execute installation rapidly and correctly. b. Provide a competent Superintendent on the work at all times. The Superintendent shall be capable of reading and thoroughly understanding the Contract Documents. 1.4 HANDLING a. Protection of Public and Property: Protect all materials and work against injury 1of6 " 98202 IRRIGATION SECTION 02447 from any cause and provide and maintain all necessary guards for the protection of the public. b. Underground and Overhead Utilities: Exercise care in digging and worX so as not to damage existing facilities. Should such overhead or underground utilities be encountered which interfere with the work, the Architect shall be consulted immediately. The Contractor shall be responsible for the repair of any damage caused by his work. 1.5 SUBMITTALS a. Submit shop drawings with properly identified manufacturer's literature showing piping, piping sizes, all zones, sprinkler heads, head coverage, valves, valve boxes, regulators, timer, and controller for Architects approval. b. Record Drawings: Prepare drawings which show deviations from the approved show drawings made during construction affecting the main line pipe, controller locations, remote control valves, quick-coupling valves and all sprinkler heads. The drawings shall be delivered to the Architect before final acceptance of wor1<. PART 2 - PRODUCTS 2.1 SCHEDULE 40 PVC PIPING: All main line piping, laterals, vertical risers, shrub risers, and deaving shall be SCH 40, Type 1120-1220 polyvinyl chloride (PVC 9 conforming to C5-2~3). 2.2 GALVANIZED STEEL PIPING: All pipe installed above ground for backfIow preventers shall be standard weight, threaded galvanized steel pipe conforming with F5-WWP-421, hot dipped galvanized complying with ASTM 86. 2.3 PLASTIC FITTINGS: Schedule 40, polyvinyl chloride (PVC) standard weight as manufactured by Sloane, LASC, or approved equal. 2.4 GALVANIZED FITTINGS: Galvanized malleable steel, threaded conforming with ASTM 86. 2.5 SOLVENT CEMENT: Compatible with PVC pipe and of proper consistency. 2.6 SPRINKLER RISERS: Schedule 40 PVC riser one-half (112) inch from shrub type sprinklers. Toro thickwaIIed poly pipe swing risers for pop-up sprinklers (Toro #850-01 Poly Pipe with appropriate insert ells, #850-31 or #850-32). 2of6 '. 98202 IRRIGATION SECTION 02447 2.7 AUTOMATIC CONTROLLERS: Toro "GreenKeeper" series, wall mounted for outdoor installation. A 115 volt power source shall be encased in a sturdy, lockable, weatherproof mounting box, easily accessible for maintenance. and equipped for manual operation. Include a rain override switch. 2.8 AUTOMATIC VALVES: Toro#216 series 2.9 CONTROL LINES: All electric oontroIlines from controller to automatic valves shall be direct burial UF wire. The 24 volt common ground shall be one continual color and a different color than the other 24 volt lines. All wire shall be minimized, with such splices made waterproof using approved methods. All wiring shall be done in accordance with local codes. Wires shall be installed in EMT and not direct buried. 2..10 SPRINKLERS: All sprinklers shall be Series 570 manufactured by Tom or approved equal. a. Bubblers & Shrub Sprays shall be constructed of non- corrosive materials, and shall have a flow adjustment feature. b. Pop-Up Spray sprinklers shall be constructed of non- corrosive material suitable for operating in water contaminated with sand and foreign materials. 2.11 MISCELLANEOUS SYSTEM COMPONENTS: a. Ball Valves shall be bronze ball valves with bronze body, bronze mounted. U.S. manufacturer b. BacIdIow Preventer shall be reduced pressure principal type, capable of having a ftow rate of 50 gallons per minute with a pressure loss not to exceed ten (10) pounds per square inch. Backflow preventer shall be installed in accordance with local codes. PART 3 - EXECUTION 3.1 GENERAL a. Lay out worX as accurately as possible to the approved shop drawillQS. 3of6 '. 98202 IRRIGAnON SECnON 02447 b. The Contractor shall be responsible for full and complete coverage of all irrigated areas and shall make any necessary minor adjustments at no additional cost to the Owner. 3.2 INSTAlLATION a. Excavating and Trenching: 1) Perform all excavations as required for the installation of the W'Oft(. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations to their original condition and in a manner approved by the Architect. 2) Trenches shall be made wide enough to allow a minimum of six (6) inches between parallel pipe lines. Trenches for pipe lines shall be made sufficient depths to provide the minimum cover from finish grade as follows: A. 18 inch minimum cover over main lines. B. 18 inch minimum cover over control wires from controller to valves. C. 12 inch minimum cover over lateral lines to heads. 3) Maintain all waming signs, shoring, barricades, flares, and red lanterns as required. 4) Existing conduits - Use existing PVC conduits as shown for feeding sprinkler piping and control wiring under pavements, etc. b. Pipe Une Assembly: 1) Install remote COllbol valves where shown and group together where practical; place no closer than twelve (12) inches to walk edges, building, and walls. 2) Plastic pipe and fittings shall be solvent welded using solvents and method as recommended by manufacturer of the pipe, except where $ClaNed connec.tions are required. Pipe and fittings shall thoroughly cleaned of dirt, dust, and moisture before applying solvent with a non-synthetic bristle brush. 3) Pipe may be assembled and welded on the surface. Snake pipe from side to side in trench bottom to allow for expansion and contraction. 4) Make all connections betliJeen plastic pipe and metal valves or steel pipe with .col6 i ; , " 98202 IRRIGATION SECTION 02447 threaded fittings using plastic male adapters. c. Sprinkler Heads: Install all sprinklers as recommended by manufacturer. d. Closing of Pipe and Flushing Unes: . 1) Cap or plug all openings as soon as lines have been installed to prevent the entrance of materials that would obstruct the pipe. Leave in place until removal is necessary for completion of installation. 2) Thoroughly flush out all water lines before installing heads, valves and other hydrates. 3) Test in accordance with paragraph on Hydrostatic Tests. 4) Upon completion of the testing, the contractor shall complete assembly and adjust sprinkler heads for proper distribution. e. Hydrostatic Tests: 1) Request the presence of the Architect, in writing, at least 48 hours in advance of testing. 2) Testing to be accomplished at the expense of the Contractor and in the presence of the Architect and the City Inspector. 3) Center load piping with small amount of backfill to prevent arching or slipping under pressure. 4) Apply a continuous and static water pressure of 60 psi when welded plastic joints have cured at least 24 hours and with the risers capped as follows: A Main lines and sub mains to be tested for 12 hours. B. Lateral lines to be tested for two hours. 5) Repair leaks resulting from tests. f. Automatic Controllers: 1) Connect remote control valves to controller in a clockwise sequence to correspond with station setting beginning with Stations 1, 2, 3, etc. Sof6 '. 98202 IRRIGATION SECTION 02447 2) Install lightning protection in accordance with Tom's recommendation at location as approved by Architect. g. Automatic Control Unes: 1) Install control lines, sprinkler mains, and laterals in common trenches wherever possible. 2) Install control lines at least 18 inches below finish grade and lay to the side and below main line. Provide looped slack at valves and snake lines in trench to allow for contraction of line. Tie lines in bundles of 20 foot intervals. 3) All control lines passing under existing or future paving, constIUction etc., shall be encased in plastic conduit extending at least 12 inches beyond edges of paving or construction. Route spare lines in each control line sleeve. 4) All wire splices shall be located within valve boxes. h. Backfill: 1) After system is operating and required tests and inspections have been made, backfill excavations and trenches with clean soil, free of rubbish and rocks larger than 11Z'. 2) Backfill for all trenches, regardless of the type of pipe covered. shall be compacted to minimum 90 percent density. 3) Dress off all areas to finish grades. i. Miscellaneous System Components: Install all other system components as required in accordance with local codes. installation details, and practical installation techniques. j. Valve boxes - Set with a minimum of'S' of pearock at the base. Locate top of box flush with final grade. 3.3 CLEAN-UP: Remove from the site all debris resulting from work of this section. (END) 6of6 ( 98202 LANDSCAPING SECTION 02480 " A&~~~AA~~AA~.AAA.AAAAA'AA4'A&&.A&&4A&&&&~A&1A1&&_1111_111&A&&&&&&&&'&'&.&'&&.1&1__&&&&&&&&1.. ~_&__.. PART 1 - GEt-lERAL 1.1 GENERAL REQUIREMENTS a. The requirements of Division 1 shall apply. 1,2 SCOPE a. Provide trees, shrubs, ground cover, lawn and associated accessories complete. b. Provide protection for existing trees within construction contract limits. 1,3 QUALITY ASSURANCE a. Requirements of Regulatory Agencies: Comply with current restrictions relating to involvement of mulch, into or within areas which are outside of quarantine boundaries for the white fringe beetle and the imported fire ant, as issued by the following agencies: 1) U. S. Department of Agriculture, Animal and Plant Health Inspection Service. 2) Florida Department of Agriculture, Division of Plant Industry. b. Correct Grade of Plants: Known and consistent misrepresentation of grade of plants as being higher than the grade of plants delivered, as set forth by the Florida Department of Agriculture's "Grade and Standards for Nursery Plants", shall be sufficient cause for such plants to be removed from the Work site at the contractor's expense. Written evidence shall be submitted that plant material has been inspected and approved by the State Plant Board before further plants will be acceptable from the Contractor. c. Grade Standards: Nursery grown material shall comply with required inspections, grading standards and plant regulations as set forth by the Florida Department of Agriculture's "Grade and Standards for Nursery Plants, Part I", latest revision, and "Grades and Standards for Nursery Plants, Part II for Palms and Trees", or with superseding standards called for in these specifications. Plants not listed in "Grades and Standards for Nursery Plants" shall conform to a Florida No. 1 as to: 1) Health and vitality. 2) Condition of foliage. 3) Root system. 4) Freedom from pest and mechanical damage. 5) Heavily branched and densely foliated. 1of8 , I \ LANDSCAPING SECnON 02480 98202 d. Specific Requirements for Various Plant Designations: 1) Balled - and - burlapped (8&B) and wire - balled - and - burlapped (WB&B) plants: Rootball of plants shall be protected until planted. Handle plants by earth rootball and not by the plants. Plants which show evidence of handling other than as outlined above, resulting in loose roots within the ball or of "made" balls shall be rejected. Diameter of the ball shall be large enough to include fibrous and feeding root systems. 2) Container grown plants: A Container grown plants which have become pot-bound or for which the top system is to large for the size of the container, will not be acceptable. B. At time of planting, containers shall be cut and fully opened so as not to damage the root system. C. Do not remove plants from containers until immediately before planting. Do not damage root system. 3) Specimen plants: When specimen plants are called for, on the plant list, the plant fumished for this purpose shall be so labeled when delivered to the Work site. e. Inspection Certificates: Include inspection certificates with each shipment. File with the Architect. 1.4 DELIVERY, STORAGE AND HANDLING a. Transporting: 1) Movement of palms shall be in accordance with provisions of "Florida Grades and Standards for Nursery Plants, Part II". 2) Wrap root balls with burlap for transporting. Wire wrap burlap if root ball is not compacted. Palms will not require burlap wrapping if the following requirements are followed: A Dig from marl or heavy SOIl that adheres to roots and retains shape without shattering. B. Moistened material used to cover ball and roots not exposed to wind and sun. C. Plant within 24 hours after digging. 2of8 , , \ LANDSCAPING SECTION 02480 98202 " 3) Transport materials on vehicles large enough to allow plants to be uncrowded. Cover to prevent wind damage during transit. 4) Deliver sod freshly dug, at a rate that may be planted immediately and not stock piled. Protect sod panels from excessive drying and unnecessary exposure of roots to sun. 1.5 GUARANTEE: Guarantee plant materials and lawn for 365 days from Substantial Completion. Guarantee shall be null and void for plant material which is damaged or unhealthy as a result of hail, frost, winds or hurricane force, lightning or lethal yellowing. 1.6 REPLACEMENT: Guaranteeing of plant material shall mean complete and immediate replacement of material if it is: a. Not in healthy growing condition. b. Unable to survive at the end of the guarantee period. c. Dead. 1.7 SIZE, QUALITY, AND GRADE OF REPLACEMENT: Replacement plant material shall be of the same species, quality and grade as originally Specified. The size of the replacement shall not necessarily be the same as the original specified plant at its initial planting. The replacement shall be of equal size to the plant to be replaced at the time it has been determined it shall be replaced. PART 2 - PRODUCTS 2.1 PLANT MATERIAL a. Plant material shall be no less than Florida No.1, except where another grade is specified, at the time of the final inspection immediately prior to the acceptance by the Architect. b. Habit of Growth: Plant material shall have a habit of growth that is characteristic for that species and shall be sound, healthy, vigorous and free from insects, plant diseases and injuries. c. Branching, Leafing, Measurement and Ball Size: 1) Trees and Shrubs: Requirements for the measurement, branching charaderistic, ball diameter and depth and other standards shall follow the Code of Standards recommended by the American Association of Nurserymen, Incorporated in their publication, "UASA Standard for Nursery Stock", Bulletin Z 60.1-1969, and as revised. 2) Palms: Requirements for the measurement (clear trunk and clear y,'OOd or 30f8 98202 LANDSCAPING SECTION 02480 '. graywood) and ball diameter and depth shall comply with requirements set forth by the Florida Department of Agriculture's "Grades and Standards for Nursery Plants, Part II for Palms and Trees". d. Die-back and Leaf-Drop: Plant material showing signs of die-back and leaf-drop shall not be accepted. e. Mechanical Destruction of Foliage: Mechanical destruction of foliage resulting from root pruning shall not affect more than 10 percent of the total foliage prior to planting. Destruction of foliage caused by seasonal change shall be acceptable. f. Spanish Moss: Plant material with Spanish Moss (Tillandsia usneoides) on it, shall not be accepted. g. Palms: 1) Remove a minimum of fronds from the crown of palms to facilitate transporting and handling. 2) Palms with bum marks and frond boots on trunk shall not be accepted. 3) Using bur1ap strip or untreated cotton twine, tie Washingtonia palm buds and leave in place until palm is established. Tying shall be as set forth in Florida Department of Agriculture's, "Grade and Standards for Nursery Plants". Tying of other palms shall be at option of Contractor. 4) Palm trees showing cable marks and equipment scars shall be rejected. h. Chlorosite: The allowable level of chlorosis in foliage shall be as set forth in Florida Department of Agriculture's, "Grade and Standards for Nursery Plants". 2.2 PLANTING SOIL a. General: Planting soil for all plant material, shall be sanely loam typical of the locality and composed of 60% sand and 40% muck. Provide soil from ground that has never been stripped, with a slight acid reaction (5.5 to 6.5 pH) and without an excess of calcium or car1:lonate delivered in a friable condition. b. The soil blanket under all lawn areas shall consist of a mixture of 75% sand and 25% muck, laid evenly on the sub- grade. 3" level minimum. 2.3 WATER: Potable, from city water supplies. 2.4 MULCH Cypress bark. Type B. Uniformly shredded without pieces larger than one inch in any dimension and free of foreign matter. 4of8 98202 LANDSCAPING SECTION 02480 " . 2.5 FERTILIZER: Shall be supplied in original unopened container and clearty labeled with manufacturer's analysis. Keep dry during storage. Fertilizers of the following types shall be provided and utilized as indicated in this Section, a. Granular Form: Shall be dry and free flowing at time of application. It shall have a guaranteed analysis of either 6-6-6 or 8-8-8 and contain all essential micro-nutrients including, but not limited to iron, zinc and manganese. Source material shall be either 25,50 or 100 percent organic as directed. b. Tablet Fonn: Guaranteed analysis shall be 20-190-5. Use 21 gram Agrifonn Planting Tablet, or equal. 2.6 STAKING, BRACES, AND GUY WIRES: Stake and guy plant material as indicated on plans. 2.7 PRUNING PAINT: Commercial tree paint which is waterproof, antiseptic, adhesive, elastic and free of kerosene, coal, tar, creosote or other substances hannful to plants. Shellac shall not be used. 2.8 LAWN: All areas marked lawn on the plans are to be solid sodded with St. Augustine Floratam sod. 2.9 WEED BARRIER: Provide a mesh weed barrier at all planting beds. Submit sample for approval. PART 3 - EXECUTION 3.1 INSPECTION: Investigate, identify and verify the location of existing overhead and underground utilities to assure that the areas to receive plant material are free of obstructions which would interfere with the installation and proper growth of plant material. 3.2 PREPARATION a. Perform root pruning not less than four weeks prior to planting. b. Staking Plant Lo...alions: Prior to plant hole excavation, stake plant locations and obtain Architect's approval. c. Spacing Ground Cover and Shrubs: Location of ground cover and shrubs adjacent to planting beds, walkways and structures shall be spaced to allow growth without encroaching on other cover, shrub, structure or architectural feature. d. Excavation of Plant Holes: N. indicated on the planting details. The Architect reserves the right to adjust size and location of plant holes to allow for unanticipated factors. 5of8 98202 LANDSCAPING SEcnON 02480 " 3.3 FINISH GRADING a. Finish grade from rough grade (4"below) to final grades shown on plans. The finished appearance of the final grade shall be smooth. Large areas shall be pitched enough to provide proper drainage. No debris or rocks larger than 1/Z'shall remain. 3.4 INSTALLATION a. Plant in accordance with the planting schedule and details as indicated. b. Setting Plants: 1) Set plants on bottom of hole so that roots, after settling, are level or slightly above the level of its previous growth condition and the final level to the ground around the plant conforms to the surrounding grade. The Architect reserves the right to order realignment of plant material after setting. 2) Set plant material with trunks vertical and normal to their growth prior to transplanting unless otherwise indicated on drawings or by the Architect. 3) Ground cover and shrubs shall be handled by the root system ball. 4) Planting material too large for handling by the root system ball shall be handled by winch aane. When using this method, protect trunk from chain, rope and cable maOOl, girdling, bark slippage, limb breakage and other damage by means of burlap, wood battens and banding as necessary. c. Backfilling: Use planting soil as specified above. Backfill the bottom two-thirds of the planting hole and firmly tamp and settle by watering and backfilling progresses. After having tamped and settled the bottom two-thirds of the hole, thoroughly puddle with water and fill remaining one-third of hole with planting soil, tamping and watering to eliminate air pockets. d. Application of Fertilizer: Apply at rates as itemized below. Comply with all State of Florida laws governing application of fertilizers. 00 not apply fertilizer during the months of October, November or December. 1) New trees and shrubs: Fertilize with tablet form fertilizer. SPECIFIED CONTAINER SIZE No.1 No.3 No.4 No.7 No. 10, 15, 20,45 and ball and bur1apped APPLICATION RATE 1 tablet 2 tablets 3 tablets 5 tablets 1 tablet for each inch of trunk dia. 60f8 98202 LANDSCAPING SEcnON 02480 " . or for each 1 foot of height of spread of shrubs. 4) New ground cover: Apply two to four cups of 25, 50 or 100 pel cent organic granular fertilizer per 100 square feet using equipment calibrated to distribute the fertilizer. 5) New palm trees: Apply one pound of 50 or 100 percent organic granular fertilizer per inch of trunk diameter, thoroughly mixed with planting soil and spread around root ball. For seedling palms, apply two to eight ounces of only 100 percent organic fertilizer. e. Mulch: Within 24 hours after planting, uniformly spread mulch to a depth of two inches over planted areas of trees, palms, shrubs and ground cover to the full width of plant pit or plant bed. f. Staking and Guying: In accordance with planting details as indicated. g. Watering of Both Existing and New Plant Material: 1) Initial watering: Perform initial watering of plant material to develop uniform coverage and deep water penetration of at least six inches. Avoid erosion, puddling and washing soul away from plant roots. 2) Hand watering: Provide hand watering of plant material as necessary, subject to weather conditions, to maintain healthy growing conditions until final acceptance. This shall be in addition to water received from irrigation system, if necessary. h. Post Construction Plant and Lawn Watering: 1) Provide a regularly scheduled watering program for all plant material and lawn areas installed under this contract that are not to receive an automatic irrigation system. The watering shall commence immediately after the date of final acceptance by Owner. A The watering program shall be scheduled for 6 consecutive calendar months thereafter. However, the Owner retains the right to cancel at any time after 3 months of its beginning and after 10 days notice to the Contractor. B. Watering shall be done 3 times per week with a minimum of 48 hours between applications. C. The Contractor shall provide all equipment necessary to do the wOO< including hoses, nozzles, vaJves and water. D. Each watering shall be equal to the following: 7of8 98202 LANDSCAPING SEcnON 02480 " . (1) Lawn: equals 1" natural rainfall. (2) Tree & Palms: equals Z' natural rainfall. i. Pruning: As direded by Architect j. Weeding: All weeds shall be removed from planting areas prior to the installation of plants, grass, and soil. Remove weeds or other undesirable vegetation enaoaching on the plant material to maintain plant material healthy and free of weed growth. k. Topsoil: Spread topsoil for soil blanket uniformly to a depth of 3" after compaction. Eliminate all soft spots and other irregularities and roll before sodding to an elevation 3" below fin. grade of sod. I. Sod Laying: Lay sod solid with tight abutting joints, lightly rolled or tamped to an even surface. Roll immediately with a one (1) ton roller and top dress with 1/Z' of topsoil, evenly distributed, then thoroughly watered. 3.4 CLEANING a. Maintain worK site in accordance with local ordinances and anti-pollution laws applicable to worK site deanliness, and in a neat, orderly and hazard-free condition until final acceptance of the worK. Areas adjacent to worK site shall be kept free from waste material, debris and rubbish caused by construction activities (End) 80f8 ORDINANCE NO. 99-3164 .A.'l ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA EST ABLlSIUNG A "CONE OF SILENCE" FOR CITY COMPETmVE BIDDING PROCESSES, BY AMENDING CHAPTER 2 OF THE CODE OF THE CITY OF MIAMI BEACH ENTITLED "ADMINISTRATION," BY AMENDING ARTICLE VII THEREOF ENTITLED "STANDARDS OF CONDUCT," BY CREATING DIVISION 4 ENTITLED "PROCURE.'\fENT," BY CREATING SECI'lON 2-486 ENTITLED "CONE OF Sn..ENCE" BY PROVIDING FOR A DEFINITION, PROCEDURES, AND PENALTIES; PROVIDING FOR REPEALER, SEVERABn..ITY, INCLUSION IN THE CITY CODE, AND AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission of the City of Miami Beach are desirous of adopting a "Cone of Silence" procedure to protect the professional integrity of the City's competitive bidding process by shielding the City's professional staff; and WHEREAS, the policy proposed herein recognizes the imponance of requiring persons or businesses who are part of the City's competitive processes to disclose all communications with the City's professional staff; and WHEREAS, communications between elected officials and the City's appointed staff during a competitive bidding process should be in writing so that it becomes a part of tile public record; and WHEREAS, the proposed policy protects the rights of individuals to petition their government and their elected officials; and WHEREAS, the policy proposed herein enhances the spirit of Florida's Government in the SlDIShine Law. ", NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH: SECTION 1. Section 2-426, of Division 4 of Article VII of Chapter 2 of the Miami Beach City Code is hereby created to read as follows: Article VII. Standard! of Conduct . Division 4 Procurement . . Sec. 2-486. Cone of Silence L Cont!'act~ fnr the prnvi~on of ,oods and ~rvice~ other than audit BRa I:rtll~p~flll~flt Pf'iI.Rt~ f\e~t6f Il.-lpc.l:tIU Cl.n~ral fll'STC) contracts. La} "Cone of Silence" is herehy defined to mean a prohibition on" (a) any communication rew:ardim! a Darticular Request for Proposal ("RFP"t Request for Oualifications ("RFO"t ReQuest for tetters oflnterest ("RFLI"). or bid between a potential vendor service provider. bidder. lobbYist or consultant and the City's "rofessional staff includina but not limited to the City lvfansl1er and his or her staff~ and (h) any communication ~Qardin~ a particular RFP. RFO. RFLI. or bid between the Mavor. City Commissioners or their respective staffs and any member of the Citv's professional staff inc1udinw: but not limited to. the City Manaier and his or her staff. Notwithstandine the forew:oinl1 the Cone of Silence shall not ap,plv to competitive processes for the award of CDRG. HOME SHIP and Surtax Funds administered bv the Miami Beach Office of Community Development and communications with the City Attomev and his or her staff ail Procedure ill A Cone of Silence shan he impn~ qpon lI1ar.h RFP RFO RFl.l and bida:ftertheadverti!Cem~tof!laidRFP RFO RFlJ orbid Atthe time of imposition of the Cone ofSilenc:e the City MMaaer or his or het' desionee shall nmvide fQr public noti~e of the Cone ofSi1e~e The City Manailer shall include in any publie solicitation for l100ds and services a statement disclosinil the reauiN!f11~ts of this ordinance. !ill The Cone of Silence ~hall terminate a) al the time the City Manal>er mak~ his or her written ~commendatinn as to selection of 8 2 '. particular RFP. RFO RFLI "1 bid to the City Cnmmi~~inn' pT'nvid~d however that if the City Commission refers the Manager's recommendation back to the City Manaaer or staff for further review. the Cone of Silence shall be reimnosed until such time 2S the Man:1l1er makes a subseouent written recommendation. or b) in the event of contracts for less than li I 0 000.00 when the City Mana~er executes the contract. ~ Excentions. The provisions of this ordinance shall not lIPplv to oral communications at ore..bid conferences. oral nresentations before 3ele~ti~n evaluation committees contract JIIe.,etiatiafiJ di~c:~ions durino any dulv noticed public meetin\! public nresentarions made to the City Commissioners during any dulv noticed public meetini contract ~tiatinns with City !l;taff followinll the award of an RFP RFO. RFLI or bid bv the City Commission or communications in writinll at any time with any Citv emplovee. official or member of the City Commission unless specificallv prohibited bv the applicable RFP. RFO RFLl or bid documents The bidder or Dro\)oser shall file a CODY of any written communications with the City Clerk The City Clerk shall make cooles available to anY netso" qpon reauest. 2. Audit .'l..A Wf\T~ Contracts W "Cone of Silence" is hereby defined to mean a nrohibition on: (a) any communications rellardinl! a Darticular RFP RFO RFLI or hid between a potential vendor. service provider bidder lobbYist. or consultant and the Mavor. Citv Commissioners or their re~tive staffs. and any member of the City's orofessional staff includinll but not limited to the City Manaller and his or her staff and (b) any oral communication rel73frlina a "articular RFP RFO RFLI or bid between the Mavor City Commi...;oners or their resoective staffs and any member of the City's omfessional sraffincludino but not limited to. the City Manaller and his or her staff Notwithstandinll the fore~oini the Cone of Silence shall not annlv to communications with the City Attom!:v and his or her staff. !lil Exce:pt as provided in subsections 2(c) and 2(d) hereoF a Cone of Silence shall be imnosed unon each RFP. RFO RFLI or bid for audit Mil wmc services after the advertisement of said RFP. RFO. RFI.I or bid. At the time of the imnosition of the Cone of Silence. the Citv Manaller or his or her desimee shall provide for tbe DubHc notice of the Cone of Silence The Cone of Silence ~hall tenninate nk~ft tI.!. Cii.l\ ~fftt:.a.~~l ~u~.etik. a. ..&1i~1l1& lltlAit Sf IPSI~ ~.,..trfil.t a) at the time the City Manaa~ m"Icfl!S his or her written recommendation as to the !Celectinn of a particular RFP RFO RFlJ or hid to the Citv Commission: movided. hnwever that if the City Commi!l;sion refers the ManaD'er"~ recommendation hack to the C"'rtv Ma.na~er nr !d:.afffnr 3 .. further review the Cone of Silence shall be reimposed until such time as the Manal.ler makes a subseqJlent written reconunendation. or b) or in the event of contracts for less than SIO.oeO.OO. when the City Manal!er executes the contract. W Nothint! contained herein shall nrohibit any hidder or nmnoser. (i) from makin~ public oresentations at dulv noticed ore-bid conferences or hefore dulv noticed xleetiaft evaluation committee meetinas: (in from ena~Qin~ in ., d' . d' d I t' ed bl' '(no) contract fll.l~tuH'i.al.l ISCUSStOnS unn~ any u V no Ie Dn lC meetma" III from enllaei"i in contract nevoriations with City mff {ollowina the award of an RFP RFO RFU or bid for audit bv the City Commission:or (iv) from l:ommUnic31imz in writini with any City emplov~ or official for nUl"J)O~ of seekin~ clarification or additional infonnation from the City or respondinl! . to the City's reqJ1est for clarification or additional infonnation. subiect to the provisions of the lIPplicable RFP RFO RFLI or bid documents The bidder or "rconser shall file a cQnv of any written communication whh the City Clerk The City Clerk shall make conies available to the ieneral public 4p<ln reauest !lI} Nothinl! contained herein shall prohibit anY lohbvist bidder. pronoser or other person or entity from Dubliclv addressin~ the City Commissioners durinv any dulv noticed public meetina reaardini action OR any audit M ~ contract The City Manal!er shall include in any public solicitation for auditinlil er IPSIC services a statement disclosinlil the requirements of this ordinance ~ ViolatinnsIPenalties and Procedures 11\ adlfitLt'I. t06 ~ p~flalli~ "ffi. ilfed is 5:~eH6n ~ An allel!ed violation of this Section ;!.486 bv a particular bidder or nroposer shall subiect said bidder-or- oronnser to the same-procedures.set-foitli- -fn Sections 2-457(2) and (3), shall render any RFP award. RFO award RFLI award. or bid award to said bidder or proposer voidable and said bidder OT pronoser .hall not be en~id~ foranv RFP RF'O RFLI nrhid fnr a enntract fortht!"t'mvi~inn nfa~!I: or ~rvices for a nerind of one Year. Anv person who violates a nrovision of this ordinance shall he nmhihiterl &om servina on a City 1.6J.~~Ltiti.~ .lC.lc~tLl. evaluation committee In addition to any other penalty provided bv law. v;olatinn of anY omvision of this ordinance bv It Citv emplQvee shall subiect said emplovee to disciplinarv action ttP to and includinll dismi~QI Additional)v any nerson who has personal knowledl!e of a violation of this ordinance shall report such violation to the State Attornev and/or may file a complaint with the Miami-Dade CounlY Ethics Commission. 4 ~ . SECTION 2. REPEALER. That all Ordinances or parts of Ordinances in conflict herewith be and the same are hereby repealed. SECTION 3. SEVERABIUTY. If 1II1Y section, subsection. clause or provision of this Ordinance is held invalid, the remainder shall not be affected by such invalidity. SECTION 4. COmnCA TION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this ordinance shall become and be made a part of the Code of the City of Miami Beach, Florida. The sections of this ordinance may be renumbered or relettered to accomplish such intention. and the word "ordinance" may be changed to "section". ..article," or other appropriate word. SECTION 5. EFFECTIVE DATE. This Ordinance shaH take effect on the 16th day of January ,1999. PASSED and ADOPTED this 6th day of January. 1999. A TIEST: ~d- PaL&- ~ff MAYOR CITY CLERK 1st readIng 12/16/98 2ad reading 1/6/99 5 APPROVED AS TO fORM & lANGUAGE & FOR mCUTION 11tl~ Y-,~9 "".,. ....-."'... ~---