Loading...
HomeMy WebLinkAboutGordian Group Project Manual 4. Project Manual Bond No. 4175327 00710 FORM OF PERFORMANCE BOND BY THIS BOND, We Carivon Construction Company as Principal, hereinafter called CONTRACTOR, end Great American insurance Company as Surety, are bound to the CITY of Miami Beach, Florida, as Obligee, hereinafter called CITY, in the initial amount of Two Million Dollars ($2,000,000), for -the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has. byt Nitta agfeement entered into a Contract, Bid/Contract No.: l4-03/04 , awarded the 21st day of MaY . 20 04 with CITY which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND istthat.ifi0ONTRACTOR. 1: Performs the Contract betweWdOWACTO,t1 and CITY for construction of Job Order Contract Capital improvements rro Jec a Contract being made a part of this Bond by reference, at the times and In the manner prescribed in the Contract; and 2, Pays CITY all losses, liquidated damages, expenses, costs and attorneys fees including appellate proceedings, that CITY sustains as a result of default by CONTRACTOR under the Contract; and 3. Performs the guarantee of ail work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULZ ,f*,qr CE AND EFFECT. Whenever CONTRACTOR sFiail.. e, : nd declared by CITY to be, in default under the Contract, CITY''havu g thfo'rmed CITY obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or March 2004 City of Miami Beach Doporg n O 29M The Owdign Gaup Page 65 Project Manual 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if CITY elects, upon determination by CITY and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and CITY, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the 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 amount payable by CITY to CONTRACTOR under thetContract.and any amendments thereto, less the amount propeifyrpaidab r,GITmY:to.CONTRACTOR, No right of action shell accrue on jnis'bo d to or for the use of any person or corporation other than CITY named herein. 5. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this 8th daylaf,,,' ;,June Page 66 1. i.tti 1t o 04 City of Miami Beach Copy/VAC 2O04 Tho poraen OIa o March � p WITNESSES: Thrrw. r ( ecr tart'} (CORPORATE SEAL) IN THE PRESENCE OF: March 2004 Protect Manual Carivon Construction Company Name of ratan) Sy_ (Signature and Title) 0.01C (Type Name/Title``Signed Above) day ofJU if1Q , 20 C) • Fi 4 INSU NCE Greaera? I stiran e Company By eeft nrieAttorney-in-Fact and Florida Resident Agent 5900 N. Andrews' Avenue, # 300 (Address: Street) 't,. Lauderdale,{ FL 33309 • (City/State/Zip) Telephone No.: 954--776-2222 City of Miami Beach Page 87 wPyllphlO2004 ThoGodimGroup C:4 Project Manual Bond No. 4175327 00720 FORM OF PAYMENT BOND BY THIS BOND, We Carivon Construction Company , as reat American Principal, hereinafter called CONTRACTOR, and Insurance Comnan_v as Surety, are bound to the CITY of Miami Beach, Florida, as Obligee, hereinafter celled CITY, in the amount of Initial Two Million Dollars ($2,000,000) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has by written agreement entered into a Contract, Bid/Contract No.: 14--03/04 awarded the' g 1st day of May , 20 04 . with CITY which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for Liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if CONTRACTOR: 1. Pays CITY all losses, liquidated darnades, expenses, costs and attorneys fees including appellate proceedingeitigtatnpITY sustains because of default by CONTRACTOR under the Contract; and 2, Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or Indirectly by CONTRACTOR in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not In privity with CONTRACTOR and who has; inot, received payment for its labor, materials, or supplies shalt, wi 1i ..1prty-five (45) days after beginning to furnish labor, materiels;, or.isuppliss for the prosecution of the work, furnish to CONTRACTOR a notice that he intends to look to the bond for protection. 2.2, A claimant who is not in privity with CONTRACTOR and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the Tabor or after complete Page 65 City of Miami Beach March 2004 covnio►u o 2001 The Canton Gran .4 i. ;!'".;CH Project Manual delivery of the materials or supplies. deliver to CONTRACTOR and to the Surety, written ,notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against CONTRACTOR or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted In accordance wit. the Notice and lime Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and complia nce,; 9 L.leofcompliance with any formalities connected with the Contract or the changas'=does not affect the Surety's obligation under this Bond. Signed and sealed this ' Sth day of June 20 04 WITNESSES: (\Q^. E Carivon Construction Company Name of Co motion ) J (S cretary) (CORPORATE SEAL) IN THE PRESENCE OF: March 2004 .a,• c, By ...•,.•!•:.. ,r�,•r; (Signature and Title) ype Name/Ti le Signed Ab i Gse er .ica TAsu anc Company A•ent and Attorney-in-F t and Florida ,,, .,•:# Michael BonetResident Agent .Y“, ?',)rr 5900 N. AndrewEi Avenue, # 300 (Address: Street) Ft. Lauderdale, FL 33309 By (City/State/Zip) Telephone No.: 954-776-2222 City of Miami Beach eaprplr p 20347ir Gordian Group Page fig Project Manual 00721 CERTIFIC TE AS TO CORPORATE PRINCIPAL 1,N, certify that I am the Secretary of the corporation named as Principal In the foregoing Performance and Payment Bond (Performance Bond and Payment pond); that(r r 3 who signed the Bond(s) on behalf of the Principal, was then \J. P of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. ` .{ "/,� (Seal) as Secretary of Cackua-, aysteA (Name of Corporation) STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE ) (SEAL) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared D1(X) Y 1-1146 to me well known, who being by me first duly sworn upon oath sa s'Yiat he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of CONTRACTOR named therein in favor of CITY. Subscribed and Sworn to before me this My commission a c 'ra :�� 4 r" MELBA E. SANCHEZ 1 Ir lt.ii: ?doh Fubtle - State of Ftedda INCommissrnEckel; M Y27,2009 Gommleeton S OPi211175 National Notary Alan. can Notary Public, State of Florida at Large • ..' 1-.B'onded by Page 70 City of Miami Beach March 2004 eopytighl R IOU The GwaiYn Group TERRORISM COVERAGE RIDER NOTICE -DISCLOSURE OF TERRORISM COVERAGE AND PREMIUM The Terrorism Risk Insurance Act of 2002 establishes a program within the Department of the Treasury, under which the federal government shares, with the insurance industry, the risk of loss from future terrorist attacks. The Act applies when the Secretary of the Treasury certifies that an event meets the definition of an Act of Terrorism. The Act provides that, to be certified, an Act of Terrorism must cause losses of at least five million dollars and must have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest to coerce the government or population of the United States. To be attached to and form part of Bond No. 4175327 , effective June 8, 2004 In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds on which Great American Insurance Company, its affiliates (including, but not limited to Great American Alliance Insurance Company, Great American Insurance Company of New York and Great American Assurance Insurance Company) is the surety. The United States Government, Department of the Treasury, will pay a share of terrorism losses insured under the terms of the Act. The federal share equals 90% of that portion of the amount of such insured losses that exceeds the applicable insurer retention, This Coverage Part/Policy covers certain losses caused by terrorism. In accordance with the Federal Terrorism Risk Insurance Act of 2002, we are required to provide you with a notice disclosing the portion of your premium, if any, attributable to the coverage arising from losses for Terrorist Acts Certified under that Act. The portion of your annual premium that is attributable to coverage for Terrorist Acts Certified under the Act is : $:00. GREAT AMERiCAN INSURANCE COMPANY® Administrative Office: 5SOWALNUT STREET • CINCINNATI, OHIO 45202 • 513-389-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THREE No. 017672 POWER OF ATTORNEY KNOW AIL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio. does hereby nominate. c nnstILute arid appoint the person or persons named below its true and lawful attorney - in -fact, for it and in its name, place and stead to execute in behalf ul'the said Company, as surety, any and all bonds, undertakings and contracts ot'suretyship, or other written obligations in the nature thereof: provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name MICHAEL A, HOLMES GERALDJ.ARCH MICHAEL BONET Address Limit of Power ALL OF ALL FT. LAUDERDALE, FLORIDA UNLIMITED This Power of Attorney revokes all previous powers issued in behalf of the auorney(s)-in-tact named above, IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its approprinte officers and its corporate seal hereunto affixed this 31ST day of JANUARY 2003 Attest GREAT AMERiCAN INSURANCE COMPANY STATE OF OHIO. COUNTY OF HAMILTON - s5: DOUGLAS R. BOWENt513.389-811) On this 31ST day of JANUARY. 2003 , before me personally appeared DOUGLAS R. BOWEN. to inc known. being duly sworn, deposes and says that he resides in Cincinnati, Ohin. that he is the Divisional Senior Vice President ol'the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that Mescal affixed to the said instrurilent ix such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company. and shut he signed his name thereto by like authority. S This Power of Attorney is granted by authority of the tollowin► resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I. 1993. RESOLVED: That the Division President, the .several Division Vice' P,e%sidents and Assistant Vice Ptreside,rrs. or any one c'fthem. be and hereby is aathorrLerl,,flr)rn time of time. to appoint one !n' more eloor,re1'i-ire-Fact to erecme 011 behalf or ilst Company. as Surely: any and cal bonds. undertakings and contacts p/ suretyship. al' other written obligations in the nature thereof' to prescribe their respective du des and the respective limits of their authority.. and to revoke ruiv such appointment al any time. RESOLVED FURTHER: ihay the Company ,real and the *Maitre of any of the aforesaid r+fjicers and any Sr.'crelnly or Assistant Sect -ratty of the Company maybe affixed by facsimile to any power of attorney or certificate of eirl,er given, fin. the ewcrriun of any blond, rardertaking, contract or wartyslrip, nr other written obligation in the nurture thereof, such signanue and .seal when so 41Sed being hereby adopted b,v the C'narprur,t' as 1he of gijctl signature ofsach officer and tlw original seal of the. Company. to be valid and binding neon the Company with the same/iwce and effect as though immunity affixed. CERTIFICATION 1. RONALD C. HAVES. Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions ditto Beard of Directors of March 1, 1993 have not been revoked and are now in 11111 force and effect, Signed and scaled this 8th day of June . 2004 S 10291 it 11011 Project Manual . 00708 FORM CERTIFICATE OF INSURANCE INSURANCE CHECK LIST )(( 1. Workers' Compensation and Employer's Liability per the statutory limits of the State of Florida. 1M 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 (Hold harmless endorsement exactly as written In "insurance requirements" of specifications). X, _X 3. Automobile Liability - $1,000,000 each .occurrence - ownedlnon- 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. )(XX 6. Other Insurance as Indicated; Builders Risk completed value $ .00 Liquor Liability $ ,00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 XX)( Professional Liability $ 250.000.00 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 VENDOR AND INSURANCE AGENT STATEMENT: We : understand the insurance Requirements of these specifications and that evidence of this insurance may be required within five (5) days after Bid opening, Contractor Signature of Contractor Page 64 City of Miami Beach oopyrtpht O 2004Thr Gordian Group March 2004 ACORQ CERTIFICATE OF LIABILI PRODUCER Brown & Brown, Inc. 5900 N. Andrews Ave. #300 P.O. Box 5727 Ft. Lauderdale FL 33310-5727 Phone:954-776-2222 Fax:954-776-4446 INSURED 1arivon Construction Company 2171 B.W. 131 Avenue Miami FL 33186 COVERAGES I'Y INSURANCE OP ID TO CARIV-2 DATE IMNVDDIYYYY) 06/08/04 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIL # INSURERA: imaginers Insurance Company INSURER B: INSURER C: INSURER O: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICA' ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILIR ADM SR INE TYPE OF INSURANCE POLICY NUMBER DATE (MM/DDCCYY)E PCATE IMM/D A A A A x GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY I CLAIMS MADE l OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: —1 POLICY [Xi jpai fiLOC AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON —OWNED AUTOS GARAGE LIABILITY _1 ANY AUTO I:XCESS'UMRRELLA LIABILITY J OCCUR DEDUCTIBLE RETENTION i CLAIMS MADE WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERJEXECUTIVE OFFICER/MEMBER EXCLUDED? If yes describe under SPECIAL PROVISIONS below OTHER Owners & Contractors Policy CPP13026501002 CA20135420102 04/01/04 04/01/04 /4°4 WC20083630101 04/01/04 04/01/05 04/01/05 04/01/05 'ED. NOTWITHSTANDING r1AY BE ISSUED OR CONDITIONS OF SUCH LIMITS EACH OCCURRENCE S 1000000 PREMI ES(Eaoe any) 1 50000 MEDEXP(Any One perwn) $ 5000 PERSONAL & ADV INJURY $ 1000000 GENERAL AGGREGATE $ 2000000 PRODUCTS .COMPJOP AGG $ 2000000 COMBINED SINGLE LIMIT (Ea accident) $ 1, 000, 000 BODILY INJURY (Per parson) = BODILY INJURY (Per aecldeal) PROPERTY DAMAGE (Per accident) AUTO ONLY • EA ACCIDENT 5 s OTHER THAN AUTO ONLY: EACH OCCURRENCE EA ACC AGG S $ $ AGGREGATE $ S a IWC 5Tr(TU- TORY LIMITS E.L. EACH ACCIDENT LER $ S 500000 El, DISEASE • EA EMPLOYEE s 500000 E.L. DISEASE - POLICY LIMIT $ 500000 Bach Oac. 500,000 DESCRIPTION OF OPER.ATIONS / LOCATIONS !VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS07/01/04 Aggregate 500,000 City of Miami Beach is listed as additional insured in respects to the General Liability in regards to Job Order Contract: Capital Improvements Projects, Bid #114-03/04 CERTIFICATE HOLDER GL2006887000000 01/15/03 CITY OF City of Miami Beach Risk Management 1700 Convention Center Drive Miami Beach FL 33139 &CORD 25 (2001l08) ®ACORD CORPORATION 1988 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHOR RES TiVE FROM JUN-10-2004 18:58 f )1.(''\\ 11 iBONDS Mrs.. Ivonne Munnc Cativat► Construction Company 12171 S. W. 131 Avenue Miami, FL 33186 Re: City of Miami Beach Job Order Contract • Capital Improvements project (FRi)JUN 11 2004 8:46/ST. 8:45/N0.6321041806 P 2 P.01/01 Brown & Bro 5900 N. Andrews Avenue, Suite 300 (pp: 3 P.O. I3ox Post Laudcrdade, Pl. 3331 9541776.2222 • FAX 95417 Suaewida 14o4V339: Dear Ivonne: It is my understanding that Professional Liability Insurance may be required for the above referenced project. This coverage is available for contractors such as Carivon Construction Company. If and when the professional liability exposure becomes present, we will be in a position to offer the necessary coverage for your firm. Please contact me with any questions or comments you may have. own & Brown Insurance, Inc. MichBonet Vice P aident Toms D rA4 Project Manual • 0.07$5 • PERFORMANCE AND PAYMENT GUARANTY .FORIW UNCONDITIONAL LETTER OF CREDIT: . Date of Issue Issuing iank's No. . . . Ber eflolary: .. A15i71icarit; City Of Miami Beach Amount:' ,.... . 1700 Convention Center Drive' in United States Funds Miami Beach, Florida 33139 . ' Expiry: . (Date) Bid/Contract "Number We hereby authorize yo`u to draw an • (Bank, Issuer narne) .at by order 'of and (branch address) forthe account of (contractor, applicant, customer)' agreed • upon by 'and between the " City • of Miami Beach, Fiorlda and up . to an aggregate (contractor), arnount, in United Skates Funds, of ,at sight, accompanied by: available by •your draft's A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of Certain obligations on the part, (contractor, applicant, customer)pursuant to the (applicant, customer) Bid/Contract No. . for (name of project) and Section 255.05, Florida Statutes. . March 2004 City of Mlaml Beach Page 71 copyright 0 2004 The Gordian Group • Project Manual • Drafts must be'drawn'and negotiated rnotlaterthan .. . . (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No of • (Bank name) • .this. Letter of Credit'ihall be reriewedfor succes$Ive poriod's of one (1) year each unless we provide the City of Miami Beach with written notice of our intent to terminate•the credit herein extended, which notice must be provided at feast thirty . (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will expire prior to :.•performarice of the contractor's obligations will be deemed a:default. This Letter of Credit Sete' forth in full the terms of our undertaking, :and such ,.'undertaking shall not in any way be ,modified, or amplified by reference to .any ,documents, instrument, .or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. -We hereby 'agree with the drawers, endorsers, and bona fide- holders of all drafts • 'drawn under and in compliance with the terms 'of this credit that such drafts will be 'duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be' released one (1) year after the final • Completion of the Project by the • (contractor, applicant, customer) This Credit Is 'subject to the -''uniform Customs • and • Practice for Documentary • .•Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida Iaw. If a conflict between•the Uniform Customs and. Practice for Documentary Credits and Florida law 'should arise, •Florida Iaw shall prevail. If a conflict between• the Iaw of another state or country and Florida law • ..should arise, Florida Iaw shall prevail. (number) dated . . , 2004. Authorized Signature Page 72 City of Miami Beach copynphl o 2004 The Gordian Group March 2004 • • .Project Manua! • 00800 . GENERAL:CONtiiti NS 1. Project Manuel: . • 1.1. •Order • of Precedence' of the Component Parts • of the Contract Documents: . 1.2. • In 'the event of a •Conflict between .different 'parts of the Contract Documents, the order of precedence of the component parts. of the Contract Documents shall be as follows: • . A. • Project Manual, Volume B'. •Addenda, if any . C.. Plans and Drawings; if any Construction Task Catalog,• Volume II E. Standard Specification of 'The City, ' State or Federal Government, If any . P. The 'Job Order G. Technical Specification; Volume III H. ' Proposal and Acceptance Forms ' 1. . Invitation to Bid . J. Bonds ' K. insurance 1.3: • The Project Manual Includes any general and JOC Supplemental Contract conditions or specifications attached hereto. 1.4. The Project' Manual; along with • all documents • that make up and constitute the Contract Documents, shall be followed in strict accordance as to work, performance, material,' .and dimenslons except when City "and or Program Manager may authorize, in writing, an exception. 1.5. Dimensions 'given in figures -ere • to hold •preference over scaled Measurements from .the drawings; however, all discrepancies shall be- resolved by the City and or Program Manager. Contractor shall not proceed when in doubt as to any dimension or Measurement, but shall seek clarification from the City and or Program Manager. , 1.6.' Contractor shall be furnished, . free of charge,- one 'paper (1) copy 6f the Project Manual, and (1) copy of the CTC. Ali documents including the Technical Specifications will be •provided on CD-ROM, which 'shall be preserved and always kept accessible to City and or March 2004 City of Miami Beach Page 73 oapyripht 12 2034 The Owdlen ' Project.Manual Program Manager authorized representatives. Additional copies of the Project Manual may be obtained from City at the cost of reproduction. • Intentionof City: , . 2.1.. it ia .the 'intent of City to describe in the Contract Documents a functionally complete' Projeot (or part thereof) to be constructed In accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the•Project, Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended . result shall be supplied by Contractor whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such Words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, . or codes of any technical soclety, organization or association, or to .the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, 'specification, manual,.code or laws or regulations In effect atthe time of opening of bids and Contractor shall comply therewith. City shall • have no duties other than those duties and obligations expressly set forth within the Contract Documents. -Preliminary Matters: 3.1, • At a time specified by the City arid or Program' Manager but before • . Contractor starts the work at the Job Order site, a conference attended by Contractor, .City and or Program Manager and others as • deemed appropriate by Contract Administrator, will be held to discuss the schedule, Shop Drawings other submittals, safety, site access and other issues as required to establish a clear understanding of the construction operations. . Performance Bond end ,Payment Bond: Within fifteen (15) 'calendar days of being notified of the award,' Contractor ' , shall furnish a Performance .Bond and a Payment' Bond containing all the - provisions of the Performance Bond and Payment Bond attached hereto as forms 00710 and 00720. Each 'Bond'shall be in the amount of two million ($2,000,000) dollars' guaranteeing to CITY the completion and performance of the work covered in such 'Contract as 'well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. Each 'Page 74 City of Miami Beach copyright 0 2004 7M Gordian Croup March 2004 Project Manual Bond shall be with a surety' cornpany which is qualified pursuant to Article 5. • • 4.2. Each Band shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be .aonditloned that Contractor Will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. If the option terms are exercised the Contractor shall furnish additional performance and payment bonds 'in the amount of $2,000,000 each. If an individual Job Order is issued over the maximum amount of initial value of the contract bonds, the City will request from the contractor a payment and performance bond equal to the amount of the Job Order. The City will pay for the extra bonds as a Non-prepriced task with no mark ups from the contractor. 4.3. Pursuant to the requirements of Section • 255.05(1)(a), .Florida Statutes, as. may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami -Dade County 'and provide City with evidence of such recording. 4.4. Alternate Form of Security: In lieu. of a Pefforrnance ..Bond and a Payment Bond, •CONTRACTOR may furnish alternate forms of security which may be In the form of cash, money order; certified check, cashier's check or uncchditlonal letter of credit In the form attached hereto as' Form 00735. Such alternate forms of security shall be subject to the prior'approvai of CITY and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by CITY for one year after completion and acceptance of the Work. 5. Qualification of Surety: 5.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00: • 5.1.1. Each •bond' must' be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of . Florida and having been In business with a record of successful continuous operation for at least five (5) years. 5.1.2. The surety company shall hold .a current certificate of authority as acceptable surety on federal bonds in accordance with !United States Department of Treasury March 2004 City of Miami Beach copyrlghl 0 2034 The 004131 n 6r0.0 Page 75