Loading...
Resolution 8591 RESOLUTION NO. 8591 WHEREAS, the City of Miami Beach has engaged in negotia- tions with the Allegheny Asphalt & Paving Company, Inc . in reference to the planning, financing and construction of a causeway across Biscayne Bay located in the area of 36th Street in Miami, and 41st Street in Miami Beach; and WHEREAS, Allegheny Asphalt & Paving Company, Inc . has submitted a proposal in writing to the City of Miami Beach in reference to the planning, financing and construction of this causeway, and certain suggestions and changes in said written proposal have been adopted by Allegheny Asphalt & Paving Company, Inc . and said proposal, as amended, is now acceptable to the City Council of the City of Miami Beach, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Miami Beach that the written proposal submitted by the Allegheny Asphalt & Paving Company, Inc . , a true copy of which is attached to this Resolution, and is made a part hereof, be and the same is hereby accepted by the City of Miami Beach. BE IT FURTHER RESOLVED that the Mayor of Miami Beach and the City Clerk be and they are hereby authorized and directed to accept and execute the said proposal for and on behalf of the City of Miami Beach. PASSED and ADOPTED this 25th day of November, A. D. 1953. ' or ATTEST: C. W. TOMLINSON, City Clerk BY: vd / G. _ GQ414A-L"--- Deputy C y Clerk To the Mayor and Members of Council City of Miami Beach Miami Beach, Florida Gentlemen: This proposal, when accepted by the City of Miami Beach, shall constitute a contract between the City of Miami Beach and the undersigned, Allegheny Asphalt & Paving Company, Inc. It is our understanding that the City of Miami Beach has the right and power to construct a causeway across Biscayne Bay, and to issue Revenue Bonds pledging only the revenue derived from tolls imposed to pay the cost of construction. Allegheny Asphalt & Paving Company, Inc. and the City of Miami Beach undertake the planning, financing and construction of this causeway, on the following basis: (1) That we prepare and deliver to the City of Miami Beach, complete plans and specifications for the Forty-first Street Causeway. Plans and specifications for such proposed Causeway shall be prepared in accordance with the Standards of Florida State Road Depart- ment, and in compliance with the City's requirements, and in consulta- tion with an Engineer designated to act for City of Miami Beach, whose authority it shall be to approve the design and specifications and check the work for satisfactory completion. The undersigned shall be in con- sultation with the Engineer designated by the City in all major questions of design and specifications. This shall mean that no preliminary draw- ings shall be put in final form until the same has been approved by the City Engineer. (2) That upon furnishing the City such plans and specifications , and approval of same by City's designated Engineer, the City publish Notice to Bidders requesting sealed bids for construction of a Causeway at a designated location. (3) That such Notice require bidders to complete the work according to plans and specifications above referred to and to set out the number of days necessary to complete the project. (4) That all bidders be required to submit bids upon the condition that they will accept at par, sufficient amount of City of Miami Beach Re- venue Bonds at an interest rate not to exceed that authorized by law, to pay the total cost of the project; which total cost shall be stated as a definite figure, and which total cost shall be the sum total of the following items: (a) Construction cost of the project according to plans and specifications and conditions set out and describedin numbered para- graphs (1) and (2) above. (b) The cost of furnishing complete plans and specifications, andall engineering cost and expense, including fees, as well as the fees, if any, of the designated Consulting Engineer for the City of Miami Beach. (c) The cost of engineering traffic count survey, not to exceed $25, 000.00. Such traffic count and survey shall be made by a nationally recognized firm of engineers, and such data disclosed by such traffic survey shall be avilable to all persons who propose to bid as here- in provided. In the event said engineering costs of such traffic survey ex- ceed the sum of Twenty-five Thousand ($25, 000.00) Dollars, it shall be considered as and shall become a part of the general expense referred to in paragraph (1) of this contract. The firm of engineers used for such traffic survey shall be appointed by the joint consent and agreement of the City of Miami Beach and the undersigned. (d) All legal fees incurred in preparation of bond issue, con- tracts, agreements, etc. , including payment of fees of nationally recogniz- ed Bond Attorneys and a stated fee for validation proceedings by City Attorney, not to exceed $50, 000. 00. (e) Expense and cost of printing, executing and delivering such revenue bonds, not to exceed $10, 000.00. (f) Miscellaneous cost expended by City in advertising for Notice for Bids, court costs, etc. , not to exceed $5, 000.00. (g) Toll equipment, purchased by the Contractor and approv- ed by the City of Miami Beach, not to exceed the sum of $20, 000. 00. (h) Storm and other insurance, as specified inthe General Conditions of the specifications; The City of Miami Beach to be furnished a storm insurance policy which policy shall remain in effect twelve (12) months after the completion of the contract. Insurance premium shall in no event exceed $40, 000.00. (i) The Contractor shall include in his bid, the sum of money provided for interest and operation in the plans and specifications afore- said, which sum shall be placed in escrow in a Florida bank, approved by the bond underwriters and. the City of Miami Beach. This fund is to be used solely for the purpose of paying the interest on the bonds during the construction of the project and for a term of one (1) year thereafter, and for paying operating costs of the Causeway for a period of twelve months after the completion of the contract. Should the cost be less than that so provided for, the savings shall inure toward the retirement of the bonds. (j) The Contractor shall include in his bid the additional sum provided for the acquisition of right-of-way in said plans and specifications, • which sum shall be placed in escrow in a Florida bank, said bank to be approved by the bond underwriters and the City of Miami Beach. This fund is to be used solely for the purchase of property at the Miami Beach approach to the Causeway and at the Miami approach to the Causeway, or for any other right-of-ways, and for any damages in connection with the construction of the Causeway. This fund shall also cover legal fees and agent's commission. (k) Should the Allegheny Asphalt & Paving Company, Inc. not be the successful bidder and the award made to another, then the success- ful bidder shall pay all of the expenses enumerated in paragraph (1), but in no event shall this sum exceed an amount equal to three percent (3%) of the cost of the project. If, upon receipt of bids, the City of Miami Beach shall decline to make an award, then the City of Miami Beach shall pay said costs. Should the Allegheny Asphalt & Paving Company, Inc. fail or refuse to make a bid, and no other bids are a -2- made, then the expenses enumerated in paragraph (1) shall be borne by said Allegheny Asphalt & Paving Company, Inc. In the event that the actual cost of preparation of plans, specifications, engineering cost and expense as set forth in paragraph (1) above is less than the sum equitra- lent to three percent (3%) of the cost of construction as evidenced by the low bid, then the lesser amount shall be paid by the City of Miami Beach. In the event City of Miami Beach becomes liable for the expenses enumer- ated in paragraph (1), the amount of said expenses, under no circumstances, shall exceed the sum of $350, 000.00. All plans, surveys and data of every nature, character and description, called for under this contract, shall be- come andbe the property of the City of Miami Beach and shall be open for inspection, examination and study by prospective bidders, and all informa- tion and data acquired in connection with the preparation of said plans or in connection with the surveys referred to, shall be available to all pro- spective bidders. ( 5) The City of Miami Beach shall provide appropriate right-of-way as may be required for the construction of the Forty--first Street Cause- way, and shall include the terminus at Miami Beach and at Miami. Should condemnation proceedings become necessary, such proceedings shall be- come the responsibility of the City of Miami Beach. If the City of Miami Beach is unable to procure right-of-way across Biscayne Bay, then this contract shall be void, and in such event, the City of Miami Beach shall not be liable or obligated for any expenditures which may have been made by the undersigned. In the event a court of competent jurisdiction finally determines that the City of Miami Beach does not possess the charter power to enter into this contract, then the City shall not be liable for any sums whatsoever hereunder. (6) Tolls shall be imposed upon all persons and vehicles using said bridge, such rates to be in such amount as are necessary to pay the cost of operating, pay interest, and to amortize such Revenue Bonds, and to be approved by National Bond Counsel and the City of Miami Beach. The City will agree to enforce the collection of such tolls, and to enact proper traffic regulations for such purpose. The City will agree not to pass or enforce any traffic regulation detrimental to the successful operation of the said toll bridge. (7) The bonds shall have all the necessary characteristics, re- quirements, and conditions of Revenue Bonds, and shall be payable solely out of the net revenues of the Causeway, after deduction from gross re- venues of reasonable expenses of operation and maintenance. The bonds shall mature at dates satisfactory to both parties over a period of not more than 40 years. Details as to the maturity of the bonds, the contents of the bond resolution, the safeguards for interest and sinking fund and other features shall be specified and approved by bond counsel, and shall be satisfactory to bond counsel and to the investment bankers handling such funds for the successful bidder. Terms and conditions of the bonds shall be clearly set forth in the contractorrs Proposal at the time the bids are submitted. Said bond resolution may include a provision for additional financing by the issuance of additional bonds for further improve- ments, provided the said additional financing is determined to be economic- ally sound. (8) Any and all proceedings to produce a valid and proper Cause- way Revenue Bond, satisfactory to approving Bond Counsel, shall be furn- ished and complied with by City of Miami Beach, and all steps taken to properly safeguard the project and the moneys collected as revenue. (9) The successful bidder shall be required to furnish a 100% construction bond for full and faithful completion of the contract. -3- (10) The contracts shall contain conditions to the effect that no new toll free bridge will be erected across Biscayne Bay betw� n,/ • the Seventy-ninth Street Causeway and the Venetian Causeway, "uu sgy '" simultaneously these bonds are called for redemption, or satisfactory pledge in lieu of tolls made and provided. However, it is clearly understood that this restriction shall not apply to the construction by the City of Miami Beach of a cut-off bridge or causeway which runs from somewhere in the vicinity of Sixty-third Street and connects either to Normandy Isle or Treasure Isle. The City expressly reserves the right to construct said cut-off. Respectfully submitted, ALLEGHENY ASPHALT & PAVING COMPANY, INC. By: M. H. Pari sh,P re sident The foregoing Proposal accepted and confirmed at Miami Beach, Florida, this day of November, A. D. 1953. In accordance with Resolution No. dated , copy of which is attached. CITY OF MIAMI BEACH By: Mayor Attest: City Clerk. a »4- r r -4-, � � r-1 H cd o 04 Z • atoll H 0 O cd U Z s- o.-. . a z o +3o 0 0 U E 4-1 bit) b!1 f-4 o a f:).0-1 .ra Cf) O Q cd 4-) CO ' -1 Ho .. o e.? o