HomeMy WebLinkAboutFacade Restoration Project
,1tJtJs-: / s-t0-7
HISTORIC CITY HALL
FA~ADE RESTORATION PROJECT
QUOTATION #VA-QTI2-005
QUOTATION DUE: August 26th, 2005 AT 3:00 P.M.
CITY CLERK
A Pre-Bid Conference/Visithas been schedule for 10:00 a.m. on August
9th, 2005 at 1130 Washington Avenue, Miami Beach, Florida 33139
Attendance at this Pre- Bid Conference/ Visit is highly encouraged and
recommended as a valuable source of information.
Brad A. Judd, Property Management Director
City of Miami Beach - Property Management Division
1245 Michigan Avenue
Miami Beach, FL 33139
NO: V A-QT12-005
QUOTE DATE: 08109/05
CITY OF MIAMI BEACH
1
'",-
~
,."',
'",'"
"
"-,
",.
,~
c..u V A CJ:J
~
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachft.goY
Telephone (306) 673-7000
Facsimile (306) 673-7660
mSTORIC CITY HALL
FACADE RESTORATION PROJECT
QUOTATION NO: V A-QT12-005
Description: This Project includes the removal and replacement of all exterior plaster surfaces and
replacement with fiber reinforced stucco. The replacement of all building windows and frames with
Miami-Dade County product approved impact resistant windows and frames to match the existing
historic windows and frames. The removal of all deteriorated cast concrete decorative moldings and
details and the replacement with EPS shapes and forms to exactly match the existing historic details
of the building. Painting of the entire building and all other work necessary to successfully complete
the work as per plans and specifications at the Historic City Hall Building located at 1130 Washington
Avenue, Miami Beach, Florida.
Minimum Requirements: Prospective Bidders (General Contractor) must have a minimum of 5
vears exoerience as a Prime Contractor. This experience shall encompass a minimum of3 projects
of $1.5 million in value in the last 5 years with an emphasis on Historic Fa~de Restoration.
Additionally, prospective Bidders .< General Contractor/Sub-Contractors) must provide a minimum of
(8) completed projects references. The General Contractor and/or Sub-Contractors must have all
required licenses in order to obtain all required permits for the successful completion of the project.
The Prime Contractor must be licensed in the State of Florida as a Certified General Contractor. Each
Bidder shall furnish a list of projects demonstrating experience encompassing the above referenced
components. In order to properly evaluate the bids, the City requests that each prospective Bidder
submit 3 project references for representative projects completed within the last five (5) years that
meet the minimum requirement set forth above. It is further recommended that such projects include
the following information and components:
. Project Name
. Project location
. Brief description and contract value of work performed
· Names, addresses, telephone number, fax number, and contact name for the following:
. Owner or Agency.
· Architect or Engineering Consultant.
· Prime Contractor (if work performed as a Sub Contractor).
· Name of Prime Contractors' project manager and field superintendent.
. Awarded contract amount and final contract amount.
NO: V A-QT 1 2-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
2
. Explanation of differences between award and final contract amounts, if
difference exceeds 10%
. Original scheduled project completion date and actual final completion
date.
Scope of Work:
The work of this contract comprises the general construction necessary to restore the exterior
facades of the Historic City Hall Building located in the City of Miami Beach, Florida. The
contractor is required to provide all materials, equipment, labor, scaffolding, and tools necessary
for the successful completion of the project as per plans and specifications provided.
The project is comprised of
1) The removal of all existing stucco and the replacement with fiber reinforced stucco, painted.
2) The removal of concrete copings, ornamental bands, and cornices ONLY where shown on the
pennit drawings. Where removed, replace with either EPS shapes or pre-cast concrete shapes
to match the existing shapes as specified in the drawings and specifications.
3) Removal of the existing balusters and replacement with cast concrete balusters as per plans
and specifications.
4) Removal of windows and frames and replacement with Miami Dade County product
approved impact resistant windows and frames.
5) All materials and shapes MUST be approved as per plans and specification prior to
installation.
6) As the building will remain occupied throughout the Project, the contractor must provide a
safe access at all times for continuous public use of the facility
7) All work shall be performed in strict accordance with provided approved Plans and
Specifications as prepared by BEA International.
The Plans and Specifications for this project have been approved by aU Building
Department, Planning Department, and Historic Preservation disciplines and a Master
Building Permit has already been obtained for the entire scope of the project by the City's
Property Management Director.
Contractors submitting quotes should examine site and all current specifications and base their
quotation on existing field conditions and the scope of work required for the proposed
renovations. Failure to do so will not be considered justification for additional charges after
contract is awarded.
Contractors submitting quotes on this Project must include in the quotation all costs of labor;
materials; and equipment necessary for the completion of the required work as per the
specifications provided.
NO: V A-QT 1 2-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
3
. .
Bond No. 21BCSCN6877
Performance Bond
Public Construction
KNOW ALL MEN BY THESE PRESENTS: that
National Concrete Preservation, Inc.
2550 NW 39th Street
Miami, FL 33142
as Principal, hereinafter called Contractor, and,
Hartford Fire Insurance Company
Hartford Plaza
Hartford, CT 06115
as Surety, hereinafter called Surety, are held and fIrmly bound unto
City of Miami Beach-Property Management Division
1245 Michigan Avenue
Miami Beach, FL 33139
as Obligee, hereinafter called Owner, in the amount of
One Million Nine Hundred Eleven Thousand Ninety Five and 00/ Dollars ($1,911,095.00),
for the payment whereof Contractor and Surety bind themselves, their hei rs, executors, administrators, successors and assigns,
jointly and severally, firmly by these present.
WHEREAS,
Contractor has by written agreement dated , entered into a contract with Owner for
ffistoric City Hall Facade Restoration Project Miami Beach, FL
accordance with Drawings and Specifications prepared by
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
10f4
C:\DOCUME~ 1 \JHA YES~ 1.NIE\LOCALS~ 1 \Temp\8\63085368.doc
PERFORMANCE BOND
Public Construction
NOW, TIIEREFORE, THE CONDITION OF TIllS OBLIGATION is such that, if Contractor shall promptly and
faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force
and effect.
The Surety hereby waives notice of any alteration or
extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner
to be in default under the Contract, the Owner having
performed Owner's obligation thereunder, the Surety may
promptly remedy the default, or shall promptly
1. Complete the Contract in accordance with its terms and
conditions, or
2) Obtain a bid or bids for completing the Contract in
accordance with its term and conditions, and upon
determination by Surety of the lowest responsible
bidder, or if the Owner elects, upon determination by
the Owner and the Surety jointly of the lowest
responsible bidder, arrange for a contract between such
bidder and Owner, and make available as work
progresses (even though there should be a default or a
succession of defaults
Signed and sealed this Day
under the contract or contracts of completion
arranged under this paragraph) sufficient funds to pay the
cost of completion less the balance of the contract price; but
not exceeding, including other costs and damages for which
the Surety may be liable hereunder, the amount set forth in
the first paragraph hereof. The term "balance of the
contract price," as used in this paragraph, shall mean the
total mount payable by Owner to Contractor under the
Contract and any amendments thereto, less the amount
properly paid by Owner to Contractor.
Any suit under this bond must be instituted before
the expiration of one (1) year from the date on which final
payment under the Contract falls due.
No right of action shall accrue on this bond to or
for the use of any person or corporation other than the
Owner named herein or the heirs, executors, administrators
or successors of the Owner.
Hartford Fire Insurance Company
=~
(Title) Jason Katz,
Attorney-in-fact and Florida Licensed Resident Agent
rvation I&n.
-" (Seal)
IfItJf (fitle)
(Seal)
20f4
C:\DOCUME~ 1 \JHA YES", 1.NIE\LOCALS~ 1 \Temp\8\63085368.doc
Bond No. 21BCSCN6877
Labor and Material Payment Bond
Public Construction
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
KNOW ALL MEN BY THESE PRESENTS: that
National Concrete Preservation, Inc.
2550 NW 39th Street
Miami, FL 33142
305-546-8113
as Principal, hereinafter called Con tractor, and,
Hartford Fire Insurance Company
Hartford Plaza
Hartford, CT 06115
860-5447-4707
as Surety, hereinafter called Surety, are held and fmnly bound unto
City of Miami Beach-Property Management Division
1245 Michigan Avenue
Miami Beach, FL 33139
305-673-7630
as Obligee, hereinafter called Owner, in the amount of
One Million Nine Hundred Eleven Thousand Ninety Five and 00/ Dollars ($1,911,095.00 ),
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,
jointly and severally, fmnly by these present.
WHEREAS,
Contractor has by written agreement dated , entered into a contract with Owner for
Historic City Hall Facade Restoration Project Miami Beach, FL
in accordance with Drawings and Specifications prepared by
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
30f4
C:\DOCUME~ 1 \lliA YES~ 1.NIE\LOCALS", 1 \Temp\8\63085368.doc
LABOR AND MATERIAL PAYMENT BOND
Public Construction
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all
claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this
obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions:
1. Claimant is defined as one having a direct contract with the
Principal or with a Subcontractor of the Principal for labor,
material, or both, used or reasonably required for use in the
performance of the Contract, labor and material being construed to
include that part of water, gas, power, light, heat, oil, gasoline,
telephone service or rental of equipment directly applicable to the
Contract.
2. The above named Principal and Surety hereby jointly and
severally agree with the Owner that every claimant as herein
defined, who has not been paid in full before the expiration of a
period of ninety (90) days after the date on which the last of such
claimant's work or labor was done or performed, or materials were
furnished by such claimant, may sue on this bond for the use of
such claimant, prosecute the suit to final judgment for such sum or
sums as may be justly due claimant, and have execution thereon.
The Owner shall not be liable for the payment of any costs or
expenses of any such suit.
3. No suit or action shall be commenced hereunder by any
claimant:
a) Unless claimant, other than one having a direct contract with
the Principal, shall have given written notice to any two of the
following: the Principal, the Owner, or the Surety above named,
within ninety (90) days after such claimant did or performed the
last of the work or labor, or furnished the last of the materials for
which said claim is made, stating with substantial .
This bond is amended so that the provisions and limitations of
Section 255.05, Florida Statutes, is incorporated herein by
reference.
(Witness)
t3
accuracy the amount claimed and the name of the party to whom
the materials were furnished, or for whom the work or labor was
done or performed. Such notice shall be served by mailing the
same by registered mail or certified mail, postage prepaid, in an
envelope addressed to the Principal, Owner or Surety, at any place
where an office is regularly maintained for the transaction of
business, or served in any manner in which legal process may be
served in the state in which the aforesaid project is located, save
that such service need not be made by a public officer.
b) After the expiration of one (1) year following the date on which
Principal ceased work on said Contract, it being understood,
however, that if any limitation embodied in this bond is prohibited
by any law controlling the construction hereof such limitation
shall be deemed to be amended so as to be equal to the minimum
period of limitation permitted by such law.
c) Other than in a state court of competent jurisdiction in and for
the county or other political subdivision of the state in which the
project, or any part thereof, is situated, and not elsewhere.
4. The amount of this bond shall be reduced by and to the extent
of any payment or payments made in good faith hereunder,
inclusive of the payment by Surety of mechanic's liens which may
be filed of record against said improvement, whether or not claim
for the amount of such lien be presented under and against this
bond.
tional Concrete Pr
nci~
ation Inc. /J
ff1L "- (Seal)
7tdtJ
an
(Seal)
. t ) ason Katz
Attomey-in- fact and Florida Licensed Resident Agent
40f4
C:\DOCUME~ 1 \JHA YES~ 1.NIE\LOCALS~ 1 \Temp\8\63085368.doc
. .
x
Obligee'sllnsured's Name
City of Miami Beach~Property ManagE
Obligee/sllnsured's Mailing Address
1245 Michigan Avenue
Miami Beach, FL 33139
Bond/Policy Number
21BCSCN6877
ment Division
IMPORT ANT NOTICE TO OBLIGEES/POLICYHOLDERS _
TERRORISM RISK INSURANCE ACT OF 2002
You are hereby notified that. under the Terrorism Risk Insurance Act of 2002.' effective November
26. 2002. we must make terrorism coverage availabl~ in your bond/policy. However. the actual
coverage provided by your bond/policy for acts of terrorism. as is true for all coverages. is limited
by the. terms, conditions, exclusions, limits, other provisions of your bond/policy, any
endorsements to the bond/policy and generally applicable rules of law.
Any terrorism coverage provided by this bond/policy is partially reinsured. by the United States of
America under a formula established by Federal Law. Under this' formula. the United States will
pay 90% of covered terrorism losses exceeding a statutOrily-established deductible paid by
sureties/insurers until such time as insured los~es under the program reach $100 billion. If that
occurs. Congress will determine the procedures for. and the source of. any payments for losses in
excess of $100 billion.
The premium charge that has been established for terrorism coverage under this bond/policy is
either shown on this form or elsewhere in the bond/policy. If there is no premium shown for
terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage.
I Terrorism premium: 1$0
Form 8-3333-0
@ 2002, The Hartford
Page 1 of 1
~
Direct Inquiries/Claims to:
'POWER OF ATTORNEY ::~~~l~~:D
HARTFORD, CONNECTICUT 06115
call: 888-266-3488 or fax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 21-229752
[][] Hartford Fire Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut
[][] Hartford Casualty Instiran~e Company, a corporation duly organized under the laws ofthe State of Indiana
[][] Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
D Hartford Underwriters Insurance Company, a corporation duly organized un der the laws ofthe State of Connecticut
D Twin City Fire Insurance Company, a corporation duly organized under the laws of the State ofIndiana
D Hartford Im~urance Company of Illinois, a corporation duly organized under the laws of the State of Illin ois
D Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
D Hartford Insurance Compa.ny of the Southeast, a corporation duly organized under the laws ofthe State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited:
Brett Rosenhaus, Jason Katz
of
West Palm Beach, FL
their true and lawful Attorney(s)-in-Fact, each 'in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by [8], and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instrum ents in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceed ings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies
have caused these presents to be signed by its Assistant Vice President and its corporate seals to be her eto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
~.t1"_.~
,. r,,,..
~ ~...
;:~~~
.. * -
\\\ 197C) fj
,. -- .. ~:!It.$
':': ~l';;~~ ...}.~
..............-
~~o Ct. ~
~~~, ~~~
Paul A. Bergenholtz, Assistant Secretary
David T. Akers, Assistant Vice President
STATE OF CONNECTICUT}
S5. Hartford
COUNlY OF HARTFORD
On thi:, 4th .day of August, 2004, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and
say: that he resides In the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice Preside'nt of the Companies, the
corporations described in and.which executed the above instrument; that he knows the seals of the said corporatio ns; that the seals affixed to the
said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed
his name thereto by like authority.
Scott E. Paseka
Notary Public,
CERTIFICATE My Commission Expi~3 October 31, 2007
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of .
Signed and sealed at the City of Hartford.
,Oc.:70? g
fo(J~F----
Gary W. Slumper, Assistant Vice President
POA 2004
512306-2
BUSINESS NAME I LOCAllON
NATIONAL CONCRETE PRESERVATION
.INC
3211 SW 21 ST
33145 MIAMI
OWNER
NATL CONCRETE PRESERVATION INC
Sec. TYpe ot Business
1~6 GENERAL BUILDING CONTRACTOR
THIS IS NOT A BILL-DO NOT PAY RENEWAL
UCENSE NO. 535167-1
STATE' CGC1504409
ARST-CLASS ,..
U.S. POSTAGE
PAID
MIAMI, FL
PERMIT NO. 231
I
:~~.
".' ~f.'1~,?tr.~"lr ....~~~'~7. ;:!:'~~.:~lK. .:,,'. '.' "'z- .
r;
l...- -
WORKER/S
10
11iIS IS AN occuPAllONAL
TAX ONLY. IT DOES NOT
PERMIT THE lICENSEE TO
VIOLATE ANY IOOSTING
REGULATORY OR ZONING
LAWS OF THE COUNTY OR
cmes. NOR DOES IT
EXEMPT THE UCEH5eE
FROM ANY OTHER UCE:HSE
OR PERMIT REOUlAEO BY
LAW. THIS IS NOT A
CERT1FICATlOH OF THE
UCENSEE"S GUAlJFICA-
110M.
00 NOT FORWARD
NATIONAL CONCRETE PRESERVATION
INC
JOSE E LOPEZ PRES
3211 SW 21 ST
MIAMI FL 33145
PAYMENT RECENED
~ COONTYTAX
COl1..eCTOR:
08/08/2005
00220Q..OP055
00<<18119.'80
111 I,! I' IIIII111I1 f I111I III II! I fir lllllllllll! I! lllll,l'. '1111
SEE OTHER SIDE
0\ H
o CD
~ .J.J\D
~ 0.0
o IdO
1.0 .QN
rot U
U Q ...
c> IZlIJ-I r-I
U ~H OC"l
Or.:.
8Htnt!)
~ ~~ g~
M ~ IZ1 .rt
N E-i U tn ..
N Z ...... QJ
I:' 0 Ul > J,J
o UH 0 ~
M ~"O
O~~o.
o ~
~ ......0
o fr1 CD.t:J-ri
o Z.Q J,J J,J
N IZl At
t?'tJH~
10 CD OJ......
M If 9'8 ~
~ \D f--IZPIZl I
l___~_______ . __.______~___n_ .____________________._______..__._____._.. ___I
N
t"-
O'!
0
0
III
M
\0
0
'Ii'
0
~
~
w
en
:21
0
H
E-t
~
g~
tlo
CQ
~~
01-1
HtIl
tIlZ
<( tIlrxl
IJ:1U
C rc..H
D2 0..1
~
0 P,,:>t
..J ~
LL. ~~
u..
0 O)~
w
~ tIlH
tEl
... Z~
HO p:;
en tIlH ~
t:>E-t
a:QU
::> rxJ
1!Ittr: Ul
OE-t Z
Ol f:iI
~~ U
H
~u ~
~
p"
M
Q
<.0
r-
lr)
0')
~
~
M
.
11l
I%f
0\
(X)
'\1f
. '1,;,
U
Z
H
:z;
o U'l
H ~
~ ~
:> M
~
rrl ~
~CIJ J1:.
Mrrl
firetl
~~~
OIi:1E-t
~~Ul
b~~
QUri
fiI N
...~~
('J)~Ul
IZlO H
QHr-t~
..:t 8 r"h~
f(f(NH
:>ZM:I:
I
I
I
I
=i; ,I
U.: [
I I I
~i! I'
HII
QC I
I
~
>-
en
o
w
0::
::>
a
w
[l:
(/)
<(
>-
::s
n.
~
01
:xa
tIlC
::>=
PH
P1~
IZ1C
tJ(
-
ACORD... CERTIFICATE OF LIABILITY INSURANCE OP IDRC I DATE (MMIDD/YYYV)
NATIO-3 10/07/05
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
A-I Insurance Group, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
2700 SW 137 AVE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Miami FL 33175
Phone: 305-223-2533 Fax: 305-220-0765 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A: Florida Citrus, Bu.in... (FUB)
National Concrete Preservation INSURER 8: Northern In.urance Co. of N. Y . 19372
Inc.
Mr. Jose E. Lopez Jr. INSURER c:
3211 SW 21 St. INSURER 0:
Miami FL 33145
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MA Y PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ~DD'L POLICY EFFECTIVE POLICY EXPIRATION
LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE (MM/DDfYY) DATE (MM/DD/YY) LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
I--- DAMAGE TO RENTED
B X COMMERCIAL GENERAL LIABILITY SCP042920422 01/12/05 01/12/06 PREMISES (Ea occurence) S na
1 CLAIMS MADE D OCCUR MED EXP (Anyone person) $ 10000
I--- PERSONAL & ADV INJURY $ 1,000,000
I--- GENERAL AGGREGATE S 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG S 2,000,000
I POLICY nPRO. nLOC
JECT
AUTOMOBILE LIABILITY
- COMBINED SINGLE LIMIT $
ANY AUTO (Ea accident)
-
ALL OWNED AUTOS
- BODILY INJURY $
SCHEDULED AUTOS (Per person)
10-
HIRED AUTOS
10- BODILY INJURY $
NON.OWNED AUTOS (Per accident)
-
- I PROPERTY DAMAGE S
(Per accident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
=1 ~,~'O OTHER THAN EA ACC S
AUTO ONLY: AGG $
EXCESsiUMBRELLA LIABILITY EACH OCCURRENCE $
~ OCCUR D CLAIMS MADE AGGREGATE $
S
R ~'''".., $
RETENTION $ $
WORKERS COMPENSATION AND , WC STATU- I rOTH.
TORY LIMITS ER
EMPLOYERS' LIABILITY
A 106-32722 04/01/05 04/01/06 E.L. EACH ACCIDENT S 100000
ANY PROPRIETORlPARTNERlEXECUTlVE
OFFICER/MEMBER EXCLUDED? E.L. DISEASE. EA EMPLOYEE $ 100000
If yes. describe under
SPECIAL PROVISIONS below E.L. DISEASE. POLICY LIMIT $ 500000
OTHER
I , .-
DESCRIPTION OF OPERATIONS fLOCATIONS I VEHICLES / EXCLUSIONS ADDED BY iNDORSEMENT / SPECIAL PROVISIONS
VA-QT12-005 / CITY OF MIAMI BEACH IS ALSO NAMED AS ADDITIONAL INSURED AS TO
THE GENERAL LIABILITY
~
l!,,., .
'oJ'l\IC t,..... f"
City of Miami Beach
PROPERTY MANAGMENT DEPARTMENT
1245 MICHIGAN AVE.
Miami Beach FL 33139
~"";~'.!:Hi':" ',.'.. CANCELLATION
/' .. CIT~; I otJ ),', 7~dLd:,~t,9F THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
;..r 0 : I J~! d DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10
~lJ 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
DAYS WRITTEN
CERTIFICATE HOLDER
ACORD 25 (2001/08)
@ ACORD CORPORATION 1988
NATIONAL CONCRETE PRESERVATION, INC.
TABLE OF CONTENTS
1) WELCOME LETTER AND LICENSES
2) CERTIFICATIONS
3) APPROVED APPLICATORS
4) LETTERS OF REFERENCE AND JOBS COMPLETED' OR IN P~OGRESS
'\
National Concrete Preservation, Inc.
Specialist in StnLctural Repairs & Post Tensioning
2550 Northwest 39th StrP-Pt . Minmi FI ~11.1f') . ^A,..;,., 1~I1.c:\ .c: A.I.. 01 1') _ T_II !"__ _ , n;; r 11 ,." ,.....
..,
-4
This is to certify that
EDDIE LOPEZ
attended the foIIowing World of Concrete/
World of Masonry seminars .
Concrete Repair Materials, Part I
2/16/2004
Concrete Repair Materials, Part II
. 2/16/2004
Basics of Concrete Repair, Part II
2/19/2004
Basics of Concrete R.epair, Part In
2/20/2004
W orId of Concrete/W orId of Masonry seminars contain practical,
how-to information designed to enable attendees to gain
a clear understanding of the technology involved, and to perform
the. construction techniques associated with that technology.
~~~
. ~usan P. Clancy, CMP
Seminar Program Director
W orId of Concrete/World of Masonry
~~
Tom Cindric, CEM
Show Director
'"
W arid of Concrete/W arId of Masonry
'tl
- ~WORLD OF ~
~ CONCRETE 1-
I WITH I WOAL.O OF MASONRY I j
n
tr1
-~
r-'l
......, ~
= ~
pt.
ro ~ ~
~
:: ~ ~
~ ::t. n
fIiit. ::r: ~
.. t:Tj
0 >- ~ ~
~ ~ ~ ~
- ~ en
~ t:r:1 >- ~ ~ t l
...., ::0 :t ~
t:.', ::0 ~
~ ~ m
n t:rj en
>- C') n
Z 0 ~ t:rj
n 0 ~ ::0 .0
0 0 :z: ~ ~
:2 ~ ~ ~
IJ:j N ~
n ~ ~ ~
::0 0 ~ M -~
M en
~ ~ ~ ~ ~
M ~ :c rn
~ ~ >
Z to ~ ~
en tr:1 ~ ~
~ ::0 ~
~ ~
~
c:: ~ Cd
~ ~
t M ::t m
c.
'fr ~ ~
'\ C/)
~
~
~
'\
. .
. .".. - ~ - ~ ...~.;:~:..:..~~~-.~.... M 1-' ~ ... .....I ...:...# ...~ '"!'~ "flAl ....,. '''w-
E .., e .., ,;,'~"Y ..~y eiF.... e.. V:O"Y ......... .,,""-.... :~ ...."'.. .....0 "" >
.....~ ~.....
",'
...;
\
\
~
\
\
~
~
\
~
~
~
~"
~
~
~
~
')
. ,
~
~
;V,,;
,.
~
~
).
~
-.
~.
- -
-
-': .
-
z:
I!~
\01..
.
-
~
,
~-"':"
.'
'-
....",
-
~
---= -- ~
~ ~
,.... ~ ~
~ '''' ~
~ ~,
-. ~
~~ ~
". ~.L.~' ....-....v-.
-4lIIlI .....-'
~ ".
~ :-
<.
-.m
0..,
(1)-<
~O
CD-
en.
a:(l)
(1) -.
::)3
-OJ
- ::J
(1)0
~(I)
Q)cn
-<s:
g>
<
~.
:'.-..,.:.:..,...:..._."..,iI._.
~:.: ~i~~;.-:~~~ .~!r~~
; ~.~:.-=::~::~ ::"~ "".- ..
."-.:
;::'~ef
:;~gt~
":"f(~~~ .
:. ,;;-""~~~'":~..li..
c~:~el
':-:.:~~~~~~
.. ..,.... ....'.sn
~: ~?;;:::_":D
.<Q,.
J';m~~t!
r+
.,~-,..p"'
'(li"
; .'.:~;"""'."'"
:.. .-"~'~-::.'" ,......
. . ..:o.;;"'''.f:;.
c. ;..........
. .:;~':.':.1::;~c..
~7.:E;f~'~
. '"'..:'''.-0 .
. ....,
~
ell
cr
2
~
tv
o
o
.s:.
~ > :
",;;f ~ ~ :~~f;;j::~ 0
~~~~ e ~'.:,,: ~ <'~""-'S.J~: ,lifj~' ,~S
~::::~fJ. ~ ~ .:'h~. ';'~~"":. ~i:~~: t",..,~"
-.....\< ~. "" . " .'- tD '~..3.':'" ..
't.~:.: g. ~ /-:-...- . ::sEt;f.,.;. Q. ~:..~;;. i!tf# ~"O
J:~~.f. w, S' it.:, '::~~_t t:C~.:~""'::~'~ _~t:_ .~...
~-~~ CA' a."'";..., -= "- .. y-..'....,.. ..... _~ 00. "C.-. .
g~~t~~ &;'. g;.~~~~~' G;~;~~~= .~~;;i{2,~~;;:=.~.~ .
2.'~ 5: r+;'-;:'.""'- _i'..e',~-""._-~.:.-,;..:,.,~~ ..,..
-<~~~i:#~. rq5!~~~~~'~
~~~ :: ,e\:i Q~:~I1:'~si&l~)
[.~. a: a~~~~~ ~d;S::fIJ ::i~'%~'~ --0':'" .
('J .,~~ ~ ~-o;;:: er.t;...::.-.~.:;;~:;.... ~ ~i'-. .
~:: ft':: g'.ii~~;:. .~~ f'?#..~~7;~.= ~ ;~~~ i~~~
e: ai ::r: ti/y ".' '.- ~~:;. , .: ::;"-'=" :~~.. _"j.'
en "'~ "e..:" -~'. =. :;';': - n n ~
~~f~5.:~r C t~t~oe~f~1 ~~
~"'~elI~..' 0-.:;- =-~~~~~_:~.tr
..... .....,. 02":": = fIIIt.. - . .~:-". 'W ..'
o.::;J- . -~', .., ~-;:'" .... ~ ..
t:I) -".:e:- CI) . .' ~ fit :: .;.~~ . ~ . ....~;.J':.-. . . l....... .J
: ~+~~ =a ~~jt~. ~~~: = ji1Ci!.~'. >
O-"~~,;r ~ 0.;-.:.;.-.. ft ~I":"''"t t) .,~....::-ft,,~
'"'I). ~f<i>i -i g'~';.- . Clt.:-<.~--,-,-.... .!4';-,""\: 0".":;. .
(.'};;,." ill eg~~'" .. 0 '~~1i (j
f;~!: ~~f~' i ~iJrt ==
o' ~ g = .....
:J En 0 C"I} . ~
=. 0.'" ~ ~
- ....
s.~ ,.....
(1) 0 C 0
(1) ~
JD Gl
~ ~
~
~
.If
"!.
<.:;:.
l;~...
.fi...-i:
~.
": ;
lit
~-=
;:";~::\
.~.
()
(D
:4-
~.
t:n
(j
a
(D
o
......,
(j
o
~
~
(1)
~
.... .
o
::s
I
.,....
(~
/
~
I
<....,.
/
"
~
#
.;
;
1%.
<
+~
;.
('
4.
/
J?'
"
."
~~
<'
.)
(
~
' ~
>> \, .'. .(
'--...' .,.~
't.t;~~~~~~~''''v~',~~~~
~
~
~
U)
~ ~ i
~ c
. ,.... ~
~ ,
~ ~ E-c
~ ;:J
;E ;..... ~
~ )0-01
~ ~
C'J ~ U)
~ ~ ~ CQ Z
< t ::8 ~
::c ~ ~
;E ~ ::8 E-c
00 Q ~
~ ~ 0::
~ ~ ~ c.J
~ ~ ~ N ~ Z
~ ~ ~ 0 0
0 E-c Z
0:: '-.) 0 c.J
~ ~ 0 Z
~ CJ 8 CJ <
(j) ~ c.J
1--1 ~ ~
~ ::c ~ !X)
'- JIIIII!(
~ ~ < ~ ~
~ (fJ ~ ::
~ -<
~ ~ 0
u c ~ ..
::c ...-
.~ ~
~ E-c
~ ~ ==
~ ~
~
~ " id
~ " ==
.~
~
u
~!
'",' , .
"
+
:;
l
~
6 ~'f
~. i slJ
~ J S I ~
g II ~ I .
. of~.Si
-~ 2-
. ~ II II
J ~. ..~_..___:!
~ : r'- ....-.-.--..-.-- .
~ I ~ rll.:.'J. + . .:: I
. ~ ~ If.. · (/1 i"
~ ~ .: ex> < ~
~J ~ r C) Z J ~
g 8 1 'f N ~., l
i: ~ J ~ 16 :
~ 8~1C> i~~ ~
~! ILl i g ~I re t J
!. i Ii ~ 'I. ~ II f~
:1 ~] ~ ,,0 ~i III
J!
~ ~,
~I! !
~
~!
~
.w
~
t:.
.
:;
1
:z:
~.
. ~
.. j:~. ~..
<' f
l >t. I
i ~. 8
.~ r:il ~
~ Q ~ g
J 0 i 'U
~i ~ g ~
o~P ~.!&8
, '< p~. ij
. ~',::c i J i
I .,: I ~ ~.<. ~ r
to i · ,[ ..."~... _ . ~.~
, ('Y)
C)
...'C\.j
:. ": ". CD
....... ;~
.:. '.::;: (D
.} C)
. C>
C>
~~
~~;
()
,
. .
~-2- ;
;
:. -'
,.T'C""I: . ~!;
o ~ ?
CD jI
~ '0 ~ ~
~a :z: j ~
./' ~ I ~ l ~
,g d~LJ
fl. ~ Ii jJ
: 0 . ~ r
~~ ~~
.-
,.
~
.......
8601 N. Black Canyon Hwy #103
Phoenix, AZ 85021
(002) 870-7540
www.post-lensioning.org
The Post-Tensioning Institute Certifies that
Eddie f.ofe:.
has successfully lXJmpleted
Training and Certification for Unbonded Post- Tensioning
Level 2 - Superstructure Ironworker
fD No. H29C141J12 .qni~' .~ J.1t _~(Ht1l
IIIDIIIIIII.IIDlIII..lllm
....
8601 N. Black Canyon Hwy #103
Phoenix, A2. 85021
(602) 870-7540
www.post-lensioning.org
The Post-Tensioning Institute Carlifies that
HI/go de Ayala
has successfuIy completed
., Training and Certification forUnbonded Post-Tensioning
Level 2 - Superstructure Ironworker
II) No. S:!'JU-I U U Expires: K. 2X 2H4IX
10.111111 mDIIIIDIIIDI..uIDI
"
8601 N. Black Canyon Hwy '103
Phoenix. AZ. 85021
(602) 870-7540
lVWW.post-lensioning.org
The Post- Tensioning Institute Certifies that
.J o,"e F rlJl1CO
has successfuly completed
Training and Certification for Unbonded Post- Tensioning
Level 2 - Superstructure Ironworker
ID No. S:!'llI~ 13 I J Expires: s :!x :!t HIS
1,..1..11111111II1II001111
-
~
~: dO .1
8601 N. Black Canyon Hwy #103
Phoenix, AZ. 85021
(602) 870-75<<)
'Ww.....po:rt - (ensinni 11R. o~
\...
The Post- Tensioning Institute Certmes that
Eduardo' "a/tit"
has successluly completed
TfiIining and Cerliflcation for Unbonded Pos!- Tensioning
Level 2 - Superstructure Iwnworke!
(0 No. l'(!'Hql.C1~ . F..xpi~: "~,, !IIIlS
IIIIDIIIIIIIIIIlIII.IIIIOIIIIIIUII
'I
r
Certificate of Attendance
10 Hour OSHA Certification Course
Provided by:
Provider Numbers
0003208
Course Numbers
0008550
Bertram Unger, CFP@
~:>~
(Si ~
Participant: EddiLopez
2550 NW 39th St.
Miami, FL 33142
"
10 Continuing Education Credit Hours
" June 8, 2005
..,
-4
degussa.
creating essentials
June 15, 2004
Degussa Buildirig Systems
1407 Pope Place
L.lItz,Fl33549
Phone: 813-949-8200
fax: 813-949-2715
Cell: 813-240-6400
Mr. Eddie Lopez
National Concrete Preservation
3211 SW 21st Street
Miami,' Florida 33145
tom.ridlardson@degussa.(om
www.DegussaBuildingSystems.((
To whom it may concern:
National Concrete Preservation is pre-qualified to apply Degussa Building Systems
Products. They exhibit not only the ability but also the knowfedge to properly apply
Degussa Buildings Systems waterproofing and repair products. It is Degussa intention
to warranty the use of these products when properly applied by National Concrete
Preservation for a period of five-years for repair mortars and 5 + 5 years with the
Sonoguard Deck Coating. As always Degussa Building Systems specifrcations must
be followed to obtain any and all warranties.
Upon successful completion, final inspection by Degus~, and alJ products having
been applied according to the manufactures written specffi~tion any or all warranties
. would be issued.
-
Tom Richardson
Territory Manager
\
" .'
rI---. .-. ,. -.._-.~ t~ Oil' J .W 5 EL BY
!$onnebo.m! TIII8IC mOl UCRETE"
-.
Sika Corporation
Construction
..
April 28, 2005
To Whom It May Concern: .
Please know that National Concrete Preservation, Inc. of Mianli, Florida has satisfactonly cor:
preted warranted concrete repair and waterproofing projects using Sika materials.
I would recommend National Concrete Preservation, Inc. for concrete repair and waterproofi r:
projects in the state of Ronda.
If I can be of any further assistance, please feel free to contact me at 954-205-7~.
;:~
RandYPow;~
Project s~ Representative .
-~ika Corpora~on
"
,r~ R
f! t%
SJ At it:
< !
J! it;:B. m
Sika Cotporatlon. 201 Polito Avenue, Lyndhurst NJ 07071, USA
Tel. 201 9338800, Fax: 201933 6225, www.sbusa.oom
@
<<.
'a~:
~, -:'~~~~.f '-;tt=~~:
. ."........~_-M.<._...:,..~,....f;i;.
-.
",
HYDROTECH
I .1
RmERICRn HYDROTECH. 'Inc.
Mr. Eddie Lopez
National Concrete Preservation, Inc.
3211 S. W. 21 st Street
Miami, FL 33145
May 25, 2004
RE: Approved Applicator Status
Dear Mr. Lopez:
This letter is to certify that American Hydrotech, Inc. considers National Concrete
Preservation, Inc. of Miami, FL an approved applicator for installing liquid products
supplied by our finn. Please contact Mr. Edward J. Tierney for technical service start-up
assistance prior to your first project.
A copy of the applicator agreement will be mailed to you for yo:ur files.
Welcome to the team of Hydro tech applicators! If there is anything we can provide,
please feel free to contact your sales manager or saJes representative at any time.
. .
Sincerely,
American Hydrotech, Inc.
vrY)~ ~
Meekin Forte
'"
"',
cc: Richard Clark, Integral Preservation Systems
Matt Carr, AHI
AMERICAN HYDAOTECH, INC., 3Q3 E. OHIO ST., CHICAGO, ILUNOIS 60611-3387
TELEPHONE 312/337-4998' FAX 3121661-0731. wwwhydrolechusa.com
'- .:.;~. r ", ".I...:::,,~..,:..-.:.' ~'. ,.~~.,.~- - r_'->j'.,.._.~,.,., -~~ ..< ,_.' .:.,~, . _ ~ _ ~. __ : ,_' " '..... ,'" 0 '.' .:...:
...~. .-'. . '. <""""\,. ~ II ..'""" .._~".. -.:::....-;;-...C": .. r" ~~~,. ~ .....~...-'~_......"1 .....1.. '. ~..'" "-. ~ .... .... . .-." - ".4 . ...... ,.. "l'-~~""'~"'.,J."'\_-
r ~"",I . . { ". ,.....~"-~ -.. .,,:~ '=~....-4 " -:.,,;" '. ....,. . ~. ;" ; . ..... ". '._ _. .~_ :. ..'-.... 'J'~~
'~''':1'' "r -...'"..l.........~.. i:?1 ~ " .~~ i[t:~ ~ ,-'.-: ";"0"-" . ..... _ ;,.; ..'.'~..,' .'0;.;,'.-' ~
":"',' "'-'-".',,~~~.~; Ij ~.. ': ".~~ r6i1 .:- ....... :.:~>""~' ,', ". ,..;.....;. :;..~~~::~,.~~
1426 Cricket Hollow l.a"
Jacksonville., Fl.. 32259
(866) 455-4106
(704) 239-1947 Cdl Ph,,,
jstachowiak@sunbctlrCIil
",
April 29, 2005
Eddie Lopez
National Concrete Restoration
Dear Mr. Lopez:
. .... '..;:':"'.
." '. .:.....,
.:Efrh.
:".<.:..~:.
. ."..: :;..... .....~ ~', ';." .... .". . . .:.If ~~ ~ ..
': ::/.'!..;j~\':.~:.~:~-::}:'.:' ........: .
Sunbelt Rentals Scaffold Services has conducted SWing S~e'(~ded Platforms) Competent
Person training for the workers and ~rs o!,Nati~nalq.>~~e.~~r3tion.
. .' .' ". ;:: .'.::.:~ :--;':> ':~\i~"~':"::;,~:;,:~,,;,~~;,;,, -
Mr. Lopez has asked us to conduct future training 19. mclude' ~o.ld COiapetent Person and
Suspended platforms Competent P~n every 6 mOnthS~ ~~~~uJ~~ow. ....
~':;.~. ~':.:._; :........?::'~.-. ~'~";',~'.~..': .~..., '. ":..
.u have any questions please feel free to call me.
Jeffrey Stachowiak _:_
Director of Access Safety and Training
"
.......
.........
~_____._._..__..__._---_..-..,.__. . .... ___".._. .m__._~_____"_.' --------.. .". ..... -- - .. - ... -.".-." --'" --... ....-- -- -.------
l~aza Venetia Condominium iThe Charter Club Condominium ,
: 555 NE 15th Street :600 NE 36th Street i
i Miami, FL 33132 !Miami Beach, FL 33132
, 1
; Richard Bennetti
;. President
! 305-373-0557
jCarlos Rodriguez
(Property Manager
1305-576-6100
i Concrete Restoration (Post-Tension)
,Pool/Plaza Deck Waterproofing (Hot
'IAppl ied)
Glass Railing Installation
$2,890,000.00 Cumulative
:Concrete Restoration (Garage)
:Deck Waterproofing/Pavers
1$2,300,000.00 Cumulative
'\
IB P Taurinski Structural Eng.
'1561-997-6141
II~;:~~~~~~ Joint Repair (Emseal) '!
I . l
I i
1.... .. .. . ... . ... . .... ............ ... . ...... .... ..... ... ... . . ....: .......... ... ... . ..... .... . . . .. . . ,
:1~:~~-~~~~----.:~~~%:a~ndOmiiliUm.-~--!
i!Miami Beach, FL 33130 iHallandale, FL 33009
Icristina Ribas-Ferrer !Marilyn Suarez
ilProperty Manager IProperty Manager
;1305-865-7820 Ext. 29 1954-456-8555
,I
'j
;iConcrete Restoration
~1(Balcony, Garage, Sea Wall, Building)
:"i.,....I'waterproofing. (Building)
; $1,800,000.00
\!
il
"
!
"
i [..-.:.............. .:.....,.:....:......... ",.. ..~.-:'........._..:..: .. '.:.. ....": :.... ...: ....:.......:... ;...... . ...: , '.. ..........,.... . ,... ,......,... .. ,
_.___,.__......,__..._..--....,____,..._.y_.......^_,-....-"""'_~._______.'~~,.A..___..,._.."...,_'"'_~"__,~v~,~~......._.__w..~...,.,."...,.,...........y___'__'_W,,,y.__......~.,y.....".__....,.,......'...,...".,'__;.........:..'-',..:............:_....~...;.__~.;..-....,~~._.____:....~,____....,;.::;....___.....~_':........._.:......;.~;.~_.......;..._.....:_'...-...__..'w
iRAS Engineer/Consultants
iRaul A. Schwardt, PE.
1561-995-1403
IConcrete Restoration, Expansion
!Joints, Waterproofing, Painting
j(Entire Building)
1$1,980,000.00
'\
:i
t
!
National Concrete Preservation, Inc.
Specialist in Structural Repairs & Post Tensioning
2550 Northwest 39th Street · Miami. Fl 33142 · Main 13051 546-8113 . Toll Frpp l-RAA-,)L1A..A 111 . Fnv 11n'\\ 1-.17_'\ '\()()
t-----'---------------- _^_,w_.____.____._.._~___... --.---.--. .,^^~- ---....--.--.-" - -. ---." ,,-,.--.--.-. ". -.,-.,,,
',Oceanside V Condominium Sunset Harbour North and South
One Fisher Island Drive ,Condominium
i'IFisher Island, FL 33109 :1900 & 1800 Sunset Harbour Dr.
; [Miami Beach, FL 33139
;'Jerry Bleiweiss
; District Manager
. 786-258-2732
!Delores Wolff
;Property Manager
'305-538-9004
I
,lplanter & Plaza Deck Restoration and
IWaterproofing
,Concrete Restoration (Pool Deck)
ipost Tensioned Barrier Cable
'Replacement (Parking Garage)
1$250,000.00
I.. ..'N.." ,.,w....."....., "._.. .,. ," ....'N.,.., .' .... ~..,....,. "'. ,... . " ';:.;;,;;;.';;.~:;,. :;;""";,~;;,:;'::";",;";"^,;;^,":'::;';;',';;::;:......,;.,,....;.,,.;:_^';;,;,, ;':;'...::;';::;;.:;"';;:;';;;;:;':,..;,:.:,:,;..;,;:~.::,::'.:,,';;:.';;.:';';'.;:.:."..,_~,:..:""':..;,,';;;:._,.....':;;:,':"'';;;..''.:.;:;.,';''';.;.:;'.,,:._.':;;;,,;;;;;;;:._.",;,,;;;;,,,,,,,:,,, ,
:IOel Pra~o On The BaviThe Summit ".1
"118071 Blscayne Boulevard 11201 South Ocean Dr.!
HAventura, FL 33160 iHollywood Beach,FL .
ilK~ye LaGuardia iMichael J. Pascucci
!Property Manager iGeneral Manager
;1305-931-5673;954-925-3337
'. Concrete Restoration and lConcrete Restoration, Waterproofing,
11:~~~~~~=)ng (Building, Pool Deck land Painting (Building)
11$600,000.00
!1$759,500.00 . .... ..... ....... ... . ....... .m ........ . ........ ..... . L . ............. .... ........ ... .. ...... .. ... .. .. . .... ...'
l~ddieSCtWot-'--'-'---[KeycorcmvTCondO--~~--!
111950 SW 19 Street j201 Crandon Blvd.!
IMiami, FL 33145 '\ jKey Biscayne , FL33149
'I .
:ICraig Shaffer lSusanna Garcia
ICritical Path Services lProperty Manager
;1305-490-9148 \ 305-361-5725
l.licolumn Restoration, EmergencylConcrete Restoration (Post Tension)
.,Shoring ;$400,000.00
..L;;"~.;;.;.;.;".;_:~';:;..~;".;..;;'..;';;.m...._._.........;..,.....,....N.ational...Eonerete...Preservatioh ;"':'Iric~""-"'" .,....,.,.....,..........,.',.,.,.
Specialist in Structural Repairs & Post Tensioning
'..'i!iO Nnrth\AlQd~Oth C:::froot . "Ai"rn; J:I ~11 Ii') . A.A,.,.;... '':;!tI~\ ~A'(' Q11') .. T~II c___ 1 O~~ CoAL n1 1'"l _ r- I....^~' L...."-7 r~^^
· La Costa Condominium
· Brickell Bav Club Condominium
· Villa Dorada Condominium
· Surfside Towers
· Isola Residences
· The Amethvst
· Benetti Buildina
· Beekman Hotel
· Atlantis on Brickell Condo.
· Le Trianon Condominium
· Seacoast 5700 Condominium
"
More References Available Upon Reauest
National Concrete Preservation, Inc.
Specialist in Structural Repairs & Post Tensioning
?'i'in ~~u....... '1o.&. <::J...~~ _ AA:__: [:1 ')"), .01"\ _ 1 j. I"^r. r" ,... .,..
"
QUALITY CONTROL
Specialists in
Construction Inspection
HOWARD J. MILLER, P.E., INC.
CONSULTING ENGINEERS
3850 N.W. Boca Raton Boulevard · Suite #1
Boca Raton, Florida 33431
(561) 392-2326
FAX (561) 392-2912
LICENSED SPECIAL
INSPECTOR OF
THRESHOLD BUILDINGS
Condominium
Residential
Commercial
Industrial
Steven D. Young, P.E.
President
Decelnber 10, 2002
RE: EDDY LOPEZ, PRESIDENT
N~<\TION.AL CONCRETE PRESERVATION
3211 S.W. 21sT STREET
MIAMI, FLORIDA 33145
To Whom It May Concern:
This letter is a confirmation of Mr. Lopez's work perforn1ance based upon the
projects we served as the Engineer-of-Record 'inspecting 'work performed by National
Concrete. . We have found Mr. Lopez highly knowledgeable and conscientious in the
field of concrete restoration, National is currently included on our bid list of competent
contractors for concrete repair projects.
Our finn has been en1ployed as the Engineer-Of-Record for numerous concrete
restoration projects on Condominiums throughout the Dade, Bro\vard, and PalIn Beach
area over the past 15 years.
Respectfully submitted,
"
rmy
letters.2002\eddylopezreference.12-10-02
0.0 12 02 O~:11F
GPES, I NC .
C30S1S39-473S
10.2
GPES
.-- ----..----------
..-..---........----. ..-
GENERAL POST.TEIIISIONING AND ENGINEERING SERVICES, INC.
December 12.2002
TO WHOM IT .\tJAY CONCER~
RE~ National COllcrete Preservation. Inc.
Eddy Lopez, President
J2J 1 S.W. 2[91 Street
Miami, FL 33145
We would like to acknowledge National Concrete Pi-eservat;cll as a professional
concrelt: and post teIlsion repai!' company, Our finn bus been the Engineer of
Record inspecting the work performed by 1\CP on severa! jObs and they ba~e
. heen very knowledgl~able in their performance,
We highly recomme.ld NCP and have them on oUr bjd list for future projects.
S incerel y ,
~~~. -
Mig~ Collado. P.E
.....
"
Consulting Enjlneers
2513 N.W. 74 Ave
Miami, Florida 33122
POeMn~!nn....t r"1'''___._ __
".
".
1MB
ENGINEERS AND CONSULTAN_TS, INC.
~----._,---_. ~
December 11, 2002
To whom it may concern,
RAS Engineers has had the pleasure 111 working with National Concrete
Preservation Jne. in numerous locations.
Their knowledge and performance of structural repairs has been excellent thus far.
We look forward in working with NCP in the near future at Winston Tower 300
Condominium, and recommend their organization to other structural repair
projects.
4141 North !\1iaIll; A\-cnuc, Suite 202. 1\1i;II1);, FL JJf17
'reI.: (305) 572-9939 Fax: (305) 675-2935 E-lllail: ras__.cng(t[ 1l1S11.COf)1
-.
03/11/2ea5 15:19
3a59319685
PLAZA DEL PRADO
PAGE 131
-.
PLAZA
DEL PRADo
CONDOMiNIuM ASSOaATION, INC.
Jlk)71 BiscAyne Boulevard ~ A venturd, Flori&133160 ~ Phone 3)5-93/-5643 # Fax 3)5.931.9585
March 1" 2005
TO Whom :rt May Concern:
National Concrete Preservation has just completed a concrete
restoration project here at Plaza Del Prado. ~ey repaired
our parking deck and 'garage and waterproofed the surface.
They have also done numerous repairs to beams ana columns.'.i.n
our parking garage as well as repairs to our pool deck.
The men .orked under the daily supervision of tha ~oreman, Luis
Al~. ~he working crew were very professional and courteous
and their work was excellent. They finished the p~oject on time
~d left the property very clean.
We had weekly meetings with Mr. Lopez and our engineer a.nd were
kept apprised. of the prO<Jress of the job. The Board of Directors
vere very. pleased with the quality of their wor~.
We have another project coming up in the future for concrete
restoration of our balconies as well as the pa~nting of our two
buildings and are very ser~ously considering Nattonal Concrete
Preservation for th~s project.
Zf you need any further information please do not hesitate to
contact me at the number above.
FOr the Board
'\
'\
NEW HORIZONS CONDOMINIUM l\tIASTER ASSOCIATION, INC.
1500 No.rtheast 19rt Street
North l\tliami Beach, FI33179
Tel. (305) 947-1359 Fax (305) 947-4495
March 14, 2005
To. Who.m It May Co.ncern
We are a seven building Co.ndo. Asso.ciation with 375 units.
Miami-Dade Co.unty Building Department ordered concrete restoration on all of our
buildings. After receiving several bids we selected National Concrete to perform the wo.rk.
They were most co.operative in meeting all o.ur requests. They are efficient and prompt as
well as fair in their prices. All the work was performed in a good and workmanlike
manner.
I have no. hesitatio.n in reco.mmending them.
Very truly yours,
"
'.; .~..
/ A ,.~.,r
, ..' 1.... I
.r .: ,1,/
./
Donaid Myers
President
'\
'\
-.
"
,..~
600 Northeast 36th Street. Miaml FIorfda 33137 . Phone (305) 576-6100 Fo:,
Tile f~II;II.tCI
tUt- tk ~~.
I
March 7,2005
RE: National Concrete PreservatioD1 Ine..
To whom it may concern:
We take this opportunity to express our satisfaction with the performance, cooperatic
and. dedication that National Concrete haS demonstrated while completing concrc;
repairs at The Charter Club.
National Co~crete has done extensive structural repairs to our p'arking decks, Io\w
garage and planters. Waterproofing and expansion joints are also part of a $2,000.000.0'
concrete renovation project.
Their crew punctually starts at 8:30 AM, dressed in full unifo~ maintaining a cI~ ar;>
~e work environment Their employees, supervisors and even. the President of tb
company are always readily accessible and cooperative to accommodate our requests.
. On behalf of The Charter Club Condominium I can Say that National Concrete has mor-
than met our expectations while cOmpleting our concrete renovations. In my profession2
opinion I rate National as a grade A company.
Should I be of further assistance to you, please do not hesitate to contact me at 305-57()
6100.
Sincerely,
~M."f~
Carlos M. Rodriguez
Property Manager
The Charter Club
HISTORIC CITY HALL
FACADE RESTORATION PROJECT
QUOTATION NO: VA-QTI2-005
1.0 GENERAL CONDITIONS
1.1 SEALED QUOTATION:
Original copy of Quotation Form as well as any other pertinent documents must be returned
in order for a quotation to be considered for award. All Quotations are subject to all
conditions specified in this Quotation Form.
The completed Quotation Form must be submitted in a sealed envelope clearly marked to the
City of Miami Beach Property Management Director, 1245 Michigan Avenue, Miami
Beach, Florida 33139. Facsimile quotations will also 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 Quotation 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 quote. Any illegible entries, pencil bids or corrections not initialed will not be
tabulated. The original quote CANNOT be changed or altered in any way. Altered quotes
will not be considered.
1.3 NO QUOTE SUBMITTED:
Ifnot submitting a quote, respond by returning the enclosed Quotation Form questionnaire,
and explain the reason. Repeated failure to not quote without sufficient justification may be
cause for removal of a Contractor'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
PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless
otherwise stated in special conditions). Discounts for prompt payment. Award, if made, will
be in accordance with terms and conditions stated herein. Each item must be quoted
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 of quote(s).
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
5
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 23-09-329871-54C.
1.6 MISTAKES:
Contractors submitting quotes are expected, and solely responsible for examining the
specifications, delivery schedules, quotation 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 Underwriters Laboratories listed or re-examination listing where such has been
established by Underwriters Laboratories for the item(s) offered and furnished. .
1.9 WAIVER OR REJECTION OF QUOTATIONS:
The City reserves the right to waive irregularities or technicalities in quotations or to reject all
quotations or any part of any quote it deems necessary in 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 quote. Specific articIe(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 listed. Other than specified items offered requires complete descriptive
technical literature marked to indicate detail(s) conformance with specifications and MUST
BE INCLUDED WITH THE QUOTE. NO QUOTES WILL BE CONSIDERED
WITHOUT THIS DATA.
Lacking any written indication of intent to quote an alternate brand or model number, the
quote wilJ be considered as a quote in complete compliance with the specifications as listed on
the attached form.
NO: V A-QTI2-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
6
1.11 NON-CONFORMANCE TO CONTRACT CONDITIONS:
Items may be tested for compliance with specifications. Items delivered, not conforming to
specifications may be rejected and returned at Contractor'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 "iolation of
these stipulations may also result in Contractor's name being removed from the City's vendor
list.
1.12 SAMPLES:
Samples of items, when required, must be furnished free of expense. Contractors will be
responsible for the removal of all samples furnished within thirty (30) days after quote
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
l\tlichigan Avenue, Miami Beach, Florida 33139.
1.13 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 City, Monday through Friday, excluding holidays.
1.14 AWARDS:
When deemed to be in the best interest of the City of Miami Beach, the City reserves the right
to reject all quotes or any portion of any quote it deems necessary; to accept any item or
group of items unless qualified by the Contractor; to acquire additional quantities at prices
quoted on the 'Quotation Form unless additional quantities are not acceptable, in which case
the Quotation Form must be noted uQUOTE IS FOR SPECIFIED QUANTITY ONLY"
1.15 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 Contractor until
acceptance by the City unless loss or damage resulting from the sole negligence by the City. 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
Contractor and/or the vendor and return product at Contractor's expense.
1.16 PAYMENT:
Payment will be made by the City after the items awarded to a Contractor and/or the vendor
have been received, inspected, and found to comply with award specifications, free of damage
or defect and properly invoiced.
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
7
1.20
1.21
1.22
1.23
1.24
1.17
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 all parties.
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 Contractor will in no way be
a cause for relief from responsibility.
1.18
1.19
PATENTS & ROYALTIES:
\0
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. lfthe 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.
OSHA:
The Contractor warrants that the product supplied to the City ~hall conform in all respects to
the standards set forth in the Occupational Safety and Health Act (OSHA) 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.
SPECIAL CONDITIONS:
Any and all Special Conditions that may vary from the General Conditions. shall take
precedence.
ANTI-DISCRIMINA TION:
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.
AMERICAN WITH DISABILITIES ACT:
Call (305) 673-7490NOlCE 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.
QUALITY:
All materials used for the manufacture or construction of any supplies, materials or equipment
covered by this quote shall be new. The items quoted must be new, the latest model, of the
best quality, and highest grade workmanship.
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
8
, ~
1.25 LIABILITY, INSURANCE, LICENSES AND PERMITS:
Where Contractor is 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 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 Miami Dade County and City of
Miami Beach Building Code requirements and the South Florida Building Code, all as may be
amended. The Contractor shall be liable for any damages or loss to the City occasioned by
negligence of the Contractor, its subcontractor, or any other persons the Contractor has
designated in the completion of the contract as a result of his or her quote.
1.26 PERFORMANCE BONDS, CERTIFICATES OF INSURANCE:
After acceptance of quote, the City will require the successful Contractor to submit a
performance bond and certificate of insurance in the amount specified in the Special
Conditions.
1.27 DEFAULT:
Failure or refusal of a Contractor to execute a contract upon award, or withdrawal of a quote
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.
1.28 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 such 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 quotation at any time and for any reason, upon giving thirty (30) days prior written notice
to the other party.
1.29 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.
1.30 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.
1.31 SUBSTITUTIONS:
The City 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.
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
9
1.32 FACILITIES:
The City reserves the right to inspect the Contractor's facilities at any time with reasonable
prior notice.
1.33 QUOTE TABULATIONS:
Contractor's desiring a copy of the quote tabulation, may request same by enclosing a self-
addressed stamped envelope with the quote.
1.34 CLARIFICA TION AND ADDENDA TO QUOTE SPECIFICATIONS:
Any Contractor contemplating submitting a quote who is in doubt as to the true meaning of
the specifications or other quote documents, or any part thereof, must submit to the City of
Miami Beach Property Management Director, 1245 Michigan Avenue, Miami Beach,
Florida, or fax (305)673-7650, at least tree (3) calendar days prior to scheduled quote
opening, a written request for clarification and/or interpretation.
All such requests for clarification must be made in writing and the person submitting the
request will be responsible for its timely delivery and/or fax transmission.
Any clarification and/or interpretation of the quote, if made, will be made only by written
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 quote. In the event of conflict with the original quote,
Addendum shall govern to the extent specified. Subsequent Addendum shall govern over
prior Addendum only to the extent specified. The Contractor shall be required to
. acknowledge receipt of Formal Addendum by signing in the space provided on the Quote
Proposal Form. Failure to acknowledge Addendum may deem a 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 clarifications or interpretations made verbally.
1.35 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 unde~ 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 quote award in the best interest of the City.
NO: V A-QTI2-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
10
3) The Property Management Director 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 quote may render the quote non-responsive.
4) The City may, review the successful contractor's record of performance to ensure that the
Contractor is continuing to provide sufficient financial support, equipment and organization as
prescribed in this Quotation Form. 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 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.
1.36 DETERMINATION 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,
wit~out delay.
c. The character, integrity, reputation, judgment, experience and efficiency of the
Contractor.
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. .
1.37 ASSIGNMENT:
The Contractor shall not assign, transfer, convey, sublet or otherwise dispose of the 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 the prior written consent of the City.
1.38 LA WS, 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.
1.39 SPOT MARKET PURCHASES:
It is the intent of the City to purchase the items specifically listed in this quote solicitation
from the Contractor. However, items that are to be Spot Market Purchased may be
purchased by other methods, (i.e. Federal, State or local contracts).
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
11
1.40 ELIMINATION FROM CONSIDERATION:
This quote shall not be awarded to any person or firm which is in arrears to the City upon any
debt, taxes or contracts which are defaulted as surety or otherwise upon any obligation to the
City.
1.41 ESTIMATED 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 quote. Estimates are based upon the City's actual needs and/or usage during
a previous contract period. The City, for purposes of determining the successful Contractor
meeting specifications, may use said estimates in reaching a decision.
1.42 COLLUSION:
Quotes from related parties: Where two (2) or more related parties each submit a quote or
proposal for any contract, such bids or quotes 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 in this case,
respondent's to this quote, or the pri~cipa1s thereof which have a direct or indirect ownership
interest in another bidder or proposer for the same contract or in which a parent ~ompany or
the principals thereof of one 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.
1.43 DISPUTES:
In the event of a conflict between the documents, the order of priority of the documents shall
be as follows:
· The contract resulting from the award of this quote (if applicable); then
· Addenda released for this quotation, with the latest Addendum taking precedence;
then
· The Quotation Form; then
· Contractor's Quote.
1.44 REASONABLE ACCOMMODATION:
In accordance with Title II of the Americans with Disabilities Act, any person requiring an
accommodation at the quote opening because of a disability must contact Heidi Johnson
Wright at the Public Works Department at (305) 673-7080.
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
12
1.45 GR.\ TUITIES:
Contractors 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.
1.46 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, In case of default on the part of the 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.
1.47 TIE QUOTES:
In accordance with Section 287.087, Florida Statutes, regarding identical tie quotes,
preference will be given to Contractors certifying that they have implemented a drug free
work place program. A certification form will be required at that time.
1.48 PUBLIC ENTIlY 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, Florida Statutes, for
CATEGORY TWO for ~ period of 36 months from the date of being placed on the
convicted vendor list.
NO: V A-QTI2-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
13
HISTORIC CITY HALL
FACADE RESTORA nON PROJECT
QUOTA TION NO: V A-QTI2-005
2.0 SPECIAL CONDITIONS
2.1 PURPOSE: \
The purpose of this quote is to award a contract, by means of sealed quotes, to a qualified
Contractor, for the Historic City Hall Fa~ade Restoration Project, located at 1130
Washington Avenue, Miami Beach, Florida as specified in the Quotation Form.
2.2 METHOD OF A WARD:
Award of this contract will be made to the lowest responsive, responsible and best Contractor
whose quote will be in the best interest of 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 [Intentionally Omitted]
2.5 INSURANCE AND INDEMNIFICATION:
(See Check List for applicability to this contract)
The Contractor shall be responsible for its work and every part thereof, and for all materials,
tools, appliances and property of every description, used in connection with this particular
Project. It 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 property wherever located, resulting from any action or
operation under the contract or in connection with the work. It is understood and agreed that
at all times the Contractor is acting as an independent contractor.
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 insurance limits) to protect the Contractor and the interests 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
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
14
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 coverage required by the City's Risk Manager as indicated on the
Insurance Check List.
'.
Name the City of Miami Beach, Florida, 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 must 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, Florida, 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's 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's Risk Manager before work is
started. The certificate must state Quote 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 provided by the Contractor are
primary coverage to any insurance or self-insurance the City of Miami Beach possesses that
may apply to a loss resulting from the work performed in this contract.
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 Cityls Risk Manager.
The liability insurance coverage shall extend to and include the following contractual indemnity
and hold harmless agreement:
The preceding indemnity and hold harmless 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.
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
15
"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$I,OOO,OOO.OO for each occurref!ce and for all damages
to the property of others in and up to the amount of$I,OOO,OOO.OO for each occurrence per
the insurance requirement under the specifications including costs of investigation, all expenses
oflitigation, 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 Contractor will notify its insurance carrier without delay of the existence of the indemnity
and hold harmless agreement contained within this contract, and furnish a copy of the said
agreement to its 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 preceding indemnity and hold
harmless agreement from any and all claims arising out of the contract.
The Contractor will also be responsible for securing and maintaining policies of subcontractors.
All policies shall be made available to the City upon demand. Compliance by the Contractor
and its subcontractors with the foregoing requirements as to carrying insurance and furnishing
copies of the insurance policies shall not relieve the Contractor and its 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 its subcontractor, and of persons
employed by them, as it is for acts and omissions of persons directly employed by it.
Insurance coverage required in these specifications shall be in force throughout the Contract
term. Should any Contractor fail to provide acceptable evidence of current insurance within
seven (7) days of receipt of written notice at any time during the contract tenn, the City shall
have the right to consider the contract breached, this justifying the termination thereof
If Contractor can not or does not meet the insurance requirements of the specifications;
alternate insurance coverage, at the sole discretion of the City and satisfactory to the City's
Risk Manager, may be considered.
NO:VA-QTI2-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
16
INSURANCE CHECK LIST
xxx 1. Workers' Compensation and Employerls Liability per the Statutory limits of the state of
Florida.
xxx 2. Comprehensive General Liability (occurrence form), limits of liability $ 1.000.000.00 per
occurrence for bodily injury property damage to include Premises/ Operations; Products,
Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Indemnity and hold harmless endorsement exactly as written in
"insurance requirements" of specifications).
xxx 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4.
Excess Liability - $
.00 per occurrence to follow the primary coverages.
xxx 5. The City must be named as and additional insured on the liability policies; and it must be
stated on the certificate.
6. Other Insurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
Other
$
$
$
$
$
$
.00
.00 .
.00
.00
.00
.00
xxx 7. Thirty (30) days written cancellation notice required.
xxx 8. Best's guide rating B+: VI or better, latest edition.
xxx 9. The certificate must state the quote number and title
CONTRACTOR INSURANCE STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this insurance
~~Clu~ed in the 9._'U,tation pa:age. //'1
f L~ "btfdG2 [vbCZ II~
/ si~;~~;e;i C6ntr:Ct~ Print Name! TItle /?;/.
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
17
,\,',
.\
2.6
CONTACT PERSON:
For any additional information regarding the specifications and requirements of this Project,
contact Brad A. Judd, Property Management Director, at (305) 673-2984.
2.7 SAMPLES:
The Contractor shall provide upon request, a complete and accurate sample of the product(s)
as per specifications, which it proposes to furnish.
2.8 BID, PERFORMANCE AND PAYMENT BOND:
A Bid Bond is not required, however the successful bidder will be required to furnish
Performance and Payment Bonds, each in the amount of one hundred (100%) percent of the
Contract amount.
2.9 LIQUIDATED DAMAGES:
The Contractor agrees to pay the City liquidated damages in the amount of$200 per calendar
day beyond the three hundred and sixty five (365) day substantial completion date.
2.10 WARRANTY:
The successful Contractor will be required to warranty all work performed.
2.11 REFERENCES (PROVIDE 4 REFERENCES, PLEASE SEE PAGE 25)
2.12 COMPLETE PRO~CT REQUIRED:
The Quotation Form, and the specifications described herein, outline the various items or
classes of work required, enumerating or defining the extent of same necessary, but the City's
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 completion of the Project.
2.13 FACaITY LOCATION:
The Historic City Hall building is located at 1130 Washington Avenue, Miami Beach, Florida
33139.
2.14 CONTRACTOR QUALIFICATIONS:
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 ofbusiness;
has technical knowledge and practical experience in the type of equipment required for work
on the Project; 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 scope of work to
similar size projects as the Project outlined herein. 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 five (5) years).
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
18
2.15 COMPLETE INFORMATION REQUIRED ON QUOTATION FORM:
All quotes must be submitted on the forme s) attached in the Quotation F onn and all blanks
filled in. To be considered a valid bid, the ORIGINAL COpy of the Quotation Fonn and all
required submittal information must be returned, properly completed, in a sealed envelope as
outlined in the section 1.1 of General Conditions.
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
19
Section 3
MEASUREMENT AND PAYMENT
3.1 Measurement of Quantities - All work completed under this contract shall be measured
by the Property Management Director, according to United States Standard Measures. All
measurements shall be taken horizontal or vertical. No allowance shall be made for surfaces laid over
a greater area than authorized except where such work is done upon written instructions of the
Property Management Director.
\
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 this Quotation
Form and the specifications herein, 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 this Quotation
Form, the 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 Property
Management Director, 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 fifteen (15) percent of the sum thereof which shall be
considered as full compensation for general supervision and the furnishing and repairing of small tools
and ordinary equipment used on the contract such as picks, hand shovels, plows, etc. In addition to
the above, the Contractor shall receive the actual cost for Social Security taxes, unemployment
insurance, and Workmen's Compensation insurance involved in such force account 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.
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
20
(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 Property Management Director 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 Project Manager 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 Project Manager and signed by both the
Project Manager and the Contractor's representative, one copy being forwarded, respectively, to the
Property Management Director or 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 Property Management Director 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 Property Management Director.
3.6 Partial Payments - If the work progresses according to contra.ct, 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 Property Management Director, provided the materials, in
the judgment of the Property Management Director, 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 other things as elsewhere provided herein.
Should any defective work or material be discovered previous to the final acceptance, or
should a reasonable doubt arise previous to the final acceptance as to the integrity of any part of the
completed work, the estimate and payment for such defective or questioned work shall not be allowed
until the defect 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
final estimate and payment. If the total amount of the retained percentage of the contract is greatly in
NO: V A-QT12-005 CITY OF MIAMI BEACH
QUOTE DATE: 08/09/05 21
excess of the uncompleted portion of the contract the City upon consultation with the Property
Management Director, 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 work 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 Property Management Director, according to the contract, and all trash, debris,
equipment, and other things used in the construction removed from the site of the construction ~nd
from the adjoining land, after final inspection as provided herein, shall certify such fact to the Property
Management Director in writing, recommending the acceptance of the work.
The amount of the final payment, 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 payment has been approved by the City upon consultation with the Property Management
Director, provided that the Contractor has furnished to the City 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, LETTER OF FINAL COMPLETION (or LETTER OF FINAL
ACCEPTANCE) from the Contractor.
NO: V A-QT I 2-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
22
...............,.."...'-&.'""' "'........ oS. ....&..""'I..I...J.I...J
FA<;ADE RESTORATION PROJECT
QUOTATION NO: VA-QT12-00S
Proposal Page 1 of 2
This Project includes the removal and replacement of all exterior plaster surfaces and replacement
with fiber reinforced stucco. The replacement of all building windows and frames with Miami-
Dade County product approved impact resistant windows and frames to match the existing
historic windows and frames. The remo.vaI of all deteriorated cast concrete decorative moldings
and details and the replacement with BPS shapes and forms to exactly match the existing historic
details of the building. Painting of the entire building and all other work necessary to successfully
complete the work as per plans and specifications at the Historic City Hall Building located at
1130 Washington Avenue, Miami Beach, Florida.
LINE ITEM
LUMP SUM
1) Scaffolding
2) Stucco removal and replacement
3) Window removal and replacement
4) Demolition of existing decorative cast concrete
5) EPS Shapes (materials and installation)
6) Paint Work
7) Miscellaneous
$1.059,595.00
$584.500.00 .
$ 68.000.00
$56.000.00
$.58.000.00
$85,000.00
GRAND TOTAL:
$ 1,911,095.00
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
2J
HISTORIC CITY HALL
FACADE RESTORATION PROJECT
QUOTATION NO: VA-QTI2-005
Proposal Page 2 of 2
PROMPT PAYMENT DISCOUNT: (i.e., 2%/10;1 %/20)
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE
CONSIDERED PART OF THE QUOTE MUST BE SUBMITTED IN DUPLICATE.
SUBMITTED BY: fiJCne LLlX--2/1=res'lden+
COMPANY NAME: f\kJ 'crtl\ c[)nCveJe, rest:YVr1tlOn/lnc.
SIGNED:
Contractors must acknowledge receipt of addendum (if applicable).
Amendment No.1:
Insert Date
Amendment NO.2:
Insert Date
NAMEmTLE (Print):
ADDRESS:
CITY/STATE:
ZIP:
TELEPHONE NO:
FACSIMILE NO:
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
24
..,/'
HISTORIC CITY HALL
FACADE RESTORATION PROJECT
QUOTATION NO: VA-QT12-005
CHECK LIST
To ensure that your quotation is submitted in conformance with the Contract, please verify that the
fill .. h bid db. d . d
o oWing Items ave een comp ete an su mltte as require .
"
X Original and one copy of bid (including all submittal information)
General Conditions Section 1. 1
Special Conditions Section 2.15
X Execution of Quote
General Conditions Section 1.2
EquivalentslEqual Product
General Condition Section 1.10
Insurance and Indemnification (including Insurance Checklist)
X General Condition Section 1.27
Special Conditions Section 2.5
Bid/Performance Bond
General Condition Section 1.25
Special Conditions Section 2.8
X Warranty
Special Conditions Section 2.10
Product/Catalog Information
X References
Special Conditions Page 26
X Bidder Qualifications
Special Conditions Section 2.14
X Contractor's Questionnaire
(Page 27)
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
25
CUSTOMER REFERENCE LISTING
Contractor shall furnish the names, addresses, and telephone numbers ofa minimum offour (4) finns
or government organizations for which the Contractor is currently furnishing or has furnished similar
services.
1)
Company Name
Address
Contact Person/Contract Amount
Telephone Number
2)
Company Name
Address
Contact Person/Contract Amount
Telephone Number
3)
Company Name
Address
Contact Person/Contract Amount
Telephone Number
4)
Company Name
Address
Contact Person/Contract Amount
Telephone Number
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
26
FA<;ADE RESTORATION PROJECT
QUOTATION NO: VA-QT12-005
CONTRACTOR'S QUESTIONNAIRE
NOTE:
Infonnation supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answers may be grounds for disqualification from
award of this quote.
Submitted to City of Miami Beach, Florida:
By National Concrete Preservation. Inc.
PfinciparOfilce 2550 Northwest 39th Street Miami, Florida 33142
How many years has your organization been in business as a General Contractor under your present
business name'?' five years
Does your organization have current occupational licenses entitling it to do the work contemplated in
tfiis contract?' yes
"'State ofFlorida occupational license - state type and number:
583194-7
DaaeCounty certiIfcate of competency - state type anonumber: CGC 150-4409
Uty oflVliami 'Beach occupational license - state type and numbe,r: CGC 150-4409
Incrude copIes oIanove licenses and'certificates with proposal.
How many years experience in similar work has your organization had?
CA) As a General Contractor. five years
(B)
As a Sub-Contractor
N/A
(C)' What contracts has your organization compl~ted? (use separate sheets ifnecessaryj
Contract Amount Class of Work When Completed Name! Address of Owner
(Please see our 'References')
Hay~ 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
sp~fications? No
If so, where and why?
Has any officer or partner of your organization ever failed to complete a construction contract
handled in his own name?
No
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
27
If so state name of individual, name of owner, and reason thereof
. ,
In what other lines of business are you financially interested or engaged?
None
Give references as to experience, ability, and financial standing Please See Attached
\
What equipment do you own that is available for the proposed work and where located?
_ We own all of our eQuipment.
What bank or banks have you arranged t~ do business with during the course of the contract should it
be awarded to you? None
Please list the names and addresses of the subcontractors to be used for the portions of the work
listed below.
None
I HEREBY 7 tho at th~ above p are true and ~rrect.
~. ~~ h-O---Z-?y
Contractor
"Gdc!t<(, &;P(J & tzes~~f
Print Name/fitle
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
28
. <' CONTRACT FOR QUOTATION NO. VA-QT12-005
THIS CONTRACT made this 3 If:!. day of JJol/fl.mj~ 20 or , 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
;t/,47'7d~ Ct7~/.l- PIlAsUV411tlA.J :I'vQ.
r
'.
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 Project to be done by said Contractor PURSUANT TO
City Quotation NO. VA-QT12-005 and designated "HISTORIC CITY HALL FACADE
RESTORATION PROJECT' (also referred to as "the work" or "the Project") 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 prior written consent of the City.
2. City of Miami Beach Quotation NO. V A-QT12-005 and Contractor's Quote in response
there to, 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 The priority of documents shall be as set forth in Section 1.45 of the
Quotation Form.
3. The Contractor shall commence work within twenty one (21) days of the issuance of a Notice
to Proceed from the City and shall construct and complete in a good and workmanlike manner
the materials herein referred to, strictly in accord herewith the following:
3. I Unless there is a change in the scheduling of the Project approved by the Property
Management Director, the Contractor shall be substantially completed with the work
within three hundred sixty five (365) calendar days from the issuance of the Notice to
Proceed, and completed and ready for final payment within four hundred (400) calendar
days after the issuance of said Notice.
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
29
('
~. 3.2
Damages - City and Contractor recognize that the City will suffer direct tinancialloss if work
is not completed within the Contract times specified in Paragraph 3.1. They also recognize
the delays, expense and difficulties involved in proving in a legal or arbitration preceding the
actual loss suffered by City 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 City 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 City's expenses for extended delays and for inspection, engineering
services and administrative costs associated with such delay.
4. 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
work and enter upon and inspect the same at all reasonable times.
5. If any dispute arises between the City and said Contractor with reference to the meaning or
requirements of any part of this contract and they cannot agree, the more stringent
requirements shall govern as determined by the City, through its Property Management
Director.
6. If the Contractor shall complete the work 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 contract
nor shall it operate to alter any other term of this contract.
7. Prior to commencing any work on the Project 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's Risk Manager.
8. All documents shall be executed satisfactorily to the City and until required Bonds and
Insurance Certificates have been filed and approved, this contract shall not be deemed
effective.
9.
City shall pay Contractor for performance of the work in accordance with the Quotation Form
in current funds at the lump sum or unit prices presented in the Quotation Form and
Contractor's response there to, as attached to this contract. The parties expressly agree that
the contract price is a stipulated sum except with regard to the items in the Quote which are
subject to unit prices.
NO: V A-QTI2-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
30
I'
I
.' . .
Contract Price: _~ I J tJ U I O~-: ()O
10. This contract, and all attachments hereto, comprise the entire agreement between City and
Contractor, to this Agreement.
The contract may only be amended, modified or supplemented as provided in the General
Conditions.
IN WITNESS WHEREOF the City has caused this contract to be signed by the Mayor of the City
of Miami Beach, Florida and its corporate seal to be affixed, attested by the City Clerk of the City of
Miami Beach, and the said Contractor has caused this Agreement to be signed it its name.
,j
//
/ I
I BEACH
David Dermer
~
AM~~.ftn~
City Clerk ~.. Roberttarch~r
, ~~. ';~ ::.... ,; \' , ,'" . '.
.
. ,
,~ I '
~
Signature
..............,
CTOR
Attest:
120 XA"-'A 'l\?Cfo..LD
Print N ameffitle
Signature of Owner or
Authorized Representative
Corporate Seal
teJ;J1~r
EJd{~ ~IlR2-
Print Nameffitle
NO: V A-QT12-005
QUOTE DATE: 08/09/05
CITY OF MIAMI BEACH
31 APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
~ Q/{? 11/1.// i7:l-
City A1t<<n~ Date
Jan 25 06 03:10p
MIAMI..oMl
ED
Propert~
93056734168
p. 1
Business DewIopment
111 NW lrtStlHt. 19th Floor
~mi, florida 33128-1906
T 30S-3'~..3111 F 3OS-375-3160
railu.aidacle.SOW'
ADA CoonINtlOft
A....~&iDn
Nllmal~
14' ill ~rt<llCef
AUdit ;and JlIII.......nL SWoiCeS
.-..Q\i0ll January 20, 2006
l!Iutld~
Ihllcln& Cock c....,1~
.ldt-N ~ ~ F",,1(It
C.pl4l ,...,-_I\lt
C:;liz~ l.wN~IldrNT..nlpDlU\<onTNq
CPI'lnlilfiOn all [!hies and Mlit T...-I
eom_ivW-
CcmrMni'y ~ .......')'
Community' e..Gflof\'lic:.Ol:W!&opNenl
Q)remunily RcIGliOtl'
Cans_ ServiCes
corttdl_ .. lLrh.l.iGvllor1
c.1Iwal Nf.;"
flecOOm
MolII~~~
~~ ~t....'
flftpowcrmemifUlt
"'~,e Tt<;NloIolY 5Il1Vloo
Ef,o.;JOI'l...,,"-1 ~ Msm,~
""ir fnlp~ I'adka
~"' ~lJI'
eer-.J 5tf\t<nA/lmlntlotllWbtl
HlJtOfic:~"""
~&..a "Trull
lo4ouIlnK ~\t)
10400'101 F"UUMZ Aultw.ty
HUlNI'I $fII,"
Indolpel\denl ~~ FltMl
1mrtr1;1lbm.ITrlde ~um
~11I!~CalW
Medic'! Eamla~
"..,..,.....,""~. PI,,,.
~lbn P'llllWll.. OrF"I:ul11lft
Puk ",nil ~1W>>B cC:
PIJAII.,..nd Zu,.ing
""Iia
"tOCU- ~"","
PI'llf*'r ~ipl
PuNk: LIlmT s~
~llL Wortls
~Sl!~~~
St~
SCUdWAR~~1
SI~;c .-,.. Ma~1
~.. Moll...
Tfi~
Tas'd'l.."",_ u....." (,cDhQlnio; ......1~11lr<l"";",.
"'i%t2y., Mu_ kid Calrir:fts
INltt'l " "'wI'
Mr. Jorge M. Gonzalez" City Manager
City ofMiaxni Beach
1700 Convention Center Drive
Miami Beacb, FL 33139
RE: Historic City B.n Facade RestoratioD Project
Dear Mr.Gonzalez:
r........lr!
The above-referenced project was submitted for review to detennine Community
Small Business EnteIprise (CSBE) measures. Yon informed DBD that the project
has been advertised and the conttactor has completed its subcontractor agrcoments.
Given this scenario, the Miami-Dade COWlty AttoxneYs Office has opined that
CSBE Program participation is not required- As ~ the City of Miami Beach
may move forward with the completion of the above-referenced project-
Should you have any questions or need ~ditional information. please contact
Betty Alexander at 305-375-3124.
Betty Alexander. DBD
Gus Lopez~ City of Miami Beach
. . .... ~ ;'.:.: