Loading...
HomeMy WebLinkAboutBid 03-01/02 tr."..".' ~::.::~_... INVITATION TO BID SUPPLY, DELIVERY AND INSTALLATION OF ROYAL PALMS AND PHOENIX CANARIENSIS PALMS BID #03-01/02 BID OPENING: January 8,2002 AT 3:00 P.M. Gus Lopez, CPPO, Procurement Director City of Miami Beach - Procurement Division 1700 Convention Center Drive Miami Beach, FL 33139 BID NO: 03-01/02 DATE: 12/5101 CITY OF MIAMI BEACH 1 CITY CLERK 3/:2-1402- C-7-8 , . AGREEMENT THIS AGREEMENT made this 20th day of March 2002. A.D. between the CITY OF MI BEACH, a Florida municipal corporation, hereinafter called the City, which tenn shall include' successors and assigns, party of the one part, and TiD TOD Ente~rises. Inc. 18101 SW 98 Court Miami. Florida 33157 hereinafter called the Contractor, which term shall include its heirs, successors and assigns, party f the other part. WITNESSETH that the said Contractor for the consideration and compensation herein agreed to e paid and the said City in consideration of the construction of improvements to be done by sa d Contractor and designated "SUPPLY, DELIVERY AND INSTALLATION 0 ROYAL PALMS AND PHOENIX CANARIENSIS PALMS" by said City, do here y mutually agree as follows: 1, This Agreement shall extend to and be obligatory upon said City, its successors and assi s, and upon said Contractor and its heirs, successors and assigns. Neither this Agreement n r any part thereof nor any part of the Work herein contemplated, shall be assigned or subl t, nor shall any sums of money provided to be paid to said Contractor be assigned by s d Contractor to anyone without the consent ofthe City Commission of said City evidenced y its resolution, 3.1 The Contractor shall be Substantially Completed with the Work within forty-fi e (45) calendar days after the date of the Notice to Proceed, and completed and rea y for final payment within sixty (60) calendar days after the date of the Notice 0 Proceed. 2, The foregoing pages of this booklet, including the Notice to Contractors, the Proposal, the Contract Documents and such alterations as may be made in said Plans d Specifications as therein provided for, are hereby referred to and made a part of t is Agreement and the terms and conditions set forth therein, except when in direct conflict wi this written Contract, are as much a part hereof as if copied herein. If conflicts exist betw them and this written instrument, only that part of the matter in direct conflict herewith sh 11 not be construed to be a part hereof. 3. The Contractor shall commence work within seven (7) days of the Notice to Proceed shall construct and complete in a good and workmanlike manner the materials herein reu to, strictly in accord herewith the following: BID NO: 03-01/02 DATE: 03117102 CITY OF MIAMI BEACH 1 , . 3.2 Damages - City and Contractor recognize that the City will suffer direct financial loss if Work is not completed within the Contract times specified in paragraph 2.13 . They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time, and therefore time is of the essence. Accordingly, instead of requiring any such proof Contractor agrees to forfeit and pay Owner as Uquidated damages for delay (but not as a penalty) the amount of Fifty Dollan (550.00) for each calendar day that expires after the Contract Time specified in paragraph 2.13 for Substantial Completion until the Work is substantially complete. 4, In such construction said Contractor shall furnish all implements, machinery, equipment, transportation, tools, materials, supplies labor, and other things necessary to the execution and completion of the Work, nothing being required of the City except that it may, at its expense, supervise such construction and enter upon and inspect the 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. 6. If the Contractor shall complete the construction herein contemplated in a good and workmanlike manner within the time herein specified and in accord herewith, the said City shall pay to the Contractor the contract sum in accordance with the Conditions of the Contract. The City, by allowing Contractor to continue with said construction after the time for its completion hereinbefore stated shall not deprive City of the right to exercise any option in this Agreement contained nor shall it operate to alter any other term of this Agreement. 7. The Contractor shall file with the Procurement Director of said City of Miami Beach a Perfonnance and Labor and Material Payment Bond, each in the amount of 100 percent of Contract Amount, in the fonn as set forth herein or as otherwise approved by the City of Miami Beach City Attorney and shall be executed by said Contractor and Surety Agent authorized to do business in the State of Florida, 8. The Contractor shall tile Insurance Certificates, as required, and they must be signed by a Registered Insurance Agent licensed in the State of Florida and approved by the City of Miami Beach Risk Manager, 9. All documents shall be executed satisfactorily to said City and until Bonds and Insurance Certificates hav~ been tiled and approved, this Contract Agreement shall not be effective. BID NO: 03-01/02 DATE: 03/27/02 CITY OF MIAMI BEACH 2 10. Owner shall pay Contractor for performance of the Work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Proposal, attached to this Agreement. The parties expressly agree that the Contract Price is a stipulated sum except with regard to the items in the Bid which are subject to unit prices, Contract Price: $ 94.725.00 11, The Contract Documents which comprise the entire Agreement between City and Contractor are attached to this Agreement and made a part hereof. The Contract Documents may only be amended, modified or supplemented as provided in the General Conditions. IN WITNESS WHEREOF the said City has caused this Agreement to be signed by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by the City Clerk of the City of Miami Beach and the said Contractor has caused this Agreement to be signed it its name. (SEAL) CITY OF MIAMI BEACH By (Aut orized Corporate Officer) By 5'~ CTun>/ VICf( ~ Vl ~ayor "fflh. Title ATTEST: ~r~~ City Clerk APPROVED AS TO FORM & LANGUAGE . FOR EXECUTION BID NO: 03-01101 DATE: 03117101 CITY OF MIAMI BEACH 3 oi . I, ',t . "t/ F. PUBLIC WORKS BOND THIS IS THE FRONT PAGE OF THIS PERFORMANCE AND PAYMENT BOND ISSUED IN COMPLIANCE WITH CHAPTER s255.05 FLORIDA STATUTES. BOND NO. CONTRACTOR NAME: CONTRACTOR ADDRESS: CONTRACTOR PHONE NO. SURETY COMPANY: OWNER NAME: OWNER ADDRESS: 1039588 Tip Top Enterprises, Inc. 18101 S. W. 98th Court Miami, FL 33157 ( 305) 255-8198 XL Specialty Insurance Ccxnpany 210 University Drive. #209 Coral Sfri~S I FL 33071 C~ty 0 M~am1 Beach 1700 Convention Center Drive Miami Beach. FL 33139 OWNER PHONE NO. () OBLIGEE NAME: ([fcontracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO. BOND AMOUNT: CONTRACT NO. (If Applicable) DESCRIPTION OF WORK: PROJECT LOCATION: LEGAL DESCRIPTION ~) 94,725.00 Bid #03-01/02 Supply, delivery and installation"of Royal Pi'll mR I'lna "Ph0l:m; x C;:mal1h'_n~i R Palms FRONT PAGE (ALL OTHER BOND PAGES ARE DEEMED SUBSEQUENT TO THIS PAGE REGARDLESS OF ANY PAGE NUMBERS THAT MAYBE PRE-PRINTED THEREON) ,. '" *' POND #1039588 PERFORMANCE BOND (This bond meets and exceeds the requirements of Florida Statutes Section 255.05) ST ATE OF FLORIDA ) ss COUNTY OF ) , KNOW ALL MEN BY THESE PRESENTS that we, Tip Top Enterprises, Inc. as Principal, hereinafter called Contractor, and XL Specialty Insurance Company as Surety, are firmly bound unto e Ci of iami Beach, Florida, as Obligee, hereinafter called the City, in the Penal sum of Five & Dollars ($ 94,725.00 ), for the payment of which sum well and truly to e7we bim.i ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents, WHEREAS, Contractor, on the _ day of , 20 , entered into a certain contract with the City, hereto attached, for BID#03-01l02, Entitled, " SUPPLY, DELIVERY AND INSTALLATION OF ROYAL PALMS AND PHOENIX CANARIENSIS PALMS" which Contract is made a part hereof by reference thereto. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of said Contract, and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, then this obligation shall be void; otherwise to remain in full force and effect. WHENEVER the Principal shall be and is declared by the City to be in default under the Contract, or whenever the Contract has been terminated by default of the Contractor, the City having performed the City's obligations thereunder, the Surety shall: 1. Complete the Contract in accordance with its terms and conditions, or at the City's sole option. Obtain a Bid or Bids for submission to the City for completing the Contract in accordance with its terms and conditions, and upon determination by the City and the Surety of the lowest responsible Bidder, arrange for a Contract between such Bidder and the 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 the City to the Contractor under the Contract and any amendments thereto, less the amount properly paid by the City to the Contractor. BID NO: 03-01102 DATE: 03/27/02 CITY OF MIAMI BEACH 4 ~ !:'lii! b..l a.. ll) <... c. U ::' ,.1' D_:""?~' ,. .... ~. .'- ::", ;z wO ff~ 0< ZZ - Ou.. 00 . No right of action shall accrue on this Bond to or for the use of any person or corporation other than the City named herein or the successors or assignees thereof. The Surety shall and does hereby agree to indemnify the City and hold it hannless of, from and against any and all liability, loss, cost, damage or expense, including reasonable attorneys fees, engineering and architectural fees or other professional services which the City may incur or which may accrue or be imposed upon it by reason of any negligence, default, act and/or omission on the part of the Contractor, any Subcontractor and Contractor's or Subcontractors agents, servants and/or employees, in, about or on account of the Construction ofthe work and perfonnance of said Contract by the Contractor. This Bond shall remain in full force and effect for such period or periods of time after the date of acceptance of the project by the City as are provided for in the Contract Documents, and the Contractor hereby guarantees to repair or replace for the said periods all work perfonned and materials and equipment furnished, which were not perfonned or furnished according to the tenns of the Contract Documents. Ifno specific periods of warranty are stated in the Contract Documents for any particular item of work, material or equipment, the Contractor hereby guarantees the same for a minimum period of one (1) year from the date of final acceptance by the City of the entire proj ect. Any suit on this bond must be instituted within such period or periods as may be provided by law. BID NO: 03-01/02 DATE: 03/27/02 CITY OF MIAMI BEACH 5 .. IN WITNESS WHEREOF, the above bounded parties have caused this Bond. to be executed by their appropriate officials of the 5th day of Apnl , 20 02 WITNESS: COUNTERSIGNED BY RESIDENT FLORIDA AGENT OF SURETY: (Co Agen Li nse as issued by State of Florida Insurance Commissioner BID NO: 03-01102 DATE: 03/27/02 1S PRINCIPAL: (If sole Proprietor or partnership) By: (Finn Name) BY Title: (Sole Proprietor or Partner) PRINCIPAL (If Corporation) ~!p~~r~l~ (Corporate Name) .... j) ^ ) ~D# fl().ulb {t;..MJ BY C/' (Pres dent) (CORPORATE SEAL) SURETY: ~&~- / Attorney-in-fact Burton Harris (Power of Attorney must be attached) CITY OF MIAMI BEACH 6 .' # CERTIFICATES AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the foregoing bond; that who signed the said bond on behalf of the Principal, was then of said Corporation; that I know his signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Corporate Seal Secretary STATE OF FLORIDA) ss COUNTY OF ) Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared Burton Harris to me well known, who being by me first duly sworn upon oath, says that he is the Attorney-in-Fact, for the XL Specialty Insurance Co. and that he has been authorized by XL Specialty Insurance Co. to execute the foregoing bond on behalf of the Contractor named therein in favor of the City of Miami Beach, Florida. Subscribed and sworn before me this 5th day of April , 20 ~ A.D. (Attach Power of Attorney) Ib~ /{.15~ . Notary Public State of Florida- at-Large My Commission Expires: BARBARA K. BATES Notary Public, S:ale of Florida My comm. expo Aug. 29, 2005 Cnmm. No. DO 047170 BID NO: 03-01102 DATE: 03/27/02 CITY OF MIAMI BEACH 7 BOND #1039588 LABOR AND MATERIAL PAYMENT BOND (SECTION 255.05, FLA. STAT.) BY THIS BOND, We, Tip Top Enterprises, Inc. , as Principal, and XL 8pEr.i;llty lraJran:.e Crn{mly as corporation, as Surety, are bound to the City of Miami Beach, Florida, as obligee, herein called City, in the sum of $ Nirety Far 'Iln.1sarrl Seven H.rlred ~tKeFive & 00/1.00 payment of which we bind ourselves, our heirs, personal representatives, successors and assigns, jointly and severally, THE CONDITION OF THIS BOND is that if Principal: Promptly makes payments to all claimants, as defined in Section 255.05 (1), Fla. Stat., supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and Pays City all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that the City sustains in enforcement of this bond. Performs the guarantee of all labor and materials furnished under the contract for the time specified in the contract, then this bond is void, otherwise it remains in full force. 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. The provisions of Section 255.05, Fla. Stat., are specifically adopted by reference and made a part hereof for the purposes specified therein. The contract dated by reference. between the City and Principal is made a part of this Bond Claimants are advised that Section 255.05, Fla. Stat., contains notice and time limitation provisions which must be strictly complied with. BID NO: 03-01102 DATE: 03/27/02 CITY OF MIAMI BEACH 8 IN WITNESS WHEREOF, the above bounded parties have caused this Bond to be executed by their appropriate officials of the 5th day of April 20 02 WITNESS: PRINCIPAL: (If sole Proprietor or partnership) (Firm Name) BY Title: (Sole Proprietor or Partner) PRINCIPAL (If Corporation) COUNTERSIGNED BY RESIDENT FL DA AGENT OF TY: SURETY: By: urance Company is Burton Harris (power of Attorney must be attached) BID NO: 03-01102 DATE: 03/27/02 CITY OF MIAMI BEACH 9 .' ,. FLORIDA DEPARTMENT Of INSllRANCE BURTON VICTOR HARRIS License Number A111883 ISUCENSEDTO~l1iE FOlL0'NN3 ClASSES'&tNStJRANCe" General Lines (Prop & Cas) Ins Co Emp Adj - Prop & Cas ........_-1:'("..._ -~. This licensee must have an acIiYe appointment with the insurer or employer fof which products or seMc:es are betng marbted. See rewne for additional requirements ,\:"'.?:.:":i;',:':,'.,,,: \',,, , f' ~ Client#: 11399 TIPTO , ACQBD". CERTIFICATE OF LIABILITY INSURANCE I DATE (MMlDDm') 04/30/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION HRH of South Florida, Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTlFICA1E 2301 SW 27 Ave HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. POBox 450549 .-.1 Miami, FL 33245 ,n..~D INSURERS AFFORDING COVERAGE INSURED \ .... ,~ INSURER A: Hartford Insurance Company Tip Top Enterprises, Inc. 1lI~'( 0 11GO~ NSURERB: Florida Retail Federation 18101 S.W. 98th Court I\-!sURER c: Miami, FL 33157 '~SURER D: I BY~ I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING I ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCI-' , POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I ~-M i TYPE OF INSURANCE I'-~OUCY NUMBER I ?R~iir ~ITJ,g)}~~ iPg~fl ,i.1fk~~!' i UMITS I A .~ERALUABIUTY i21UENUT4701 107/26/01107/26/02 EACH OCCURRENCE Is1 000. ooe X COMMERCIAl GENERAL LIABILITY : I I FIRE DAMAGE (Any one fire) Is300 000 I CLAIMS MADE [XJ OCCUR I I r MED EXP (Anyone person) $1 0 0 0 0 - I PERSONAL&ADVINJURY s1.000 000 I: GENERAL AGGREGATE s2 . 000 00 e ~N'LAGGREGATELIMITAPPl.IESPER'1 I PRODUCTS -COMPiOPAGG s2. 000 000 II POLICY n ~~8r n LOC I, I I A I AUTOMOBILEUABIUTY 121UENUT4701 9 107/26/01107/26/02 I, COMBINED SINGLE LIMIT I i" 'ANYAUTO I " !(Eaeecident) ISl,OOO,OOO ALL OWNED AUTOS I A -. - ilf I ! BODILY INJURY I i ~ ::~~:SAUTOS , P97/~ ~ I, ~)il: ; "7- Ii ~~:~yrsl:;URY ( I~ NON-DWNED AUTOS ( > / 7j: I i (Per accidentl ! S H -- -- , I I PROPERTY DAMAGE I's i I I i I (per accident) 'R, aAllAGE UABlUTY i i I i AUTO ONLY. EA ACCIDENT i s ANY AUTO I : I ! OTHER THAN EA ACC I s . I ! i j AUTO ONLY: AGG ! s A ~ESSUABILITY---, i21XHUUT4444 i 07/26/01 i 07/26/02 ! EACH OCCURRENCE i $1,000. ooe , L10 OCCUR U CLAIMS MADE , . r ; AGGREGATE : $1 , 000 , 000 ' h DEDUCTIBLE: i I',., 'i I : I ixI RETENTION s10000 I ,_ ! is I B r WORKERSCOMPENSAnONAND : 052 0 03 96 6000 0 101/01/02 ! 01/01/03 r X Ilt,~~I~JI4s! !Ol~' i .! IE.LEACHACCIDENT Is100. 000 'Ii EMPLOYERS' UABIUTY Ii i E.L OISEASE _ EA EMPLOYEEI sl 0 0 , 000 i ! E.L DISEASE - POLICY LIMIT I s5 0 0 , 000 i OTHER i I I' i I I i I I i OESCRlP1lON OF OPERAnONSlLOCAnONSlVEHICLESlEXCLUSlONS ADOED BY ENDDRSEMENTISPECIAL PROVISIONS Bid No.: 03-01/02 City of Miami Beach is named as an Addtional Insured with respects to the General Liability. CERTIFICATE HOLDER I X ! ADDmONALINSURED;INSURERLETTER: .A I CANCELLATION City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 SHOULD ANYOFTHE ABOVE DESCRlBEO POLICIES BE CANCELLED BEFORE THE EXPlRAnON OATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAlL 3...0.- DAYS WRITTEN N~Q.!I;!E t;.~!lT1FICATE HOLDERNAMEDTOTHELEFT, BUTFAlLURE TO DOSO SHALL ':; 1M POSE NOOBLIGATlON OR LIABIUTY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTAnVE AUTHORIZ P @ ACORD CORPORATION 1988 I ACORD 25-S (7/97) 1 0 f 2 #S42216/M39335 ~ J IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVE,D, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACOR025-S (7197) 2 of 2 #S42216/M39335 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FlORIDA 33139 _.c1.mlami-beach.fl.us COMMISSION MEMORANDUM To: Mayor David Dermer and Members of the City Commission Date: March 20, 2002 From: Jorge M, GOnzalez~~ City Manager {l 0 REQUEST FOR APPROVAL TO AWARD A CONTRACT TO llP TOP TREE AND LANDSCAPING SERVICES, IN THE AMOUNT OF $94,725, PURSUANT TO BID NO. 03..01/02, FOR THE SUPPLY, DELIVERY AND INSTALLATION OF TWENTY.1WO ROYAL PALMS AND SEVEN PHOENIX CANARIENSIS PALMS AT LA GORCE ISLAND. Subject: ADMINISTRATION RECOMMENDATION: Approve the Award. FUNDING: $104,000 Funding is available in Account No. 373.2317.067357, from the $92 million General Obligation Bond - Series 2000. ANALYSIS: The La Gorce Island Homeowners Association, through several community meetings, expressed an interest in enhancing the appearance of the island by providing additional landscaping and lighting. On May 16, 2001, the Mayor and City Commission appropriated funds from the General Obligation Bond (GO) for this purpose. Invitation to Bid No. 03-01/02 was issued on December 5, 2001. with a Bid opening date of January 8,2002. One-thousand-two-hundred-twenty-four (1224) Notices were issued by Demandstar by Onvia.com, with twenty (20) vendors downloading the bid documents. This resulted in the receipt of four (4) responsive bids. The Bid requested pricing for a quantity of twenty-two (22), Royal Palms, in sizes of 30',35', and 45' gray wood and 10' Phoenix Canariensis Palms, for a quantity up to fifteen (15) to be determined, based on the availability of funds. The Procurement Division has checked the references provided. the financial status, and the ability of the low bidder (Tip Top) to perform the required scope of work. This due diligence indicates that Tip Top Tree and Landscaping Services, is the lowest and best bidder pursuant to the scope of work specified in the documents, The Parks and Recreation Department has recommended the installation of the 30ft gray wood (GW) Royal Palms and not the larger sizes. The staff states that 45' Royal Palms are not the optimum size to transplant, and are collected palms which are not usually available in nurseries. It is very difficult to individually collect Florida Number One specimen palms at sizes between 30' to 35' of gray wood and even more unlikely to find 45' gray wood Palms that can be classified as Florida Number One. 10 Commission Memorandum March 20, 2002 Page 2 ANALYSIS ICant.) City staff will be responsible for maintaining the plants after the one-year warranty period expires. Additionally, staff has noted that aesthetically, the 30' gray wood Palms are consistent with the existing character of the neighborhood. The 30' palms have a greater likelihood to survive transplanting and will establish and grow more readily than the 45' palms. In addition, installing the smaller size palms will maximize the use of the funds allocated to the projed and allow installation of an additional number of Canary Palms, which will further enhance the improvements at La Gorce Island. The community continues to request the 45' gray wood Royal Palms, which the Parks and Recreation Department has not recommended, They have stated they are willing to give up some or all of the Canary Palms if necessary. The Administration believes this is not the most effective and efficient use of the funding and therefore believes the Project should proceed as recommended by Parks and Recreation staff. BID TABULAnON: COMPANIES' PROP08AL8 TIP TOP TREE & ARAZOZA BROTHERS TROPIC LANOSCAPING VILA & SON LANDSCAPING SERVICES I QIy. Un~ Price Total $ Unit Pricel Total $ Un~ PrIce Total $ Unit PrIce TolaI $ IOPTION 1 30ft ow . Une Item 1Rayl11 22 3,150.00 69,300.00 3,750.24 82,50528 3,800.00 79,200.00 3,900.00 85,800.00 Liii: iiem 2 c-rv 15 3,675.00 155,125.oo 4,800.00 12,000,00 5,500.00 82,500.00 5,500.00 82,500.00 GRANO TOTAl 124.425.00 154,505.28 181,700.00 188,300.00 -. ~ow ..-. Une Item 1 RovlII 22 3,675.00 . 80,850.00 4,200.24 92,405.26 4,000.00 68,000.00 4.750.00 104,500.00 Line I*" 2 C8IllIrY 1-15) 3,875.00 NlA 4,800.00 NlA 5.500.00 5,900.00 .~ GRAND TOTAl - OPTION 3411ft ow line ...." 1Rova1 22 3,675.00 80,850.00 5,500.24 121,005.28 NlA NlA 8,500.00 143,000.00 Line Item 2 C8rwy 1-15) 3,675.Oii NlA 4.soo.00 NlA 5,500.00 NlA 5,900.00 NlA GRAND TOTAl.. - 10 DAYS 30 DAYS 10 DAYS 30 DAYS Based on the above recommendation, the lowest bldder's unit prices and available funds. the award will be for 22 of the 30' gray wood Royal Palms, and for seven, 10' Phoenix Canariensls Palms in the amount of $94,725. Funds In the amount of $9,275 will be retained as a contingency for additional Phoenix Canariensis Palms and/or for unforeseen conditions realized during the projed. T:\CMGR\AGENDA\2OO2IMAR2OO2\CSENl'LaGonlePllml1.doc 11 \ i 1\> , , CITY OF MIAMI BEACH m 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http:\\cl.mlaml-beach.n.us PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 INVITATION TO BID NO. 03-01102 PUBLIC NOTICE Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.rn. on the 8th day of January 2002 for: SUPPLY, DELIVERY AND INSTALLATION OF ROYAL PALMS AND PHOENIX CANARIENSIS PALMS Scope of Work: The work specified in this bid consists of furnishing all labor, machineI)', tools, means of transportation, supplies, equipment, materials, services necessary for the supply, deliveI)' and instaI1ation of 22 Royal Palms, (Grey Wood 30-45 Ft.) and Phoenix Canariensis Palms Caruny Island date (10 Ft CT Clear Trunk), as specified on the bid form. At time, date, and place above, bids will be publicly opened. Please be advised that the City has implemented enhanced security measures and as a result you must present a photo identification card (i.e. driver's license) before entering our City Hall building. Bidders may expect delays up to 30 minutes, and should therefore plan accordingly in giving themselves enough time to deliver bid/proposaI by the due date and time as specified herein. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The city is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. A Bid Guaranty of $2,000.00 will be required with the bid. The successful bidder will be required to furnish Performance and Payment Bonds, each in the amount of one hundred (100010) percent of the Contract amount. The City has contracted with DemandStar by Onvia as our electronic procurement service for automatic notification of bid opportunities and document fulfillment. We encourage you to participate in this bid notification system. To fmd out how you can receive automatic bid notifications or to obtain a copy of this Bid, go to www.demandstar.com or call toll-free 1-800-711-1712, and request Document #033. Subscribing to DemandStar by Onvia's bid notification system is not a requirement. You will still be able to find bid infonnation and download documents through the City's website /htto://ci.miami- beach.tlus. From the City's home page, click on Procurement and follow the instructions. You will be charged an administrative fee of $5.00 by DemandStarto download this document. Any questions or clarifications concerning this Bid shaIl be submitted in writing by mail or fucsimile to the Procurement Department, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX: (305) 673- 7851. The Bid title/number shaIl be referenced on all correspondence. All questions must be received no later than ten (10) calendar days prior to the scheduled Bid opening date. All responses to questions/clarifications will be sent to all prospective bidders in the fonn of an addendum. BID NO: 03-01102 DATE: 12/5/01 CrIY OF MIAMI BEACH 2 The City of Miami Beach resetVes the right to accept any proposal or bid deemed to be in the best interest of the City of Miami Beach, or waive any inforrnaIity in any proposal or bid. The City of Miami Beach may reject any and all proposals or bids. YOU ARE HEREBY ADVISED THAT THIS BID IS SUBJECT TO THE "CONE OF SILENCE, " IN ACCORDANCE WITH ORDINANCE NO. 99-3164. A COPY OF ALL WRITTEN COMMUNICATlON(S) REGARDING THIS BID MUST BE FILED WITH THE CITY CLERK. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234. .?/.,/' /. /"'.- I (,~,,- I. Gus Lopez, CPPO Procurement Director BID NO: 03-01102 DATE: 12/5101 CITY OF MIAMI BEACH 3 SUPPLY, DELIVERY AND INSTALLATION OF ROYAL PALMS AND PHOENIX CANARIENSIS PALMS BID #03-01102 1.0 GENERAL CONDITIONS 1.1 SEALED BIDS: Original copy of Bid Form as well as any other pertinent documents must be returned in order for the bid to be considered for award. All bids are subject to the conditions specified hereon and on the attached Special Conditions, Specifications and Bid Form. The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title to the City of Miami Beach Procurement Director, 3rd floor, 1700 Convention Center Drive, Miami Beach, Florida 33139. Facsimile bids will not be accepted. 1.2 EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided on the Bid Form. Failure to properly sign bid shall invalidate same and it shall NOT be considered for award. All bids must be completed in pen and ink or typewritten. No erasures are permitted. If a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. Corrections must be initialed by the person signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be tabulated. The original bid conditions and specifications CANNOT be changed or altered in any way. Altered bids will not be considered. Clarification of bid submitted shall be in letter form, signed by bidders and attached to the bid. 1.3 NO BID: If not submitting a bid, respond by returning the enclosed bid form questionnaire, and explain the reason. Repeated failure to bid without sufficient justification shall be cause for removal of a supplier's name from the bid 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 amoWlt of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless othetw:ise stated in special conditions). DiscoWlts for prompt payment. Award, if made, will be in accordance with tenns and conditions stated herein. Each item must be bid separately and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discoWlts offered will not be a consideration in determination of award ofbid(s). BID NO: 03-01/02 DATE: 12/5/01 COY OF MIAMJ BEACH 4 1.5 TAXES: The City of Miami Beach is exempt from all Federal Excise and State taxes. State Sales Tax and Use Certificate Number is 04-00097-09-23. 1.6 MISTAKES: Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. 1.7 CONDITION AND PACKAGING: It is wulerstood and agreed that any item offered or shipped as a result of this bid shall be the latest new and current model offered (most current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 1.8 UNDERWRlTERS'LABORATORlES: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be u.L. listed or re-examination listing where such has been established by u.L. for the item(s) offered and furnished. 1.9 BIDDER'S CONDITIONS: The City Commission reserves the right to waive irregularities or technicalities in bids or to reject all bids or any part of any bid they deem necessaI)' for the best interest of the City of Miami Beach, FL. 1.10 EQUIVALENTS: If bidder offers makes of equipment or brands of supplies other than those specified in the following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product( s) offered conform with or exceed quality as listed in the specifications. Bidder shall indicate on the bid form the manufacn.1rer's name and number if bidding 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 BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA. Lacking any written indication of intent to quote an alternate brand or model number, the bid will be considered as a bid in complete compliance with the specifications as listed on the attached form. BID NO: 03-01102 DATE: 12/5/01 Cl1Y OF MIAMI BEACH 5 1.11 (NOT USED) 1.12 (NOT USED) 1.13 NON-CONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications. Item delivered, not conforming to specifications, may be rejected and returned at vendor's expense. These items and items not delivered as per delivery date in bid and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in: A) Vendor's name being removed from the vendor list. B) All departments being advised not to do business with vendor. 1.14 SAMPLES: Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with bidder's name. Failure of bidder to either deliver required samples or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Division , 1700 Convention Center Drive, Miami Beach, FL 33139. 1.15 DELIVERY: Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the nonnal working hours of the user, Monday through Friday, excluding holidays. 1.16 INTERPRETATIONS: Unless otheIWise stated in the bid, any questions concerning conditions and specifications should be submitted in writing to the Procurement Director, 1700 Convention Center Drive, Miami Beach, FL 33139. Fax (305) 673-7851. 1.17 (NOT USED) 1.18 AWARDS: In the best interest of the City of Miami Beach, the City Conunision reserves the right to reject all bids or any portion of any bid they deem necessary for the best interest of the City; to accept any item or group of items unless qualified by the bidder; to acquire additional quantities at prices quoted on the Bid Form unless additional quantities are not acceptable, in which case the Bid Form must be noted "BID IS FOR SPECIFIED QUANTITY ONLY". All awards made as a result of this bid shall conform to applicable Florida Statutes. BID NO: 03-01/02 DATE: 12/5/01 CITY OF MIAMI BEACH 6 1.19 BID OPENING: Bids shall be opened and publicly read on the date, time and place specified on the Bid Form. All bids received after the date, time, and place shall be returned, unopened. 1.20 INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be at destination 1.U1less otherwise provided. Title t%r risk ofloss or damage to all items shall be the responsibility of the successful bidder until acceptance by the buyer unless loss or damage result from negligence by the buyer. If the materials or seIVices supplied to the City are found to be defective or not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return product at bidder's expense. 1.21 PAYMENT: Payment will be made by the City after the items awarded to a vendor have been received, inspected, and found to comply with award specifications, free of damage or defect and properly invoiced. 1.22 DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City shall be final and binding on both parties. 1.23 LEGAL REQUIREMENTS: Federal, State, county and city laws, ordinances, roles and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. 1.24 (NOT USED) 1.25 (NOT USED) 1.26 PATENTS & ROYALTIES: The bidder, without exception, shall indemnify and save harmless the City of Miami Beach, Florida and its employees from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by The City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 1.27 OSHA: The bidder warrants that the product supplied to the City ofMiarni Beach, Florida shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract Any fines levied because of inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same. BID NO: 03-01102 DATE: 12/5/01 CrIY OF MIAMI BEACH 7 1.28 SPECIAL CONDITIONS: Any and all Special Conditions that may V8l)' from these General Conditions shall have precedence. 1.29 ANTI-DISCRIMINATION: The bidder certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.30 AMERICAN WITH DISABILITIES ACT: Call (305) 673-7490NOICE to request material in accessible format; sign language interpreters (five days in advance when possible), or infonnation on access for persons with disabilities. For more infonnation on ADA compliance please call the Heidi Johnson Wright at the Public Works Department at 305,673-7080. 1.31 QUALOY: All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship. 1.32 (NOT USED) 1.33 LIABILITY, INSURANCE, LICENSES AND PERMITS: Where bidders are required to enter or go onto City of Miami Beach property to deliver materials or perform work or services as a result of a bid award, the successful bidder will assume the full duty, obligation and expense of obtaining all necessmy licenses, permits and insurance and assure all work complies with all applicable Dade County and City of Miami Beach building code requirements and the South Florida Building Code. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder (or agent) or any person the bidder has designated in the completion of the contract as a result of his or her bid. 1.34 BID BONDS, PERFORMANCE BONDS, CERTIFlCATES OF INSURANCE: Bid Bonds, when required, shall be submitted with the bid in the amount specified in Special Conditions. After acceptance of bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in Special Conditions. 1.35 DEFAULT: Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required equal to liquidated damages incmred by the City thereby, or where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the bidder's list. BID NO: 03-01102 DATE: 12/5/01 C11Y OF MIAMI BEACH 8 1.36 CANCELLATION: In the event any of the provisions of this bid are violated by the contractor, the Procurement Director shall give written notice to the contractor stating the deficiencies and unless deficiencies are corrected within ten (10) days, recommendation will be made to the City Commission for immediate cancellation. The City Commission of Miami Beach, Florida reserves the right to tenninate any contrnct resulting from this invitation at any time and for any reason, upon giving 1hirty (30) days prior written notice to the other party. 1.37 BILLING INSTRUCTIONS: Invoices, unless othetwise indicated, must show purchase order numbers and shall be submitted in DUPLICATE to the City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139. 1.38 (NOT USED) 1.39 (NOT USED) 1.40 NOTE TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH: Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00 P.M. 1.41 SUBSTITUTIONS: The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind. Bidder( s) is expected to finnish the brand quoted in their bid once awarded. Any substitute shipments will be returned at the bidder's expense. 1.42 FACILITIES: The City Commission reserves the right to inspect the bidder's facilities at any time with prior notice. 1.43 BID TABULATIONS: Bidders desiring a copy of the bid tabulation may request same by enclosing a self-addressed stamped envelope with the bid. 1.44 (NOT USED) 1.45 (NOT USED) 1.46 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS: If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true meaning of the specifications or other Bid documents or any part thereof, the Bidder must submit to the City of Miami Beach Procurement Director at least ten (10) calendar days prior to scheduled Bid opening, a request for clarification. All such requests for clarification must be made in writing and the person submitting the request will be responsible for its timely delivery. BID NO: 03-01/02 DATE: 12/5/01 CfIY OF MIAMI BEACH 9 Any interpretation of the Bid, if made, will be made only by Addendum duly issued by the City of Miami Beach Procwement Director. The City shall issue an InfonnationaI Addendum if clarification or minimal changes are required. The City shall issue a Fonnal Addendum if substantial changes which impact the technical submission of Bids is required. A copy of such Addendum shall be sent by mail or facsimile to each Bidder receiving the Solicitation. In the event of conflict with the original Contract Documents, Addendum shall govem all other Contract Documents to the extent specified. Subsequent addendum shall govern over prior addendum only to the extent specified. The Bidder shall be required to acknowledge receipt of the Fonnal Addendum by signing in the space provided on the Bid Proposal Form. Failure to acknowledge Addendum shall deem its Bid non-responsive; provided, however, that the City may waive this requirement in its best interest. The City will not be responsible for any other explanation or interpretation made verbally or in writing by any other city representative. 1.47 DEMONSTRATION OF COMPETENCY: 1) Pre-award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or setv:ices as described in this Bid. Bidders must be able to demonstrate a good record of perfonnance for a reasonable period of time, and have sufficient financial support, equipment and organization to insure that they can satisfactorily execute the services if awarded a contract under the tenns and conditions herein stated. The tenns "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 industty and as detennined 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 Bidder, including past performance ( experience) with the City in making the award in the best interest of the City. 3) The City may require Bidders 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 infonnation 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 infonnation provided by the source of supply and the information contained in the Bidder's Proposal may render the Bid non- responsive. 4) The City may, during the period that the Contract between the City and the successful Bidder is in force, review the successful Bidder's record of performance to insure that the Bidder is continuing to provide sufficient financial support, equipment and organization as prescribed in this Solicitation. Irrespective of the Bidder'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 Bidder no longer possesses the financial support, equipment and organization which would have been necessaty during the Bid evaluation period in order to comply with this demonstration of competency section. BID NO: 03-01/02 DATE: 12/5101 CTIY OF MIAMI BEACH 10 1.48 DETERMINATION OF AWARD The City Commission shall award the contract to the lowest and best bidder. In determining the lowest and best bidder, in addition to price, there shall be considered the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or c. The character, integrity, reputation, judgement, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract.. 1.49 ASSIGNMENT: The contractor shall not assign, transfer, convey, sublet or otherwise dispose of this contract, including any or all of its right, title or interest therein, or his or its power to execute such contract to any person, company or corpomtion without prior written consent of the City of Miami Beach. 1.50 LAWS, PERMITS AND REGULATIONS: The bidder shall obtain and pay for all licenses, pennits and inspection fees required for this project; and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. 1.51 OPTIONAL CONTRACT USAGE: As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase from the resulting contract, provided the Depar1ment of Management Services, Division of Procurement, has certified its use to be cost effective and in the best interest of the State. Contractors have the option of selling these commodities or services certified by the Division to the other State agencies at the agencies option. 1.52 SPOT MARKET PURCHASES: It is the intent of the City to purchase the items specifically listed in this bid from the awarded vendor. However, items that are to be "Spot Market Purchased" may be purchased by other methods, i.e. Fedeml, State or local contracts. 1.53 ELIMINATION FROM CONSIDERATION This bid solicitation shall not be awarded to any person or firm which is in arrears to the County upon any debt, taxes or contracts which are defaulted as surety or otheIWise upon any obligation to the County. BID ~O: 03-01102 DATE: 1215101 COY OF MIAMI BEACH 11 1.54 WAIVER OF INFORMALITIES The City reserves the right to waive any infonna1ities or irregularities in this bid solicitation. 1.55 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 bid solicitation. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City for purposes of determining the low bidder meeting specifications may use said. 1.56 COLLUSION Bids from related parties. Where two (2) or more related parties each submit a bid or proposal for any contract, such bids or proposals shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals. Related parties mean bidders or proposers or the principals thereof which have a direct or indirect ownership interest in another bidder or proposer for the same contract or in which a parent company or the principals thereof of one (I) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same contract. Bids or proposals found to be collusive shall be rejected. Bidders or Proposers who have been found to have engaged in collusion may be considered non-responsible, and may be suspended or debarred, and any contract resulting from collusive bidding may be terminated for default. 1.57 DISPUTES In the event of a conflict between the documents, the order of priority of the documents shall be as follows: . Any agreement resulting from the award of this Bid (if applicable); then . Addenda released for this Bid, with the latest Addendum taking precedence; then . The Bid; then . Awardee's Bid. 1.5S REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the RFP opening because of a disability must contact Heidi Johnson Wright at the Public Works Department at (305) 673-7080. 1.59 GRATUITIES Proposers shall not offer any gratuities, favors, or anything of monetaty value to any official, employee, or agent of the City, for the purpose of influencing consideration of this proposal. BID NO: 03-01102 DATE: 12/5/01 CITY OF MIAMI BEACH 12 1.60 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the bibber or contractor, which offer shall be deemed accepted upon approval by the City Commission of the City of Miami Beach, Florida and in case of default on the part of successful bidder or contractor, after such acceptance, the City may procme the items or services from other sources and hold the bidder or contractor responsible for any excess cost occasioned or incurred thereby. Additionally, the City may take such action. 1.61 BID CLARIFICATION: Any questions or c1arifications concerning this Invitation to Bid shall be submitted in writing by mail or facsimile to the Procurement Department, 1700 Convention Center Drive, Miami Beach, FL 33139 FAX: (305) 673-7851. The bid title/number shall be referenced on all correspondence. All questions must be received no later than ten (10) calendar days prior to the scheduled bid opening date. All responses to questions/clarifications will be sent to all prospective bidders in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 1.62 TIE BIDS: Please be advised that in accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to vendors certifYing that they have implemented a drug free work place program. A certification form will be required at that time. 1.63 PUBLIC ENTITY CRIMES (pEC): A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of36 months from the date of being placed on the convicted vendor list. BID NO: 03-01102 DATE: 12/5/01 CITY OF MIAMI BEACH 13 SUPPLY, DELIVERY AND INSTALLATION OF ROYAL PALMS AND PHOENIX CANARIENSIS PALMS BID #03-01102 2.0 SPECIAL CONDITIONS 2.1 PURPOSE: The purpose of this bid is to establish a contract, by means of sealed bids to a qualified contractor, for the supply, delivery and installation of 22 Royal Palms, (Grey Wood 3045 Ft.) and Phoenix Canariensis Palms (10 Ft. Canary Date), as specified on the bid form. 2.2 METHOD OF AWARD: Award of this contract will be made to the lowest responsive, respollSlble and best bidder(s) whose bid will be most advantageous to the City of Miami Beach. The City reserves the right to award this contract to multiple vendors if it is deemed to be in the best interest of the City, The City will however, before selecting the vendor from whom to order, uti1ize the best bid dependent upon availability of funding for this project. 2.3 PAYMENT: Full payment will he made upon acceptance of a complete unit(s). No down or partial down payments will be made. 2.4 DELIVERY TIME: Vendors shall specify on the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time, no ranges will be accepted, i.e.; 12-14 days. 2.5 ADDlTIONSIDELETIONS OF FACILITIES: NIA 2.6 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: NIA 2.7 PRE-BID CONFERENCE/SITE INSPECTION: (N/A) 2.8 INSURANCE AND INDEMNIFICATION: (See Check List for applicability to this contract) The contractor shall be responsible for his work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular project. He shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in cormection 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. BID NO: 03-01/02 DATE: 12/5/01 Cf1Y OF MIAMI BEACH 14 The contractor, at all times during the full duration ofworlc Wlder this contract, including extra worlc in connection with this project shall meet the following requirements: Maintain Worlcer's Compensation and Employer's Liability Insurance to meet the statuto!)' requirements of the State ofFlorida. Maintain Comprehensive Genera1 Liability Insurance in amoWlts prescribed by the City (see checklist for limits) to protect the contractor in the interest of the City against all risks of injwy to persons (including death) or damage to property wherever located resulting from any action or operation Wlder the contract or in connection with the worlc. This policy is to provide coverage for premises/operations, independent contractor, broad form property damage, products/completed operations and contractual liability. Maintain Automobile Liability Insurance including Property Damage covering all owned, non-owned or hired automobiles and equipment used in connection with the worlc. Maintain any additional coverages required by the Risk Manager as indicated on the Insurance Check List. Name the City of Miami Beach as an additional insured on all liability policies required by this contract. When naming the City of Miami Beach as an additional insured onto your policies, the insurance companies hereby agree and will endorse the policies to state that the City will not be liable for the payment of any premiums or assessments. A copy of the endorsement( s) naming the City of Miami Beach as an additional insured is required and must be submitted to the City's Risk Manager. No change or cancellation in insmance shall be made without thirty (30) days written notice to the City of Miami Beach Risk Manager. All insurance policies shall be issued by companies authorized to do business Wlder the laws of the State of Florida and these companies must have a rating of at least B+: VI or better per Best's Key Rating Guide, latest edition. Original signed Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be filed with and approved by the City of Miami Beach Risk Manager before worlc is started. The certificate must state Bid Number and Title. Upon expiration of the required insurance, the contractor must submit updated certificates of insurance for as long a period as any work is still in progress. It is Wlderstood 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 worlc performed in this contract. BID NO: 03-01102 DATE: 12/5/01 CITY OF MIAMI BEACH 15 All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposme. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the City's Risk Manager. The liability insurance coverage shall extend to and include the following contractual indemnity and hold hannless agreement: "The contractor hereby agrees to indemnify and hold hannless the City of Miami Beach, a municipal corporation, its officers, agents, and employees from all claims for bodily injmies to the public in and up to the amoilllt of $1,000,000.00 for each occurrence and and for all damages to the property of others in and up to the amoilllt of $ I ,000,000.00 for each occurrence per the insurance requirement illlder the specifications including costs of investigation, all expenses of litigation, including reasonable attorney fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the contractor, his agents, servants, or employees, or through the mere existence of the project illlder contract". The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the City of Miami Beach, its officers, agents, and employees, as detennined by a court of competent jurisdiction. The contractor will notify his insurance agent without delay of the existence of the Hold Hannless Agreement contained within this contract, and furnish a copy of the Hold Hannless Agreement to the insurance agent and camero The contractor will obtain and maintain contractual liability insurance in adequate limits for the sole pwpose of protecting the City of Miami Beach illlder the Hold Hannless Agreement from any and all claims arising out of this contractual operation. The contractor will secure and maintain policies of subcontractors. All policies shall be made available to the City upon demand. Compliance by the contractor and all subcontractors with the foregoing requirements as to canying inswance and furnishing copies of the insurance policies shall not relieve the contractor and all subcontractors of their liabilities and obligations illlder any Section or Provisions of this contract. Contractor shall be as fully responsible to the City for the acts and omissions of the subcontractor and of persons employed by them as he is for acts and omissions of persons directly employed by him. Insurance coverage required in these specifications shall be in force throughout the contract term. Should any awardee fail to provide acceptable evidence of current inswance within seven days of receipt of written notice at any time during the contract term, the City shaI1 have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements of the specifications; alternate insurance coverage, satisfactory to the Risk Manager, may be considered. BID NO: 03-01/02 DATE: 12/5/01 mY OF MIAMI BEACH 16 It is understood and agreed that the inclusion of more than one insured Wlder these policies shall not restrict the coverage provided by these policies for one insured hereWlder with respect to a liability claim or suit by another insured hereunder or an employee of such other insured and that with respect to claims against any insured hereWlder, other insureds hereWlder shall be considered members of the public; but the provisions of this Cross Liability clause shall apply only with respect to liability arising out of the ownership, maintenance, use, occupancy or repair of such portions of the premises insured hereWlder as are not reserved for the exclusive use of occupancy of the insured against whom claim is made or suit is filed. BID NO: 03-01/02 DATE: 12/5/01 C11Y OF MIAMI BEACH 17 xxx 1. xxx 2, xxx 3. xxx 5. XXX?, xxx 8. xxx 9. INSURANCE CHECK LIST Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. Comprehensive General Liability (occurrence form), limits of liability $ 1.000.000.00 per occurrence for bodily injwy property damage to include Premises! Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold hannless endorsement exactly as written in "insurance requirements" of specifications). Automobile Liability - $1,000,000 each occurrence - owned/non-owned!hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. The City must be named as ani additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: _ Builders Risk completed value _ Liquor Liability _ Fire Legal Liability _ Protection and Indemnity _ Employee Dishonesty Bond Other $ $ $ $ $ $ .00 .00 .00 .00 .00 .00 Thirty (30) days written cancellation notice required. Best's guide rating B+: VI or better, latest edition. The certificate must state the bid number and title BIDDER AND INSURANCE AGENT STATEMENT: We understand the Insurance Requirements of these specifications and that evidence of this insurance may re~(;'fuini~(~ ~tI~W Bidder BID NO: 03-01102 DATE: 12/5/01 CITY OF MIAM1 BEACH 18 2.9 VENDOR APPLICATION The City has contracted with DemandStar by On via as our electronic procurement service for automatic notification of bid opportunities and document fulfilhnent We encourage you to participate in this bid notification system. To fmd out how you can receive automatic bid notifications or to obtain a copy of this Bid, go to www.demandstar.com or call toU-free 1- 800-711-1712, and request Document #033. Subscribing to DemandStar by Onvia's bid notification system is not a requirement You will still be able to find bid information and download documents through the City's website <htto:l/ci.miami-beach.fl.us. From the City's home page, click on Procurement and follow the instructions. You will be charged an administrative fee of $5.00 by DemandStar to download this document. 2.10 CONTACT PERSON: NIA 2.11 SAMPLES: NIA 2.12 BID, PERFORMANCE, AND BUDGET A Bid Bond of $2,000.00 will be required with the bid. 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. 2.13 LIQUIDATED DAMAGES: Vendor shall specifY in the space provided the guaranteed delivery time. If the successful bidder fails to deliver within the specified delivery time, it is understood that $ 50.00 per calendar day per item will be deducted, as liquidated damages, for each day beyond the specified delivery time. 2.14 DISCOUNTS (From published price lists): N/A 2.15 ESTIMATED QUANTITIES: N/A 2.16 GUARRANTY: The successful bidder will be required to provide one-year guarranty on all pahn trees supplied. The Guarranty, at a minimum, must meet/include the specified requirement(s) in Section 3.0. (Minimum Specifications) The complete Guarranty shall be described in detail on the attached Bid Form. 2.17 PRODUCT/CATALOG INFORMATION: N/A 2.18 REFERENCES (pROVIDE 8 REFERENCES, PLEASE SEE PAGE 25) 2.19 COMPLETE PROJECT REQUIRED: NIA 2.20 FACILITY LOCATION: The City will provide planting locations within La Gorce Island. BID NO: 03-01102 DATE: 12/5/01 CITY OF MIAMI BEAOI 19 2.21 BIDDER QUALIFICATIONS: In order for bids to be considered, bidders must submit with their bid, evidence that they are qualified to satisfactorily perform the specified work. Evidence shall include all information necessary to certify that the bidder: maintains a permanent place of business; has technical knowledge and practical experience in the type of equipment included in this scope of work; has available the organization and qualified manpower to do the work; has adequate financial status to meet the financial obligations incident to the work; has not had just or proper claims pending against him or his work; and has supplied, delivered and installed Palm Trees as specified within the bid form in this docwnent. The evidence will consist of listing of work that has been provided to public and private sector clients, ie. nature of work and nwnber of units (includes supply, delivery and installation) within the last three (3) years. 2.29 LATE BIDS: At time, date, and place above, bids will be publicly opened. Any bids or proposals received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. 2.30 EXCEPTIONS TO SPECIFICATIONS: NIA 2.31 COMPLETE INFORMATION REQUIRED ON BID FORM: All bids must be submitted on the attached Bid Form and all blanks filled in. To be considered a valid bid, the ORIGINAL AND ONE COpy of the Bid Form pages and all required submittal information must be returned, properly completed, in a sealed envelope as outlined in the first paragraph of General Conditions. 2.32 MAINTENANCE AGREEMENT: (N/A) 2.33 EQUAL PRODUCT: (N/A) BID NO: 03-01/02 DATE: 12/5/01 CITY OF MIAMI BEACH 20 SUPPLY, DELIVERY AND INSTALLATION OF ROYAL PALMS AND PHOENIX CANARIENSIS PALMS BID #03-01102 3.0 MINIMUM SPECIFICATIONS GENERAL . Material, delivery and installation shall comply with the requirements and specifications of the State of Florida Depar1ment of Agriculture and Consumer Services (FDOA), grades and standard for Nursery plants - part II & I. . Plant material shall be Florida number one or better. . Palms shall be healthy and vigorous, free of disease, insects, and pests and their eggs, and larvae. . Free of physical damage such as scrapes, scars, bark abrasions, etc. . Palms shall be guaranteed, as specified above, for a period of one year after the date of planting and shall be in flomishing condition at the end of the guarantee period. . Each palm shall be watered at least (5) five times per week, 20 gallons per tree per day for the first three (3) weeks, and then three (3) times per week for the next six (6) weeks. . Contractors will provide for all utility checks and obtain all required State, COllllty and Municipal Pennits. Minimum Requirements: Prospective Bidder must have minimwn of 3 years experience in providing similar type/size scope of work. BID NO: 03-01102 DATE: 12/5/01 CITY OF MIAMI BEACH 21 "' .t- ::." .~. , ~ ..,,!'r-, . :.c-;' . ..... .J:f6t..~ " ~ AI' nltmMy Bond "" _ the ....... It lho ~. ~ ..,1 be required befotll . Cahier's Check d tliI =** wiI be ~ In .... .....u It is mi&9laced. lost. _OIClO1lrcyOCl R...litttr TIP TOP ENTERPRISES. INC. I .. P **-CI'rY OF HIAKI BEACH***** ay to me order of sonSA BANK Of tlORIOA JUs lonml4nt lias a mU:To-print signatuTt fi1U!, ~.{ II ~g~!~~ 14095 SOliT~ DIXlE HWY VI....MI. ~lOFl:JCA 33P'6.1'222 . ,I .- Date 01-07-2002 2.000.00 CASHIER'S CHECK --~.... - -.' -. ... .... -oj. ~ VOID OVER $2,000.00 11"0021.1;, Sil" 1:01;, 70.1. 511 21: ',-'_: .--. ____,....:Ii_~. __7-.~._~ ~_ ~ 002465 ;$ ;, I f] J. l" 11 I DOLLARS m. :::::: ~ w r " w r ''; ,- :---_.~~-'.::~;I!;!~ 63,1459670 11 ?O ~O .1" . ~_ -<..-;.~'"ItW;r~~.~ ~_'_ SUPPLY, DELIVERY Al\"D INSTALLATION OF ROYAL PAL:\IS AND PHOE:'\lX CA1~ARIE~SIS PALMS BID #03-01102 Bid Proposal Page 1 of 2 We propose to supply, deliver and install:: ~oyal Palms, (G:-ey Wood 30-45 Ft) and a Il'lli;i.-nurr. of(1-15' Phoenix Canariensis Palms Canal')' Island da:e (10 Ft CT Clear Trunk), Our bid prices will re:7lain ,,'alid ur:t: October 1,2002 for the below specified PaL':: T:-ees in accordar::e v.:ith these bid docu.-nents. (Sco;:>e of Work All work must be completed within 30 days :-orn Notice to Proceed, OPTION I LINE ITEM OTY, UNIT PRJCE 1) 2) Florida Royal Palms (30 Ft., Grey ',:;ood) 22 $3,1<;0 00 Phoenix Ca.'1ariensis Pa1:11S, (10Ft CT., Canary Date) 15 53,675.00 GR.A..."'TI TOTAL $124.425.00 OPTION II LINE ITEM l~lT ??JCE OTY. 1) 2) Florida Royal Palms (35 Ft., Grey ',,'ood) Phoenix Canariensis Palms, (10Ft CT., Canary Date) 22 53,675.00 (1-15) $, , F. 7 r; 00 TOT,Al OPTION III LINE ITEM Ul\TJ:T PRJCE on'. 1) 2) Florida Royal Palms (45' GW Grey Wood) 22 Phoenix Canariensis Palms, (10Ft CT., Canary Date) (1-15) 53,675 00 S3.675.00 TOTAL TOTAl s fig, 30n no S 55,125.00 TOTAL $80,850.00 S N/A TOTAl 580,850.00 S N/A Delivery Days (ARO) Days OTHER OPTION: 10 BID NO: 03-01/02 DATE: 12/5/01 On' OF MIAJlfi BEACH 22 1 5 I GW $ 2 T 1 00 26' GW $2,625 25' GW $3,150 Ea. Ea. Ea. SUPPLY, DELIVERY AND I~ST ALL\. nON OF ROYAL PAL!\IS AND PHOENIX CANARIENSIS PAL~IS BID #03-01102 PAYMENT TER'IS: 2%/10 EOM. If other, specify here ANY LETTERS, A TT ACHMENTS, OR ADDITIONAL Il\TOR.'lA TION TO BE CONSIDERED PART OF THE BID ~IUST BE Sl'BMITTED IN DCPLICATE. SUBMITTED BY: Joseph Arvis Porter, President Tip Top Enterprises, Inc. COMPA\'IiI' NA..\IE: ~C"/Y'~2Z. '- /J // SIGNED: ~~ j?r-J (I certify/ hat I am authonzed to execute thIs proposal and COmmiythe bidding fum) i Bidders !!!!!if acknowledge receipt of addendum (if applicable). N / A Amendment ~o. 1: Amendment ~o. 2: Insert Date Insert Date NA.MErrITLE(print): Joseph Arvis Porter, President ADDRESS: 18101 SW 98th Court Miami, FL ZIP: 33157 CITY/STATE: TELEPHO:\C: NO: (305) 255-8198 (305) 255-4653 FACSIMILE NO: BID NO: 03-01/02 DA TE: 12/5/01 cm' OF :o.UA:'U BEACH 23 SUPPLY, DELIVERY AND INSTALLATION OF ROYAL PALMS AND PHOENIX CANARIENSIS PALMS BID #03-01102 BID CHECK LIST To ensure that your bid is submitted in conformance with the Contract Documents, please verifY that the fi be I d b 'tted ollowing Items have en completed an su ITIl as required. X Original and one copy of bid (including all submittal infonnation) General Conditions Section 1,1 Special Conditions Section 2,31 X Execution of Bid General Conditions Section 1.2 Equivalents/Equal Product General Condition Section 1.1 0 Special Conditions Section 2.32 Insurance and Indemnification (including Insurance Checklist) X General Condition Section 1.33 Special Conditions Section 2,8 BidlPerfonnance Bond X General Condition Section 1.34 Special Conditions Section 2,12 X Guaranty Special Conditions Section 2.16 Product/Catalog Infonnation Special Conditions Section 2.17 X References Special Conditions Page 25 X Bidder QuaIifications Special Conditions Section 2,21 Exceptions to Specifications Special Conditions Section 2.30 X Contractor's Questionnaire (page 27) BID NO: 03-01102 DATE: 12/5/01 COY OF MIAMI BEACH 24 SUPPLY, DELIVERY A:\'D INSTALLATION OF ROYAL PAV\IS A:\'D PHOENIX CANARIENSIS PAC\IS BID #03-01102 Cl'STOMER REFERENCE LISTI:'\G Contractor's shall furnish the names, addresses, and telephone numbers of a minimum of eight (8) firms O~ government organizations for which the Contractor is currently furnishing or has :U."TIishecL similar sen'ice;, I) Company ;'\1a..-ne Address Berkowitz Development 2665 S. Bayshore Drive, Miami Contact Person Contract Amount Jeff Berkowi tz Telephone :\"umber 2) Company :\ame Address $264,487 +/_ (305) 854-2800 Trafalqar Construction 701 NW 62 Avenue, #110T Miami Tina Contact Person-Contract Amount ~ Nullennix Telephone :\umber 3) Company ~ame Address $782,774 +/_ (305) 935-8852 Village of Pinecrest 11551 S. Dixie Hwy., Miami Contact Person/Contract ArnOWlt Lo r e n Ma t the w 5 Telephone Number 4) Company Name Address $350,000 +/_ (305) 234-2110 Turner Construction 2500 SW 3 Avenue, Miami Contact Person/Contract Amount Eric Timm Telephone Number BID :\'0: 03-01102 DA TE: 12/5/01 $125,652 +/_ (305) 860-8600 cm' OF C\U-\"fi BEACH 25 SUPPLY, DELIVERY AIItJD INSTALLATION OF ROYAL PALMS AND PHOENIX CANARIENSIS PALMS BID #03-01102 CUSTO~IER REFERENCE LISTING (pAGE 2) 5) Company Name Swire Properties Address 501 Brickell Key Dr., '600, Miami 6) Contact Person/Contract Amount Chris Gandalfo 5450,000 +/- Telephone Number (305) 371-3877 Company Name Chase Construction Address 8491 NW 17 street. '101 . Miami Contact Person/Contract Amount Fn~ddy Vanp.g:a s $260,452 +/- Telephone Number (305) 597-8700 7) Company Name Pavarini Construction Address 1995 E. Oakland Pk. Blvd., '202, Ft. Laud. Contact Person/Contract Amount Sal Adinolfo $215,000 +/- Telephone Number (954) 767-6000 8) Company Name CMC Cot1!'ltruct: i on Address 4112 Aurora street, Miami Contact Person/Contract Amount Victor Gimenez $143,064 +/- Telephone Number (305) 444-1078 BID NO: 03-01102 DATE: 12/5/01 crIY OF MIAMI BEACH 26 t! 18101 S.W. 98 Court Miami, Florida 33157 Phone: (305)255-8198 Fax: (305) 255-4653 Commercia' and ResidtJntia' TIP TOP ENTERPRISES. INC. D/B/A TIP TOP TREE AND lANDSCAPING SERVICE Joseph Arvis Porter President Services Offered: . Landscaping . Irrigation . Tree Trimming . Tree Transplanting , Stump Removal Spraying & Fertilizing Lawn Mainlenance Icenses: rlgallon Jade ,C,'95POOO235 roward ,C,'96-CLS-641-RD pl1lylng .. Fertilizing PO.1603 THE COMPANY: Our Company is involved in every aspect of landscaping service. Quality contro~ to meet required project specifications is our number one priority. Staff coordinated installation follows hand-in-hand with quality control. Our specialty is landscaping commercial projects involving large quantities of material including major transplanting of specimen trees and palms necessary to meet tree preservation standards now being used by local government. Estate renovations are one of our exclusive services, Our Company has been selected for such projects because of our unique ability to handle large-scale operations with a personal touch of the highest caliber. Our lawn maintenance division is one of the best in the area. Total maintenance at a professionaIlevel is our goal and service to you. We will continually work with our customers to assure that the entire property is managed and maintained to their satisfaction. We use only the highest quality equipment and employ only top-quality lawn maintenance personnel. j&ep4ll1UJi6 !/6JiU4 Joseph Arvis Porter, President r Commtlrcllllllnd Residential 18101 S.W. 98 Court Miami, Florida 33157 Phone: (305) 255-8198 Fax: (305) 255-4653 TIP TOP ENTERPRISES, INC. D/B/A TIP TOP TREE AND lANDSCAPING SERVICE Joseph Arvis Porter President iervlcea Offered: CURRENT LANDSCAPE REFERRALS: Landscaping Irrigation BERKOWITZ DEVEWPMENT Jeff Berkowitz Tree Trimming Kendall Village West Shopping Center (305) 854-2800 Tree Transplanting Aventura Common Shopping Center Slump Removal Spraying & Fertilizing CHASE CONSTRUcnON CO. Freddy Vanegas Lawn Mainlenance The Waverly @ South Beach Luis Hildalgo Port of Miami (305) 597-8700 Shops @ Sunset Place J. RAYMOND & ASSOCIATES Tim Pehonsky The Shoppes of Dadeland (407) 862.6966 KAUFMAN LYNN CONSTRUcnON Jerry Altbrant Publix Palm Aire (561) 361-6700 Publix Sawgrass MILLER & SOWMON Donald Kipnis Grand Bay at Key Biscayne Larry Kibbler The Mutiny Hotel (305) 599-2300 PA V ARINI CONSTRUCfION Sal Adinolfi 355 Alhambra (954) 767-6000 Tequesta III Mandarin Oriental Hotel PLAZA PROPERTIES Larry Jenkins Palms Condo - Ft. Laud. (954) 630-8880 SWIRE PROPERTIES Chris Gamlalfo Mandarin Oriental Hotel (305) 371-3877 Brickell Key TRAFALGAR ASSOCIATES Tina Nullennix A ventura Lakes (305) 935 8852 TURNER CONSTRUCfION Eric Tirnm Icenses: Eden Roc Hotel - Miami Beach (305) 860-8600 r1gatlon Barclay's Financial- Brickell 'ade Tequesta I C.t95POOO235 Courvoisier Courts Fisher Island - Ocean Side 5 roward Grand Flamingo - Miami Beach .C.I96-ClS-641-RD p,.,.ng . Fertilizing 2 P0l1603 r 18101 S.W, 98 Court Miami, Florida 33157 Phone: (305) 255-8198 Fax: (305) 255-4653 Commercial and Residential TIP TOP ENTERPRISES, INC. D/B/A TIP TOP TREE AND lANDSCAPING SERVICE Joseph Arvis Porter President Servlc:es Offered: . Landscaping . Irrigation . Tree Trimming . Tree Transplanting . Stump Removal . Spraying & Fertilizing . Lawn Maintenance Licenses: IntptIon Dade C.C.195POOO235 Broward C.C.I96-CLS-641-RD SPf'lIYIng . Fertilizing CPOt1603 VILLAGE OF PINECREST Pinecrest Park Loren Matthews (305) 234-2110 COMPLETED LANDSCAPE & IRRIGA nON CONTRACTS: 355 ALHAMBRA: CORAL GABLES, FL PAVARINI CONSTRUCTION A VENTURA COMMONS: A VENTURA. FL BERKOWITZ DEVELOPMENT BARCLAY FINANCIAL CTR: MIAMI,FL TURNER CONSTRUCTION BRICKELL STATION: FT, LAUDERDALE, FL 1. RAYMOND & ASSOCIATES COURVOISIER COURTS: BRICKELL KEY, FL TURNER CONSTRUCTION EDEN ROC HOTEL: MIAMI BEACH, FL TURNER CONSTRUCTION EMERY WORLD WIDE CARGO: FT. LAUDERDALE, FL 1. RAYMOND & ASSOC. FISHER ISLAND OCEAN SIDE 5 FISHER ISLAND, FL TURNER CONSTRUCTION GRAND BAY RESIDENCE II: KEY BISCA YNE, FL MILLER & SOLOMON GRAND FLAMINGO: MIAMI BEACH, FL TURNER CONSTRUCTION HARBOURAGE: FT. LAUDERDALE, FL TURNER CONSTRUCTION 3 r Commercial and Residential 18101 S.w. 98 Court Miami, Florida 33157 Phone: (305) 255-8198 Fax: (305) 255-4653 TIP TOP ENTERPRISES, INC. D/B/A TIP TOP TREE AND lANDSCAPING SERVICE Joseph Arvis Porter President HERTZ CAR SALES: POMPANO BEACH. FL Services onereel: TURNER CONSTRUCTION . Landscaping , Irrigation MANDARIN ORIENTAL HOTEL BRICKELL KEY, FL , Tree Trimming 5 STAR RESORT: SWIRE PROPERTIES , Tree Transplanting Stump Removal MARATHON COMMUNTIY PARK MARATHON, FL Spraying & Fertilizing DE OPLOSSING, INe. Lawn Maintenance MARRIOTT VILLAS @ DORAL: MIAMI, FL ROBINS & MORTON GROUP MET A THERAPY INSTITUTE: HOMESTEAD, FL DANVILLE-FINDORFF MIRAMAR CENTER: MIAMI, FL BEAUCHAMP CONST. MUTINY, THE: COCONUT GROVE, FL MILLER & SOLOMON ONE TEQUEST A: BRICKELL KEY, FL SWIRE PROPERTIES PALMS II: IT, LAUDERDALE, FL Dee CONSTRUCTORS PANKEY INSTITUTE: KEY BISCA YNE, FL COASTAL CONSTRUCTION PINECREST PARK PINECREST, FL VILLAGE OF PINECREST PORT OF MIAMI: MIAMI, FL CHASE CONSTRUCTION ;censes: PUBLIX OORAL ISLES: MIAMI, FL 'rlgatlon KAUFMAN LYNN Jade , ,C,i95POOO235 SHOPS OF DADELAND: MIAMI, FL :roward 1. RAYMOND & ASSOCIATES . ,C..96-CLS-641-RD praying. Fertilizing 4 .: POll603 r Commercial and Residential 18101 SW. 98 Court Miami, Florida 33157 Phone: (305) 255-8198 Fax: (305) 255-4653 TIP TOP ENTERPRISES, INC. D/BIA TIP TOP TREE AND lANDSCAPING SERVICE Joseph AlVis Porter President Servlc.. onered: . Landscaping . Irrigation . Tree Trimming . Tree Transplanting . Stump Removal . Spraying & Fertilizing . Lawn Maintenance SUNSET PLACE: SOUTH MIAMI, FL CHASE CONSTRUCTION THE PALMS PHASE I: FT. LAUDERDALE, FL MILLER & SOLOMON VALUE DINING: PEMBROKE PINES, FL ART CONSTRUCTION CURRENT LANDSCAPE & IRRIGATION CONTRACTS - IN PROGRESS: A VENTURA LAKES: A VENTURA, FL TRAP ALGAR CONSTR. CITY NATIONAL BK. - PINECREST CITY NATIONAL BK. - POMPANO PINECREST,FL POMPANO, FL ROTHST AR CONSTRUCTION COLLECTION, THE CORAL GABLES, FL CMC CONSTRUCTION CORAL SPRINGS MEDICAL CTR. CORAL SPRINGS, FL TIJRNER CONSTRUCTION EPIPHANY CHURCH MIAMI,FL EPIPHANY CHURCH KENDALL VilLAGE CENTER: MIAMI, FL BERKOWITZ DEV. MUTINY PARK.: COCONUT GROVE, FL TIJRNER CONSTRUCTION Licenses: Irrigation Dade C.C,'95POO0235 Broward C.C.I96-CLS-641-RD Spraying. Fertilizing CPOt1603 NORTH COUNTY GOV. CTR. WEST PALM BEACH, FL DANVILLE-FINDORFF 5 ... r Commercial and Residential 18101 S.W. 98 Court Miami, Florida 33157 Phone: (305) 255-8198 Fax: (305) 255-4653 TIP TOP ENTERPRISES, INC. D/B/A TIP TOP TREE AND lANDSCAPING SERVICE Joseph Arvis Porter President Set'vlces Offered: . Landscaping . Irrigation . Tree Trimming . Tree Transplanting . Stump Removal . Spraying & Fertilizing , Lawn Maintenance PUBLIX PALM AlRE: POMPANO BEACH, FL KAUFMAN LYNN CONSTR, PUBLIX SA WGRASS: CORAL SPRINGS, FL KAUFMAN LYNN TEQUESTA III: BRICKELL KEY, FL PAVARINI CONSTRUCTION THE WA VERL Y @ SO. BEACH MIAMI BEACH, FL CHASE CONSTRUCTION MAJOR LAWN MAINTENANCE REFERRALS: BERKOWITZ DEVELOPMENT 2665 S. Bayshore Drive, #1200, Miami, FL 33133 A ventura Commons Kendall Gate Shopping Center Kathy Morman (305) 854-2800 COURVOISIOR COURTS 70 I Brickell Key Dr., Miami, FL 33131 Victor Bernal (305) 374-3393 EDEN ROC MARRIOTT 4525 Collins Avenue, Miami !kach, FL Tony Fryer (305) 674-5507 FALLS SHOPPING CENTER, THE 8888 S.W. 136 Street, Miami, FL Michael Howard (305) 255-4571 GALLINAR HOFFMAN & ASSOC 6701 SWlset Drive, Ste. 100, C. Gables, FL 33143 Pet Stuff' Shopping Center Pedro Gallinar (305) 821-6668 GROVE HILL TOWER 2645 S, Bayshore Drive, FL 33133 RaquelPatterson (305) 854-31 n .Icenses: rr1lJ81lon Jade ~,C,'95POO0235 3roward :,C.'96-CLS-641-RD ;pl1lJlng . Fertilizing ;PO.1603 MANDARIN ORIENTAL HOTEL 500 Brickell Key Drive Robert Wagner (305) 913-8269 MARINA MARRIOTT 1881 SE 17 Street, Ft Lauda'dale, FL Joe Panozzo (954) 527-6740 6 ~ r Commerclslllnd Resldent/sl 18101 S.W. 98 Court Miami, Florida 33157 Phone: (305) 255-8198 Fax: (305) 255-4653 TIP TOP ENTERPRISES. INC. D/B/A TIP TOP TREE AND lANDSCAPING SERVICE Joseph Arvis Porter President Service. Offered: . Landscaping . Irrigation . Tree Trimming . Tree Transplanting . Stump Removal . Spraying & Fertilizing . Lawn Maintenance MIAMI AIRPORT MARRIOTT 1201 LeJeune Road, Miami, Florida 33126 Miami Airport Marriott Andy Anderson (305) 644-5486 NORTHWEST MEDICAL CTR. CAMPUS 2801 State Road 7, Margate, FL Gary McKee (954) 978-4081 PALMS, TIlE 2100 N, Ocean Blvd. Ft. Laud, FL Larry Jankins (954) 630-8880 PETER LAWRENCE COMPANY 8780N.W. 18 Terrace, Miami, FL 33172 America's Gateway Park - Misc. Properties Cary Debien (305) 599-6363 PINECREST PARK 11551 South Dixie Highway Loren Matthews (305) 234-2110 SHOPPES @ DADELAND 7220 N. Kendall Dr" Miami, FL Marty Shane / Saul Stein (305) 667-6461 Paul Barry (305) 252-4500 Lynn Carter-Wilson (954) 581-7103 UNITED STATES AIR FORCE - RA.T.O. 15810 S.W, 129th Avenue, Miami, FL UNIVERSITY PHYSICIANS PAVILION Tamarac, Florida (Mise, Other Properties) WILLIAM C. WEBB COMPANY 1300 N,W. 167th Street, Miami, FL 33169 Bill Webb, Jr, (305) 624-8484 _Icenses: rrlgatlon Jade :C,1t95POOO235 jroward :.C,'96-CLS-641-RD ipnlYlng .. Fertilizing ;PO'1603 7 r 18101 S,W. 98 Court Miami, Florida 33157 Phone: (305) 255-8198 Fax: (305) 255-4653 Commercllllllnd Resldentllll TIP TOP ENTERPRISES. INC. D/BIA TIP TOP TREE AND lANDSCAPING SERVICE Joseph AlVis Porter President ServIcM Offered: . Landscaping . Irrigation . Tree Trimming . Tree Transplanting . Slump Removal . Spraying & Fertilizing , Lawn Maintenance _Icenses: rrlptlon Jade ;.C.195POOO235 'lrowarrl ;,C.I96-CLS-641-RD ipraylng a Fertilizing ;PO"603 SERVICES OFFERED: Corom. I Residential Landscaping Installation I Design Comm. I Residential Irrigation Installation I Design I Repair Commercial Lawn Maintenance - Tree Services Lawn Spray and Fertilization Services Lawn Equipment Repairs, Equipment Rentals and Welding EQUIPMENT CURRENTLY IN USE: 8 Dump Trucks (Heavy Duty) 1 Spray Truck 2 Irrigation Trucks 2 Bucket Trucks 1 Vermeer 5050 Trencher 2 Vermeer 1350 Trenchers 1 IT 24 Caterpillar I Bucket Truck 2 853 Bobcats & 1 2410 Bobcat wi Accessories and Trailers 2 Backhoe with Accessories, Truck and Trailer 3 Lawn Trailers & Equipment 4 Med. Trucks I Tree Crane 6 Pickup Trucks I Stump Grinder 2 Box Van (16' & 24) 1 Chipper Truck & Chipper 1 IT 28 Caterpillar STAFF: 85 Employees Main Office & Equipment Yard: 18101 S.W. 98th Court Miami, Florida 33157 10 Acre Nursery: 14750 S.W. 216th Street Miami, Florida 33170 8 r 18101 S,W. 98 Court Miami, Florida 33157 Phone: (305) 255-8198 Fax: (305) 255-4653 Commercia/and Resident/a/ TIP TOP ENTERPRISES, INC. D/B/A TIP TOP TREE AND lANDSCAPING SERVICE Joseph Arvis Porter President Servtces Offered: . Landscaping . Irrigation . Tree Trimming . Tree Transplanting . Slump Removal . Spraying & Fertilizing . Lawn Maintenance _icen..: rrlptIon 'Jade ':;,C.t95POOO235 3rowarrJ ':;.C.I96-CLS-641-RD 3praylng & Fertilizing ::POtl603 FERTILIZATION & PEST CONTROL DMSION TREE. SHRUB AND PALM PROGRAM The Tree, Shrub and Palm Program is designed to provide the optimum FERTILIZATION and the necessary INSECT CONTROL for the plant's proper growth and development. Three (3) granular applications of a commercial grade fertilizer with minor elements, such as Lesco brand 8-10-10 (25-50% slow release Nitrogen) or Lesco's 13-3-13 (25-50010 slow release Nitrogen, 5% Magnesium) will be applied to all trees, shrubs and palms. Approximate times of applications: 1) 2) 3) February June October March July November Landscape site inspections will be made on a regular basis for the early detection of any problems that need to be addressed. Pest control applications will be made on a preventative or on an as-needed basis. TIP TOP FERffiIZATION & PEST CONTROL DIVISION will respond to all service calls within a 72 hour period (3 business days) and will work on resolving the problem(s) until you are totally satisfied. That is our promise! ADDITIONAL TREE AND SHRUB CARE Supplemental foliar and/or soil application(s) of minor elements (in addition to regular fertilization) may be necessary to correct severe minor element deficiencies. These applications will be made at an additional expense unless previously included in the overall contract. 9 r 18101 S.w. 98 Court Miami, Florida 33157 Phone: (305) 255-8198 Fax: (305) 255-4653 Commercia/and Residential TIP TOP ENTERPRISES, INC. D/B/A TIP TOP TREE AND lANDSCAPING SERVICE Joseph Arvis Porter President ServlcM Offered: . Landscaping . Irrigation . Tree Trimming . Tree Transplanting . Stump Removal , Spraying & Fertilizing , Lawn Maintenance _lCenses: , rrIgIItIon Da,. ::.C,f95POOO235 3rowtJtrJ ::.C.I96-CLS-641-RD 3p1'11J1ng a FertIlizing ::POt1603 FERTILIZATION & PEST CONTROL DMSION TURFGRASS PROGRAM The Turfgrass Program is designed to provide the optimum FERTILIZATION, WEED CONTROL and necessary INSECT CONTROL for the turfgrass proper growth and development. Three (3) granular applications of a commercial grade fertilizer with minor elements, such as Lesco brand 16-4-8 or 24-5-11 (25-50% slow release Nitrogen), will be applied to all turfgrass areas. Approximate times of application: 1) 2) 3) February June October March July November Identification of damaging insects and related insect control granular applications will be particularly targeted during the late Spring and Summer seasons, when many of the St. Augustine grass varieties are most susceptible to damage from insects such as chinch bugs and sod webworms. (Weed Control applications will be made on an as- needed basis in the Spring and/or Fall season as an additional charge unless previously included in the overall contract.) The success of our Turfgrass Care Program relies on our professional ability to pro-actively diagnose and correct cultura~ nutritional and pest related problems. Inspections of turf areas will be made on a regular basis and corrective actions and/or recommendations will be made. Written reports on the condition of the turfgrass areas will be issued on an as-needed basis. TIP TOP FERTILIZATION AND PEST CONTROL DMSION will respond to all service calls within a 72 hour period (3 business days) and will work on resolving the problem(s) until you are satisfied. That is our promise! ADDITIONAL TURFGRASS CARE Supplemental soil application(s) of minor elements (in addition to regular fertilization) may be necessary to correct severe minor element deficiencies and/or improve turfgrass color. These applications will be made at an additional expense unless previously included in the overall contract. 10 CONTRACTOR'S QUESTIONNAIRE NOTE: Information supplied in response to this questionnaire is subject to verification. Inaccurate or incomplete answers may be grounds for disqualification from award of this bid. Subrr.:::~d to The Mayor and City Commission of the City of~fiami Beach, Florida: By Tip Top Enterprises, Inc. Princ:?31 Office 18101 SW 98 Court. Miami, FL 33157 How :-:::my years has your organization been in business as a Gelleral Cmtractor under your p~esent busin~s naIne? 30+ Years Does your o~ganization have current occupationallice:15es entitling it to do L1e work contemplated in L1is Cont2c(' Attached State c,[Florida occupationalliceme - state type and !lumber: 036038-8 D. C. Occupational Lic Dad~ C oumy certificate of competency - state type and number: 9201 481 3 City e,;' \1ia:rj Beach occupationallicens~ - state type and number: 9 5POOO 2 3 5 Inclu:~ copies of above licenses and certificates with ;Jroposal. How :-::a.'1y y~ars experience in similar work has your organization had? L-\) As a General Contractor N / A IB) As a Sub-Contractor 30 Year (Cl Wbat contracts has your organization completed? Cont:'2;t .-\.oy,t Class of Work Whe!l ComoJeted ~ame;Add:-ess OfO\\l1er Have you eyer 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 specifcatiol1S? No If so, ',,'here and why? Has 3.,,:y officer or partner of your organization ever failed to complete a construction contract handled in his 0\\11 name? Nn BID :'\0: 03-0]/02 DATE: 12!~!Ot CITY OF :\fi.-\.'fi BEACH ,- _I If so, state name of indi\'idual, name of o\\ner, and reason thereof In what other lines of business a:e you fmancially interested or engaged? Plant Nursery Give references as to experience, ability, and financial standing !::nfi"';l R;lnk - Rnhprt' T.nnnnnn (lOt;) 5eQ ~ttacRQd Resume ?t;~-nqnn (~pp At't';l~hed Letter) What equipment do you O\\TI that is JvailJole for the proposed wo~;'; and where located? $...... lIt't-;lroh...r'l RpC::llm... \\bat Bank or Banks have you a;:anged to do business with during the course 0:!he Contract should it be awarded to you? Sofisa Bank Robert Londono (305) 256-0900 Please list the names and addresses of the S:.iDCOmractors to be used for the po:cions of the \\'ork Ested below, N/A I HEREY'FERTIFY that the ~bO~\\'e~ a~e true and correct. L,{)jeMfIt:u0rW'h/ / (SE.-\L) JiSeph Arvis Porter, President (SEAL) Tip Top Enterprises, Inc. BID l"O: 03-01/02 DATE: 12/5/01 em' OF 'fl.\:'fi BE."-CH 28 .11 ~u~ l~A Bank of Florida December 27, 2001 Miami Beach Procurement Director City of Miami Beach Miami Beach, Florida Re: Tip Top Enterprises. IDe. Gentlemen: With respect to our customer cited above, this is to advise you that Tip Top Enterprises has had a relationship with Sonsa Bank of Florida since our Bank opened in March, 1999. Tip Top has always conducted its relationship with us in an entirely proper fash::m maintaining average balances in its accounts with us in the high five-figure range during 2001, In addition, Sofisa Bank has extended various commercial loans to Tip Top whica have been seniced in a routine and satisfactory manner, Based on our experience with Tip Top, we believe that it will honor in a correct manner any and all commercial obligations and undertakings which it assumes, Soflsa Bank of Florida 14095 5o~th Dixie Highway Miami, Florida 33176-7222 Phone 305-256-0900 Fax 305-256,9850 www.sofisa.com .-..-.-.....-. '-. 0 ~ ~ . -.L::::' > ::-: rJ :-.' :or: " ). ~ :--; ... r, r-- .'. ....... r., -.C I::' f.... " c r:-; C. :7- ~ r~; C ..... r~ "C , i t. ;:j <"' :.1 ! is .". ::i '1 ,-~ -:; . .~ f' -:-~:-"" f: c -:- ... r: ;t. '=" (:; C. '"~ (,j ,- -, ;p (..; ~-: _E , -- ,., 1:::1 .00 _ r 1 '~ '0 ... ,- r:1 c c: (-~ r-: 1-. , , ., Cl ..... o Cl ..... Cl .L: ..0 I'J Cl Cl r,J Ln ..... ~ o o O. 0' o ..... 1'\1 Ln o o C::! .- --:: > . ~ -< 2..:;:: ( ~ ~:: - 0..' ~ c: ~ ~. r r t: " '" _' r'1 r., f":.' C'J r " c.~ _ r. l: :> :::i: :." :t r"r; . 1 ; ! -~ z o --;. '''''.: r~ r~. r_ !" - f.~ r:l to,; o :3 c__ t:; '> J j I i , ~. '- (;"J '_ t::' ~"';i m co c. ... (,~ .r. _~ 0'. ._:;.__ , ~ L- ('. ,-:,...... r\ :! 2 .... r- ,~ " E~ ~3 i CI ~7 ,- <:: ~. .: ~ c> ,.. r:-; o r '-''> :z ,-' t.~ l" f:1 ," ," :.. ;:. ~ S r --: c.-, ~~' -1_ 0 r~ ,-, ::,r---. r~ .._ --- c..~ -,.., ;,. ~, ,~ t;: i .P r-::;> r-.~ (- -p.., ~ . c. ::~ r::::~ C "J t:- r,-- r '- .>. ~~- or- e........ (:1 ;::r- ("> .~ -~ o -"'!"'", C -~ ;:: ( c: r- l" -, f' C, o r.' C- .-:> -< .__ac-__....o...- "i~...'~l:':-:?~~'!'::;;z:r-2~'7:2::?""1:':::_=:;::. :.-----.::'I.:;-='k"'i....::~D. ,7~~,...,... -~ z ~~ r' co. -""'! r ~ r""" ;> c c c: t":I <-:! (, j- t ~ __ I (~ (;~ :.... r.' -" -" -1 l' r'i Z ,~ () -..;. c ;:: c. -~ ... t" --.; " ~~ ~; c; (~ [' L -, '-. ..- L~ ,', " c - c. ( (: ~- .- (:1 --;-.. r'''1 -". c :r ~-:: .- (.,. f.:; r:) .... r r,' r'"') ~: r - ,- r'l f'. t..: -' I~ ~ ;::: r:-< ~ " ~ [ -: ,', ~ ,-. ;- ,:-. ;- (") ::... (-"; C. C' -- >- (-, t::: .,... r:;: '. ') c (~ ie, ~., 1"- r.i. . ~ -:> 1""1 <.J - ; ~ -- .'-' -0 o ~~ no o o - Ui r~-: (" r... C. "0 r., ': . . ~ -, "'- ... ", 0 C ..., :-- ~ c: ':: - - '" .... -0 ..... ":. r ': (oj> ('j Lll C;'.t.:. r :, o (11 ~ c. (.} o o o o - '" <II Q o ... :::::: ,.., -, = ) q, - ... ~ f~ ~i t-; ;r,; ~ tl "';-:' "" ~ ,.,., , ! t ., ',... 'Ii,i , . i ."..j.' I' II f_-~; ~ ~ -:r~ r~:~ ~~ ~ ~ ':"';.' ~'2 ~~; ~;.. i:~ .'1 I ,~ ::1 l " , of (j ;.~~ (~ {< ~ -:rl # ;f' :~,.. '.. Jl,i~ " : ~ F :~) jJ J ~ t';f ;'''4 ,'l ,:"j , , ~':1 ~~J ~...;1 ~ 1':~ ~t o ~1.J X;>C ., IJl (Xl :lo..... ,iON -' I.w (Xl ,\I'-..... ~ON ;;l00 1;-0 " ~ ;,1 .-cn-lO ~"'~l!!N -D~....:E ~(Xl....",\II o-:"'-o~ ......-0;;:\>1 '< '" \110 m.... VI~~ eooJ'--4~'- -oao OZ"- m",-o CVI-o ~ 1 n" ZX mO In )oooot s'm .... m- ~=Z Z-DZ'- ."~ (Xl~g ~ m c m> -< ;0 >n;o:::j -0 c~-o~ -0 ;0 m ;0 . .... .... C VI n VI 3 m CI m CXl VI c: VI .... Z Z .... ""1 .... c;-> Z -< Z n n ~.~ ~ :;!l Z !l2z j~; . "i~ ~a ~ . M ~~~i~~~g~i~ · ;.~!IIo~~:;ji ~~I~ ~"'"':i!~ ;!ili~o;;!~;;!g.m' ~ ";!m!m<z,..=l o -liSm nOo<("8 c: 5""-88%1","' ~~!~~~",~N!!~~ ~"'f...o~~cn<~~mz ~i.=lC:IIl:::;i~~a~ 3"'~ ...CXl.... >....-0 30 ...... ~ o "TlVl"O .X m \>I..oZ '...,Q.... ... m V1n;o tl -..I~-o 0 ;oz "'0 VI-l m'" VI~ :IE ...> Z'" ntl n o Z ~ ;0 > n ~ o ;0 x C ;0 ~ ...m 0;0 VI .- n m Z '" m z;o Pm z n m :r. n > N. =:0- ...., -DOl \.,.-:N "00 01 ON o N .... ...., ~ !=!] "'i: !"", I.""en -li:>oh Z'""o!!l.- p... >> Prt,)'- gcn ~ men o '" ON m 000 m O~CD !:It':!O...... ~ lZB~ "'ii;'~""" ~ O'}ON m l;!i!OO i"'~O i...i ..... i.i.i O~J> 5 1=;& z "'':'''rn 00. d~ ~~~ 00 Om ~~ .0 ~ . M > . ::=~ !:::~ ';:' ~ =~:t .~ ';::11"" ~!: o " ...cO "" n~i mz ;II'~ ~~ ~ 0 z... 1'l'I::;:Il 00 - > :- ;; 1". u:l-t 0 "'~)-ol~ \,.a.I~"'O~ .. '" r-~.... l>oQ :r.;"O z; ':i'ITI r:z >"-. Z m ::; ;0 VI "0 r: ;0 > .... "0 VI ,., m ...... VI ... ;<;: .... m Z m n ~ ;; o ;; ;oz c""o ~ ~ n:;! ~m. VI m ^' < .... n m m 3 "C r- ...0 '~~-< m ,"'7"; ;"'-j 036033-3 BUSINESS NAME I ~OCATION TIP TOP TREE S LANDSCAPING SVC 18101 SW93 CT 33157 UNIN DADE COUNTY 3'" ~.... ....CXi ....... >... -0-:: 30 ............-1-1 CC -nV""C,,;; .X m.... ~-DZ;o '-i~-tm ...... rr:tT1 ","n ^' tl -.J-t~,,", 0 ~ Z ....r- 0 11'> -< r7:~ ~ II'C :D V1:E ....n > Z> '" n-;; 0 ~ Z c;-, 1.."': < r, \.hI"'-'~O 1"..J0)......(f)W.l ......~~zO'" "'''0 [g'::> -J.........;cnUJ Cz:Jj C"'-::i1: I 2:4 ~Q;l .... ....- Z..:lA:O CDm(') o m> >n :::! t:;-t~~ m r- n > o z C 0 Z V' .... n -< > "0 .... Z (;'l VI < n r- n m Z III m Z'" ~m Z m ~ ~ Or- '"" ~ o .... CXi 1 tr FIRST'CLASS U,S. POSTAGE PAID MIAMI, F~ PERMIT NO. 231 RENC..AL ~ICENSE NO. 26..321-2 OWNER TIP TOP ENTERPRISES INC Sec, Type of Business 213 SERVICE / REPAIRS ~'g,,~~~ NOT A CONTRACTORS LICENSE NAIIIT THE UCENSEE TO VIOLATE "rN EXtST1NG REGULATORY OR ZOMNQ LAWS OF THE COUNTY OR emu. NOR DOES IT EXEMPT THE LICENSEE FAOM ANY OTHER WeENSE OR PERMIT REQUIRED BY L.AW. THIS 1$ NOT A CERTIFICATION OF THE WeENSEE"S QUAUFICA- noN, PAYMENT RECEIVED MlAM-OADE COUNTY TAX c"'-UCTo'ba/28/2001 02050034002 000075..00 SEE OTHER SIDE EMPLOYEES 1 TI P TOP TREE ~ "f?l WJl!'elJR> I N G TIP TOP ENTERPRISES INC 18101 Sioi 98 CT MIAMI Fl 33157 SVC I:-~""i: ,.f:~~> ;e. I:~i -iI: ,""j!!,..g... "'O"'.-i! . .- or,. ~-!"'w::D~mc ~'.. w~_ C)n~ !' -""'--l(,) 'C !!l,-moo -',~, :Dc ~;ff'~ io;!~__t.. '''' -'~ 8 5~i~;~f ~-l"'";> . ~-llll'!!!; !;-o"'.co ~(')tl ,,>(') ,oc;;mtl(') 'c~)Cmc "Z":!!(')~ ,-l>:Ilo!j <<mc- -omenzo Otlen-lZ tl>m<> -m-l:!!' .- ,(')", en!: >;~!!lEl;l ~.-~J;f~m~ ,m080m :,~7J -n ~ " -I "..III.'...> ,'>c6)C ,~. rn >-z--:!! . '" III ',tl , t~ :;~~..~ ~ ;'9-'~ . "..... -'-" 3', - -' ~ ~:!! :Di: !"", I.""en -< i:> 0-:' z'""cenp p... ~> N"" QU) ~ men ." g!.2~ C......-i :::l r- eo > '"O::!:Z -< f~H c ~ ;;::---;: ONI-' ;: MHO ~o;t-1 !!! _A':;'>_ 0.....0 ~ z>~ Z....-o z z ~=,QX~ rr. .....0.... n"ir- mo m "' _"Tl:<<":_ "":00 ~ ;.. = ~ I"'>in< ::tl.....~ ~, - r' 0':- 1.::........ ~ :i:' C ~ :;c>> (J) z ;::g~~~ ~ C C llJ.... " m:r:r ..c..."i~ z ::.;l:tl>I'T"...... . m ...~ > to,; C}nm O-t-N 0 1.-" ..... -;:E:' ;:: ~ ~_r: \OlOO ~ c .... 10 m = :egg .,,00 ;><; '"O"-Z ........ &'>m.... <=~ r UJ II> Z 0 ;-I ..., -<Z ~ m C) 0 -< er, .. Ol"'>::tl > t 3....~ CO:: '"O~-o .., t~; He...... z....> ::tl 5 0". >....-0 Zlr.< m .... z \"" .., 30 -<nrr; z (" 0;, g i-<i.....- >z -l IT; tv C H-<~ IT' er- e - 11V.'"-:: V,ZC: ::tl I\; rr: r- IT!;:C -0 .... =~ r': rr .. > ;;0 Z -"> =;: : uhC Z lr, .. .... n n >- t,.;..:c=.--; lr> ("': z6 .... r." m -> ;: - r-age: u-;n::x: Vl z ~::m(")~ -- ...J~" C: -"one:<": - ;::: lr> .... .. =>0..'6 .... '"0 Z "'0<:>> tn;;:z~r- - Vl 0 m n ~('l~O(') m 0 n ...:0 ZO - tr, Z 0-0; ~::::'>z - 0 > . .zcn~""", ... 5~~C:; - .... "Tl r ~ ~ -l \)1 ~=~~~ - - c r-, ::l -< -0 g~ozo - :;; e I\;="TI~= a: -0' 0 z" en - 6 r. c >r Zo - C >",,...N (')::l 3 UlC"'llJ ~g = 0:: UlUl="" '0 Z jJ , .... mmm '" Z ()"'", .., (;'. :;;cn-< 8 iii>j'" .., n 0"'0 a =>m m()z Z :DO'" -l mzm .. ;>::1 0-<0 5=." Z:D-< m > ' )> 0 ::l!: !": (") ~o !~~-:~ -; dO -<!:>c' a JJ Z'-SII>Q ::tl ~~ >> ~ ~~ DIVISION 3. LOBBYISTS Sec. 2-481. Definitions. The following words, terms and phrases, when used in this division, shall have the meanings ascribed to them in this section, except where the context clearly indicates a different meaning: Advisory personnel means the members of those city boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the City commissioners. Autonomous personnel includes but is not limited to the members of the housing authority, personnel board, pension boards, and such other autonomous or semi-autonomous authorities, boards and agencies as are entrusted with the day-to-day policy setting, operation and management of certain defined fimctions or areas of responsibility, Commissioners means the mayor and members of the City commission, Departmental personnel means the City manager, all assistant City managers, all department heads, the City attorney, chief deputy City attorney and all assistant City attorneys; however, all departmental personnel when acting in connection with administrative hearings shall not be included for purposes of this division. Lobbyist means all persons employed or retained, whether paid or not, by a principal who seeks to encourage the passage, defeat or modification of any ordinance, resolution, action or decision of any commissioner; any action, decision, recommendation of any City board or committee; or any action, decision or recommendation of any personnel defined in any manner in this section, dming the time period of the entire decision-making process on such action, decision or recommendation that foreseeably will be heard or reviewed by the City commission, or a City board or committee, The term specifically includes the principal as well as any agent, attorney, officer or employee of a principal, regardless of whether such lobbying activities fall within the nonna! scope of employment of such agent, attorney, officer or employee, Quasi-judicial personnel means the members of the planning board, the board of adjustment and such other boards and agencies of the City that perfonn such quasi-judicial fimctions, The nuisance abatement board, special master hearings and administrative hearings shall not be included for pwposes of this division. (Ord, No. 92-2777, ~ 1,2,3-4-92; Ord. No. 92-2785, ~ 1,2,6-17-92) Cross reference(s)--Definitions generally, ~ 1-2. Sec, 2-482. Registration. (a) All lobbyists shall, before engaging in any lobbying activities, register with the City clerk. Every person required to register shall register on forms prepared by the clerk, pay a registration fee as specified in appendix A and state under oath: (1) His name; BID NO: 03-01/02 DATE: 12/5/01 COY OF MIAMI BEACH 29 (2) His business address; (3) The name and business address of each person or entity which has employed the registrant to lobby; (4) The commissioner or personnel sought to be lobbied; and (5) The specific issue on which he has been employed to lobby. (b) Any change to any information originally filed, or any additional City commissioner or personnel who are also sought to be lobbied shall require that the lobbyist file an amendment to the registration forms, although no additional fee shall be required for such amendment The lobbyist has a continuing duty to supply information and amend the forms filed throughout the period for which the lobbying occurs. (c) If the lobbyist represents a corporation, partnership or trust, the chief officer, partner or beneficiaI)' shall also be identified, Without Iimiting the foregoing, the lobbyist shall also identify all persons holding, directly or indirectly, a five percent or more ownership interest in such corporation, partnership, or trust. (d) Separate registration shall be required for each principal represented on each specific issue, Such issue shall be described with as much detail as is practical, including but not limited to a specific description where applicable of a pending request for a proposal, invitation to bid, or public hearing number, The City clerk shall reject any registration statement not providing a description of the specific issue on which such lobbyist has been employed to lobby, (e) Each person who withdraws as a lobbyist for a particular client shall file an appropriate notice of withdrawal. (f) In addition to the registration fee required in subsection (a) oftlis section, registration of all lobbyists shall be required prior to October 1 of every even-numbered year; and the fee for biennial registration shall be as specified in appendix A. (g) In addition to the matters addressed above, every registrant shall be required to state the extent of any business, financial, familial or professional relationship, or other relationship giving rise to an appearance of an impropriety, with any cwrent City commissioner or personnel who is sought to be lobbied as identified on the lobbyist registration form filed. (h) The registration fees required by subsections (a) and (f) of this section shall be deposited by the clerk into a separate account and shall be expended only to cover the costs incwred in administering the provisions of this division. There shall be no fee required for filing a notice of withdrawal, and the City manager shall waive the registration fee upon a finding of financial hardship, based upon a sworn statement of the applicant Any person who only appears as a representative of a nonprofit corporation or entity (such as a charitable organization, a neighborhood or homeowner association, a local chamber of commerce or a trade association or trade union), without special compensation or reimbmsement for the appearance, whether direct, indirect or contingent, to express support of or opposition to any item, shall not be required to register with the clerk as required by this section. Copies of registration forms shall be furnished to each commissioner or other personnel named on the forms, (Ord. No. 92-2777, ~ 3, 3-4-92; Ord, No. 92-2785, ~ 3, 6-17-92) BID NO: 03-01102 DATE: 12/5/01 COY OF MIAMI BEACH 30 Sec. 2-483. Exceptions to registration. (a) Any public officer, employee or appointee or any person or entity in contractual privity with the City who only appears in his official capacity shall not be required to register as a lobbyist. (b) Any person who only appears in his individual capacity at a public hearing before the city commission, planning board, board of adjustment, or other board or committee and has no other commwrication with the personnel defined in section 2-481, for the purpose of self-representation without compensation or reimbursement, whether direct, indirect or contingent, to express support of or opposition to any item, shall not be required to register as a lobbyist, including but not limited to those who are members of homeowner or neighborhood associations, All speakers shall, however, sign up on fonns ava~ilable at the public hearing. Additionally, any person requested to appear before any city personnel, board or commission, or any person compelled to answer for or appealing a code violation, a nuisance abatement board hearing, a special master hearing or an administrntive hearing shall not be required to register, nor shall any agent, attorney, officer or employee of such person. (Ord. No. 92-2777, ~ 4,5,3-4-92; Ord. No, 92-2785, ~~ 4,5,6-17-92) Sec. 2-484. Sign-in logs. In addition to the registration requirements addressed above, all city departments, including the offices of the mayor and city commission, the offices of the city manager, and the offices of the city attomey, shall maintain signed sign-in logs for all noncity employees or personnel for registration when they meet with any personnel as defined in section 2-481. (Ord. No, 92-2785, ~ 6,6-17-92) Sec. 2-485. List of expenditures. (a) On October 1 of each year, lobbyists shall submit to the city clerk a signed statement under oath listing all lobbying expenditures in the city for the preceding calendar year, A statement shall be filed even if there have been no expenditures during the reporting period. (b) The city cleric shall publish logs on a quarterly and annual basis reflecting the lobbyist registrations filed, All logs required by this section shall be prepared in a manner substantially similar to the logs prepared for the state legislature pursuant to F.S, 11,0045, (c) All members of the city commission and all city personnel shall be diligent to ascertain whether persons required to register pursuant to this section have complied with the requirements of this division. Commissioners or city personnel may not knowingly permit themselves to be lobbied by a person who is not registered pursuant to this section to lobby the commissioner or the relevant committee, board or city personnel. (d) The city attorney shall investigate any persons engaged in lobbying activities who are reported to be in violation of this division. The city attorney shall report the results of the investigation to the city commission. Any alleged violator shall also receive the results of any investigation and shall have the opportmrity to rebut the findings, if necessary, and submit any written material in defense to the city commission. The city commission may reprimand, censure, suspend or prohibit such person from lobbying before the commission or any committee, board or personnel of the city, (Ord. No, 92-2777, ~ 6,3-4-92; Ord. No, 92-2785, ~ 7, 6-17-92) BID NO: 03-01/02 DATE: 12/5/01 CITY OF MIAMI BEACH 31 DIVISION 4. PROCUREMENT Sec. 2-486. Cone of silence. (a) Contracts for the provision of goods, services, and construction projects other than audit contracts. (1) Definition. "Cone of silence" is hereby defined to mean a prohibition on: (a) any communication regarding a particular request for proposal ("RFP"), request for qualifications ("RFQ"), request for letters of interest ("RFLI"), or bid between a potential vendor, service provider, bidder, lobbyist, or consultant and the city's administrative staff including, but not limited to, the city manager and his or her staff; (b) any communication regarding a particuIar RFP, RFQ, RFLI, or bid between the mayor, city commissioners, or their respective staffs, and any member of the city's administrative staff including, but not limited to, the city manager and his or her staff; (c) any communication regarding a particular RFP, RFQ, RFLI, or bid between a potential vendor, service provider, bidder, lobbyist, or consultant and any member of a city evaluation and/or selection committee; and (d) any communication regarding a particular RFP, RFQ, RFLI or bid between the mayor, city commissioners or their respective staffs and any member of a city evaluation and/or selection committee, Notwithstanding the foregoing, the cone of silence shall not apply to competitive processes for the award of CDBG, HOME, SHIP and Surtax Funds administered by the city office of community development, and communications with the city attorney and his or her staff. (2) Procedure, a. A cone of silence shall be imposed upon each RFP, RFQ, RFLI, and bid after the advertisement of said RFP, RFQ, RFLI, or bid. At the time of imposition of the cone of silence, the city manager or his or her designee shall provide for public notice of the cone of silence, The city manager shall include in any public solicitation for goods and services a statement disclosing the requirements of this division. b. The cone of silence shall tenninate ~) at the time the city manager makes his or her written recommendation as to selection of a particular RFP, RFQ, RFLI, or bid to the city commission, and said RFP, RFQ, RFLI, or bid is awarded; provided, however, that following the manager making his or her written recommendation, the cone of silence shall be lifted as relates to communications between the mayor and members of the commission and the city manager; providing further if the city commission refers the manager's recommendation back to the city manager or staff for further review, the cone of silence shall continue until such time as the manager makes a subsequent written recommendation, and the particular RFP, RFQ, RFLI, or bid is awarded or (ii) in the event of contracts for less than $25,000,00 when the city manager executes the contract. (3) Exceptions, The provisions of this section shall not apply to: (a) oral communications at pre-bid conferences; (b) oral presentations before evaluation committees; (c) contract discussions during any duly noticed public meeting; (d) public presentations made to the city commissioners during any duly noticed public meeting; (e) contract negotiations with city staff following the award of an RFP, RFQ, RFU, or bid by the city commission; or (f) communications in writing at any time with any city employee, official or member of the city commission, unless specifically prohibited by the applicable RFP, RFQ, RFLI, or bid documents; or (g) city commission meeting agenda review meetings between the city manager and the BID NO: 03-01102 DATE: 12/5/01 CfIY OF MIAMI BEACH 32 mayor and individual city commissioners where such matters are scheduled for consideration at the next commission meeting. The bidder, proposer, vendor, service provider, lobbyist, or consultant shall file a copy of any written communications with the city clerk. The city clerk shall make copies available to any person upon request. (b) Audit contracts, (1) "Cone of silence" is hereby defined to mean a prohibition on: (a) any communications regarding a particular RFP, RFQ, RFLI, or bid between a potential vendor, service provider, bidder, lobbyist, or consultant and the mayor, city commissioners or their respective staffs, and any member of the city's administrative staff including, but not limited to the city manager and his or her staff, (b) any oral communication regarding a particular RFP, RFQ, RFLI, or bid between the mayor, city commissioners or their respective staffs and any member of the city's administrative staff including, but not limited to, the city manager and his or her staff; and ( c) any communication regarding a particular RFP, RFQ, RFLI, or bid between a potential vendor, service provider, bidder, lobbyist, or consultant and any member of a city evaluation and/or selection committee; and (d) any communication regarding a particular RFP, RFQ or bid between the mayor, city commissioners or their respective staffs and any member of a city evaluation and/or selection committee. Notwithstanding the foregoing, the cone of silence shall not apply to communications with the city attorney and his or her staff. (2) Except as provided in subsections (bX3) and (bX4) hereof, a cone of silence shall be imposed upon each RFP, RFQ, RFLI, or bid for audit services after the advertisement of said RFP, RFQ, RFLI, or bid, At the time of the imposition of the cone of silence, the city manager or his or her designee shall provide for the public notice of the cone of silence, The cone of silence shall terminate (a) at the time the city manager makes his or her written recommendation as to selection of a particular RFP, RFQ, RFLI, or bid to the city commission, and said RFP, RFQ, RFU, or bid is awarded; provided, however, that following the manager making his or her written recommendation, the cone of silence shall be lifted as relates to communications between the mayor and members of the commission and the city manager; providing further if the city commission refers the manager's recommendation back to the city manager or staff for further review, the cone of silence shall continue until such time as the manager makes a subsequent written recommendation, and the particular RFP, RFQ, RFLI, or bid is awarded or (b) in the event of contracts for less than $25,000,00 when the city manager executes the contract. (3) Nothing contained herein shall prohibit any bidder, proposer, vendor, service provider, lobbyist, or consultant (a) from making public presentations at duly noticed pre-bid conferences or before duly noticed evaluation committee meetings; (b) from engaging in contract discussions during any duly noticed public meeting; (c) from engaging in contract negotiations with city staff following the award of an RFP, RFQ, RFLI, or bid for audit by the city commission; or (d) from communicating in writing with any city employee or official for pmposes of seeking clarification or additional information from the city or responding to the city's request for clarification or additional information, subject to the provisions of the applicable RFP, RFQ, RFLl, or bid documents. The bidder or proposer etc. shall file a copy of any written communication with the city clerk. The city clerk shall make copies available to the general public upon request. BID NO: 03-01102 DATE: 1215/01 CITY OF MIAMI BEACH 33 (4) Nothing contained herein shall prohibit any lobbyist, bidder, proposer, vendor, service provider, consultant, or other person or entity from publicly addressing the city commissioners during any duly noticed public meeting regarding action on any audit contract The city manager shall include in any public solicitation for auditing services a statement disclosing the requirements of this division. (c) Violationslpenalties and procedures, A violation of this section by a particular bidder, proposer, vendor, service provider, lobbyist, or consultant shall subject said bidder, proposer, vendor, service provider, lobbyist, or consultant to the same procedures set forth in Division 5, entitled "Debannent of Contractors from City Work" shall render any RFP award, RFQ award, RFLI award, or bid award to said bidder, proposer, vendor, service provider, bidder, lobbyist, or consultant void; and said bidder, proposer, vendor, service provider, lobbyist, or consultant shall not be considered for any RFP, RFQ, RFLI or bid for a contract for the provision of goods or services for a period of one year. Any person who violates a provision of this division shall be prohibited from serving on a city evaluation and/or selection committee, In addition to any other penalty provided by law, violation of any provision of this division by a city employee shall subject said employee to disciplinary action up to and including dismissal, Additionally, any person who has personal knowledge of a violation of this division shaII report such violation to the city attorney's office or state attorney's office and/or may file a complaint with the county ethics commission, (Ord, No, 99-3164, ~ 1, 1-6-99; Ord. No, 2001-3295, ~ 1,3-14-01) BID NO: 03-01102 DATE: 12/5/01 CrIY OF MIAMI BEACH 34 ORDINANCE NO 2000-3234 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2, ARTICLE VI, ENTITLED "PROCUREMENT", BY CREATING DIVISION 5, ENTITLED "DEBARMENT", SECTIONS 2-397 THROUGH 2-406 OF THE CODE OF THE CITY OF MIAMI BEACH, FLORIDA, PROVIDING FOR DEBARMENT OF CONTRACTORS FROM CITY WORK; PROVIDING FOR SEVERABILITY; CODIFICATION; REPEALER; AND AN EFFECTIVE DATE. NOW THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: SECTION 1. Miami Beach City Code, Chapter 2, entitled "Administration", Article VI, entitled "Procurement", is hereby amended by adding the following Division 5, entitled - "Debarment of Conttactors from City Work" reading as follows: Division 5. Debarment of contractors from City wOlk Section 2-397. Purpose of debarment. (a) The City shall solicit offers from, award contracts to, and consent to subcontractors with responsible contractors only: To effectuate this police, the debarment of contractors from City work may be undertaken, (b) The serious nature of debarment requires that this sanction be imposed only when it is in the public interest for the City's protection. and not for pwposes of punishment Debarment shall be imposed in accordance with the procedures contained in this ordinance, Section 2-398. Definitions. (a) Affiliates, Business concerns. organizations, lobbyists or other individuals are affiliates of each other if, directly or indirectly, (I) either one controls or has the power to control the other, or (ii) a third part controls or has the power to control both. Indicia of control include, but are not limited to. a fiduciary relation which results from the manifestation of consent by one individual to another that the other shall act on his behalf and subject to his control, and consent by the other so to act; interlocking management or ownership; identity of interests among family members; shared fucilities and equipment; common use of employees; or a business entity organized by a debarred entity, individual, or affiliate following debarment of a contractor that has the same or similar management, ownership, or principal employees as the contractor that was debarred or suspended. BID NO: 03-01102 DATE: 12/5/01 CI1Y OF MIAMI BEACH 35 (b) Civil judgment means a judgment or finding of a civil offense by any cowt of competent jurisdiction. (c) Contractor means any individual or other legal entity that: (1) Directly or indirectly (e.g. through an affiliate). submits offers for is awarded,. or reasonably may be expected to submit offers or be awarded a City contract, including, but not limited to vendors, suppliers, providers, Bidders, Proposers, consultants, and/or design professionals, or (2) Conducts business or reasonable man be expected to conduct business. with the City as an agent" representative or subcontractor of another contractor, (d) Conviction means a judgement or conviction of a criminal offense. be it a felony or misdemeanor, by any court of competent jurisdiction. whether entered upon a verdict or a plea. and includes a conviction entered upon a plea of nolo contendere. (e) Debarment means action taken by the Debarment Committee to exclude a contractor (and, in limited instances specified in this ordinance. a Bidder or Proposer from City contracting and City approved subcontracting for a reasonable, specified period as provided in subsection (j) below: a contractor so excluded is debarred, (f) Debarment Committee means a group of seven (7) individual members, each appointed by the Mayor and individual City Commissioners, to evaluate and, if warranted, to impose debarment, (g) Preponderance Greater weight of the evidence means proofby information that, compared with that opposing it , leads to the conclusion that the fact at issue is more probably true than not (h) Indictment means indictment for a criminal offense. An information or other filing by competent authority charging a criminal offense shall be given the same effect as an indictment. (I) Legal proceeding means any civil judicial proceeding to which the City is a party or any criminal proceeding, The term includes appeals from such proceedings. (j) List of debarred contractors means a list compiled, maintained and distributed by the City's Procurement Office, containing the names of contractors debarred under the procedures of this ordinance. Section 2-399. List of debarred contractors. (a) The City's Procurement Office. is the agency charged with the implementation of this ordinance shall: (I) Compile and maintain a cwrent consolidated list (List) ofall contractors debarred by City departments, Such List shall be public record and shall be available for public inspection and dissemination; BID NO: 03.()1I02 DATE: 12/5/01 C11Y OF MIAMI BEACH 36 (2) Periodically revise and distribute the List and issue supplements, if necessary, to all departments. to the Office of the City Manager and to the Mayor and City Commissioners: and (3) Included in the List shall be the name and telephone number of the City official responsible for its maintenance and distribution, (b) The List shall indicate: (1) The names and addresses of all contractors debarred, in alphabetical order; (2) The name of the department that reconunends initiation of the debarment action; (3) The cause for the debarment action, as is further described herein, or other statutory or regulatory authority; (4) The effect of the debarment action; (5) The termination date for each listing; (6) The contractor's certificate of competence or license number, when applicable; (7) The person through whom the contractor is qualified, when applicable; (8) The name and telephone number of the point of contact in the department recommending the debarment action, (c) The City's Procurement Office shall: (1) In accordance with internal retention procedures maintain records relating to each debarment; (2) Establish procedures to provide for the effective use of the List, including internal distribution thereof to ensure that departments do not solicit offers from, award contracts to, or consent to subcontracts with contractors on the List; and (3) Respond to inquiries concerning listed, contractors and coordinate such responses with the department that reconunended the action, Section 2-400. Effect of debarment. (a) Debarred contractors are excluded from receiving contracts, and depaItments shall not solicit offers from award contracts to, or consent to subcontracts with these contractors unless the City Manager determines that an emergency exists justifYing such action. and obtains approval from the Mayor and City Commission, which approval shall be given by 5nths vote of the City Commission at a regularly scheduled City Commission meeting, Debarred contractors are also excluded from conducting business with the City as agents, representatives, subcontractors or partners of other contractors. (b) Debarred contractors are excluded from acting as individual sureties. BID NO: 03-01/02 DATE: 12/5/01 Cl1Y OF MIAMI BEACH 37 Section 2-401. Continuation of current contracts. (a) Commencing on the effective date of this ordinance, all proposed City contracts. as well as Request for Proposals (RFP), Request for Qualifications (RFO), Requests for Letters of Interest (RFLI), or bids issued be the City. shall incorporate this ordinance and specify that debarment may constitute grounds for termination of the contract as well as disqualification from consideration on any RFP, RFO, RFLI. or bid. (b) The debarment shall take effect in accordance with the notice provided by the City Manager pursuant to subsection 2-40S(h) below. except that if a City department has contracts or subcontracts in existence at the time the contractor was debarred, the debannent period may commence upon the conclusion of the contract subject to approval of same be Snths vote of the Mayor and City Commission at a regularly scheduled meeting. (c) City departments may not renew or otherwise extend the duration of current contract or consent to subcontracts with debarred contractors, unless the City Manager detemrines that an emergency exists justifying the renewal or extension or for an approved extension due to delay or time extension for reasons beyond the contractor's control and such action is approved by Snths vote of the Mayor and City Commission at a regularly scheduled meeting, (d) No further worlc shall be awarded to a debarred contractor in connection with a continuing contract where the work is divided into separate discrete groups and the City's refusal or denial of further work under the contract will not result in a breach of such contract. Section 2-402. Restrictions on subcontracting. (a) When a debarred contractor is proposed as a subcontractor for any subcontract subject to City approval, the department shall not consent to subcontracts with such contractors unless the City Manager detemrines that an emergency exists justifying such consent and the Mayor and City Commission approves such decision by Snths vote at a regularly scheduled meeting, (b) The City shall not be responsible for any increases in project costs or other expenses incurred by a contractor as a result of rejection of proposed subcontractors pursuant to subsection 2-402(a) above, provided the subcontractor was debarred prior to bid opening or opening of proposals, where the contract was awarded be the City pursuant to an RFP, RFO, RFLI, or bid, Section 2-403. Debarment. (a) The Debarment Committee may, in the public interest debar a contractor for any of the causes 1isted in this ordinance using the procedures outlined below. The existence of a cause for debarment however, does not necessarily require that the contractor be debarred; the seriousness of the contractor's acts or omissions and any mitigating factors should be considered in making any debarment decision, BID NO: 03-01102 DATE: 12/5/01 crIY OF MIAMI BEACH 38 (b) Debannent constitutes debarment of all officers, directors, shareholders owning or controlling twenty-five (25) percent of the stock, partners, divisions or other organizational elements of the debarred contractor, unless the debarred decision is limited by its tenns to specific divisions, organizational elements or commodities. The Debarment Committee's decision includes any existing affiliates of the contractor if they are (I) specifically named and (ii) given written notice of the proposed debannent and an opportunity to respond, Future affiliates of the contractor are subject to the Debannent Committee's decision. (c) A contractor's debannent shall be effective throughout City Government Section 2-404. Causes for debarment. (a) The Debannent Committee shall debar a contractor for a conviction or civil judgment, (1) For commission of a fraud or a criminal offense in connection with obtaining attempting to obtain, performing, or making a claim upon a public contract or subcontract or a contract or subcontract fimded in whole or in part with public fimds; (2) For violation of federal or State antitrust statutes relating to the submission of offers; (3) For commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (4) Which makes the City the prevailing party in a legal proceeding and a court detennines that the lawsuit between the contractor and the City was frivolous or tiled in bad faith, (b) The Committee may debar a contractor, (and, limited instances set forth hereinbelow a Bidder or Proposer) based upon a preponderance the greater weight of the evidence, for; (1) Violation of the terms of a City contract or subcontract or a contract or subcontract fimded in whole or in part by City fimds such as failure to perfonn in accordance with the tenns of one (1) or more contracts as certified by the City department administering the contract; or the failure to perfonn or unsatisfactorily perfonn in accordance with the tenns of one (1) or more contracts, as certified by an independent registered architect engineer or general contractor; (2) Violation of a City ordinance or administrative order which lists debannent as a potential penalty; (3) Any other cause which affects the responsibility of a City contractor or subcontractor in performing City wOlk Section 2-405. Debarment procedures. (a) Requests for the debarment of contractors may be initiated by a City Deparbnent or by a citizen-at large and shall be made in writing to the Office of the City Manager, Upon receipt of a request for debannent, the City Manager shall transmit the request to the Mayor and City Commission at a regularly scheduled meeting. The Mayor and City Commission shall transmit the request to a person BID NO: 03-01102 DATE: 12/5/01 CfIY OF MIAMI BEACH 39 or persons who shall be charged by the City Commission with the duty of promptly investigating and preparing a written report(s) concerning the proposed debannent, including the cause and grounds for debannent as set forth in this ordinance, (b) Upon completion of the aforestated written report, the City Manager shall fOlWard said report to the Debarment Committee, The City's Procurement Office shall act as staff to the Debarment Committee and, with the assistance of the City department person or persons which prepared the report present evidence and argwnent to the Debannent Committee (c) Notice of proposal to debar, Within ten working days of the Debannent Committee having received the request for debannent and written report, the City's Procurement Office, on behalf of the Debannent Committee shall issue a notice of proposed debannent advising the contractor and any specifically named affiliates, by certified mail, return receipt requested, or personal service containing the following infonnation: (1) That debarment is being considered: (2) The reasons and causes for the proposed debarment in terms sufficient to put the contractor and any named affiliates on notice of the conduct or transaction( s) upon which it is based; (3) That a hearing shall be conducted before the Debarment Committee on a date and time not less than thirty (30) days after service of the notice, The notice shall also advise the contractor that it may be represented by an attorney, may present documentary evidence and verbal testimony, and may cross-examine evidence and testimony presented against it (4) The notice shall also describe the effect of the issuance of the notice of proposed debannent, and of the potential effect of an actual debannent (d) No later than seven (7) working days, prior to the scheduled hearing date, the contractor must furnish the City's Procurement Office a list of the defenses the contractor intends to present at the hearing, If the contractor fails to submit the list, in writing, at least seven (7) working days prior to the hearing or fails to seek an extension of time within which to do so, the contractor shall have waived the opportunity to be heard at the hearing, The Debarment Committee has the right to grant or deny an extension of time, and for good cause, may set aside the waiver to be heard at the hearing, and its decision may only be reviewed upon an abuse of discretion standard. (e) Hearsay evidence shall be admissible at the hearing but shall not form the sole basis for initiating a debarment procedure nor the sole basis of any detennination of debarment' The hearing shall be transcn"bed, taped or otherwise recorded by use of a court reporter, at the election Committee and at the expense of the City, Copies of the hearing tape or transcript shall be furnished at the expense and request of the requesting party. (t) Debarment Committee's decision. In actions based upon a conviction or judgment, or in which there is no genuine dispute over material facts, the Debarment Committee shall make a decision on the basis of all the undisputed material information in the administrative record, including any BID NO: 03-01/02 DATE: 12/5101 COY OF MIAMI BEACH 40 undisputed, material submissions made by the contractor. Where actions are based on disputed evidence, the Debarment Committee shall decide what weight to attach to evidence of record, judge the credibility of witnesses, and base its decision on the prepondenance greater weight of the evidence standard. The Debannent Committee shall be the sole trier of fact. The Committee's decision shall be made within ten (10) working days after conclusion of the hearing, unless the Debarment Committee extends this period for good cause, (g) The Committee's decision sha1l be in writing and shill include the Committee's fuctual findings, the principal causes of debarment as enmnerated in this ordinance, identification of the contractor and all named affiliate: affected by the decision, and the specific term, including duration, of the debarment imposed. (h) Notice of Debannent Committee's decision. (1) If the Debarment Committee decides to impose debarment, the City Manager sha1l give the contractor and any named affiliates involved written notice by certified mail, return receipt requested, or hand deliveI)', within ten (10) working days of the decision, specifYing the reasons for debarment and including a copy of the Committee's written decision; stating the period of debarment, including effective dates; and advising that the debannent is effective throughout the City departments. (2) If debannent is not imposed,the City Manager shall notifY the contractor and any named affiliates involved ,by certified mail, return receipt requested. or personal service, within ten (10) working days of the decision. (i) All decisions of the Debarment Committee shall be final and sha1l be effective on the date the notice is signed by the City Manager. Decisions of the Debarment Committee are subject to review by the Appellate Division of the Circuit Court. A debarred contractor may seek a stay of the debarment decision in accordance with the Florida Rules of Appellate Procedure. Section 2-406. Period of debarment (a) The period of debarment imposed sha1l be within the sole discretion of the Debarment Committee, Debarment shall be for a period commensurate with the seriousness of the cause(s), and where applicable, within the guidelines set forth below, but in no event shall exceed five (5) years, (b) The following guidelines in the period of debarment shall apply except where mitigating or aggravating circumstances justify deviation: (1) For commission of an offense as described in subsection 2404(aXI): five (5) years. (2) For commission ofan offense as described in subsection 2404(aX2): five (5) years. (3) For commission ofan offense as described in subsection 2404(aX3): five (5) years. (4) For commission of an offense as described in subsection 2404(a)(54): two (2) to five (5) years, BID NO: 03-01/02 DATE: 12/5/01 COY OF MIAMI BEACH 41 (5) For commission ofan offense as described in subsections 2404(bXl) or (2): two (2) to five (5) years, (c) The Debannent Committee may, in its sole discretion, reduce the period of debannent, upon the contractor's written request for reasons such as: (1) Newly discovered material evidence; (2) Reversal of the conviction or civil judgment upon which the debannent was based; (3) Bona fide change in ownership or management; (4) Elimination of other causes for which the debannent was imposed; or (5) Other reasons the Debannent Committee deems appropriate. (d) The debannent debarred contractor's written request shall contain the reasons for requesting a reduction in the debannent period, The City's Procurement Office, with the assistance of the affected department shall have thirty (30) days from receipt of such request to submit written response thereto. The decision of the Debannent Committee regarding a request made under this subsection is final and non-appealable. SECTION 2. SEVERABILITY. If any section, subsection, clause or provision of this Ordinance is held invalid, the remainder shall not be affected by such invalidity. SECTION 3. CODIFICATION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this ordinance shall become and be made a part of the Code of the City of Miami Beach, Florida, The sections of this ordinance may be renumbered relettered to accomplish such intention, and the word "ordinance" may be changed to "section", "article," or other appropriate word, SECTION 4. REPEALER. All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed, SECTION 5. EFFECTIVE DATE. This Ordinance shall take effect on the 3rd day of Marcb,2000. PASSED and ADOPTED this 23rd day of February. 2000, BID NO: 03-01102 DATE: 12/5/01 CfIY OF MIAMI BEAOI 42 . , Sec. 38-6. PROHIBITED CAMPAIGN CONTRIBUTIONS BY VENDORS. (a) Genetal. (1) No person who is a vendor to the city shall give a campaign contribution directly, or through a member of the person's immediate family, or through a political action committee, or through any other person, to a candidate, or to the campaign committee of a candidate, for the offices of mayor or commissioner, No candidate, or campaign committee of a candidate for the offices of mayor or commissioner, shall solicit or receive any campaign contribution from a person who is a vendor to the city, or through a member of the person's immediate family, or through a political action committee, or through any other person on behalf of the person. This prohibition applies to natuml persons and to persons who hold a controlling financial interest in business entities. (2) A fine of up to $500.00 shall be imposed on every person who violates this prohibition, Each act of solicitation, giving or receiving a contribution in violation of this paragraph shall constitute a separate violation. All contributions received by a candidate in violation of this paragraph shall be forfeited to the city's general revenue fimd (3) A person who directly, or through a member of the person's immediate family, or through a political action committee, or through any other person makes a contribution to a candidate who is elected to the office of mayor or commissioner shall be disqualified for a period of 12 months following the swearing in of the subject elected official from transacting business with the city. This prohibition on tnmsacting business with the city may be waived only in the manner provided hereinbelow in subsection (b). (4) As used in this section: a, A "vendor" is a person who transacts business with the city, or has been approved by the city commission to transact business with the city, or is 1isted on the city manager's approved vendor list. b. A "contribution" is: 1 A gift, subscription, conveyance, deposit, loan, payment, or distribution of money or anything of value, including contributions in kind having an attributable monetaJy value. 2.A transfer of fimds between political committees, between committees of continuous existence, or between a political committee and a committee of continuous existence. 3. The payment, by any person other than a candidate or political committee, of compensation for the personal services of another person which are rendered to a candidate or political committee without charge to the candidate or committee for such services. BID NO: 03-01/02 DATE: 12/5/01 CITY OF MIAMI BEACH 43 . , 4.The transfer of funds by a campaign treasurer or deputy campaign treasurer between a primary depository and a separate interest-bearing account or certificate of deposit, and the term includes any interest earned on such account or certificate. (b) Conditions for waiver of prohibition. The requirements of this section may be waived for a particular transaction by city commission vote after public hearing upon finding that: (1) An op~to-all sealed competitive proposal has been submitted and the city officiaVdone has in no way participated in the determination of the bid specifications or bid award; (2) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself of such pl0pt;lty or services without entering into a transaction which would violate this section but for waiver of its requirements; (3) The business entity involved in the proposed transaction is the sole source of supply within the city; or (4) An emergency contract must be made in order to protect the health, safety or welfare of the citizens of the city, as detennined by a five-sevenths vote of the city connnission. Any grant of waiver by the city connnission must be supported with a full disclosure of the subject campaign contribution. (c) Applicability. This section shall be applicable only to prospective transactions, and the city commission may in no case ratifY a transaction entered into in violation of this section. (Ord, No. 2000-3244, ~ I, 5-10-00) BID NO: 03-01102 DATE: 12/5/01 Cl1Y OF MIAMI BEACH 44