Loading...
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 . . .... ~ ;'.:.: