HomeMy WebLinkAboutAgreement: Nutech Engineering S
---J 5~j ~2 .5
?t)c t-f - v
~,
,
.
REQUEST FOR QUOTATION
THEATRICAL SEATING, ACOUSTICAL WALL CURTAINS,
AISLE LIGHTING STRIPS, AISLE CARPET, WOOD FINISHES
AND BASIC SOUND SYSTEM AT THE BYRON CARL YLE
THEATRE.
QUOTATION #VA-QT04-001
~---~,-_._~._--_._------,_._----_._~---------_._-------_.__._--~------------~-----------
DEPARTMENT
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
1
...
CITY OF MIAMI BEACH
~
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\ci.miami-beach.fJ.us
PROPERTY MANAGEMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
QUOTATION NO: VA-QT04-001
THEATRICAL SEATING, ACOUSTICAL WALL CURTAINS, AISLE LIGHTING
STRIPS, AISLE CARPET, WOOD FINISHES AND BASIC SOUND SYSTEM AT
THE BYRON CARLYLE THEATRE.
Scope of Work: This Project consists of the installation Theatrical seats and Acoustical wall
curtains as per plans and specification. Proposal will include design-engineering drawings to
accomplish the project.
The work will include the installation of high comfort auditorium chairs, with common armrest
between units except at the ends, polypropylene back frame and underchair, FR polyurethane
cushions, FR fabrics, non-toxic, back and frame sides in injected molds, black. The installation of
(8) AD.A compliance high comfort companion auditorium chairs with flips-up armrests.
Installation of sidewall curtains ENCORE 22 oz., blue, Fire Rated, 50% fullness. Stage black
curtains, including valance and skirt, front and side of stage, VELOUR 22 oz., Fire Rated, 50%
fullness.
Installation of wood plank paneling, back side and front of upper deck seating area. Wood
plank in American Cedar, pre-finished, Fire Rated.
Installation of wood planks in American Mahogany or teak, pre-finished, Fire Rated, for
entrances, trims and finishing.
Installation of Aisle Lighting Strips, PermIight strip lights, led 12" separation, carpet-to-floor.
Step lights to be led 6" separation, carpet-to-floor as per plans and specifications.
Installation of high transit, interwoven carpet in theatre aisles, mezzanine path of travel and
AD. A areas as per plans and specifications to comply with AD.A. requirements.
InstallationoLProjection and Live AudioSound- System base on plans andspeeifications:-T~e~====--=--=
msfalIa11onwllrincfuoe:--- - - .--- ---- -- -- ----.---- _m_ ------- ----.-- --.--.-----------.~ -
-Mackie SR244 VLZ Pro 24 channel live reinforcement Audio Console, with Phantom power,
EQ pads per channel, individual channel gain, main out and Stereo Out, L/R Faders, 8 BUS and
channel inserts.
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
2
.
-QSC RMX-850 cabin monitor amplifier, 280W (@8 ohm), Crowm CEIOOO stage monitor
amplifier, Crown CE2000 main throw amplifier 975W, Yamaha NS-IOM Control room
monitors. Additional electronic related components.
- Vertical Rack mounts
-Microphones
-Anchor Audio's Portacom System
-Wall XLR Panels for Stage
Contractor is responsible for Infrastructure installation, Equipment installation and testing the
final installation.
Contractor shall examine site and all current construction documents and base their proposal on
existing field conditions, proposed renovations and conceptual drawings. Failure to do so will not
be considered justification for additional charges after contract is awarded.
All items and materials, color selection and installation methods must be approve by the Property
Management Director prior to purchase or installation.
The Contractor awarded this project must be able to pull any/all require permits by the Florida
Building Code.
The Contractor will not be required to furnish Performance and Payment Bonds contingent upon
the agreement that no progressive payments will be made and payment in full will be made only
upon acceptance of the work by the Property Management Director.
~~~
Brad A. Judd, RP A, FMA, CGC
Director, Property Management Division
--_._._._------~---_._-_.._-----_._.._~-----~-------_.-----_._---~-~
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
3
~~
O~ ~
C .....
Oe gj
CIl8 ~
i3al~
~g ~
".c ..
. 05, ill Qj jjj
NOlI- > I-
~cr <(<0
~ & u' ~~
0.5 Z Q) (')
OlE >~
alO->u.
'E 0 Clf Z 0":
al 0 ~ E
(j') C IIC o.!
_alUJ<o::2
(,) (/) ... .....
CI)
>-
CI)
C)
z
i2
UJ
UJ
z
5
z
UJ
J:
U
UJ
...
:::l
Z
<0
N
(')
~
N
N
~
~
x
c(
u.
E
o
U
ell C
E "
Gl ~
Gl c
C .
(j)Cj
c -
" ~
.r: 1:)
u 8
.!! (cjI
~ ~
~] .:
wE Z
l'l1 W
0:::; -
, aJu..I
u.J
s U
z
o
-
l-
e(
I-
o
:J
o
r--
10
1!S
.n
.....
r--
Iii'
o
!:!.
X
<(
I.L
o
10
1!S
.n
.....
r--
Iii'
o
!:!.
N ~
0::: 0
. 0 ~
.... N
....
0 ('t)
0 .... ~
-et ~ ~
0
0 ~
N ::l
a r:
~ 0
..., 0
ci
-10>
c( C").
I-N
~
Z
1&1
::&
1&1
..,
C
Z
C
::&
E
1&1
a.
o
a=
a.
Cf)
wI-
o:::Z
I-W
<c:E
WW
J:~
1-::::>
wO
..J~
~.-I
o:::~
<c1-
OZ
W
ZCf)
~f3
>-~
a:!W
.. ...
I-Cf)
0>-
wCf)
"")0
oz
0:::51-
D..CI)Z
UW
-~
(./)w
,~ a::
a:l::::>
>-0
0::0
wa::
>0..
z
u
c
W
II
-
::&
C
-
::&
&I.
o
)i-
t-
-
U
.... ....
2~
02
i=~
(Jo
Wno
CI):E
o
(J
000000000000
000000000000
cicicicricricrilricicicxicici
O>COO>......~O>OlCOOl~VO>
v......~_v......o>o.("t)~C")_C")co
OOOOvOOOlO
OOovNCOOvO
lricici...-:r--:Mcciccicxi
C")lt)o>C")~NOlCOOl
O_N.It)~~N NO>.
~ ~
OOOOOOOCO)
OOOOOOv....
cciccilricicilriciGi
~"""COOOOlOlG)
0> v...... co co. v co CO)
~ -
N
N
tit-
~
~
-
~
1-1-
zz
;:)::>
1-1-1-1-1-1-1-1-1-1-1-1-
zzzzzzzzzzzz
::>::>::>::>::>::>::>::>::>::>::>::>
~t:t:t:t:!:::!::t:t:
UJZZZZZZZZ
u.::>::>::>::>::>::>::>::>
o
..,
~
!::!::I-I-I-::lt:cn
zzOOOOZI-
::>::>.J.J.Jo::::>cn
o
(J
>
""v~~~~~ffi
>
::;
w
Q
Q
2
<(
I-
2
W
:E
no
5
a
w
..J
~
g
~
..,;
z
c(~
5
............-NNN..........NN..........
8NNNNcoV.....~
C") ~~
(/)
0:: 0
~ 0 0
~ I- N
I- 0 I UJ
~~ ~ ~ ~~ ~
UJ<C Z ~ 0::0 0
6:2 8 0 ~u.::>
(/)2 ~ I- UJw ~
z-<c -::> W O::.J (/)
o 0:: <C 0 (/)0 <C
oC>(/) ~ 0:: 0 o~ o::(/) 0::
oill~ ~ w 0 ~ w(/) I-Z ~
azw a z I- I-<c~ wvOo (/) -
::>z N . 0 X ~ :2 - 0:: -
<C(/) @ 0 w:Z: 0::0 ooo::UJ (/) 0
<C:z:~ ~ 0 I- >-:2<C o::~w~O 0:: 0
~o.J ~~ ~ 0 III ::>0::10 :z:~~ob 0 ~
w.J~ ~~ ~ [6 ~~C") O<COc>UJ 5 .J
~~z~~O> ~ <C o~Q ~~~ ~~~~2(/)~ 6
~~~@~ffi ~~~ ~~~ 6~<C ~1=~~8~w ~~
~~~<Ci~~(/)~~~~ ~~~~~~~ ~~~~~~~ ~~
jjj _ NO:::2O:: 0.-'- 00>- <C~ - I-W:2~ z.... 00
o::ill(/) _~<CoUJ(/)~~ i=>-:5ffict(/)(/) <CIIIOON.Z~ 0::0.
UJz::>o::~o::t:~zO:::2 a~o.>~zGo ~::lozUJoo<c (9~:2
>zIIlW.JUJZI-:> <C ...l UJ C><C..... O::UJ .<C(9O ZzO
~<Cco~o.~O(/):>~zN5o.~O::NWct~~ <c~:2(/)<C:21I1 i=-O
.J5~~~~:2ffi~~Q~o&~~~~~~~g:2g~~~~~~~~::l
~ffi~~~~~~~~~t~~~~~~~8~w8~fu~~~~~~~~
<co.<CO::I- OOZI-~UJ.J><Co<C.Jo:: o:2lI1. u.UJo::>Z.J1-
I(/) u. 0 - ~ 0:: I <(::> 0:: 9f 0:: 0=0 UJ-UJ UJ 0 0 (/) 0 UJ:2 v (/) C> .0:: <C III u;
()00::!::5~6~:2~~~UJ~G~9f~>[0:::5~~8~m~~~z~1II
..,. ~::J Z:2:z: 0:: .. >-.. is x ~ ~ UJ.J<c:> (/) 0:: UJ.o. I- 0 Z <C () Z (/) Xo <C 0 UJ Q
N -OUJI-I-N<Cv 00...l0 >1-0 UJ-<Cz(/)I-<c<CO:: o::i=z
eol-:2 Z~~NcoCOo.o. Zo::Zu.ffi.J .<CIIIO::o.o.OIIlu.~ 0
o.UJ6Z~~0~0I=xl-()0~Q~6(/)<C~~~::>~~0::u.Z~j~~
~ffiom~:2()~~~~~~o~t~:2~~O~~~OO~~~~U.~~Z
>:>UJ~oo~o~Z<Co::~lt)o::wo.~ozUJ(/)C")::>b I-UJoO(/)o::~
~v>O:: OO~~~UJ::>aN~o9f(/)()OOZUJUJo.-vUJZZZZ()o.
g~~~~~~w~~~oo~o~qU.c?(/)I~ZZ~~WG~~Q~~I
b. O::(/):2 (/) ~ ~ ~ Z:2 lri"::l ~ ~ <C Z Z m OO.J ~ ~ a. ~ ~ 0:: <C ~ 0 0:: -~ Z 0 00
ii2 oX <cN~UJN~ZOO - <C.J o~~.JO::(/)o..Jt:...lUJUJo
~~~~~~~:z:[~~~.J<CZ5t[~~~5~~~0~0::~5~~g5
wG~l-ooo~(/):2g09f~~Z~UJ~X:2-0::0::~5WO.JZI-5~0
Q<c<c::>(/)o::o::<cffiffi<Ci=s::>wUJUJ9fUJ~b~~~bzIg~O~O:Z:~
:2~OOO()>-__()<C>U.OO(/)U.>o......C"):2~It)<Cvu.:>()_W(/)v
:E
w.....
!::
("t)vU?COfo-COOl
NNNNNNN
C")..,.It)(Ofo-COO>~;:~~
VI.OCO...........O>O~N
................"Ir""'"" .....NNN
C'-l~
MO
00 ~
ON
.. ~
00
ON u:
C'-l ~ w
a a2 0::
2
.0 0
Q) OOCO
U. 0 O)ON
0 -.ilri-.i
~ ~- VO)CO
vN
.....-
e
OOCO
0) 0 N
v..,; v
=>
(,)
0
C
...1- 1-1-1-
ZZ 0--
...JZZ
::;):::> :::>:::>
...:
z
c..- ..- ..- ..-
5
z
o
-
l-
e(
I-
o
::)
CJ
CoO
.-
..
o
C'-l
N
tilt-
w
-----E--
10
N
M
~
~
N
N
~
~
~
u..
c:1U ~
Ltl
,~ ";'
c: r
'f ~
~ 8 en
01110
~ ~ ~
c.:>.c '.
. 'S, ill aj d
~ all-- ;: I-
MO:: ......10
o S g~
Zc:UNM
0'- Z Q) M
OJ E ,.
~o-?;i:
C 0 en z ....:
~~:Eo~
- m LIJ 1O;i
U (/) ... .....
U)
, >- E
U) 8
" "
z~ OlD
En
~ ~<i
, LIJ s5
LIJ Clnl
e-
" Z CIJnI
r;U
51; u8
I ~@)
ffi;.- ~"
~ ""'" ..
:I: ~~ ~
~ U Z
LIJ ~ E
UJ
... <.:) W
:J ~ <i:
.". Z 0- -
a) .J
w
, ~ CJ
I'-
~
.n
~
I'-
Lii'
o
~
X
<
l.L.
...
Z
III
I:
III
"
C
Z
C
I:
5w
ilia::
I-
L <C I-
o W Z
a= ::t: UJ
A I- ~
_ W UJ
I ..J 0:::
:z: ~ 5
U a:: UJG
<C
C U 0:::
III z ~
ou...
II a:: ~
_ >- z
~ lJJ UJ
- .. ~
C I- UJ
_ U 0.-'
W
~ ., a.
- 0 ~
u. a:: ~ I-
o Do UJ Z
I-LU
~ ~ ~
_ U) 0:::
U 0::>
ZO
::>0
00:::
U)o.
o
Q)
~
..0
.....
I'-
Lii'
o
~
.- .-
Zl-
OZ
-w
I-z
(,)0
wa.
UJ:e
o
u
I
I-
~
-z
w_
...J<(
o~
'"
Z - 7
O~ 0::
0<( ...J
0000><
_...JI-v
oWo:: - I-
:::>2wffiII
<(<(OO...J00
I-I~OWZ
Zw 0 ...J "'Z I- 0::
W CDW
~~ZOw>
~:::>ZO>-O
0:: Q ~ Q CD. ",-
O>OO..JI-
U.OO:::>WZ
ZZZ<(zw
Uj- OZZ
0::.<( <(0
...J 00<:: I a..
~~:::>F=O~
_ZCDzlXlO
...J<(CX)W -0
...JI -Wa::...J
WOOO<::UJ..J
Za::ffil==ti:<(
ZWOW- ~
<(o..<(CDI~
I LL"''''-
0'" w..J'"
CO <(0 0::: ~ UJ CD
..- :JCD>O
00.. <(UJ-'
a:Os"O..JO
~W.Ot>~1-
>ffiow:J~
v>WZO-
Zo>a::ZUJ~
OcoOWOI--
ii:~o..~~~~
~O:iEOUJOO
(JUJ~ZI-:iEZ
Cl)S2z<(~::s::::::>
I!:l<(OII-I-OO
<(:::>UJ<(a::
:iE0..0",a::C>
o
,
l-
e:(
U)
I-
UJ
o
(,)
~
W
>
:i
w
c
c
Z
<(
I-
Z
w
::::E
e::
;:)
a
w
..J
~
o
I-
(/)
0::
0-
::s:::
~
00
(/)
UJ
a::
0-
~
~
W..- NMv
!::
- . ..-- .. ... - .....-........--.
- . SW31SAS .....1-1 . - ~~_.-"J I _ .XA1R_l.,
- 1~l.~~ ~= ~:.:::.:~
- . - -- -
- I ~NI~33NI~N3 - -- S..3.J.SAS_
- --- --- -
HJ31nN ..... - ......,.... .. ... .. ...... ...
- -
1~-,40
"'gill.
~i ~
I~..J:
"'gill.
iili ~
~
;
il
E~~
i B
I
~
o
z
w
~
~
S
r--------------------------------------------~
~ ..
Q..J'"
---~lIJi-
----(>-----
lIJ
lL
~
o
~
lIJ
It
o
~ t:
~-'~ ~
_,,-'5~_ -2-1-
-~- - -->-
I
DO
~g ;
o
1;):
I
L_______________
I
I
I
I
---------- ----------------~
~---------------------------------~
,
I
,
I
I
,
I
I
,
,
,
,
I
I
,
,
I
I
~o
.,
o
~ ,.
"
~~~
...~::I
~~3
0"'1/1
g:9;~
8>8
...~o
Ill.
,.
"
..
i;
E,
~:
::>,
g:
Ir'
6:
'B:
~I
e-:
ll.:
0'
II'
'C'
5:
o !:
~ ::>,
S ~:
4tI IL:
~ I
.. I
I
,
,
I
,
I
I
I
,
,
,
I
I
I
~---------------------------------~
e!~jl
o a
1<(
,0
I~~~
I"lW,
Q:Dll.
WI-->
~:i
~ Vl ~
II "
..
"
J.
I
Ii
I
.
~ ~
~ II
~ j
o
~
s
~
to!
III
o
~
"
.
~
,
..
Iii
LqJ
>"'8
~~i
..'"
Xx
D~I
il
.
5.......
~~~
5.:
::1.2
~g~
54
2:12
I-
2
<(
~
o
~
~
I-
,
m
J
<(
j:
2
w
m
m
w
I-
o
Z
~
,
~
~
z
o
~
U!
o
iii
z
o
u
UJ
n::
::>
...
::>
lL
0::
o
u..
<i.
...
z
UJ
Cl
<
:1!
=--=::.-=--==::._--------------_..:--=:~-.:;=~
z I::
... :E
Z a
1&1 0
:I ~
1&1 0=
" <(
c ~
z ~
c C/)
:I ~
~ ~
Ill: w 0:
II. a:: W
.. .... a.
D. ~ ~
o :r: LL
Ill: .... 0
D. w ~
. ...10
... ~ 0:
x ... a:: LL
it CJ<c~
C OUJz
o ZOo
co 1&1 0 (/) i=
~ II a:: ~ ::5
r::: - >- < -J
~ :I ~~~
~ c.... (!) CJ)
- frlz~
:I .., uj 0
Ozz
u. a:: <( <(
O a.. a......
~z
>- z w
... :5 ~
_ 0.0=
__ 0 :J
w 00
00
~~
.
..\l
,..-:,
"
"'
N
M
~
~
N
N
~
!!2.
~
u..
nJ~
e Ln
.~ r0;-
C ...
'E ~
G) 8 ~
;j C1l
o III 0
Iii,g ~
c.:>.c ."
. "[ ul
~GlI-
Me::
0&
Z e
o .-
gg
=0
~,g
We
_ III
(,)(/)
z
o
-
I-
<t
I-
o
:J
o
r-..
co
~
J-,
;:
Iii"
o
~
E
8
010
2"
%<ii
c c.
a,Qi
c-
lV Ql
.r:"
u 8
~@
:J VI
jl'::
wE Z
""" "I
, <:{ ro II1II
Q.~ -
CD UJ ...
~ tl
- -
zt=.:
OZ
-W
I-Z
00
WQ.
tI):E
o
o
~~
oroW
~~~
o......u.
.. ~ ~
o ctl
o ::J
C'I c:
a~
'Oif'00000000
CXlIOOIOOOOOO
r--:C\i..;r--:LriciLriLric:i
'Oif'CXlIO NO............CXl
C'>N ....0....<0....
.
....
~
-
I.C)
N
00-
tit-
o
o
Lri
..J~
:!: N-
~
1()-.----c::n---1t)-lt')" 0 0 0 0 0 0
C\!--~~~~-~ ~ ~ ~ C!
--------ur--
-------1:::-
m
o
..,
I-
ea:
tI)
I-
In
o
o
~
W
>
:;
W
Q
Q
Z
c(
I-
Z
UJ
:E
Q.
5
a
UJ
..J
~
o
I-
..- 0 ..... .....
.
Wl-l-ml-l-l-....J....!
lDWWU---<cct
:) w W ~ Z Z Z In In
l-u.u.a..:):):)uu
...:
~~
~~~................IO'Oif'
c:i
J:
....
o
W
o i
W wO
J: o::W
2 ~ u:~
u: W(/) 0:: 6:J
I Zo:: o<c UJ....J
w 0:: W l- .
g: oz W (/):)
~ ~tS ~ :3~-
<C QOwZO....J.O
o (/).....u. <C:)w
W l-QC;o:: l-~O
o - :)(/) 0 Z<Co::
z(/) 0~00::l-0 ~WOO
(Sffi OO(/)W zou..
_Z ~W(/)l- :) (!)
ffitS Z~~OZ(!)tS~
::!o 5:)a..g:Q!zU.~
<(0 o::O::!l-~-(!)O
zw _ o::o<(..)<(zo
-0 (0= 00....Ja..i=0
~z ~~o::o~o<(W
z ::> U(;: 0 (!) CJ) Z<( 00 I-~
<(0 ........u.zz
...)0:: - -(/)--Zu..
a.. - (/)(/)....JJ: -:)ow
om ~~:C{~(!)(!)OO::
O:J(/)O::O::Z~~....JO::U:
00 wl-l-(/)u..O:::C{ll;-z
~a..lD(!)(!)(/)o::ttlZWi=
l--O~~~~~~~Qf<(
~Wl-..J:J:o....J(!)ou.CJ)
W>-==~~<(OZ(/)u.u.
u.o<(zzuJ -W(/)oo
i2w~zU:U::CC9zW(/)(/)
~O::a:::OOO~~(!)g:zz
w<( 500'0-::!OO
Q5~QOO~~~0;1.;1.
(/)<(....J~~a..CJ)OO(!)(!)
:E
w
!::
C'''
'Oif'IO<O......CXlo)~
U) .
z 0 0
0 0 ~
0 N
0 .tJ .
00
- O~ u:
I- N~ W
a t'lI a:
<C ::I
c::
I- ~ t'lI OOOOOOIO~
..., 00000010
0 Z 1ria:i"":~~N('I)"";
W ...IN 10 10 (W)""V(W)
~ c( '<t. ..- N 10 N co
::l :::::I .....-
U ~
a 0
c
z
u
C
III
II
-
Ii
C
-
~ r-.. Ii
ql ~
~ '" &I.
~
I Iii 0 I-
~ Z
>- W
x x :e
<( <(
u. u. I- W
I'Illll 0 - C)
Ii ill <0 U <(
.~ t-:' III z
c ... .;, <( en
'E ~ ... 0-
r-.. :e
~ 8 a; Iii ~ 0:::
UI'IlO 0 ....
rlI j1 ~ !:1 en
CI.o .. .:.; a:::C)1-
. '6, u:J ai W
~Gl'" > ... wzz
MCl:: <(ro c..-w
o 0 "D~ Ol-:E
Z Cll cJ ~~ a:::J:w
o .!:
CllE Z . . c..S20:::
I'll 0 - :: u::
EO iii z ,-, ...J::>
I'll 0 :liE ... ~ W ()
(fJc .....I 0
_ I'll UJ liS ~ en
U(fJ ... ... 0:::
III <( 0-
>- E
III S
Cl .... ....
CllO
Z .~ "C z~
ii: Gl-
'" ., oz
w " c
0:4) -w
W ~Q) I-z
Z .r:-g Uo
a u L' wn.,
3@) ..
, ,z ~ .. I- en~
w -..,
J: , ~~ Z 0
u U
w wE 1&1
t- ' "'1:-:::
v to
:> <: ~. -
Z Ct.' ...
' OJ UJ
"'-'J
~-
t:TJ
In
u>
CD
C?
M
*
~~ f2 8 8 liUg g
m(i)iO (\") co v (W) ..-
--.-------------w--
~._---------- t:--
CJ
1:ti:i!:::!:::!::::H::!:::!:::
i!EwZZZOZZZ
-LL=>=>=>a::=>=>=>
..:
2000 co
~~v..-N(w)..-"-"'"
o
a::
o
o
-J
LL
6
l-
I
I-
W
:2 So
<( (W)
00000 I:!
z~~ Ci5
O<9W aJ
~:JC: 0 Q
a::LLci W 0
c( 0 0:51- I-
o.wo -
W a:: -J..... 0<(
OO=>LL ..J
-00' 00 <9-
NOO Z z>-
;;d~ ci i:~
W~W W ~I-
-Joo. 3: ",,0
fff~ ~ >- 0 ~ :E.~
-J o-Jo.ooow
~ffiz-&3:t~o
<(o.o~gw<9~
a::o.j:: z:Ja::
[t~~ffig~9=~
OOO<(~"-O~Z
I-LLfuO--WOOQ
a a::- 00 0. g <9 a:: Z
-<0: a::1O~0c(
-J I COWuj-JLL(!)
o.-Jo:E-Jo.wz
o::<owa::aJ=>>-
t5~~-J_[t~8Ci5&
- I- ::q~ C/) I- W ~ J:
~IU>I~:5ffioC/)
a:c>o.<9a::LL<(c(O
CJ:J<(:J"'C/)oa::Z
CI):Eoo.>-J o=>
~a::ow€i-J!;;!OO
WZI-100....J-Ja::
o.WOONa::LLLL(!)
w
O~
a::J:
c(()
(/)0::
>-:>
<(a..
Ou..
00
~w
M~
).:0
o:::u..
wO
~1Il
...1<(
Wo::
~i:5
0>-
ww
:EZ
i=0
ffi~
t-Z
<(~
~a:
1-<
ffi3
:E
W..-N' "tIO<O,...CO
!::
o
-,
l-
e(
en
I-
en
o
U
~
W
>
::;
W
o
C
Z
e(
I-
Z
W
~
Q.
5
a
w
..J
e(
I-
o
I-
l!3
~
N
N
I
x
<(
u.
E
8
.~I .g
~~
c '
CJ'iJ
t Q;
",,"
u 0
,;; It) ..
i i z'"
~
,uJ - W
,~ ~
'a. '" -
(l) Ui ...
lJ.j
? U
z
o
-
.-
<C
.-
o
::)
a
.....
~
II'>
;;::
~
8-
x
<(
u.
~
u
C....
wffi
ID~
_C>
:E~
C::E
-~
:En::
u.W
o~
>-~
...
-
u
16
to
0>
II'>
~
....
;;;
o
~
~
w
N"'lt
'e
IDe
g N ~
~ 0 ~
...... u:
g ~ W
N CIl IZ
a ~
.:.:~
z
W
::IE
::)
o
o
c
e>
z
z
o
en
en
~
en~
Cl.O
0::0
1-0
enz
e><C
zz
i=O
J:-
S2~
...J,.J
~~
en en
-z
<C-
.... N
z':':
OZ
-W
I-Z
00
WQ.
m::IE
o
(J
It)
"-
..r
Ci!~
to- -
ON
to-
II)
....
~
N
II)
N
...
It)
UI-
,.t:-
t-
(,)N
o
~
~
m
I-
m
o
o
~
W
>
::i
W
c
C
Z
<
I-
Z
W
::IE
Q.
5
a
W
..J
~
o
I-
Iii~
!~
I.....
I-
U Z
~ 0
is ~
~ ...J
~ ~
<( en
C9 z
z w
z w
o en
c;,; a:::
en W
5E ~
~ E
u z
C!5 0
z c;,;
~ ~
W W
I- a..
Z ::)
o en
o
~ ~
-I a:::
~ ~
en -I
z ~~
Z ~~
C9 -~
c;,; >-0
I~ ~tj
C9 Uc;,;
~ ~!!2
ffi ffi~
1~~38
zoUO
WU~~
:E
~~
z
o
-
....
e:(
....
o
:)
a
...."It
00
00 .
~~~
o ~ .
o u.
a ~ ~
J
c:
to
...,
000
000
oog
~~co
~~&ri
o
en
..t
00
-
o
or"
~
o
0)
~
4i! ~-
~~
e
-----------------------------~---
--- --------------~--------z-
-----w--
---------------t::--
o
...,
~
t/J
....
t/J
o
o
>-
D::
W
>
~
w
c
C
2
<C
....
2
W
:a
e:
:J
a
w
.J
~
o
....
... :J (J ~ &ri
Z 0
1&1 0
c
J! 1:1- I-\jjl::
Zw
1&1 ;:)~ Owz
~ ...Ju.=>
C ..=
Z ~~ ~~~
C ~N
J!
E W 0
1&1 a:: w
a. t- ::c
to ,.... c:(w (fJ
N co 0 Z
M ~ We>
a,> %:z u::
~ .;, a= t-- I .
~ ~ wI-
,.... a. WI o:u.
~ ill ..J~ Q."It
0 . ~~ -~
~ !:1 ~~
~ x :z: a::U-
< U c:(~ 1-0 ~
u. u.
C ()<cz 0:3: 5
mlSl 0 1&1 2wQ 0:
c", co >-CXl Q.
.~ ";' ~ III O:E~ ~~~~~
c ~ J, a::ix:
0- N .... >I-...J
E N ,.... - CD -<C ~~~~~
~ 8 6l ill J! .. ~ I-
o III 0 0 C t-O:::W <( _00(-
lijg ~ !:1 ()Oz ~(fJ(fJ...Ju.
".0 - 0 ~ -
.05. ul w~- zO: -~o
CIi w J! wC/)
&:jGlt- > t- "'00 <(zl-~~
Mtx: <to ooz oo:w
- - "0 N U. a::o<C ffi8Gfa~
~ s . c;;;
r:: U N(") 0 Q,~!z
& OE z IX)...; ~ ~o-
III 0 - ~u.. ~ WW <(@CDz~
~ 0 en i 0-0 w:E ~0~5~
IIlg:E~E uW z -
(/J r:: Oo!!! zO::: ~=>c/)O:I-
o~ ~ ~~ -
u ~a z~~~~
C/) ~ 0--
>- 1-0 _Q.C/) _
CIJ E zo::: Q.~Q.~CJ
8 WOo o-=>o:~
CJ g>o 05C/)I-O:::
~ -c" - - OQ.oCJtlj
a:: Q; - ~;:o8~~
Q; Q;
W L: ~ z':':
crJQ ~1-3:~CJ
W c- O2
Z Q; W w>- -z
.!:" -w wowzw
a u 0 ....2 i2U.~OU:: -
u
.!!@) 00
Z :0 III Wo. ~~0:~8~
w ~ ~ .. t/J:a
J: ~ ~ I- zOOoCIJ
0 _z<(3:w
0 ->=Z 0 ...J<(CD 0
w UJ -
l- t:) -= 1&1
::> <l: It ~
Q.~ -
.z I ffi W ... w~ C'. '''It
I:
~ U
.
z
o
-
t-
<C
t-
O
:::J
a
(0
N
M
~
gj
8"
~
~
,...
Q)
1:lS
.;,
;:::.
Gi'
o
~
x
it
o
Q)
~
.;,
....
,...
Gi'
o
~
.:J
w
E
8
010
E'O
~Q;
C c
mc:i
~!i
ti"8
~@
c ..,
'" ..
~ 2 I-
wE Z
;;~ W
o.:~
'o:;w -
~ ....
u
we>
..J~
~~
UJ..J
i!5
UJW
..J3
ma..
~ -
a:::UJ
<(!::
OW
wm
_0
O~
00
~~
f!Z0
UJI-
~::>
of!;!
Z::)~
UJmw
> .-
0~0
m~~
I- ..,-~
;?;;~::)
._w
I-WZ
-UJ-
WJ:O
~OZ
~<(<(
I-I-e>
J:ZZ
Z"'I e>UJO:
o!2 I~!!:
j::W ciO~
OZ ::)1-0
wO&la:::~z
U)~!L5!z::)
o a:::o~
o <toe>
Z
I.U
2
au
~
C
Z
C
2
5w
I.U"
D.~
ow
a=::I:
D.~
....1
z~
u"
c~
auZ
m~
->
2m
C.=.=
_u
2~
II.~
o a..cnl-
~ tu z
a..w
a:~
_ <(a:
U U:J
Lfju
a:o
<(~
- -
o
o
.0
....
G)
..
tII9-
-W---
-t:;
I~N~
o
,
J-
oel:
~
V)
o
o
~
w
>
::::i
w
c
c
z
oeI:
J-
Z
w
:E
Q.
:5
a
w
...J
~
o
J-
ID
N
M
~
N
N
8"
!!?.
X
it
...
Z
IU
:IE
IU
=
Z
C
:IE
5
IU~
I'- a. I-
~ 0 ~
JJ ~:J:
~ a. ~
~ I...J
X Z ~
iE U a::
c~
IUZ
aI~
->-
:IE~
~ti
:IE~
u.~
o c. C/)
...... !ij Z
,. a.Q
... r.t:: !;t
_ <..J
U () ...J
L5i5
e:::C/)
<z
E
8
go
c:"
~<ii
c~
5Cii
~Qj
.r:."C
u 0
*@
ell>
f~ ..
~~...
,UJ E Z
t.:>as 1&1
, it~-
-;ffiw..I
s U
z
o
-
I-
<C
I-
o
:J
a
o
~
JJ
...
,...
12
~
Q
II)
N
CC)
....
N
-
I()
N
w-
e--
m
o
"")
f-
<(
~
U)
o
(J
~
w
>
::i
IJJ
o
C
z
<(
...
Z
IJJ
::E
c.
5
a
w
...J
<(
I-
o
...
::)
(J
o
Q
i~
C>
z
Z
o
Cij
(/)
:E
::E
o
()
c
~
C)
z
J:
~
w
.... a::
....N I-
~ .:.: I ~-
-ffiQ
~ ~ .~
enOo ~
:e!t;)
o z
(J -
:IE
~. .-
z
e
-
I-
<(
l-
e
::J
o
:&
ILl
(:)
C
Z
C
:&
5
ILl
A.
o
a=
A.
t=-:
z
w
~
--:;:)-
---- ~
....
__________._______________u___ __ .p._
------------------------- --- z-.
-::
llIe ~
Lfl
.~ ";'
e....
'E gj
~8 a;-
uraO
l\1g ~
'-'.0 ..
. .[ ill Gi u:J
N~f- > I-
~o:: <(<0
. -ON
~ ~ U rG~
0'- z IX)
g'g-~u:
'E 0 elf z':
III 0 E
cni::Ec;.!!!
....Ill L\J<o~
UU) I- .....
rn
i-o~ >-
~I'" U)
"'~ C>
z~""
a: ,~
L\J
L\J
Z
a
z
L\J
J:
()
L\J
I-
::::>
z
<0
N
C')
~
.....
N
N
~
!!:!.
~
lL
..J
E
8
010
2"0
~ ~
e -,
o,Q
c -
... (l)
~-o
.r:; (l
u u
~@
;2 11\
i i ~z..
w -
~'.~.~ W
n.~ _
:I)UJ ~
I W
I ~ U
r---
co
~
.;,
.....
I"-
1iJ
o
~
x
<(
lL
o
co
~
.n
....
r---
Ii)
o
~
:c
u
C
ILl
m
W
a:
l-
e:(
W
:J:
I-
W
-J
~
a:
e:(
(J
z
o
a:
)0-
m
~
(J
Wro
..,z
O<i:
a: 1-1-
D..ll:z
::>w
U~
....Iw
....Ill:
~::>
UJU
00
_ll:
roo..
-
:E
C
-
:IE
II.
o
~
-
U
- -
zt=-:
oz
-w
I-z
00
wD.
U):!:
o
o
~~r-
_ 0
00 .
~~~
g......u:
a ~ ~
;:,
c:::
cv
-,
00 0
10 0 '<t
~cx) <0
coco N
..- N '<t
..tN
coco
"-0
q:...,:
co~
r--_co
N -
.....
CO)
tit-
000000000000000000000
000000000000000000000
O~O~~~OO~~~NOO~~OOOO~
~CO~COoor--oolO~r--mNr--"-N'<too"-~COION
~~m~r--~~~ooco~~~~'<t~~IO..-~com
~N N NN~ N"-~"-"-~ ..-
o
~
0000000000000000000010 ION '<t cow
oooooooooooooooooooo'<t ..-10 0 ~~
~o~o~~~~~~~~Noo~~o~oo~ oN..- '<t-
0co~cooor--00r--..-r--mNr--"-N'<t00,,-COCOIO..-..- co(/)
o'<tmr--r--IOIOr--'<tCO..-OO~'<t'<tr--1O lOCO ~m
__ - ~ ~==.=r=--~~:=:~===_-=~=~~:~_~_~~~_=__:__==~~~=_=~=_==_=_~_-__~~=--=::::=_E Q
I-
~~~....~~~~~~~~....~~~....~....~~~
zzzzzzzzzzzzzzzzzzzzzz
~~~~~~~~~~~~~~~~~~~~~~
!::!::
ZZ
~~
!::
Z
~
!::(/)
Z~
~(/)
o
o
>-
..-0::
UJ
>
:i
w
c
~ c
ui ~ z
Z UJ~....i"; ~
Qli: Qa 00 ~
CI) ~o ~Z = ~ z
CI)CI)CI)CI)CI)CI) CI) o~ - w "-..- w
WCl)CI)CI)~CI) CI) CI) CI) CI) UJ~ ~a:: ....i~ :!:
3UJ~wzUJ CI)CI)CI) CI)CI) Cl)w CI) CI)~ XI- ~(9 D.
...JZ~Z...JZ Cl)UJzUJCI)wCl)UJCI)wfflCl)UJz~CI)UJz~~CI) ...JCI) ~~ 5
~~~~...J...J Cl)Z ...J CI) - ~...J~ r-- a
~~~~~~ z...Jzw~z~z...JUJUJ~~O(9C1)<(~ .~
~~~~~~ j5jz5j...Jj~3z5...Ja::~m~0 X w
~~'#~~~ ~~~j~~...J~~~~~...J<(a::~~~g~~UJ~
1O'#0'#0~CI)~~~~~~~~'#~5~~UJzOco~...J'<to..-~~
_OlOOIOOCl)~d'..p~O ..p~~o~ 0 ~ coo~<( -Ci5~
Cl)lO .10 _IOUJo Od' Od',#O IO~~O~:JI . ~C')(DOl(DO
~ ui~ ui~ ui3 g lO_g ~ lO_g 0 g uio ~ 10_0 b ~ ~ fu =-~ ro 00 I-
Z~<~<(~...J -CI) -lOCI) _10 _~100Cl)IO..- owooC')"-<(-'
CI)~Z~Z~~~~~CI)~~W~~W~~wz~oo~~~~o
Z CI) CI) CI) CI) CI) ~ <( Z i=!:!! ~ i=!:!! i= CI)!:!:! CI) z!:!! -.UJ ~ = ...J-Z a:::-I ~
w Z Z ,#ZCI) ....z ~ ~!:!!CI)~CI)~a::coWIO""O
oZUJzUJzoCl)zzzUJzzzzz~zzz UJ....iUJoIUJ>-
Q~8~8~~ZUJ~UJ8~w~~UJZUJUJ~~~~~~OCl)Z
I Q I Q I Q ~ ~ 8 Q 8 I Q 8 Q Q 8 ~ 8 8 a::: >_li: ~ Z "-;- ~ ~;:-
ZI I I(90-I- I-II-O--~...JO O~IOa:::
~Z~Z~Z-IIZI~ZIZZIIIIOUJ~zm(9~oO
w>>>>>UJ Z>Z>>Z>>Z ZZa:::UJ~oa:::~- ~
CI) > UJ > UJ > I Z ~ > ~ UJ > ~ > > ~ Z ~ ~ 0 ~ ~ (D <( ~~ ""-0
I~~~~lli~~UJmUJ~lliUJmmUJ~UJUJ~>-CI)~~~a:::6~
= -I -I -mlliCl) -CI)I _CI) . -CI)~CI)CI)CI)~~ol-...JLUmUJ
~~b~b~~ -I-~I~~I~~I -II!:;~oa= ~O~ZZ~O
.' 0 .._ 0 ..- m rv I = 00 = :r co = co N = I = =...... - 00 ~ a::: Z
r-- ..- .' ..- _, _, ...... = 00.' = o:r co :r _, co = co co 0 W - m 0 ~ UJ
N _, r-- _, r-- r-- <( 'i _, co fO ..- 0 -' 0 ..- _, lIj> :r :r ~ >- > ..- <( as a::: <(
Xr--Nr--NN>. CON"-X..-N"-"-oo- oooo~>>wZ Cl)a:::
N X N X X X 00 N X N X..- X X X..- X X ~ ~ --~ >- ~ cd ~ ~
~X~X~~~XX~X~~X~~~X~~CI)~~5~(9~Z~
~~N~OOMOO~~~~~~~~bN~m~cdroN~WmCl)go
'0 IN I 1_.....,...... 1.- 11"1"""" I 1'(0 I .w........or-Q..cn >-
~ _, N _, b ;;... ;;... .' .' M _, '" ~ _, '" 00 0 :r ;;... M ~ C') >- ~ ~ a::: 0 Z Z
Nr--~IO~N"-COIO,,-oo.NIONIO..-~N"-CI)Z~CI)<(~~ .<(
~~~~~~~~~~~~~~~~~~~~oww>...J~a:::~~(9Z
~~~~~~~~~~~~~~~~~~~~IZw<i. -<(CI)r---
ZNNNNNNNNNNNNNNNNNNNNUJOCl)~~~~~&
200000000000000000000~i=ZOOCl)~NI
~NNNNNNNNNNNNNNNNNNNNoc::OO I _ZNCI)
~NNNNNNNNNNNNNNNNNNNN~UJi=IOwOr--
~WUJUJUJUJUJUJLUUJWLUUJLULUUJWUJLUUJUJ~CI)<(~ZmZ"-O
Ucna::a:::a:::a:::a:::~a:::a:::a:::a::a:::a:::a:::a:::a:::a:::a:::a:::a:::a:::o~~o<(~<(~~
OOOOOOOOOOOOOOOOOOOO~<(<(~...Jo~v~
~OOOOOOOOOOOOOOOOOOOOCl)~~CI)<i.No~~~
mmmmmmmmmmmmmmmmmmmmB:JmB~~(D~(9
...:
Z
c"l"""".....~"I"""""I"""""I""""NN"I"""""I""""....."I"""""I"""""I"""""I"""""I"""""I""""N"I"""""I""""g
5
00
..- 0
'<tm
o
..-
'<t
~ O..-N~'<tlOcor--oomo..-
W"l""""NMV~~,......~m"l"""""I"""""I"""""I"""""I"""""I"""""I"""""I"""""I"""""I""""NN
!::
'<t
N
10
N
N C')
NN
-
Z N"O:t
'0
"'It 0
0 ON ~
o .
- ."O:t
"'ItT""
I- g~ u.:
<( N ttI ~
a ;j
l- e::
ttI
..., 0
0 0 0
d 0
::> ~ ~- N
;l;
a o~ 6I't
...6I't
co
pj
q>
~
5)
~
~
u.
.:..:
z
w
- . 1-. ~
_-,---z--- -0-
-0....-
~
CD
~
.;-,
w
c:>>
c
z
C
:E
5
w
a.
o
a:
a.
...
I'-
o
co
~
.;-,
...
I'-
;)
o
~
~
u
C1lC
~'t':
G:' ....
., ill
C C
0)"0;
C -
I\: ill
L;"
o 8
~@
~ ~
; ~ ..
f 2 I-
UJ E Z
() -= 1&1
~~
Co. cr -
::r. u, ...
UJ
S U
.... N
z':":
oz
-w
I-z
00
wQ.
(/)::E
o
o
o
o
N
"'It
N
N
....
-
o
o
J:: .
...0
COO
o "T.
0.....
.....
(,IJ
o
o
N
;l;
6I't
w
...
(/)
m
o
~
--fo--
(/)
l-
(/)
o
o
~
w
>
:J
w
o
a
:z
<(
I-
Z
w
::E
Q.
::l
a
w
..J
<(
I-
o
I-
t::o
2m
:)::i
z
w
a:
.,;
~.....
S
.....
w
u
~
z a:
o ::l
en
o ~ ~
W -I 0
~ ~ ~
~ z w
~ ill S
C> ~ ~
z W -I
Z > -I
Q 0 W
en J 3:
~ ~ ~
~ ~ u.i
o - u
C) 0 Z
C>- I- -I ~
Z a:<(::l
i= WI-en
en c>zZ
W C>w-
I- -a:-I
Z. a: I- z<(
oz
o zwo
I- <(..,en
:; a: a: a:
.J o_w
-I ::In. t-.:"
1-<( ~a~ u.
en >wen ::::i
Z ffi:i~ ~
_ n.wJ: ..,
Z ::ll-C> ""f
~ en~:c N
en >- C/) en . a:
~ ~zffi~g
~C>- 0~c>~!!2
-z <(en~Clu
~ir u.~a:~~
5lli 'o~o~ffi~o
cozen 0>-1
I!P, I- ::l U ::l 0 <
z~d~da:!z
wuz<(zow
_ _u.a:
z
o
~
I-
a:
~
CIJ
~
I-
o
~
w
U
Z
~
::l
CIJ
Z
::IE
~.....
N
z
o
-
l-
e(
I-
o
::)
a
~g
! ~- ~
oC:O
o,CaL
N l,,) W
alii a:
~
.....I
g
I-
8~8
~!d
It)
It)
~
~
.....
...
-~--~_.~-~--~~~- --- - .. .-- - - F~'--'--'
8
..-~---~----w
'"
aJ
o
..,
~
<(
~
'"
o
o
>-
It:
w
>
::;
w
o
o
z
<(
~
z
w
::I:
~
:5
a
w
..J
~
o
~
.. :E III
0
Z ::) l,,)
0
1&1 0
2 0 (I)
t::!::!::!::!::!:: !::!::!::!::!::jI!::!::
II ZZZZZZ ZZZZZwZZ
~::>::>::>::>::> ::>::>::>::>::>....::>::>
~ ~
C ~ e
z ~"I""""r-~T'"",....,-N..-.,-"I""""O........-
C ~ c
a ....
:E Ill:
w
5 a.
:l
W ui
1&1 a:: ~
....
a- ce a.
<D .... 0 W ....
N ~ 9
'" :J:
~ . ....
- ,;.,
N ~ a- W
N
~ ~ I ...J
a ~
!2 :z:
)( x a:: N W
<{ <l: U ce all ....
u. u. C 0 9~~~9~9r?9~ (i)
Z ID
.,,~ 0 III z 0 lJ)lJ)CI)CI)lJ)CI)CI)CI)CI)CI) 0
I:ll o i= u.lJ)CI)CI)lJ)CI)CI)CI)CI)CI)
~~ ~ II ..,
a::~~ u.:u.:u.:u.:u.:u.:u.:u.:u.:u.: 0
'E ~ J, >u-, wwwwwwwwww ....
'E ~ - - crcrcr crcr crcr a:::cr a::: 0
l"- I ~~~
~8 a> ~ ~
~Bal 0 C ....lDW
ell:.: - !:! Oo::Z >-
C>.Q .. .J - W:Jo a:::
.'a uj cIi w I (3oz 0
f)j IP ~ > r- I-
(")~ <l:lfJ ... a::m< ~
~ & . ~~ 0 0..>1- u.
o ~ 0 Cl) -z :c w
018 Z ~~ I-w ~:c:X:~:X::X::=:=:c:X: (.)
GI - U. ~ Q;~ Z
~ 0 !If z..: ~w ~
~ ~ ~ -~ we:: IO~~~~~~~~~
- w:J ::>
L3 C/) ~ ~::! U x~x~xxxx~x CI)
(!)u ~
rn <0 ~~~fq~~~~~~
>- E 1-0:: 0
en we.. - ~CO~~~I'-. lo ~
8 .......1'- N Nit)....
" c>o crWWWWWWWWW C>
Z ~~ ..... ..... -()()()()(.)()()()(.) Z
a: ..- Z~!:!:!!:!:!!:!:!!:!:!~!:!:!!:!:!~!:!:!
.. <l' Z':-: a:::
~ c Qwa.a.a.a.a..a.a.Q.a.
w - - a.Z
W t>><l' OZ I-(!)I-I-I-I-I-I-I-I-I- :fQ
c-
z " '" -w l1.<(crcrcrcra:::crcrcrcr
~-o ~Z CI)....
;6 <.> 8 00 ii:1-S2S2S2S2S2S2S2S2S2 o~
.!@ l,,)CI) lJ)CI)CI)CI)CI)CI)lJ) CI)CI)
Z ~ III w~ ffl~~~~~~~~~~ z......
w Cx .. "'::I: ::><(
I ~ I- o ()()()()()(.)()()()() 01-
:r: 0 5:55:55:5:55:5:5 crCl)
u . E Z 0 1IllIllIllIllIlCDIIllIllIllIl C>~
W w
l- t:) ~ LU
::> ~ III
o..~ - :IE
Z ffi W ..I W N C') VIO<Dr--CO(l)~ ....N
t:: .... ....
~ U
...
z
au
Ii
au
"
C
Z
C
Ii
~
.w
1Ua:
D. .... CIS
O We( W
i= C!)-
. :I: Z Z
D. ~ ~ ~
. ..J 0 (ij
..J> :i: CIJ
~ Za:z z:iE
It. 9 e( ~ ~ ~
o ~ua:: CIJ <.>
~ :: ~az t.CIJ~
'!1 a: w 0 3:x wC/) wZ
r-. - >0-
lil I: mZ~ - ~~
g C ..::5...:j <o!:!:~
....<(-' _ ~Z
.:..; _ u>~ ~ClJW
UJ Ii W~CI) ci'5~
C3~~ u.u.5w
U. -...l~ Noa!:::
0.. owwC/)
Q.,lDl- N<'>ci'~
~ I-ffi N~O'"
Z:i!: ujOalO
c:::ow z<'>~<C"'"
_ u.a:: _...J.....
__ w::> <C w ,:..: ~
-.., ...J~:I:O
GO ~o.C!)o.
~o .....OijjCIJ
CI) g: z .....- IX: ~
.... ~~~~
__ u.~Z-
.... ~...I<.....
~!Z~~5~~
j:Wa. u.-W
UZ i2a1~~1X:
~~i~~...I~
:E l!f 0 C/)- ~ ~
o mwC/)~
U >i=~~
(0
N
M
~
~
N
N
~
!:2
~
; E
8
010
E-c
IV -
IV .,
C c
5>'ii
c-
O.> II
.::"0
u 0
~@
- '"
~].::
ill E Z
~ij W
CL ~ -
lD W ...
UJ
~ U
z
o
-
~
t-
O
::)
a
r-.
~
.;,
r:::.
Lil
a
en...
MO
g 0 ~'
,N
"It -
0'"
o.cU::
N e 1&1
OcaA:
:i!:
8
Lri
~ ;1;.
s~
N
~
ex)
co
.....
N
....
M
M
M
N
.".
Cl
Cl
\l)
N
~
~
CD
~
Z
::>
(,J
z
o
j:
~
e(
...
U)
~
U)
:;)
-J
0..
ui
...
en
m
o
,
...
c(
U)
...
U)
o
(,J
>-
0:::
UJ
>
::i
w
c
c
z
c(
I-
Z
w
:E
0..
5
o
W
..J
<(
I-
o
I-
!i.....
:)~
i~
5
~
~
w~
t::
N
to
~
~
~
N
N
@'
!2.
~
u.
z
o
-
I-
<C
I-
o
:J
a
I'-
~
.n
-
I'-
li1
o
~
x
<(
u.
o
~
.n
...
I'-
:n-
o
~
~
w
E
8
010
2'0
ala;
c:C
5ii
c:-
lll<l>
.r:;U
uS
!!@l
=>&11
c:"" ..
i2 ...
wE Z
0- 1&1
~~
'cL~ -
a:: UJ ...
UJ
_L~
~~
00 .
~N~
.... -
0.....
oN"':
a ~ B!
~
Q)
u..
o
co
ci
.....
..,.
o
CD
o
C")
11).
...
-
o
o
ci
:a! 8_
........
~
----#
-z
8 ~
o 0
r!
en
t-
Z
1&1
Ii
1&1
eJ
C
Z
C
Ii
5 UJ ~
1&1 a:: 0
A. ~ ~ (j
o :I: ~ Z
a=.... en Z
A. w :1:- ~
..J ~ en
... ~ C):E
"a:: .....:::E
U c( >< 0
c (.) ~ u
!!! ~(J)Z ~ ~
1M a::zO LL Z
_><(i= N ~
:E~~~ ~ ~
~t;a~ ~ ~
:E~~~ ~ ~~
u.~:5; ~ ~cn
OD.~!z ~ ti~
== ZW a:: 0'"
0:E 0 ~~
0::: W t:. ..J I-
_ u.. 0:: en ~ a::
CJ ~a f3 :1:~
<(0 ....J Qen
1-0::: I- w~
(J)D. zenfE~
.... ~enOI-
...... LL ~ ~ ..:
Z ~ 15G ~ Z ~
oz LLOW-
-w -
I-z a::J~3a::
frlo ~:5-!~
CI)~ I!Igffi~5
8 ~i=~~
z
o
~
~
l-
f/)
a=
~
...I
Q.
u.i
....
us
lD
o
..,
l-
e(
CI)
J-
8
(,)
~
w
>
:J
w
Q
Q
Z
e(
t-
Z
w
:E
Q.
5
g
...I
e(
I-
o
t-
I-
Z
::l
it:
::>>~
iN
.....
~
~.....
N
~ ~
5 ~
"c ~
'E ~
~8a;-
o III 0
~ ~ ~
e" J:) ..
.':1 Lrl . ...J
f;j~h- ~ ~
Mil: <<0
o. "0 N
Z 8, . 1::;;;
O.f: ZU ~(')
01 E .
~c3 --~~
~ 0 u> :i...:
(IJ C ~ ..... ~
....lIIL1JO.-
C,) U) .... ~:!'
en
>-
en
Cl
~
a::
LIJ
LIJ
Z
a
z
LIJ
J:
U
LIJ
....
::::>
z
\0
PI
~
~
~
x
<
lL.
010
E"
Cl-
CIJ '"
co c
ow
c-
CIJ QI
.r=-C
u 0
u
~@
C III
~ ~ .:.:
wE Z
o -= 1&1
~ ~
(L~ -
I BUJ'"
5: U
Z
1&1
2
1&1
C
C
Z
C
2
E w ~
1&1 0:: u
t!; ~ ~
a= ~ ~-
A. w ~
. ...J :J
Z ~ i! LU
U ~ ~~Cl
., () Z lOalZ
~ .0-
1&1 z - (I) .., Z
o<(z !:!:!oQ
III o::~o ....1-(1)
_ )-::)i= ~o~
2 ~ fcl....J:5 g~~
., .... 0 _-0
::: () Ci) ~ J: >- u
~ W~(I) ~~J
G ""')t)Z >I-~
.... g<t:; m~z
y,. ...J - u.. LU
o c.. I-lD ~ t= LU a::
oul-
>- ~~ ~~~
.. ~w ~~~
U ~~ ~~~
e>t) ?~O
<(0 ~CLU
tng: re~~
-Clal
...... If ~ :s
zt=.:INa...
2ffi ~~Q
~z ~(I)1-
00 uLUC:S
wQ.m~~~
U):lEcuOI-
o z a:: (I)
o LUCl~
z
o
-
l-
e:(
I-
o
::)
a
j
,},
r::
li1
o
~
x
<{
u.
o
co
~
,},
.....
,...
lii'
o
~
E
8
t-;
z.
w
00...,.
00
00
:~w
0025
o.....u:
a ~ I
::I
c:
cu
..,
0100
~<OO
o . .
..........~8
:!~.('t)<O
ON
...
II)
CD
"'"
.....
.....
M
.".
o
o
.f!
U)
o
z
o
5
...J
ct
~
tJ)
~
tJ)
::J
...J
0-
uj
t:
tJ)
CD
o
..,
~
<(
tJ)
I-
U)
o
o
>-
0:::
W
>
::i
w
Q
Q
Z
<
~
z
w
:IE
Q.
5
a
w
...J
ct
l-
e
::J
o
o
Q
......CDO
UN
t:!:::!:::1-
~zzz
::)::)::)
~~~~
~
~
~~N('t)
to
N
M
lJ,l
~
i:j
~
e
~
u.
~~
~~
'C ~
'E ~
Ol 8 ~
i3 III ~
~ g ~
Cl .0 '
. '5, u:l
NOlf-
l!la:;
ci S;
z c
g'E
III 0
'EO
~~
..... III
U(/)
en ..,.
Z C) 0
C) 0 ~
C) N
0 ..; 0
C)
C) ..- u:
-
.... N~ W
a C'll It:
<C ::J
c:
.:.: C'll N 0
.... "'") 0 lONO
.... 0 r--. lO'<t'O
0 2 0 N <0 ..rCOO
w ....N lO 0> .... <0 lO
:E < <0. ..- '<t' ..- M lO
:J :) 1-0 ..- ~ ~N~
o'<t' ~ ~
a 0 I-~
0
C
:z:
u
.c I-
z
au w
III :!E
W
r-- - "
~ :E c:(
z
.;, .c~
~
r--
Gl -~
0
!:;. :let:
x y'w
<(
u. 0&
0 a::
CQ )-a.
~
.;, II-
....
r-- -
Gl U
0
~
E
8
0>0
E'tl
Cl> -
., '"
c C.
c,Q
~ Gi
.r:;'tl
U 0
QJ U
:;@
~~.::
~:: Z
we::
t')~W
<(;2
Q. , -
tD W ...
W
~
.....
Z
w
:!
W
(90:=
Z::l
-u
.....0
L5a::
CJ)Q.
.... ....
z'=':
02
-w
.....2
00
wa..
VJ:E
o
o
"'"__ __________ ____ ___ _.0- ..___ __/'. _ _
.... 0 <0
O)-.-------~-----a;-
(,9 ~
CJ
!:t: l- x
ZZ Z 0
:)::> ::> m
..,:
:iSJ cx:l 0
:)N ....
a
I- (I)
a.. (I)
W ~ ::5
~G~ ~ (l)z NO
>:o:::w m - ~j Oo~-.i
om _0 -1.0 w<( mw....w
w<((I)Z~12 0:::' 0:::0 I a.. 0
ou..t:<(x :EZO <(0C/)>- C';'
<(CJZWO~ 0:::_ oW:S:1- ..,.
en z z::> <(:E I-;"...J <( zl- I- S! 0 -" ;::
- zm a.. W~<(-
oowO:::Oo ::lw C/)wwo... 6
0::: 3Wu.. Z...J I> :EfnI::> 0
<(t)~~ -~ 9::5 <(....00 ~
~~w~~.. ~o ~~~ffi 0
m -mCDo:::O::: I...J O>I...JI.O (!)
O~l-wmO t:Wo r::t:WN ~
:E<(C/)Z<(...Jo >0 ..->0C? a..
>--wwu.. > I >OC/) _
CDffio:::::!oO (I):E ffiC/):Eu. ~
Ol-:Ea..wo ,Q:;uj o:::m -u.. ....
<(0:::01-0:::0:::<( (!)...JC/) ...J
~:!;<(O:::<(m~I~ ~g~~ ll)
::>>zo...O:::<(:EO:s: --M W 0
1-<(>o~O:::l1.::>:Ew ~rifflo... 0:::0
o :EOu..~z::>o ...-1-....(1)
~ 00:: :Eo a.. CIi 0::5 > 0::: U3 ~ CIi <( 1-<( ci ~
::> -z >0 01-0 ' 0
zlJJoc/)o Ol-Q::;CD...JWO~ 0
<(~I~:EmO:::D<(<(OI-WCJ 0:::
:EII-WC/)Clio::>J:om<(t;:1- ~
C/)t)50:::::>OZ<(01-00:::0:::z g W
o::o::>:Eo...J<(I-O...JZ:- W r--. 0
<::lwo::wOl-o:::l-<(<(~~:E ~ z
Io.O<(z:EIO~t)(I)~wZ 0::: <(
00~t;:~@g~~~~~~~ ~ ~
:E::l: C/)l-l-wO-wI: wo (!) Z
2~~o::WO...JoQOO~l-rn ~w-
o:::o"-WO:::W(I) ...J-z....<(v ~o-
00>o02~<~(I)z(l)<(~:Een ::>z~
I-IN...J~- Vo::: lJJ::>-' z<(-
Dt:Z~5~~:EoQ~z~~ ~O:::~
::>:s:Qo...a..(I)::lWu..~o::z::>C/) g~o
<(~I-::>o::w...Jt)o:::oowwO ...JZ'
I->-ZOl1.00Zw-zo...l-a.. -0
~O::t:~CIi~U3~~g~oowg ~Ol-
~~ozo<wC/)a..0~0J:5"- w~~
~:EOOZI:EQ:;:EIa..Wt:zu.. C/)
~OOOWt)<(<(Oo.C/)o...:s:OO ,~CJ~
~0~~~ffi~503ffi~...J0~@z~~
~~:EOI-OOO~OII-~OX~g9::<(
~ Ol-zzzqZI-::!I-I-OO:::>-IO::
I~:!;<(::><(W<(<(OIC/)~m_Zc/)1-
~
w....
!:
N
M
I.ON.O-- - -
'<t''<t'0
.....: 'ce' 6-'-
N~
~
(!)!::t:
~zz
0...::>::>
~~..-
'<t'll)<O
en
....
ai
en
('II
~
.,.
u.i
...J
m
<(
o
:J
a..
a..
<(
u..
UJ
t:
In
o
..,
~
~
Cf)
o
o
~
w
>
:J
w
c
c
z
<(
.....
Z
w
:E
D..
5
a
w
-oJ
~
e
W
- C/)
(I) <(
W I
~Ot)
1-0:::0::
w<(::>
I-C/)o.
~~~
C/)OW
<(01-
0(1')<(
0:::..0
o>-u..
...Jffio
l1.>C/)
W:J<(
OWo::
::>0<(
...Ju..w
~O>-
-WW
I-:!;z
0-0
zl-..
00>-
owl-
I-Z
(1)<(<(
W:EO::
0-0::
-1-<(
0::(1)>
a..w>
to "-
N
n ~
~
~ J,
N
N ;;:
I lil
0
!:?.
>< X
<(
LL <(
LL
~:lS
lS ~
'c ~
E~
~ 8 a>
OlllO
~!:1~
C>:C ..
N'[m CIi ...J
<l')C111- > ~
nO:: <(co
~ & . ~~
&'~ ~ ~ ~
~o -.. ~u:
~ 0 rI) :i.-:
(J)c:E~~
..... 1lI UJ 0.-
()(J) I-:e::a:
rI)
>-
rI)
C)
~
a:
UJ
UJ
z
~
z
UJ
J:
()
W
I-
:>
'z I
z
o
-
I-
<(
I-
o
::)
a
o
co
~
J,
...
I'-
z:
u
C"-
wai
m~
-~
liz
c<
_::E
Ii~
u.W
o~
>-~
I-
-
U
lil
o
~
E
8
Ole
2"
Cll -
Cll 4l
C C
c,'Q)
c-
Cl) "
.r:;"
u 0
~@
~ III
.., -" ..
~ ~ L-
~.Ll r-
wE Z
!l,)'ffi W
<t:oo;
c...-r -
en UJ ...
u.J
~~
cno
~ ~ ~
''It..... u.:
g ~ W
N Cll a:
a ~
~~
z
W
:ii:
::)
o
o
c
C>
~
Z
o
W
~
::iE
::iE
o
()
o
Z
<(
Z
o
~
C>~
Z...J
-<(
~t>
cn~
~ N
z~
oz
-W
....z
00
WOo
UJ:e
o
o
10
CD
M
Ci! ~-
~~
...
10
00
c-i
N
N
,.:
~
-~
~
0:: .
C")
u"":
...
o
Ci)
UJ
i
::E
o
o
o
z
<(
z
o
~
..J
i5
UJ
~
J
~
o
....
!i~
=~
..:
~.....
~
I-
frl
0:::
5
~
o
z
<( J
~ ~
z rJ)
o ~
Uj 0
rJ) I-
~ W
:E >
o ~
U I-
c!5 Z
Z W
i= rJ)
rJ) ~
W D.:E
I- Ww
Z 0::1-
o 0:::rJ)
I- o~
;; 'U
.-J O:::z
..J 00
<( rJ)-
-rJ)
~ 5;~
z w::E
z- ~ ~
~ rJ)u
Uj >-0
~ g~
~c!5 UZ
Ii:~ LfQ
_0:: rJ)!;:(
a:W w.-J
uWcno..J
~~~d~
wu~~
w
w
rJ)
0:::
W
>
o
::E
~.....
~T . ; L-~t;';Fi:rn-=r:T ,
."':""1f\t\,t.:ft~
. -;.....~-#q~.I~:,-"d/.~,O::
J--t-.., '. .-.. - - "j' +..j-"
;--~":r~r-r ,_..:.__.,_i._~_i, ,~.Lt~cL ,...cii.-t~i
Ci 53111'3gO No. 352. Gazcue
Santo Domingo. Rep(lbllca Oo,nlnlcana
TElra09) 221-7536 . FAX (809)221.9326
1601 N.W 82nd Ave
Mi3"1I. FI 33126
TEL (305) 715-9680 . F.AX: (305) 715.9687
January 29, 2004
Ing. Viviana Alemany
Property Management
1245 Michigan Avenue
Miami Beach, FI. 33139
PROJECT:
Byron Carlyle Theatre
SUBJECT:
Experience Referrals in the U.S.
Dear Viviana:
Pursuant to your request, Following please find several Job referrals of work performed by Nutech
Engineering, Inc. in the U.S.:
1. 2004- Georaia State University. Atlanta. Ga.: Currently in Bid Process (submitted) for the
renewal of the sports arena and Commencement Exercises area. Bid submitted by Southern
Home Theatre'in Consortium with Nutech Engineering, who did the engineering consulting.
2. 2002- Center for the Arts. Statesboro. Ga.: Consulting in Seating Design and Acoustical
Responses. Job conducted in consortium with Southern Home Theatre.
3. 2002- Guaynabo School of Arts. Guaynabo. P.R.: Acoustical Consulting and seating
design for Fritzy Company, the contractors for Sound, Lighting and Seating for the school's
1,100 seat capacity theatre.
4. 2002- Teatro Renacimiento. Arroyo. P.R.: Acoustical and Sound Consulting for the
General Contractor.
5. 2002- Historic Ruaby Colonial Theater. Ruabv. Tn.: Acoustical Consulting for the Sound
Systems Contractor.
I hope that this information may be useful.
With kindest Regards, I remain,
Sincerely,
~ ~"-""-------'-'~"'--~-~-'-""'--'-~----------'-------_._-----------"-~~-----~---~---
Michael W. Banks
President
MWB:mmdo
2004.0005
'l ~ fAGA.IV_C
.,~ ,.y..O .INTf~,o 'fA
11/ :,' ,<;OJ ~~~ ~
.;;;:. ~~J ,:r""'-. ,c_.' ~ ~
,........ ~ /~,........::.......~\\'- 'C r--
U lU u- ~1....,.f;.1 g rn
L. CRIS ~ P ',,~~C i-- LERO
ATTORNEY A ~W - "ICIA~ TERPRETER
~ ,'1"./
1>~ ~/o . \). ~ /.1
Ir L. Cristina Pagan-Caball 4iJ~~r.' ~ eter of the First Instance Court
of the City of Santo Domingo, ~inican epublic, duly sworn to act as such,
hereby CERTIFY AND GIVE FAITH to have translated to the best of my
ability, a document originally written in Spanish, which version to the English
language, is the following:
NATIONAL IMBLEM
DOMINICAN REPUBLIC
SICRETARIAT OP SIATI OP PUBLIC WORKS AND COMMUNICATIONS
Santo Domingo, N.D.
February 23,2004
Messrs:
Miami-Dade County Building
Building Code Compliance Office
Contractor Licensing
140 W. Flagler St. Suite 1602
Miami, FI. 33130-1563
Gentlemen:
By these means, it is attested that Nutech Engineering Systems, Inc., a company
located in the city of Santo Domingo, Dominican Republic, has completed for the
Department of State of Public Works and Communications, the following projects:
Diplomatic School of the Fomian Relations Secretary
The scope of work contracted included research and corrective and aesthetic treatment
of the acoustic environment of the school's auditorium. The design, engineering and
installation of the sound, amplifying, video projection and PHILIPS congress systems of
simultaneous translations was also under the Company's responsibility. This project
was executed under the supervision and direction of the President of the company, Mr.
Michael W. Banks, and concluded in the year 1998.
r.e5;delll'~ SUllllllil ACP 1999. The ::){,;upe uf wurk (,;untracIsd consiSTea In tflP.
research and correGtw~GOUStic----aRd aesthotic tfeatmeAt of thc Salon
Independencia of the Armed Forces, where the Summit of African, Caribbean and
Pacific Presidents was held. Work also included the design, engineering and installation
of the sound and P.A. systems, video cameras for international transmissions and,~.
Philips Congress Systems and simultaneous interpretation systems. This pr~ett.'was-:''':'',
under the supervision and direction of the President of the Company, Michael-,,,,!:. Bariks:~.'.
Work concluded in 1999. . . . .
.f)
:1" ~\
. _..~
~.)
... ".~. ...
.~
L!, .
Mauricio Baez Auditorium (sub-contractor): Work consisted of research and
corrective and acoustic and aesthetic treatment of the Auditorium. Work also included
the design, engineering and installation of the sound, and P.A. systems, and auditorium
seats. This project was under the supervision and direction of the President of the
Company, Michael W. Banks. Works concluded in 1999.
Art Center Elila Mana - Manuel Rueda Teather: This was a turn-key project prepared
by the contractor. Work included - seats, stage, orchestra pit, drop curtains, rigging,
lighting fixtures for seating hall and stage, dancing floors, sound systems,
Stage microphones, master control for illumination and sound and the design and
correction of acoustical responses for a multi-use theater. This project was under the
direct supervision of the President of the company Michael W. Banks and it was
concluded in year 2000.
From 1997 to this date Nutech Engineering has been executing projects related to video,
theaters, sound and acoustics for this Public Works and Communications' office. During
the development of the projects Nutech Engineering has shown a sound professional
approach and technical capacity as well as dedication and compliance with the delivery
date of the projects.
..
We also attest that Nutech has performed other projects for this institution, which were
not executed under the direct supervision of this office in charge of constructions,
Signed: Architect Carlos Lalane M.
Under Secretary of State of Public Works and Communications
Rubber seal reading: Secretary of State of
Public Works and Communications
Office of the Under Secretary
Santo Domingo, D.N..
.~.~,
IN WITNESS HEREOF, I put m ~, .~\~ I~ official seal to this CERTIFIED
TRANSLATION, upon reques ~tere! , in Santo Domingo, National
March of the year two thous ~ ~n .~ 04i have registered with number
(06/04) in the records under e6i. ~. _' ~ 0
.. //'. ..L
4l!:; /.' '.' +. '"
. _ . ~ .0 Oem-' ,~.~.
.;:~.~..
! tOliGIO Df UDOA~S[l{ LA1(lr~:,...,~"',"
.r. t: '
fI4\\ :\' " . '
~~~7J~5.1. .."
.- ",.~~,-!~~,:',.-' .~,
... ,.,;
" /
'\ /
,~. :.l. .',
',i';' . A"" I "
~ . '1 . , ~
":J' ..-~ ~~ "
:,:. ~f.:7!: . '/
- .' ';',~ \f_.~ /1
~;.' ,I,.'.'. ..J.~.'. ,.//
~-
il
f
\
\
..
\.
\
'\;,
i..."~
}"i, r
,:~'''17I1n354
REPUBLICA DOM/NICANA
SECRETRRIR DE ESTROO DE OBRRS PUBllCRS Y COMUNICRCIONES
Santo Domingo, R. D.
23 de febrero del 2004
Senores
Miami-Dade County Building Code Compliance Office
Contractor Licensing
140 W. Flaggler St., Suite 1602
Miami, FI. 33130-1563.
Distinguidos Senores:
Por medio de la presente hacemos constar que la empresa Nutech Engineering
Systems Inc, con sede en la ciudad de Santo Domingo, Republica Dominicana, ha ejecutado para la
Secretaria de Estado de Obras Publicas y Comunicaciones (SEOPC), los siguientes proyectos:
Escuela Diplomcitica de la Secretaria de Relaciones Exteriores: Los trabajos consistieron del
estudio y tratamiento correctivo y estetico del entorno acustico del Auditorio, al igual que del
diseno, ingenieria e instalacion los sistemas de sonido, amplificacion, proyeccion de video y los
sistemas PHILIPS de congresos (DCN) y traducciones simultaneas. Este proyecto estuvo a cargo
del Presidente de la campania contratista, Ing. Michael W. Banks, y fue concluido en el ana 1998.
Cumbre de Presidentes ACP 1999: Los trabajos consistieron del estudio y tratamiento correctivo y
estetico del entorno acustico del Salon Independencia de las Fuerzas Armadas, donde se celebro la
Cumbre de Presidente de Africa, El Caribe y El Pacifico. Los trabajos, ademas, incluyeron el
diseno, ingenieria e instalacion los sistemas de sanido, amplificacion, camaras de video para
retransmisianes internacionales y los sistemas PHILIPS de cangresas (DCN) y traduccianes
s;imultaneas. Este proyecto estuvo a car~a del Presidente de In campaiHa contriiti l;t.'l, TIle Mi, 1,,,t':J
~\~}' BJtJll~~)' [tit: I ''lIr luj'ln hIl ttI :l~~ 1999
Auditoria Mauricio B~Sllb-Comratista): Los uabajos consistieron del estlldio y tratamiento
carrectiva y estetico del entorno acustico del AlIdit()ria y el diseno, ingenieria e instalacion los
sistemas de sonido, amplificacion, y las butacas del auditorio. Este proyecta estuvo a cargo del
Presidente de la campania cantratista, Ing. Michael W. Banks, y fue cancluido en el ana 1999.
Centro de Artes Elila Mena, Teatro Manuel Rueda: En este proyecto el cantratista preparo el
proyecto del teatro de la escuela llave-en-mano. Los trabajos incluyeron - butacas, escenario, foso
de orquesta, cortinas, tramoya y mecanica de escenario, iluminacion de la sala, iluminacion del
escenario, cortinas del escenario, pisos de bailes y obras, sistemas de sonido y micr6fonas de
escenario, la sala de control 0 Master Control de iluminacion y Sanido y el estudio, diseno y
tratamiento de respuestas acusticas para un teatro multi-usa. Este proyecta estuvo a cargo del
Presidente de la compafiia contratista, Ing. Michael W. Banks, y fue concluido en el ano 2000.
..
REPUBLICA DOMINfCANA
SECRETRRIR DE ESTRDO DE DBRRS PUBllCRS Y COMUNICRCIONES
En los aiios en que N utech Engineering Systems (1997 al presente) lleva desarrollando
proyectos de video, teatros, sonido y acustica para esta Secretaria, esta ha mostrado gran profesionalidad,
seriedad, capacidad tecnica y dedicacion al cumplimiento de las fechas de entre gas y conclusiones de los
proyectos bajo esta dependencia.
Tenemos entendido que esta Empresa ha realizado otros trabajos para esta Institucion, los
cuales no se ejecutaron bajo la supervision de la Sub-Secretaria de Edificaciones.
Sin otro particular par el momenta, les saluda,
Atentamente.
ARQ.
Sub Secretario de Estado
/]
OS LALANE M.
e Obras Publicas y Comunicaciones
(J2
-
.-xc ORfJ.. CERTIFICATE OF LIABILITY INSURANCE OP 10 S~ DATE (MMlDDIYYYY)
--"._- NUTECEN 02/26/04
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
International Insurance Center HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
12515 N. Kendall Dr. S116 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Miami FL 33186 I
Phone: 305-279-5446 Fax:305-279-4045 INSURERS AFFORDING COVERAGE I NAIC#
INSURED INSURER A: Granada Insurance CO.
INSURER B: ,
Nutech Engineering INSURER C:
1601 N.W. B2nd Avenue INSURER 0:
Miami FL 33126 ! INSURER E: I
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
'~~~~~ TYPE OF INSURANCE POLICY NUMBER ! P[l'i~~~J~dIf~E i Pgk~CEY,~~mfl~~N I LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 1000000
~ UAMAlj!= I U """ Jt:u
A X X COMMERCIAL GENERAL LIABILITY 09-9920 02/26/04 02/26/05 PREMISES (Ea occurence) $ 50000
I CLAIMS MADE [!] OCCUR MED EXP (Anyone person) S 1000
. , PERSONAL & ADV INJURY $ 1000000
-
GENERAL AGGREGATE $ 1000000
-
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 1000000
. I nPRO. n
POLICY JECT LOC
I i AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S
:-l (Ea aCCident)
ANY AUTO
I f--
ALL OWNED AUTOS BODILY INJURY
f-- (Per person) $
SCHEDULED AUTOS
c--
HIRED AUTOS BODILY INJURY
- S
NON-OWNED AUTOS (Per aCCident)
-
- PROPERTY DAMAGE 1$
(Per accidenl)
i R""" ~"'"' I AUTO ONLY - EA ACCIDENT $
ANY AUTO I OTHER THAN EA ACC S
AUTO ONLY: AGG S
EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $
~ OCCUR o CLAIMS MADE AGGREGATE $
$
I =l DEDUCTIBLE $
RETENTION $ S
! WORKERS COMPENSATION AND ! !. WCSTAIU-1 !()~~-I
'TORY LIMiTS
I EMPLOYERS' LIABILITY EL EACH ACCIDENT $
I ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? EL DISEASE - EA EMPLOYEE $
If yes. descrrbe under E.L. DISEASE - POLICY LIMIT $
SPECIAL PROVISIONS below
OTHER
I
'UESCRIF'TTmroFUl'"EJUcrTON5
Certificate holder listed as additional insured.
..
BYRONCA
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR
CERTIFICATE HOLDER
Byron Caryle Theatre
500 @ 71 Street
Miami Beach FL 33149
T A TlVE
Ar.nRn 'I; l'001JnR\
(c) ACORD CORPORATION 1988
+
..,.-....--.......,.-
00194
~
~'r~
DEPARTMENT
OF REVENUE
I 23-8012954942-9
Certifica te Number
11_9~.~~~~B~~~~JI
Issued Pursuant to Chapter 212, Florida Statutes
11/26/03
DR-11
R. 01/04
11/13/03
11/01/03
MONTHLY
Registration Effective Date
Opening Date
Filing Frequency
This certifies that
NUTECH ENGINEERING INC
NUTECH ENGINEERING. INC
l6D 1 NW 82ND AVE
MIAMI FL 33126-1017
has met the sales and use tax registration requirements for the business location stated above and is authorized to collect and remit tax
as raquirod by Florida law. This certificate is non-transferable.
POST THIS CERTIFICATE IN A CONSPICUOUS PLACE
r ~
THIS IS YOUR SALES & USE TAX CERTIFICATE OF REGISTRATION
(DETACH AND POST IN A CONSPICUOUS PLACE)
liIr...
~v
REFER TO THE BACK OF THIS SECTION FOR
SPECIFIC INFORMATION REGARDING YOUR
COUNTY'S TAX RATES.
~
THIS IS YOUR ANNUAL RESALE CERTIFICATE FOR SALES TAX
Note: New dealers who register after mid-October are issued annual resale
certificates that expire on December 31 of the following year.
These certificates are valid immediately.
DR-llRR.l0/03
~ ..:::!!!~~!@!.rAlim:~f11it~~~~"'-
).;ii
.... "
)~
I.)~l
~,..,.
1'>j
,......
'{Q
~f~'
~'I
)~I
}/""
(~il
'~~.'
,lh;i
~rl
;~~;
..,,,
.'J:;;
.-,....
~~.~.
,~
'-
~\:~l"..
~.;j,i..Jj.i-.!!.. fJ Ifr
~~:::;:~tf~
/"-.
:-.....-
ilrpartmrnt of :8ttatr
I certify from the records of this office that NUTECH ENGINEERING, INC. is a
corporation organized under the laws of the State of Florida, filed on
March 8, 1999.
The document number of this corporation is P99000021 069.
I further certify that said corporation has paid all fees due this office through
December 31, 2004, that its most recent annual reporVuniform business report
was filed on March 4, 2004, and its status is active.
I further certify th~t said corporation has not filed Articles of Dissolution.
.._,--.'
aFfattahassee;-ttre-eapitoi,1hlSln e
Fourth day of March, 2004
L~f.~
~kltDlt I!i~ ~aoD
~€rrctar1J Df~tat.c
CR2E022 (2-03)
;>.\I
...~ j!;}-' '.X~U r)...\ 119...\ " ,'X' ./I
J;:t.
I...' Ir,;...'
FLORIDA DEPARTMENT OF STATE
Glenda E. Hood
Secretary of State
March 4, 2004
NUTECH ENGINEERING, INC.
1601 N.W. 82ND AVE.
MIAMI, FL 33126
SUBJECT: NUTECH ENGINEERING, INC.
DOCUMENT NUMBER: P99000021069
In compliance with the request on your 2004 Annual ReporVUniform Business Report,
the certificate of status for the subject corporation is enclosed. .
Should you have any questions regarding this matter, please telephone (850) 245-
6056.
Division of Corporations
LetterNo.704A00014652
.-.,......
Form 88-4 Apprication for Employer Identification Number EIN 65-0900450
(For use by employers, corporations, partn~hips, trusts, estates, churches,
(Rev. December 1995) govemment agencies, certain individuals, and others. See instructions.)
Department or Ihe Treasury . OMS No. 1545-0003
Jn~Dmal Revenue Service ~ Keep a copy for your records.
1 Name of applicant (Legal name) (See instructions.)
>. NUTECH ENG~'EERING, INC.
1: 2 Trade name of business (if different from name on line 1) 3 Executor, trustee, "care of" name
l'Il
III
ij ~ ,
.. 4a Mailing address (streel address) (room, apt., or suite no.) Sa Business address (if different from address on lines 4a and 4b)
c
a. 10400 Northwest 33rd Street, Suite 280 !
..
0 4b City, state, and ZIP code 5b City, state, and ZIP code
! Miami, Florida 33172 ;
~
G> 6 County and slate where principal business is located
III
III Miami-Dade County
III
0: 7 Name of principal officer, general partner, grantor, owner, or trustor-SSN required (See instructions.) .
Michael W. Banks, President (ssn 584-34-2497)
o Estate (SSN of decedent)
o Plan administrator-SSN
o Other corporation (specify) ~ Profit
o Trust 0 FarmerS' cooperative
o Federal Government/military 0 Church: or church-controlled organization
(enter GEN if applicable)
Sa Type of entity (Check only one box.) (See. instructions.)
o Sole proprietor (SSN) ::
o Partnership 0 Personal service corp.
o REMIC 0 Limited liability co.
o State/local government 0 National Guard
o Other nonprofit organization (specify) ~
o Other s eci .
8b If a corporation, name the state or foreign country State
(if applicable) whelt: Incorporated
Florida
Foreign, country
10
o Other (specify) .
11 Closing month of apcounling year (See instructions.)
December
First date wages or annuities were paid or will be paid (Mo.. day, year). Note: If applicant is a withholding agent, enter dare income will first
be paid to nonresident alien. (Mo., day, year) . · nJa'
Highest number of employees expected in the next 12 months. Note:./f the applicant does Nonagricultural
not expect to have any employees during the period, enter -0-. (See instructions.) . .
Principal activity (See instructions.) · engineering firm and sales
Is the principal business activity manufacturing? .
It .Yes," principal product and raw material used.
To whom are most of the products or services sold? Please check the appropriate box.
o Public (retail) 0 Other (specify) .
Has the applicant ever applied for an identification number tor this or any other business?
Note: If 'Yes, . please complete lines 17b and 17c.
/
o Banking purpose (specify) ~
o Changed type of organization (specify) .
o Purchased going business
o Created a trust (specify) .
9
Reason for applying (Check only one box.)
IX Started new business (specify) .
12
13
Household
14
15
DYes
~ No
16
o Business (wholesale)
17a
DYes
r&1 N/ A
~ No
If YSl:oI GReokeeJ "Ye:3" 0" liRe 178. Clj..,e aL'hA;(.allt'~ I~\ldllldlll~ riJuJ hi-trIp n~rTl~ t;;hn\Aln nn prtnr ~rr"("iJTlon~ tf alt.19rsnt frc;)m linG 1 Sf 2 above.
leQal RaFFle ... T, ..,ioe '''''' '" ~
~~a<<HJa~d city ana :llale where the application was filed. Ellie, fJ'eviuu~ e1llfJIOyel iJt::lIlifi"dtiullllulllber if klluwn.
---P;jjprox1iffii1ecfale when fileal/iilo.;aay. year ,ty and slate where mea- . -Previous ErN
17b
Under penanies of perjury. I declare that I have examined this application. and 10 the best of my knowledge and belief it is true. correct. and complele. Business telephone number (in~lude arn ~odeJ
S9lature ~
z. Treasurer
Date ...
Please leave
blank ..
For P~work Reduction Act NotIce, see page 4.
Reason for applying
Cat. No. 16055N
Form S5-4 (Rev. 12-95)
THEATRICAL SEATING, ACOUSTICAL WALL CURTAINS, AISLE LIGHTING
STRIPS, AISLE CARPET, WOOD FINISHES AND BASIC SOUND SYSTEM AT
THE BYRON CARLYLE THEATRE.
QUOTATION NO: VA-QT04-001
1.0 GENERAL CONDITIONS
1.1 SEALED QUOTATION:
Original copy of Bid Form as well as any other pertinent documents must be returned in order
for the quotation to be considered for award. All quotations are subject to the conditions
specified hereon and on the attached Special Conditions, Specifications and Bid Form.
The completed quotation must be submitted in a sealed envelope clearly marked with the
Quotation Title to the City of Miami Beach Property Management Director, 1245
Michigan Avenue, Miami Beach, Florida 33139. Facsimile quotations will be accepted.
1.2 EXECUTION OF QUOTE:
Quote must contain a manual signature of an authorized representative in the space provided
on the Quote Form. Failure to properly sign the quote form shall invalidate same and it shall
NOT be considered. All quotes must be completed in pen and ink or typewritten. No
erasures are permitted. If a correction is necessary, draw a single line through the entered
figure and enter the corrected figure above it. Corrections must be initialed by the person
signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be
tabulated. The original quote conditions and specifications CANNOT be changed or altered
in any way. Altered quotes will not be considered. Clarification of the quote submitted shall
be in letter form, signed by bidders and attached to the quote.
1.3 NO QUOTE:
If not submitting a quote, respond by returning the enclosed quote form questionnaire, and
explain the reason. Repeated failure to not quote without sufficient justification shall be cause
for removal of a supplier's name from the quote mailing list.
1.4 PRICES QUOTED:
Deduct trade discounts and quote firm net prices. Give both unit price and extended total,
when requested. Prices must be stated in units of quantity specified in the bidding
specifications. In case of discrepancy in computing the amount of the QUOTE, the UNIT
PlUCE quoted will govern. All prices must be .t' .V.H. de3tmatlOft, freight prepaid (unless
otherwise st::tted in special conditIOns). Discounts tor prompt payment. .A.ward, ifmade, will
be in accordance with terms and conditions stated herein. Each item must be bid separately
and no attempt is to be made to tie any item or items in with any other item or items. Cash or
quantity discounts offered will not be a consideration in determination of award ofbid(s).
QUOTE NO: VA-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
1
1.5 TAXES:
The City of Miami Beach is exempt from all Federal Excise and State taxes. State Sales Tax
and Use Certificate Number is 04-00097-09-23.
1.6 MISTAKES:
Contractors submitting quotes are expected to examine the specifications, delivery schedules,
bid prices and extensions and all instructions pertaining to supplies and services. Failure to do
so will be at the Contractor's risk.
1.7 CONDITION AND PACKAGING:
It is understood and agreed that any item offered or shipped as a result of this quotation shall
be the latest new and current model offered (most current production model at the time of
this quote). All containers shall be suitable for storage or shipment, and all prices shall include
standard commercial packaging.
1.8 UNDERWRITERS'LABORATORIES:
Unless otherwise stipulated in the quotation, all manufactured items and fabricated assemblies
shall be u.L. listed or re-examination listing where such has been established by u.L. for the
item(s) offered and furnished.
1.9 WAIVER OR REJECTION OF QUOTATIONS:
The City Commission reserves the right to waive irregularities or technicalities in quotations
or to reject all quotations or any part of any quote they deem necessary for the best interest of
the City of Miami Beach.
1.10 EQUIVALENTS:
If Contractor offers makes of equipment or brands of supplies other than those specified in
the following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall
conform in quality, design and construction with all published claims of the manufacturer.
Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are
informational guides as to a standard of acceptable product quality level only and should not
be construed as an endorsement or a product limitation of recognized and legitimate
manufacturers. Contractors shall formally substantiate and verifY that product(s) offered
conform with or exceed quality as listed in the specifications.
Contractor shall indicate on the quotation form the manufacturer's name and number if
quoting other than the specified brands, and shall indicate ANY deviation from the
specifications as listp.n Othp.r th:m srp.~ified items offered requires complete descriptive
technical literatI Ire marked to indicate detail(s) confurmance 'Nith specifications and MUST
HE INCLUDED WITH THE QUOTE. NO QUOTES WILL BE CONSIDERED
WITHOUT TillS DATA.
Lacking any written indication of intent to quote an alternate brand or model number, the bid
will be considered as a quote in complete compliance with the specifications as listed on the
attached form.
QUOTE NO: V A-QT04-00 1
DATE: 03/10/04
CITY OF MIAMI BEACH
2
1.11 (NOT USED)
1.12 (NOT USED)
1.13 NON-CONFORMANCE TO CONTRACT CONDITIONS:
Items may be tested for compliance with specifications. Item delivered, not conforming to
specifications, may be rejected and returned at vendor's expense. These items and items not
delivered as per delivery date in quote and/or purchase order may be purchased on the open
market. Any increase in cost may be charged against the contractor. Any violation of these
stipulations may also result in:
A) Contractor's name being removed from the vendor list.
B) All departments being advised not to do business with vendor.
1.14 SAMPLES:
Samples of items, when required, must be furnished free of expense. Contractors will be
responsible for the removal of all samples furnished within (30) days after bid opening. All
samples will be disposed of after thirty (30) days. Each individual sample must be labeled
with contractor's name. Failure of contractor to either deliver required samples or to clearly
identifY samples may be reason for rejection of the quote. Unless otherwise indicated, samples
should be delivered to the Property Management Director, 1245 Michigan Avenue, Miami
Beach, Florida 33139.
1.15 DELIVERY:
Unless actual date of delivery is specified (or if specified delivery cannot be met), show
number of days (in calendar days) required to make delivery after receipt of purchase order, in
space provided. Delivery time may become a basis for making an award. Delivery shall be
within the normal working hours of the user, Monday through Friday, excluding holidays.
1.16 INTERPRETATIONS:
Unless otherwise stated in the quotation, any questions concerning conditions and
specifications should be submitted in writing to the Property Management Director, 1245
Michigan Avenue, Miami Beach, Florida 33139. Fax (305) 673-7650.
1.17 (NOT USED)
1.18 AWARDS:
In the best interest of the City of Miami Beach, the City reserves the right to reject all bids or
any portion of any bid they deem necessary for the best interest of the City; to accept any item
or group of items unless qualified by the hidder; to 3cquire ;!l'Irlitillil;!I'J"::\III;';,..,') i;tl P' ;q;')
quoted on the Did form unless additional quanlilit::s cut: Hul ac(,;eplable, in which case the Bid
Form must be noted "BID IS FOR SPECIFIED QUANTITY ONLY". All awards made as a
result of this bid shall conform to applicable Florida Statutes.
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
3
1.19 QUOTE OPENING:
Quotes shall be opened and publicly read on the date, time and place specified on the Quote
Form. All quotes received after the date, time, and place shall be returned, unopened.
1.20 INSPECTION, ACCEPTANCE & TITLE:
Inspection and acceptance will be at destination unless otherwise provided. Title t%r risk of
loss or damage to all items shall be the responsibility of the successful bidder until acceptance
by the buyer unless loss or damage result from negligence by the buyer. If the materials or
services supplied to the City are found to be defective or not conform to specifications, the
City reserves the right to cancel the order upon written notice to the seller and return product
at contractor's expense.
1.21 PAYMENT:
Payment will be made by the City after the items awarded to a vendor have been received,
inspected, and found to comply with award specifications, free of damage or defect and
properly invoiced.
1.22 DISPUTES:
In case of any doubt or difference of opinion as to the items to be furnished hereunder, the
decision of the City shall be final and binding on both parties.
1.23 LEGAL REQUIREMENTS:
Federal, State, county and city laws, ordinances, rules and regulations that in any manner
affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a
cause for relief from responsibility.
1.24 (NOT USED)
1.25 (NOT USED)
1.26 PATENTS & ROYALTIES:
The Contractor, without exception, shall indemnify and save harmless the City of Miami
Beach, Florida and its employees from liability of any nature or kind, including cost and
expenses for, or on account of, any copyrighted, patented, or unpatented invention, process,
or article manufactured or used in the performance of the contract, including its use by The
City of Miami Beach, Florida. If the contractor uses any design, device or materials covered
by letters, patent, or copyright, it is mutually understood and agreed, without exception, that
the quote prices shall include all royalties or cost arising from the use of such design, device,
or materials in any way involved in the work.
1.27 OSHA:
The Contractor warrants that the product supplIed to the CIty ot Mianu Beach, Florida shall
conform in all respects to the standards set forth in the Occupational Safety and Health Act of
1970, as amended, and the failure to comply with this condition will be considered as a breach
of contract. Any fines levied because of inadequacies to comply with these requirements shall
be borne solely by the Contractor responsible for same.
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OFMIAMIBEACH
4
1.28 SPECIAL CONDITIONS:
Any and all Special Conditions that may vary from these General Conditions shall have
precedence.
1.29 ANTI-DISCRIMINATION:
Contractor certifies that he/she is in compliance with the non-discrimination clause contained
in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to
equal employment opportunity for all persons without regard to race, color, religion, sex or
national origin.
1.30 AMERICAN WITH DISABILITIES ACT:
Call (305) 673-7490NOICE to request material in accessible format; sign language
interpreters (five days in advance when possible), or information on access for persons with
disabilities. For more information on ADA compliance please call the Heidi Johnson Wright at
the Public Works Department at 305.673-7080.
1.31 QUALITY:
All materials used for the manufacture or construction of any supplies, materials or equipment
covered by this bid shall be new. The items quoted must be new, the latest model, of the best
quality, and highest grade workmanship.
1.32 (NOT USED)
1.33 LIABILITY, INSURANCE, LICENSES AND PERMITS:
Where Contractors are required to enter or go onto City of Miami Beach property to deliver
materials or perform work or services as a result of a quotation award, the successful
Contractor will assume the full duty, obligation and expense of obtaining all necessary
licenses, permits and insurance and assure all work complies with all applicable Dade County
and City of Miami Beach building code requirements and the South Florida Building Code.
The Contractor shall be liable for any damages or loss to the City occasioned by negligence of
the Contractor (or agent) or any person the Contractor has designated in the completion of
the contract as a result of his or her bid.
1.34 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE:
Bid Bonds, when required, shall be submitted with the quote in the amount specified in
Special Conditions. After acceptance of quote, the City will notify the successful Contractor
to submit a performance bond and certificate of insurance in the amount specified in Special
Conditions.
1.3s--DEFAULT:
Failure or refusal of a Contractor to execute a contract upon award, or withdrawal of a bid
before such award is made, may result in forfeiture of that portion of any surety required
equal to liquidated damages incurred by the City thereby, or where surety is not required,
failure to execute a contract as described above may be grounds for removing the Contractor
from the City's vendor list.
QUOTE NO: V A-QT04-001
DA TE: 03/10/04
CITY OF MIAMI BEACH
5
1.36 CANCELLATION:
In the event any of the provisions of this quote are violated by the contractor, the Property
Management Director shall give written notice to the Contractor stating the deficiencies and
unless deficiencies are corrected within ten (10) days, recommendation will be made for
immediate cancellation. The City reserves the right to terminate any contract resulting from
this invitation at any time and for any reason, upon giving thirty (30) days prior written notice
to the other party.
1.37 BILLING INSTRUCTIONS:
Invoices, unless otherwise indicated, must show purchase order numbers and shall be
submitted in DUPLICATE to the City of Miami Beach Property Management Division, 1245
Michigan Avenue, Miami Beach, Florida 33139.
1.38 (NOT USED)
1.39 (NOT USED)
1.40 NOTE TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH:
Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00
P.M.
1.41 SUBSTITUTIONS:
The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind.
Contractors are expected to furnish the brand quoted in their quote once awarded. Any
substitute shipments will be returned at the Contractor's expense.
1.42 FACILITIES:
The City reserves the right to inspect the Contractor's facilities at any time with prior notice.
1.43 BID TABULATIONS:
Contractors desiring a copy of the bid tabulation may request same by enclosing a self-
addressed stamped envelope with the bid.
1.44 (NOT USED)
1.45 (NOT USED)
1.46 CLARIFI€ATION AND-ADDENDA TO QUOTE SPECIFICATIONS:
If any person contemplating submitting a quote under this solicitation is in doubt as to the true
meaning of the specifications or other quote documents or any part thereof, the Contractor
must submit to the City of Miami Beach Property Management Director at least two (2)
calendar days prior to scheduled quote opening, a request for clarification.
QUOTE NO: V A-QT04-001
DATE: 03110/04
CITY OF MIAMI BEACH
6
All such requests for clarification must be made in writing and the person submitting the
request will be responsible for its timely delivery.
Any interpretation of the quote, if made, will be made only by Addendum duly issued by the
City of Miami Beach Property Management Director. The City shall issue an Informational
Addendum if clarification or minimal changes are required. The City shall issue a Formal
Addendum if substantial changes which impact the technical submission of quotes is required.
A copy of such Addendum shall be sent by mail or facsimile to each Contractor receiving the
Solicitation. In the event of conflict with the original Contract Documents, Addendum shall
govern all other Contract Documents to the extent specified. Subsequent addendum shall
govern over prior addendum only to the extent specified. The Contractor shall be required to
acknowledge receipt ofthe Formal Addendum by signing in the space provided on the Quote
Proposal Form. Failure to acknowledge Addendum may deem its quote non-responsive;
provided, however, that the City may waive this requirement when in its best interest. The
City will not be responsible for any other explanation or interpretation made verbally or in
writing by any other City representative.
1.47 DEMONSTRA TION OF COMPETENCY:
1) Pre-award inspection of the Contractor's facility may be made prior to the award of
contract. Quotes will only be considered from firms which are regularly engaged in the
business of providing the goods and/or services as described in this invitation for quote.
Contractors must be able to demonstrate a good record of performance for a reasonable
period of time, and have sufficient financial support, equipment and organization to insure
that they can satisfactorily execute the services if awarded a contract under the terms and
conditions herein stated. The terms "equipment and organization" as used herein shall be
construed to mean a fully equipped and well established company in line with the best
business practices in the industry and as determined by the City of Miami Beach.
2) The City may consider any evidence available regarding the financial, technical and other
qualifications and abilities of a Contractor, including past performance ( experience) with the
City in making the award in the best interest of the City.
3) The City may require Contractors to show proof that they have been designated as
authorized representatives of a manufacturer or supplier which is the actual source of supply.
In these instances, the City may also require material information from the source of supply
regarding the quality, packaging, and characteristics of the products to be supplies to the City
through the designated representative. Any conflicts between this material information
provided by the source of supply and the information contained in the Contractor's Proposal
may render the quote non-responsive.
4) Th~ City may, durin~period that the Contract hetween the City :Inn the "llcc.essfi!1
Contractor is in force, review the successful Contractor's record of performance to insure
that the Contractor is continuing to provide sufficient financial support, equipment and
organization as prescribed in this Solicitation. Irrespective of the Contractor's
performance on contracts awarded to it by the City, the City may place said contracts on
probationary status and implement termination procedures if the City determines that the
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
7
successful Contractor no longer possesses the financial support, equipment and
organization which would have been necessary during the quote evaluation period in
order to comply with this demonstration of competency section.
1.48 DETERMINA TION OF AWARD
The City shall award the contract to the lowest and best Contractor. In determining the
lowest and best Contractor, in addition to price, there shall be considered the following:
a. The ability, capacity and skill of the Contractor to perform the Contract.
b. Whether the Contractor can perform the Contract within the time specified,
without delay or
c. The character, integrity, reputation, judgement, experience and efficiency of the
bidder.
d. The quality of performance of previous contracts.
e. The previous and existing compliance by the Contractor with laws and
ordinances relating to the Contract..
1.49 ASSIGNMENT:
The Contractor shall not assign, transfer, convey, sublet or otherwise dispose of this contract,
including any or all of its right, title or interest therein, or his or its power to execute such
contract to any person, company or corporation without prior written consent of the City of
Miami Beach.
1.50 LAWS, PERMITS AND REGULA nONS:
The Contractor shall obtain and pay for all licenses, permits and inspection fees required for .
this project; and shall comply with all laws, ordinances, regulations and building code
requirements applicable to the work contemplated herein.
1.51 OPTIONAL CONTRACT USAGE:
As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase
from the resulting contract, provided the Department of Management Services, Division of
Procurement, has certified its use to be cost effective and in the best interest of the State.
Contractors have the option of selling these commodities or services certified by the Division
to the other State agencies at the agencies option.
1.52 SPOT MARKET PURCHASES:
It is the intent of the City to purchase the items specifically listed in this bid from the awarded
vendor. However, items that are to be ASpot Market Purchased:::: may be purchased by other
methods, i.e. Federal, State or local contracts.
] .53 ELIMINA TION FROM CONSIDERATION
This quote solicitation shall not be awarded to any person or firm which is in arrears to the
County upon any debt, taxes or contracts which are defaulted as surety or otherwise upon any
obligation to the County.
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
8
1.54 WAIVER OF INFORMALITIES
The City reserves the right to waive any informalities or irregularities in this bid solicitation.
1.55 ESTIMA TED QUANTITIES
Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the
contract period. The City is not obligated to place any order for a given amount subsequent to
the award of this solicitation. Estimates are based upon the City's actual needs and/or usage
during a previous contract period. The City for purposes of determining the low bidder
meeting specifications may use said.
1.56 COLLUSION
Quotes from related parties. Where two (2) or more related parties each submit a quote or
proposal for any contract, such bids or proposals shall be presumed to be collusive. The
foregoing presumption may be rebutted by presentation of evidence as to the extent of
ownership, control and management of such related parties in the preparation and submittal of
such bids or proposals. Related parties mean bidders or proposers or the principals thereof
which have a direct or indirect ownership interest in another bidder or proposer for the same
contract or in which a parent company or the principals thereof of one (1) bidder or proposer
have a direct or indirect ownership interest in another bidder or proposer for the same
contract. Quotes found to be collusive shall be rejected. Bidders or proposers who have been
found to have engaged in collusion shall be considered non-responsive, and may be suspended
or debarred, and any contract resulting from collusive bidding may be terminated for default.
1.57 DISPUTES
In the event of a conflict between the documents, the order of priority of the documents shall
be as follows:
. Any agreement resulting from the award of this Quote (if applicable); then
. Addenda released for this Quotation, with the latest Addendum taking precedence;
then
. The Quotation; then
. Awardee's Quote.
1.58 REASONABLE ACCOMMODATION
In accordance with the Title II of the Americans with Disabilities Act, any person requiring an
accommodation a.t the RJlP opening he..;tll~~ lIf ~ ct;,JllI,;I;(y 11Il1~1 I "IlICl"l Heidi Johnson
Wright at the Public ~vVo! k.s Dep(lIllUt:ul (II (305) 673-7080.
1.59 GRA TUITIES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent of the City, for the purpose of influencing consideration of this quotation.
QUOTE NO: VA-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
9
1.60 SIGNED QUOTE CONSIDERED AN OFFER
The signed quote shall be considered an offer on the part of the Contractor, which offer shall
be deemed accepted upon approval by the City and in case of default on the part of successful
Contractor, after such acceptance, the City may procure the items or services from other
sources and hold the Contractor responsible for any excess cost occasioned or incurred
thereby. Additionally, the City may take such action.
1.61 QUOTE CLARIFICA nON:
Any questions or clarifications concerning this Invitation to Quote shall be submitted in
writing by mail or facsimile to the Property Management Department, 1245 Michigan
Avenue, Miami Beach, FL 33139 FAX: (305) 673-7650. The quote project number shall be
referenced on all correspondence. All questions must be received no later than seven (7)
calendar days prior to the scheduled bid opening date.
All responses to questions/clarifications will be sent to all prospective bidders in the form of
an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID
DEADLINE.
1.62 TIE QUOTES:
Please be advised that in accordance with Florida Statues Section 287.087, regarding identical
tie bids, preference will be given to vendors certifying that they have implemented a drug free
work place program. A certification form will be required at that time.
1.63 PUBLIC ENTITY CRIMES (PEC):
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 consultant 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 of36 months from the. date of being placed on the convicted vendor list.
QUOTE NO: V A-QT04-001
DATE: 03110/04
CITY OF MIAMI BEACH
10
THEATRICAL SEATING, ACOUSTICAL WALL CURTAINS, AISLE LIGHTING
STRIPS, AISLE CARPET, WOOD FINISHES AND BASIC SOUND SYSTEM AT
THE BYRON CARLYLE THEATRE.
QUOTATION NO. VA-QT04-001
2.0 SPECIAL CONDITIONS
2.1 PURPOSE:
The purpose of this quote is to establish a contract, by means of sealed quotes to a qualified
contractor, for the Theatrical seating, acoustical wall curtains, aisle lighting strips, aisle
carpets installation, wood finishes and sound system installation at the Byron Carlyle Theatre,
as specified in the bid documents.
2.2 MEmOD OF AWARD:
Award of this contract will be made to the lowest responsive, responsible and best Contractor
whose QUOTE will be most advantageous to the City of Miami Beach.
2.3 PAYMENT:
Payment will be made upon final completion of this project. The City will pay the contract
price minus any liquidated damages and/or other damages to the Contractor upon final
completion and acceptance.
2.4 DELIVERY TIME: N/A
2.5 ADDITIONS/DELETIONS OF FACILITIES: N/A
2.6 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: N/A
2.7 PRE-BID CONFERENCE/SITE INSPECTION: N/A
2.8 INSURANCE AND INDEMNIFICATION:
(See Check List for applicability to this contract)
The Contractor shall be responsible 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, all risks of damage or
injury to property or persons used or employed on or in connection with the work and of all
damage or injury to any person or propeny wherever located, resultmg trom any action or
operation under the contract Of ill cOllJlectioll with tht:: WUI k. It is understood and agreed that
at all times the contractor is acting as an independent contractor.
QUOTE NO: V A-QT04-001
DATE: 03110/04
CITY OF MIAMI BEACH
11
The contractor, at all times during the full duration of work under this contract, including extra
work in connection with this project shall meet the following requirements:
Maintain Worker's Compensation and Employer's Liability Insurance to meet the statutory
requirements of the State of Florida.
Maintain Comprehensive General Liability Insurance in amounts prescribed by the City (see
checklist for limits) to protect the contractor in the interest of the City against all risks of injury
to persons (including death) or damage to property wherever located resulting from any action
or operation under the contract or in connection with the work. This policy is to provide
coverage for premises/operations, independent contractor, broad form property damage,
products/completed operations and contractual liability.
Maintain Automobile Liability Insurance including Property Damage covering all owned, non-
owned or hired automobiles and equipment used in connection with the work.
Maintain any additional coverages 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 onto your policies,
the insurance companies hereby agree and will endorse the policies to state that the City will
not be liable for the payment of any premiums or assessments. A copy of the endorsement(s)
naming the City of Miami Beach as an additional insured is required and must be submitted to
the City's Risk Manager.
No change or cancellation in insurance shall be made without thirty (30) days written notice to
the City of Miami Beach Risk Manager.
All insurance policies shall be issued by companies authorized to do business 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.
Original signed Certificates of Insurance, evidencing such coverages 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.
It is understood and agreed that all policies of insurance pT-Ovided by-the-oontractor arc primW'"f
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.
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
12
.
All policies issued to cover the insurance requirements herein shall 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 fund for
payment of deductibles by the insured and approved by the City's Risk Manager.
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 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 insurance 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".
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 determined by a court of competent jurisdiction.
The Contractor will notify his insurance 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.
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.
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.
Il1SuJanCe cOVeJi1!:!>t: Jt:ljuiJt:J intht:st: spt:cifications shall be in force throughout the contract
term. -Shffi:l-ki-any-awardcc fail te-prevtdellceeptabfe-evidence"ofcttJ J el1t iJ1SUI (tHCe within St:Vt:H
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.
If Contractor does not meet the insurance requirements of the specifications; alternate
insurance coverage, satisfactory to the Risk Manager, may be considered.
QUOTE NO: V A-QT04-00 1
DATE: 03110/04
CITY OF MIAMI BEACH
13
.
It is understood 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 hereunder 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 hereunder, other insureds 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.
QUOTE NO: VA-QT04-001
DATE: 031l0/04
CITY OF MIAMI BEACH
14
xxx 1.
xxx 2.
xxx 3.
xxx 5.
xxx 7.
xxx 8.
xxx 9.
INSURANCE CHECK LIST
Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
Comprehensive General Liability (occurrence form), limits ofliabiIity $ LOOO.OOO.OO per
occurrence for bodily injury property damage to include Premises/ Operations; Products,
Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4.
Excess Liability - $
.00 per occurrence to follow the primary coverages.
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
Thirty (30) days written cancellation notice required.
Best's guide rating B+: VI or better, latest edition.
The certificate must state the bid number and title
CONTRACTOR AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this insurance
may be required within five (5) days after bid 0 .
Contractor
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
15
2.9 VENDOR APPLICATION: N/A
2.10 CONTACT PERSON:
For any additional information regarding the specifications and requirements of this project,
contact Brad Judd, Property Management Director at (305) 673-2984
2.11 SAMPLES:
The Contractor shall provide upon request, a complete and accurate sample of the product(s)
which they propose to furnish.
2.12 BID, PERFORMANCE, AND BUDGET
A Bid Bond is not required, however the successful Contractor will be required to furnish
Performance and Payment Bonds, each in the amount of one hundred (100%) percent of the
Contract amount.
2.13 LIQUIDATED DAMAGES:
The Contractor agrees to pay the City liquidated damages in the amount of$200 per calendar
day beyond the ninety (90) day substantial completion date.
2.14 DISCOUNTS (From published price lists): N/A
2.15 ESTJl\.1ATED QUANTITIES: N/A
2.16 WARRANTY:
The successful Contractor will be required to warranty all work performed. The complete
Warranty shall be described in detail on the attached Bid Form. The work performed on
the Fire Sprinkler Installation will require a minimum warranty of one (1) year.
2.17 PRODUCT/CATALOG INFORMATION: N/A
2.18 REFERENCES (PROVIDE 4 REFERENCES, PLEASE SEE PAGE 25)
2.19 COMPLETE PROJECT REQUIRED:
These specifications describe the various items or classes of work required, enumerating or
defining the extent of same necessary, but failure to list any items or classes under scope of
the several sections shall not relieve the contractor from furnishing, installing or performing
such work where required by any part of these specifications, or necessary to the satisfactory
I 1I111J..It::tillll Ilf the pIojecl.
2.20 }'ACILITY LOCATION:
The Byron Carlyle Theatre is located at 500 715t Street, Miami Beach FI 33141.
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
16
.
2.21 CONTRACTOR QUALIFICA nONS:
In order for quotes to be considered, Contractors must submit with their quote, evidence that
they are qualified to satisfactorily perform the specified work. Evidence shall include all
information necessary to certify that the Contractor: maintains a permanent place of business;
has technical knowledge and practical experience in the type of equipment included in this
scope of work; has available the organization and qualified manpower to do the work; has
adequate financial status to meet the financial obligations incident to the work; has not had
just or proper claims pending against him or his work; and has provided Fire Sprinkler
Projects similar to the Byron Carlyle Theatre, as specified on the bid form. The evidence will
consist oflisting of work that has been provided to public and private sector clients, ie. nature
of work and number of similar projects completed within the last three (3) years.
2.29 LA TE QUOTES:
At time, date, and place above, quotes will be publicly opened. Any quotes or proposals
received after time and date specified shall be returned to the bidder unopened. The
responsibility for submitting a quote before the stated time and date is solely and strictly the
responsibility of the proposer. The City is not responsible for delays caused by mail, courier
service, including U.S. Mail, or any other occurrence.
2.30 EXCEPTIONS TO SPECIFICATIONS: N/A
2.31 COMPLETE INFORMATION REQUIRED ON QUOTE FORM:
All quotes must be submitted on the attached Quote Form and all blanks filled in. To be
considered a valid bid, the ORIGINAL AND ONE COPY of the Quote Form pages and all
required submittal information must be returned, properly completed, in a sealed envelope as
outlined in the first paragraph of General Conditions.
2.32 MAINTENANCE AGREEMENT: (N/A)
2.33 EQUAL PRODUCT: (N/A)
QUOTE NO: V A-QT04-001
DATE: 03110/04
CITY OF MIAMI BEACH
17
~
.
Section 3
MEASUREMENT AND PAYMENT
3.1 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.
3.2 Scope of Payments - 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.
3.3 Payment and Compensation for Altered Quantities -When Alterations in Plans or
quantities of work not requiring Supplemental Agreements as herein before 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.
3.4 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 the 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 shall 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 actually 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, lows, etc. In addition to the above the
\...,UIlLI . r ocia ecun y axes, nemp oyment nsurance, an
Wefkmen's-C-empensation Insurance-involved in such [01 c~ i:1~~uUlll work, based on the actual wages
paid the said labor and foremen. No percentage will be added to the cost of such taxes or insurance.
(b) For all materials used the Contractor shall receive the actual cost of such materials,
delivered at the site, as shown by the original receipted bills, but no percentage shall be allowed on
the cost of such materials.
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
18
,
-
(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 performance 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 form 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 of his 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. .
3.5 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.
3.6 Partial Payments - 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.
Contractor shall provide PARTIAL RELEASE OF LIENS with each Application for payment.
It is understood and agreed that the City may also deduct from any estimate, either partial or
final, the amount of any unsatisfied claim against the Contractor for labor, materials, teams,
equipment and/or othcr thmgs as cIsc,whele pWvideJ In:at;iu.
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 has been remedied and causes for doubt removed. The monthly payments
shall be approximate only, and all partial estimates and payments shall be subject to correction in the
QUOTE NO: V A-QT04-001 CITY OF MIAMI BEACH
DATE: 03/10/04 19
"
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 unsatisfied claims.
3.7 Acceptance and Final Payment - Whenever the improvement provided for under this
Contract shall have been completely performed 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 final payment the City is to be released from all liability
whatever growing out of this Contract.
No final payment shall be made without the submittal of the following documents: the
FINAL RELEASE OF LIEN, THE FINAL RELEASE OR LETTER OF APPROVAL OF
THE SURETY COMPANY, the FINAL CERTIFICATE OF COMPLETION or FINAL
CERTIFICATE OF OCCUPANCY FROM THE BUILDING OFFICIAL, a LETTER OF
FINAL COMPLETION or LETTER OF FINAL ACCEPTANCE from the AlE of record,
approved by the City.
QUOTE NO: V A-QT04-001
DATE: 03110/04
CITY OF MIAMI BEACH
20
~
.
THEATRICAL SEATING, ACOUSTICAL WALL CURTAINS, AISLE LIGHTING
STRIPS, AISLE CARPET, WOOD FINISHES AND BASIC SOUND SYSTEM AT
THE BYRON CARLYLE THEATRE.
QUOTATION NO. VA-QT04-001
Proposal Page 1 of 2
We propose to furnish all labor, machinery, tools, means of transportation, supplies,
equipment, materials, services necessary for theatrical seating, acoustical wall curtains, aisle
lighting strips, aisle carpets, wood finishes and sound system installation at the Byron Carlyle
Theatre, as specified in the bid documents.
LINE ITEM
LUMP SUM
1) Theatrical Seating
2) Curtains
3) Area Carpets
4) Entrances Wood work, Trims and Finishing
5) Aisle Lighting Strips
6) Wood Plank paneling: backside & front of upper deck
seating area
7) Basic Sound System
$52,523.64
$58,615.98
$ 7,677.50
$10,184.90
$ 5,891.34
$ 8,251.84
$ 24,603.29
GRAND TOTAL:
$167.748.49
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
21
",
.
THEATRICAL SEATING, ACOUSTICAL WALL CURTAINS, AISLE LIGHTING
STRIPS, AISLE CARPET, WOOD FINISHES AND BASIC SOUND SYSTEM AT
THE BYRON CARLYLE THEATRE.
QUOTATION NO. V A-QT04-001
Proposal Page 2 of 2
PAYMENT TERMS: 2%/10 EOM.lfother, specify here
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE
CONSIDERED PART OF THE BID MUST BE SUBMITTED IN DUPLICATE.
/J?,. ~Ht4'L, ~. <3~~~
SUBMITTED BY:
COMPANY NAME: #P"~#, e-~./AJ#'~~,. '%"',.MC.
SIGNED:
'dri~N I
(I certify that I am aut to execute this proposal and
commit the quotin Irm)
Contractors must acknowledge receipt of addendum (if applicable).
Amendment No.1:
Insert Date
Amendment NO.2:
Insert Date
NAMEITITLE(Print):
/>?/~~ A/. ~~-, ~ PA26=""~~AJ-r
,/ tplP / ~ tJ b.~. .4-ve.
ADDRESS:
CITY/STATE:
~.~. J,ct.
.
ZIP: 33',;;J. ~
FACSIMILE NO:
&~.. 'r/";- - 9 ~ ~L:>
cr'6)~"; "rl:;-- 9 ~ B?
TELEPHONE NO:
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
22
'\
.
THEATRICAL SEATING, ACOUSTICAL WALL CURTAINS, AISLE LIGHTING
STRIPS, AISLE CARPET, WOOD FINISHES AND BASIC SOUND SYSTEM AT THE
BYRON CARLYLE THEATRE.
QUOTA TION NO. V A-QT04-001
CHECK LIST
To ensure that your quotation is submitted in conformance with the Contract Documents, please
verify that the following items have been completed and submitted as required.
X Original and one copy of bid (including all submittal information)
General Conditions Section 1.1
Special Conditions Section 2.31
X Execution of Quote
General Conditions Section 1.2
EquivalentslEqual Product
General Condition Section 1. 10
Special Conditions Section 2.33
Insurance and Indemnification (including Insurance Checklist)
X General Condition Section 1.34
Special Conditions Section 2.8
BidlPerformance Bond
X General Condition Section 1.34
Special Conditions Section 2.12
X Warranty
Special Conditions Section 2. 16
Product/Catalog Information
Special Conditions Section 2.17
X References
Special Conditions Page 27
X Bidder Qualifications
... ... ~ '" . ... ~ ~1
.r..xcepnons to ~peCIIICatlOnS
Special Conditions Section 2.30
X Contractor's Questionnaire
(page 28)
QUOTE NO: VA-QT04-001
DATE: 03110/04
CITY OF MIAMI BEACH
23
,.
..
THEATRICAL SEATING, ACOUSTICAL WALL CURTAINS, AISLE LIGHTING
STRIPS, AISLE CARPET, WOOD FINISHES AND BASIC SOUND SYSTEM AT THE
BYRON CARLYLE THEATRE.
QUOTA TION NO. V A-QT04-001
CUSTOMER REFERENCE LISTING
Contractor's shall furnish the names, addresses, and telephone numbers ofa minimum offour (4) firms
or government organizations for which the Contractor is currently furnishing or has furnished, similar
servtces.
1)
Company Name ~4I!!~A' ~ VIf,h',/t!",,,'7( ,r.:-~a s#r~
Address (SHr.s ) j,D 1- B~N,v~ 9'; jI;;/,8 J.s~~<I 4-",(. 3D'r'S
./ ~
Contact Person/Contract Amount ,1';P~r i,~114~, 'J>>..~
I
Telephone Number ~ 9/"::;- P, 9- ~'1
2)
Company Name
S~JF;"J1'I-~y 1'1" G'AP-,R" tP~ ;;:>tJ6k~ td,l'2/~
Address ~ ~~.~.... ~.>>J/',IJ/~..h) ~M~
,. /$
Contact Person/Contract Amount.?v ~ /i/tP4J'~"'z..- ~..:1- b Zl."d,.J
I
Telephone Number (Jo9J ~~ 2~II.I(J.)Cj:" y~~s
3)
Company Name
~~lPtf Pr .$m~ 'r /VAiL w/)Al/~
,
Address ~)'"z:> ~P'JA..t&c ) ~~n./AJ/t!'~ ~;i"lL
~
Contact Person/Contract Amount~t:- ~AA/~l>e'l:. / ~. &l. A-(~.4',,~
Telephone Number (/tPf) s-~S""-.~// / fIX'7'7 y/) ':15
4)
Company Name
C~p Il?/l h/l rJte' b~ {" ;is..e .S'H 75)
.____~Mdress----_l- s#ro ~~F-4A4A'..AeA.L~;r~~T5bJ';J2{SAv:>D;r6-4-.-~B
~
Contact Person/Contract Amountft,,4lr ,A,.I!:S/ ~ /)4'1>' ~
Telephone Number
!1/"" - ?~y- ;tY~r
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
24
p-
..
CONTRACTOR'S OUESTIONNAIRE
NOTE:
Information supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answers may be grounds for disqualification from
award of this bid.
Submitted to City of Miami Beach, Florida:
By AN r e"4hI cp~./....,e-i!F .e/u6/ ,):"pe.
Principal Office / v p/
~ w ~~,t.I~ ~~. / A-t./-I-"'J~ ~t.. 55/ 2~
/
How many years has your organization been in business as a General Contractor under your present
business name? /9 ~t'*~S
,
Does your organization have current occupational licenses entitling it to do the work contemplated in
this Contract? y~
I
State of Florida occupational license - state type and number: L-V-l:>t>- ~()/, /l,J);-/,,8'?
bade County certificate of competency - state type and number:
City of Miami Beach occupational license - state type and number:
Include copies of above licenses and certificates with proposal.
How many years experience in similar work has your organization had?
(A) As a General Contractor
(B) As a Sub-Contractor /9 j',,~
(C) What contracts has your organization completed?
Contract Amt Class of Work When Completed Name/Address of Owner
..:J,~ A<.tlll,.", - ~t'.-H-A~jr..s/c'hJ~ /9?f - l'l'A-772D /)>.Jt;A/v,Q J>udA-/s~.i:Jpi) Jk~
y, ~ ,,?,'///DA -4",,;,u, ~;rnJ~ /9/~ -l'bIftIlo /J?~~NU~'D ~ZJ/~. bf~./J8~
Have you ever had a contract terminated (as prime contractor or sub-contractor, under existing
company name or another company name) due to failure to comply with contractual
"pp.cificlltio",,? A~O
If so, wliere -and why?
Has any officer or partner of your organization ever failed to complete a construction contract
handled in his own name?
- .lOt!' -
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
25
...
.
If so, state name of individual, name of owner, and reason thereof
In what other lines of business are you financially interested or engaged?
Give references as to experience, ability, and financial standing
What equipment do you own that is available for the proposed work and where located?
~
What Bank or Banks have you arranged to do business with during the course of the Contract should
it be awarded to you?
IV~~.,/~ 8~~.." N..4'
Please list the names and addresses of the subcontractors to be used for the portions of the work
listed below.
t!!'Z>I:V'e ~A;V~ 4~ ~.4-~ ~ A11"i1m/I,c4,
/k~e: Jl(Jlbt:h/~~ .u./#~; ~A-.
I BE~-9~~~" .r~ true aud eo"~
(SEAL)
(SEAL)
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
26
.,
"
j<
AGREEMENT
THIS AGREEMENT made this /f) dayof"f( ~w 20.!!$ A.D. between the CITY
OF MIAMI BEACH, a Florida municipal corporation, hereinafter called the City, which
term shall include its successors and assigns, party of the one part, and
...v-- ~ec-rr G"p4i-1' :U"AY'.t.P~... p~,
/ bt),/ A.J." . J'"::;J~tJ/. A-,lc.
~'~~fi. B3/a.~
hereinafter called the Contractor, which term shall include its heirs, successors and assigns, party of
the other part.
WITNESSETH that the said Contractor for the consideration and compensation herein agreed to be
paid and the said City in consideration of the construction of improvements to be done by said
Contractor and designated" THEATRICAL SEATING, ACOUSTICAL W ALL CURTAINS,
AISLE LIGHTING STRIPS, AISLE CARPET, WOOD FINISHES AND BASIC SOUND
SYSTEM AT THE BYRON CARLYLE THEATRE" by said City, do hereby mutually agree as
follows:
1. This Agreement shall extend to and be obligatory upon said City, its successors and assigns,
and upon said Contractor and its heirs, successors and assigns. Neither this Agreement nor
any part thereof nor any part of the Work herein contemplated, shall be assigned or sublet,
nor shall any sums of money provided to be paid to said Contractor be assigned by said
Contractor to anyone without the consent of the City Commission of said City evidenced by
its resolution.
2. The foregoing pages ofthis booklet, including the Notice to Contractors, the Proposal, and
the Contract Documents and such alterations as may be made in said Plans and Specifications
as therein provided for, are hereby referred to and made a part of this Agreement and the
terms and conditions set forth therein, except when in direct conflict with this written
Contract, are as much a part hereof as if copied herein. If conflicts exist between them and
this written instrument, only that part of the matter in direct conflict herewith shall not be
construed to be a part hereof
3. The Contractor shall commence work within seven (7) days of the Notice to Proceed and
shall construct and complete in a good and workmanlike manner the materials herein referred
to, stIidly ill (lvvUJJ I.~I~wjlI. lh~ fulluwing.
The Contractor shall be Substantially Completed with the Work within ninrty (90
calendar days after the date when the Contract Time commences to run as provided
in paragraph 2.3 of the General Conditions, and completed and ready for final
payment in accordance with paragraph 14.13 of the General Conditions within one-
hundred-twenty (120) calendar days after the date when the Contract Time
commences to run.
QUOTE NO: V A-QT04-001
DATE: 03/10/04
3.1
CITY OF MIAMI BEACH
27
.....
lot
3.2 Damages - City and Contractor recognize that the City will suffer direct financial loss
if Work is not completed within the Contract times specified in paragraph 3.1 above
(or alternate bid item No.1, if awarded by City) plus any extensions thereof allowed
in accordance with Article 12 of the General Conditions. They also recognize the
delays, expense and difficulties involved in proving in a legal or arbitration proceeding
the actual loss suffered by Owner if the Work is not completed on time, and therefore
time is of the essence. Accordingly, instead of requiring any such proof Contractor
agrees to forfeit and pay Owner as liquidated damages for delay (but not as a
penalty) the amount of Two Hundred Dollars ($200.00) for each calendar day that
expires after the Contract Time specified in paragraph 3.1 for Substantial
Completion until the Work is substantially complete. After Substantial Completion if
Contractor shall neglect, refuse, or fail to complete the remaining Work within the
Contract Time, Contractor shall pay Owner Two Hundred Dollars ($200.00) 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 s.ame 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
Pt;:I [01 mance and Labor and Ma{erial Paymem Bond, each in {he amoum of 100 percent of
----Contract- Amount-;-in the form asset-forth herein-or- as-otherwise-approvedbythe- eityuf
Miami Beach City Attorney and shall be executed by said Contractor and Surety Agent
authorized to do business in the State of Florida.
QUOTE NO: V A-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
28
.~
, '
~
8. The Contractor shall file Insurance Certificates, as required, and they must be signed by a
Registered Insurance Agent licensed in the State of Florida and approved by the City of
Miami Beach Risk Manager.
9. All documents shall be executed satisfactorily to said City and until Bonds and Insurance
Certificates have been filed and approved, this Contract Agreement shall not be effective.
10. Owner shall pay Contractor for performance of the Work in accordance with the Contract
Documents in current funds at the lump sum or unit prices presented in the Bid Proposal,
attached to this Agreement. The parties expressly agree that the Contract Price is a stipulated
sum except with regard to the items in the Bid which are subject to unit prices.
Contract Price:
$ 167748.49
11.
ement between City and Contractor
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 ofthe
City of Miami Beach and the said Contractor has caused this Agreement to be signed it its name.
;~e..
;//;; I~# eJ.,J~ 'PeE ~'..uc,.. (SEAL)
Contractor
By ;2'vtau~~
(A orized Corpo fficer)
>p/U39?~r
Title
ATTEST:
Je~6 pc&tLk
Lit)" LJerk
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
QUOTE NO: VA-QT04-001
DATE: 03/10/04
CITY OF MIAMI BEACH
29
611 y{;MiJL 1),t9 A.~y
City Attorney ~\,.. Date
THE CITY OF MIAMI BEACH
PROPERTY MANAGEMENT DIVISION
1245 MICHIGAN AVENUE
MIAMI BEACH, FLORIDA 33139
(305) 673-7630 fax (305) 673-7963
m
To:
Kerry Hernandez
~~-<--
Br~. Judd-RP A, FMA, CGC
Director, Property Management
May 9,2005
From:
Subject:
Resolutions # 2004-25585 and Resolution # 2004-25586
Attached is a copy of the signed Contract with Nutech Engineering Systems Inc. to satisfy your
request for back-up information for Resolution #2004-25585.
Also attached is the back-up for Resolution # 2004-25586. This was not a contract. It was a Standing
Order increase to the original contract with Lamar Roofing Services Inc. for the Byron Carlyle
Theater Project. The original contract (VA-QTO-OOI) was approved by the City Commission on
3/20/02 in the amount of $282,345.
The first change to the original contract was for deck replacement requirements of the Florida
Building Code. A Standing Order for the work was issued in the amountof$119,156. It was passed
and adopted through a ratification Resolution #2002-25035 on 3/20/02.
The current Resolution you are seeking information on is the second change to the original contract
for waterproofing services. After a bid process to verify pricing, a standing order was opened with
Lamar Roofing Services Inc. in the amount of $49,745. This was an emergency situation as water
intrusion was coming into the newly built Theater. This Standing Order was passed and adopted
through a ratification Resolution #2004-25586 on June 9, 2004
I you h'hve any questions; please do not hesitate to call me at x2984.