HomeMy WebLinkAbout17th St. Parking Garage landsca
AGREEMENT BETWEEN
THE
CITY OF MIAMI BEACH
AND
JAFFER ASSOCIATES, LTD.
FOR
17TH STREET PARKING GARAGE LANDSCAPING PROJECT
BID NO. 24-99/00
City of Miami Beach - Procurement Division
1700 Convention Center Drive
Miami Beach, FL 33139
Bid No. 24-99/00
CITY CLERK
I.' (/ / ;/ 1
( /1
AGREEMENT
J" .
THIS AGREEMENT made this day of))&CLYlJ/} nL 1999, A.D. between the
CITY OF MIAMI BEACH, a Flori'da municipal corporation, hereinafter called the City, which
term shall include its successors and assigns, party of the one part, and
Jaffer Associates, Ltd.
2801 N.W. 6th Avenue
Miami, FL 33127
Telephone(305) 576-7363
Facsimile (305) 573-8711
hereinafter called the Contractor, which term shall include its heirs, successors and assigns, party
of the other part.
WITNESSETH that the said Contractor for the consideration and compensation herein agreed to
be paid and the said City in consideration of the construction of improvements to be done by said
Contractor and designated "17th Street Parking Garage Landscaping Project" by said City, do
hereby mutually agree as follows:
1. This Agreement shall extend to and be obligatory upon said City, its successors and
assigns, and upon said Contractor and its heirs, successors and assigns. Neither this
Agreement nor any part thereof nor any part of the Work herein contemplated, shall be
assigned or sublet, nor shall any sums of money provided to be paid to said Contractor be
assigned by said Contractor to anyone without the consent of the City Commission of said
City evidenced by its resolution.
2. The foregoing pages of this booklet, including the Notice to Contractors, the Proposal,
and the Contract Documents and such alterations as may be made in said Plans and
Specifications as therein provided for, are hereby referred to and made a part of this
Agreement and the terms and conditions set forth therein, except when in direct conflict
with this written Contract, are as much a part hereof as if copied herein. If conflicts exist
between them and this written instrument, only that part of the matter in direct conflict
herewith shall not be construed to be a part hereof.
3. The Contractor shall commence work within seven (7) days of the Notice to Proceed and
shall construct and complete in a good and workmanlike manner the materials herein
referred to, strictly in accord herewith the following:
3. I The Contractor shall be Substantially Completed with the Work within sixty
(60) calendar days after the date when the Contract Time commences to run as
provided in paragraph 2.3 of the General Conditions, and completed and ready
for final payment in accordance with paragraph 14.13 of the General Conditions
Bid No. 24-99/00
within seventy-five (75) calendar days after the date when the Contract Time
commences to run.
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 3. I
above plus any extensions thereof allowed in accordance with Article 12 of the
General Conditions. 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 liquidated damages for delay (but not as a penalty) the amount of
Three Hundred Dollars ($300.00) for each calendar day that expires after the
Contract Time specified in paragraph 3.1 for Substantial Completion until
the Work is substantially complete. After Substantial Completion if Contractor
shall neglect, refuse, or fail to complete the remaining Work within the Contract
Time, Contractor shall pay Owner Three Hundred Dollars ($300.00) for each
calendar day that expires after the time specified in Paragraph 3.1 for
completion and readiness for final payment. These amounts represent a
reasonable estimate of Owner's expenses for extended delays and for inspection,
engineering services and administrative costs associated with such delay.
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
Performance and Labor and Material Payment Bond, each in the amount of 100 percent of
Contract Amount, in the form 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.
Bid No. 24-99/00
8. The Contractor shall file Insurance Certificates, as required, and they must be signed by a
Registered Insurance Agent licensed in the State of Florida and approved by the City of
Miami Beach Risk Manager.
9. All documents shall be executed satisfactorily to said City and until Bonds and Insurance
Certificates have been filed and approved, this Contract Agreement shall not be effective.
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:
$122,374.00
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.
JAt~( ASS;J(~i Lt'~{SEAL)
Contra tor
,
CITY OF MIAMI BEACH
1J!
By
Mayor
ATTEST:
~l6 rGi,~LR "-
City Clerk
APPROVED AS TO
f()R!V\ & LA.NGUAGE
8. fOR EXECUTION
Bid No. 24-99/00
~~~
C. Iy ..'l,;~Cl!"r;oy
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
http:\\cl.mlaml-beach.".us
::
COMMISSION MEMORANDUM NO. 8lo~..'1~
TO:
Mayor Neisen O. Kasdin and
Members of the City ommission
DATE: December 1,1999
FROM: Sergio Rodriguez
City Manager
SUBJECT: Request for Approval to Award a Contract to Jaffer Associates, Ltd. in the
Amount of $122,374 Pursuant to Bid No. 24-99/00 for 17th Street Parking
Garage Landscaping Project.
RECOMMENDATION
A ward the contract.
FUNDING
$122,374
Funding is available from the Parking Capital Account Dumber
485.2112.069358
ANALYSIS
This Invitation to Bid was issued on October 13, 1999, with an opening date of November 12, 1999.
Fifty-six (56) notices were mailed, resulting in requests for eleven (11) sets of specifications and the
receipt of four (4) responsive bids as well as one (1) non-responsive bid.
This Bid includes supplying all labor, materials, equipment, maintenance of traffic and supervision
necessary for the 17th Street Parking Garage Landscaping Project in accordance with the plans and
specifications.
The Contractor shall be substantially completed with the work within sixty (60) calendar days after
the date of the Notice to Proceed, and complete and be ready for final payment within seventy-five
(75) calendar days after the date of the Notice to Proceed.
Therefore, the City Commission should authorize the award of this bid to the lowest responsive,
responsible bidder, Jaffer Associates, Ltd..
AGENDA ITEM C. z A
DATE~
1
Bid No. 24-99/00
December 1, 1999
Page Two
BID TABULATION
Contractor Total Price
Jaffer Associates, Ltd. $122,374.00
Vila & Son Landscaping Corporation $123,900.00 -
Tenusa,lnc $144,000.00
Arazoza Brothers, Corporation $146,225.00
Non-Responsive (failed to acknowledge Addendum No.1):
Tropic Landscaping & Lawn Maintenance, Inc.
SR:~:t:~
2
I
I
I
BID No. 24-99/00
BID PROPOSAL FOR
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
PROPOSAL PAGE 1 OF 6
I
I
I
I
I
PROPOSAL OF
Jaffer Associates, Ltd.
(Name)
2801 N.W. 6th Avenue, Miami, FL 33127
(Address)
(FOR)
Constructing the improvements designated and described in the attached Notice to Contractors, and
which said Improvements are designated as the 17TH STREET PARKING GARAGE
LANDSCAPING PROJECT and more particularly set forth herein.
I
I
SUBMITTED November 12th
1999
TO MAYOR AND CITY COMMISSION OF MIAMI BEACH, FLORIDA:
I
We the undersigned, hereby declare that no person or persons, firm or corporation other than the
undersigned, are interested in this Proposal, as principals, and that this Proposal is made without
collusion with any person, firm or corporation, and we have carefully and to our full satisfaction
examined the attached Notice to Contractors, General Provisions, Specifications for Mate,rials and
Construction Methods, Supplementary Conditions, and form of Contract and Bond, together with
the accompanying Plans, and that we have made a full examination of the location of the proposed
Work and the sources of supply and materials, and we hereby agree to furnish all implements,
machinery, equipment, transportation, tools, materials, supplies, labor, and other things necessary
to the prosecution and completion of the work, fully understanding that the quantities shown in the
Notice to Contractors and Proposal are approximate only, and that we will fully complete all
necessary work in accordance with the Plans and the attached Specifications, and the requirements
under them of the Engineer within the time limit specified in this Proposal for the following unit
prices to-wit:
I
I
I
I
I
I
All bid items shall include costs for furnishing to the City all material, equipment, and supplies and
for all cost incurred in completing the work, including installation of all materials, equipment, and
supplies furnished, complete in place and ready for continued service, including all tie-in work and
testing, all other labor, permit fees, taxes, insurance, miscellaneous costs, overhead and profit.
I
Bid No 24-99/00
Dale: October 13. 1999
4
I
I
I
I
I
I
I
I
I
,
I
I
I
I
I
I
I
I
I
I
BID No. 24-99/00
BID PROPOSAL FOR
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
PROPOSAL PAGE 2 OF 6
The Contractor shall be Substantially Completed with the Work within sixty (60) calendar days
after the date when the Contract Time commences to run as provided in paragraph 2.3 of the General
Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the
General Conditions within seventy-five (75) calendar days after the date when the Contract Time
commences to run.
The quantities are listed as an aid to the bidders and are not intended to be a complete list of
materials or quantities. It shall be the Contractor's responsibility to determine quantities and provide
all materials, labor, equipment and supervision necessary to complete the job as specified in the
plans and technical special provisions. The installation guarantee and maintenance shall be included
in the unit cost.
The Landscape Architect, or the City, at their discretion, may add to or delete from the materials
utilizing the unit price breakdown submitted to and accepted by the City. Unit prices shall be valid
for one year from approval of Contract or for the duration of the Project, whichever is greater.
This proposal shall include the total cost for supplying all labor, materials, tools, equipment,
maintenance of traffic and supervision necessary to complete Project, as per drawings and
specifications.
Item 1
Provide all labor, equipment, material, and supervision to Furnish and Install the 17th
Street Parking Garage Landscaping:
Lump Sum $ 113,374.00
One hundred thirteen thousand three hundred and seventy four dollars and
7pro ~pntq r
Written Amount
Item 2
Allowance account for unforeseen conditions that may be encountered during
construction. This allowance is a contingency fund to be used solely at the City's
discretion for unforeseen conditions, problems, or conflicts not covered under other
bid items.
Allowance $9,000.00
Nine Thousand Dollars
TOT AL BASE BID (Total items I and 2)
$ 122,374.00
One hundred twenty-two thousand three hundred seventy four dollars and
Z9rg QBRtl!:.
Written Total Base Bid
Bid No 24-99/00
Date: October 13, 1999
5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID No. 24-99/00
BID PROPOSAL FOR
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
PROPOSAL PAGE 3 OF 6
Schedule of Bid Items
Botanical/Common Name Code Unit Price
Aechmea chantnli or fasciata AEC S 19.80
Amazonian Zebra Bromeliad'
Aglaonema commutatum AGL S 13.20
Aglaonema
Aspergus densillorus ASP S 3.03
Sprenger Fern
Alpinia zerumbet "Variegata" AZV $ 12.10
Shell Ginger
Bougainvillea spectabills BOV S 82.50
Bougainvillea
Chamaedorea cataractarum CAT S 104.50
Cat Palm
Carissa "Emerald Blanket" CEB S 7.43
Dwarf Natal Palm
Cbamaerops humilis CHH S 104.50
European Fan Palm
Cycas revoluta CYC S 27.50
King Sago
Cyrtomium Falcatum CYR S 104.50
Holly Fern
Jasminum simplicifolium JAS $ 6.88
Wax Jasmin
Licuala Spinosa r LSP $ 159.50
Spiny Licuala
Nephrolepis biserrata "furcans" NBF $ 8.25
Fish Tale
Philodendron selloum PHI S 27.50
Split Leaf Philodendron
Russelia equistiformis RUS $ 7.15
Firecracker .'
Seasonal Color SEA S 2.20
Annuals
Spathlphyllum "Supreme" SPA S 16.50
Peace Lily
Thrinax radiata THR S 148.50
Key Palm
Bid No 24-99/00
Date October 13, 1999
6
I
I
I
I
I
I
I
I
,
I
I
I
I
,
I
I
I
I
I
BID No. 24-99/00
BID PROPOSAL FOR
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
PROPOSAL PAGE 4 OF 6
Schedule of Bid Items
Botanical/Common Name Code Unit Price
Ptychosperma elegans "Spec." PE $ 412.50
Alexander Palm
Pandanas utilis PU S 385.00
Screw Pine
Paurotis wrightii PW S
Saw Thatched Palm 440.00
Roystonea regia RR S 880.00
Cuban Royal Palm
~relitzia nicolai SN S 137.50
hite Bird of Paradise
Sabal palmelto SP S 126.50
Cabbage Palm
Veitchia montgomeryana VM S
Montgomery Palm 302.50
Washingtonea robusta WR S 16'-$192.50/ 28'-$302.50
Washington Palm 22'-$247.50
8091 ::;ott ~16:~0/yd
801
Hu1ch
$16.50/yd
ADDENDUM ACKNOWLEDGMENT
ADDENDUM
F PERSON SIGNING BID
No.
1
DATED
11/5/99
No.
Bidder accepts all of the terms and conditions of the Bidding Documents, including without
limitation those dealing with the disposition of the Proposal Guaranty.
In submitting this Proposal, Bidder makes all representations required by the Instructions to
Bidders and further warrants and represents that:
a. Bidder has examined copies of all the Bidding Documents, the Notice to Contractors, the
Proposal Requirements and Conditions, and the following Addenda (receipt of all which
is hereby acknowledged):
Bid No 24-99/00
Date" October 13, ) 999
7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID No. 24-99/00
BID PROPOSAL FOR
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
PROPOSAL PAGE 5 OF 6
b. Bidder has familiarized itself with the nature and extent of the Contract Documents,
Work Site, Locality, and all Local Conditions and Laws and Regulations that in any
manner may affect cost, progress, performance, or furnishing of the Work.
c. Bidder has studied carefully all reports and drawings of subsurface conditions and
drawings of physical conditions which are identified in the Supplementary Conditions as
provided in Paragraph 4.2 of the General Conditions, and accepts the determination set
forth in Paragraph SC-4.2 of the Supplementary Conditions ofthe extent of the technical
data contained in such reports and drawings upon which Bidder is entitled to rely.
d. Bidder has obtained and carefully studied (or assumes responsibility for obtaining and
carefully studying) all such examinations, investigations, explorations, tests and studies
(in addition to or to supplement those referred to in (b) above) which pertain to the
subsurface or physical conditions at the site or otherwise may affect the cost, progress,
performance or furnishing of the Work at the Contract Price, within the Contract Time
and in accordance with the other terms and conditions of the Contract Documents,
including specifically the provisions of Paragraph 4.2 of the General Conditions; and no
additional examinations, investigations, explorations, tests, reports or similar information
or data are or will be required by Bidder for such purposes.
e. Bidder has reviewed and checked all information and data shown or indicated in the
Contract Documents with respect to existing Underground Facilities at or contiguous to
the site and assumes responsibility for the accurate location of said Underground '
Facilities. No additional examinations, investigations, explorations, tests, reports or
similar information or data in respect of said Underground Facilities are or will be
required by Bidder in order to pepform and furnish the Work at the Contract Price, within
the Contract Time and in accordance with the other terms and conditions of the Contract
Documents, including specifically the provisions of Paragraph 4.3 of the General
Conditions.
f. Bidder has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract
Documents.
g. Bidder has given the City written notice of all conflicts, errors or discrepancies that it has
discovered in the Contract Documents and the written resolution thereof by City is
acceptable to Bidder.
Bid No 24-99/00
Date October 13,1999
8
I
I
I
,
,
-
I
,
,
I
-
,
~
,
,
~
,
I
,
BID No. 24-99/00
BID PROPOSAL FOR
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
PROPOSAL PAGE 6 OF 6
The undersigned further agrees to perform all necessary "Extra Work", as provided for in the
General and Supplementary Provisions and to execute the attached Contract within ten (10)
calendar days after the date on which the Notice of A ward has been given. The undersigned
further agrees to commence work under this Contract within seven (7) days following the date
indicated on the Notice to Proceed by the City and to Substantially Complete the Work and to
fully and Finally Complete the Work with the Contract Time period as stipulated in the
Agreement. The undersigned further agrees to pay as liquidated damages for each consecutive
calen~ar day that passes after the Contract Substantial Completion date that the Work is not
substantially completed, and for each consecutive calendar day that passes after the Contract
Final Completion date that the Work is not completed and ready for final payment, the amounts
of liquidated damages being as stipulated in the Agreement. The undersigned further agrees to
furnish sufficient and satisfactory bond in the sum of not less than (100%) one-hundred percent
of the contract price of the work.
The undersigned further agrees to bear full cost of maintaining all work until the final
acceptance, as provided in the General Provisions.
Accompanying this Proposal is a Bid Bond made payable to the City of Miami Beach, Florida in
the sum of
5% of bid amount.
Dollars $ 5% of bid amount.
Bid Bond is to be forfeited as liquidated damages if, in case this Proposal is accepted, the
undersigned shall fail to execute the attadhed Contract under the conditions of this Proposal;
otherwise, said Bid Bond is to be returned to the undersigned upon the delivery of Satisfactory
Bond.
Jaffer Associates, Ltd.
SIGNATURE:
TITLE/PRINTED NA
Friedlander
2801 N.W. 6 h Avenue, Miami, FL 33127
ADDRESS:
TELEPHONE NUMBER: (305) 576-7363
FAX: (305) 573-8711
Bid No 24-99/00
Date: October 13, 1999
9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,
I
I
I
I
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.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
By Jaffer Associates. Ltd.
PrincipalOffice 2801 N.W. 6th Avenue, Miami, FL 33127
How many years has your organization been in business as a General Contractor under your
present business name? ~ / A
Does your organization have current occupational licenses entitling it to do the work
contemplated in this Contract? Yes
State of Florida
State of Florida occupational license - state type and number: Well Dri 11er, 11033
Metro Dade County Occupational License 025682-6
Dade County certificate of competency - state type and number: SDW011033
City of Miami Beach occupational license - state type and number: N / A
Include copies of above licenses and certificates with proposal.
How many years experience in similar work has your organization had?
(A) As a General Contractor N/A
(B) As a Sub-Contractor 50
(C) What contracts has your organization completed?
Contract Amt Class of Work When Completed Name/Address of Owner
See Attached List.
Have you ever had a contract terminated (as prime contractor or sub-contractor, under existing
company name or another company name) due to failure to comply with contractual
specifications? No .
If so, where and why? N / A
Has any officer or partner of your organization ever failed to complete a construction contract
handled in his own name? No.
If so, state name of individual, name of owner, and reason thereof N / A
Bid No 24-99/00
Dale October 13, 1999
10
I
I
In what other lines of business are you financially interested or engaged?
Well Drilling and Irrigation.
I
Give references as to experience, ability, and financial standing
Su~trust N.A., 111 Lincoln Road, Miami,Beach, FL 33139, Contact: Brian Clay
I
I
I
What equipment do you own that is available for the proposed work and where located?
4500 Ditchwitch Trencher
What Bank or Banks have you arranged to do business with during the course of the Contract
should it be awarded to you?
Suntrust, N.A.
111 Lincoln Road
Miaui Beach. FL 33139
Contact: Brian Clay
I
,
Please list the names and addresses of the subcontractors to be used for the portions of the work
listed below.
Sign, Howard Industri~s, 6400 Howard Dr., Fairview, Pennsylvania 16415
,
I
Landscaping, Landscape Associates, P.O. Box 562435, Miami, FL 33256
Electrical, Langer Electric, 8901 NW 7th Avenue, Miami, FL 33150
Sidewalk Re~airs, S. & S Contractors. 8346D N.W. South River Dr., Miami, FL 33166
~
I
-
~
t
RTIFY that the above answers are true and correct.
(SEAL)
President of the General Partner, Jaffer
(SEAL)
,
~
~
I
Bid No 24-99/00
Date: October 13, 1999
11
I
,
BID No. 24-99/00
CUSTOMER REFERENCE LISTING
Contractor's shall furnish the names, addresses, and telephone numbers of a minimum of four (4)
firms or government organizations for which the Contractor is currently furnishing or has
furnished, similar services.
1)
Company Name
Address
City of Hialeah
P.O. Box 110040, Hialeah, FL 33011
Contact Person Jorge Guanchez
Telephone Number ( 305) 687-2611
Facsimile Number
2)
Company Name
Address
Contact Person
Telephone Number
Facsimile Number
3)
Company Name
Address
Contact Person
Telephone Number
Facsimile Number
4)
Company Name
Address
Contact Person
Telephone Number
Facsimile Number
Bid No 24-99/00
Date October 13, 1999
City of Miami Beach
2100 Meridian Avenue, Miami Beach, FL 33139
John Oldenburg
(305) 673-7720
(305) 673-7392
Cosaan Homes
21055 Ycht Club Drive, Aventura, FL 33180
rDavid Alexander
(305) 935-4061
OJ5) 935-2155
Central Florida Equipment
9030 N.W. 97th Terrace, Medley, FL 33178
Robert Baer
(305)' 888-3344
(05) 887-7804
12
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we Jaffer Associates, Ltd.
2801 N.W. 6th Avcnue, Miami, FL 33127
as Principal, hereinafter called the Principal, and American Casualty Company of Reading
Pennsylvania
2600 Lucien 'Yay, Suitc 130, Maitland, FL 32751
a corporation duly organized under the laws of the State of Pennsylvania
as Surety, hereinafter called the Surety, are held and firmly bound unto City of Miami Beach, 1700
Convention Center Drive, Miami Beach, FL 33139
as Obligee, hereinafter call the Obligee, in the sum of Five Percent of Amount Bid (5%)
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the said Principal has submitted a bid for 17th Street Parking Garage Landscaping
Project
NOW, THEREFORE, if the Obligee shall accept the bid of the principal and the Principal shall enter into a
Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be
specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of
such Contract and for the prompt payment oflabor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall
pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and
such larger amount for which the Obligee may in good faith contract with another party to perform the Work
covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed November 12, 1999.
Witncsses:
(Seal)
r:ftoofu o6ld0
c2-0:~
/'
/
By:
Mich I A. Holmes, Attorney-In-
Florida Resident Agent
re
(Seal)
-
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE
COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania
corporation (herein collectively called "the CCC Surety Companies"), are duly organized and existing corporations having their principal offices in
the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint
Gerald J. Arch, Michael A. Holmes, Thomas E. Riley, G. W. Fitch, Individually
of Ft Lauderdale, Florida
their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds,
undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - for any and all surety bonds and any and all
consents required by the State Department of Transportation of the State of Florida, incident to the release of retained percentages and/or
estimates on engineering and lor construction contracts.
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and
all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Laws and Resolutions, printed on the reverse hereof,
duly adopted, as indicated, by the Boards of Directors of the corporations.
In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their
corporate seals to be hereto affixed on this 14th day of September 1998
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
/if;;::;L :/t;d;;:G. PENNSYLVANIA
Marvin J. Cashion
Group Vice President
State of Illinois, County of Cook, ss:
On this 14th day of September 1998 ,before me personally came
Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that
he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the
seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority
given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to
be the act and deed of said corporations.
1f~9 ~
My Commission Expires March 6, 2000
CERTIFICATE
Mary Jo Abel
Notary Public
I, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF
HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein
above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the
reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations
this 12 th day of November 1999
(Rev.10/1/9?)
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
~a~
Mary A. Ribikawskis
Assistant Secretary
~.".~'
1&
~;J
~$, LTtl.
CC , 11033
RECENTLY COMPLETED PROJECTS:
AMOUNT DATE TYPE
$ll3,210.27 12/97 City oflEaleah, 74th'Street-Park-
City of Hialeah
P.O. Box 110040
Hialeah, FL 33011
$84,621.16 4/98 Santa Maria Condominium'
Bovis FL. Inc.
1643 Brickell Avenue
Miami, FL 33129 .
$24].199.19 ]2/97 DadeJand Mall
Central Florida Equipment
9030 NW 97th Terrace
M~ley, FL 33178
$ 50,904.12 9/97 Atlantic n Condominium
Co scan WaterwAys
20803 Biscayne Blvd.. Suite 103
Aventura, FL 33180
$ 42,000.00 10/97 Atlantic IT Condominium II
Coscan Waterways
The Point at the Waterways
21055 Yacht Club Drive
Aventura, FL 33180
Well Drilling
Irrigation
Pumps
Water Treatment
On Site Fire Systems
Recovery Wells
Monitoring Wells
,1"tlel' .l\Noc'''lIlS, l1t1.
2801 N.W. 6th Avenue
MI4i!ml, Floricla 33127-3937
P.O. Box 370277
Miami, Florida 33137-0277
Dade: 3051576-7363
Broward: 954/523-6669
FAX: 3051573-8711 .
com ACT & Nl1MlmR
George Guanchez (3e5} 687-2611
Greg. Stepp (305)373-8006
Bob Baer. (305) 888-3344
.'
Lenny O'Neill, (305) 935-5753
Lenny O'Neill, (305) 935-4061
$ 34,288.00 4/98 Ocean Club Towerll
Morse Diesel International
785 Crandon Blv<L
KeyBiscayn~FL 33149
Robin (305) 361;;.(j96Q
$ 67,600.00 3/97 " The Gables Condominium Ed Fallon (305) 662-7906
Morse Diesel Int'l
60 Edgewater Drive
" Coral Gables, FL 33133
$ 23,500.00 8/98 Sunset Harbour South Condo~ Debbie Spazzano (305) 531-7010
DeC Constructors, Inc.
3SS S. CR 427
Longwood, FL 32750
~ 44,500.00 3/96 Sheraton BaI Harbour Bliss (305) 258-8011
Tropics North Landscaping
26401 S.W. 107th Avenue
Princeton, FL 33032 ,
$73,800.00 7/95 Pinecrest Elementary-School- Bernie Friesmuth (305)-262-9:337
Danville-Fmdorff
2811 SW 70th Avenue
P.O. Box 140938
Coral Gables, FL 3311~S-
t
$41,786.52 9/99 A ventura Hospital David Bradenburg
Wehr Constructors, Inc.
917 South Parsons Ave.
Bradenton, FL 33511
Tel: (813) 654-6558
$49,950.00 8/99 Ernest Graham Park Jorge Guanchez (305) 687-2611
City of Hialeah (fA)t) b~7 -.20"?L-
P.O. Box 110040
Hialeah, FL 33011
$31,262.00 8/99 Fleet Maintenance Facility Jorge Guanchez (305) 687-2611
City of Hialeah
P.o. Box 11 0040
Hialeah, FL 33011
$35,800.00 9/99 Cots on Park Jorge Guanchez (305) 687-2611
City of Hialeah
, P.O. Box 110040
Hialeah, FL 33011
$11,372.00 3/99 Suntrust - Bal Harbour Gisella Soto (305) 392-4150
Phillips-Adler Construction
1400 N.W. 107th Avenue
Miami,FL 33172
$45,385.54 5/99 Tequesta Two Joe Fritz (305) 258-3411
Melrose NUItery
26100 SW 122nd Avenue
Homestead, FL 33032
$8,765.14 8/99 16th Street Improvements Gus Cabrera (305) 599-1800
Church & Tower
3155 NW 77th Avenue
Miami, FL 33122
$22,300.00 6/99 Ocean Club Tower III Leonard O'Neill (305) 361-6960
Morse Diesel
785 Crandon Boulevard
Key Biscayne, FL 33149
$39,500.00 1/99 The Pinnacle Ronnie Gaines (305) 274-2702
GS II Corp. ;L7\.f - Z'itS7
9300 SW 87th Avenue, Suite 6
Miami, FL 33176
. .
"
It
Ii
ASSOCIATtS. LTD.
CC # 11033
Well Drilling
Irrigation
Pumps
Water Treatment
On Site Fire Systems
Recovery Wells
Monitoring Wells
REFERENCES
Ed Fallen
Morse Diesel
Tel: (305) 932-6717
1000 Island Blvd.
North Miami Beach, FL 33160
Ron Gaines
GS II Corp.
Tel: (305) 274-2702
9300 SW 87th Avenue
Miami, FL 33176
Bob Baer
Central Florida Equipment
Tel: (305) 888-3344
9030 NW 97th Terr.
Miami, FL 33178
Greg Stepp
Bovis Florida Inc.
1643 Brickell Avenue
.Miami, FL 33129
Tel: (305) 860-9011
,la'tfel' AJlJlClclate!l, L'ttl.
2801 N.W 6th Avenue
Miami, Florida 33127-3937
P.O. Box 370277
Miami, Florida 33137-0277
Dade: 305/576-7363
Broward: 954/523-6669
FAX: 305/573-8711
'v1IA~II-DADE COUNn BUILDII'JG CODE Cm~PLlANCE OFFICE
140 W. FLAGLER 8L SUITE 1602.
,"I'A~'I FL 33130 (305) 375-2527
P H:{.~ : .'1 A I
C::;)iT'.:T[~'.~:-:: no-: r","'pcr:--1CY
.,~. '.. t~. _. ...... i._ " ~ ...~ '-' ,., .- '-
E:~rp,:s ':ii'l C--';/J1/2()O~:
,~~~. )L\'<;:~"\ '":t,r;:-:~: C
S .~': 1; 6- J 8-:' c) ....
CertlfIcate Not Valid For Contracting
w
a:
w
J:
o
...J
o
lJ..
TRADE:
PLUr-'SING
S :<. ILL: ~ A S T E ;~
CATEGORY(S):
PLACE
PHOTO
HERE
INSTRUCTIONS
QUINTANA, RA
Sd;re:ar (OflSf[lJC110/' TrdJ~S O'..al !y-n~ B',J~lJd
.
;r;N CERTI0ICAT~ - ATfACrl PICTURE - FCLD - LAMINAT~
lHL-Y C'JNTRACT'JR SECT:JN CF ANY CHANGE CF .AODRF:SS.
\ '31' t.' 2 Y T 1-1:: R U L :: $!' N.j q,~~ G U L A T I G N S C F CHAPTER J C
.c TH~ CJ07 CF ~I^MI-DADE COUNTY.
,
~.
. .
~~I~OLANDER El~=N~ C
1~':;:]'J '_UGC }',\f ':
:r:q,\l GA--LES ':L 3J15~
MiAMI-DADE COUNTY BUILDI~JG CODE COMPLIANCE OFFICE
HO 'II >=L,~GLER ST. SUITE 1602
~lIMAI FL 3.31J0 1305\ 375,2527
E U S r\I:3:
C~P~T~:(AT[ tf cn~PET~NCY
~xrI~=5 eN 03/?1/200~
JA~~_ A5~nCTATFS LTn
c. (4 'D,.: .-n PC;"10:' C~ '3
C .. A.: -::z r -: 'll ,.l V >C?': U G ': N'C: _
S. .- .\ 'J.: . \1 56':" 3 :j'-: 239'5 . .
Ql.W.FYN3 AGeNT lOA) WST SU"EfMSE. DIFECT ~ COHmOL AU. 'M)fK
CCNTRACTCR
TRADE:
PLUMBING
w . CATEGORYiSi:
a: L6.WN SPR INK LER
w
J:
Cl
...J
o
lJ..
P LA C E
PHOTO
HERE
INSTRIICTION
: E.:..;:v<:
. S f';N C:R'fIFICAT~ - ATTACH PICTURE - FOLD - LAMINATE
· T:::TI;=Y CJNTRACrjR SFCT!ON tJF ANY CHANGE CF AODP~SS.
. \3 E}t~ BY TH; RUI_,-:S ,:\NiJ R--:GUlATIONS Of ChAPTER 10
~~ THE COD OF ~IAMI-DADi COUNTY.
JA;=~q AS~CCI~T~$ LTC
73"'J. $"J\i I) fo.V=.
~1~~1 FL 33121
S~ate of Florida
DEPARTMENT OF REVENUE
CERTIFICATE OF REGISTRATION
THIS CERTIFICATE IS
NON TRANSFERABLE
Issued Pursuant to Chapter 212, Florida Statutes
CERTIFICATE NUMBER
23-0/:!-31080"-34
APPLICABLE ONLY IF CHECKED:
D EXEMPT PURCHASE PERMIT 0
FOR MUL TI.STATE BUSINESSES SERVICE RESALE PERf,
THIS CERTIFIES THAT
JAFFER ASSOC LTD
21111 SW 3RD ST
MIAMI
FL 3313!
FL 33135
IS HEREBY AUTHORIZED AND EMPOWERED TO COLLECT
SALES AND USE TAXES FOR THE STATE OF FLORIDA
THIS CERTIFICATE MUST BE POSTED IN A CONSPICUOUS PLACE
EASE REFER TO YOUR CERTIFICATE NUMBER WHEN REPORTING TAX
~~! cO'l.P!t.'!
f40w~"~:$T.
~ml;~ft?:a180
1m OCCUPATIONAL UC&NII TAX aooo
M1AMI-DAD& COUNTY .ITATI OF FLORIDA
IXPIRIS SiPT. 30, 2000
MUST .1 OISPLAVIO AT PLAta OF BUIINI"
PURSUANT TO COUNTY COOl CHAPTlR 8A. ART. t & 10
FIRST-CLASS
U.S. POSTAGE
PAID
MIAMI FL
PERMIT NO. 231
'25682-6
IUSINESS NAME I LOCATION
AFFER AssacrArE~ LTJ
2a01 NW 6 AVE
,3121 MIAMI
RENEWAL
LICENSE NO. OZ5682-6
STATE ~SWDOl1033
)WNER
IAFFEit ASSOCIA T c$ L fi.>
>ec. Type of Business wORK ER.':Y
.96 SPECIALTY PLUMBING 20
; AN OCCUPATIONAL
'Nl Y. IT DOES NOT
I TIlE UCEHSE.E TO
IE A'f'f EXISTING
~TO~~ gg~'~ r DO NOT FORWARD
. NOR DOES IT
~~E~~ JA;:r=~..{ AS';OCIA TES L TJ
~~:~T~~ ? J 30X 37j277
~~E'S gLAUF~: '1 r AM r F L 33:37
tIT RECEIVED
COUNTY TAll
.CTOR:
09/29/1999
220000641
000031.50
SEE OTHER SIDE
STATE OF FLORIDA
WATER WELLCONntlOTOR LICENSE
fSsued to
EUQi1Nli c. .~I~
South Florida \Va~ ~ District
LkeruIe No. l!1'i..U~7 /31/0 1
.~~
nCATION OFFICER
CITY OF MIAMI BEACH
to
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33 139
CITY OF MIAMI BEACH
BID NO. 24-99/00
CITY OF MIAMI BEACH
ADDENDUM NO.1
November 5, 1999
City of Miami Beach Bid No. 23-99/00 17th Street Parking Garage Landscaping Project, is amended
as follows:
Included in the addendum:
I. Question received from prospective bidder and corresponding answer.
QI. The note on Plan Sheet L-l states that the Project Electrical Engineer will provide
circuit design, please provide.
AI. The Electrical power for the uplights shall be obtained from the Electrical Panel "P-4"
located in the Transformer Room on the Southeast corner of the Parking Garage. The
successful Contractor shall be responsible to install all required conduit and cable.
When submitting your bid, please note that Addendum No.1 was received. We look forward to receiving
your bid.
CITY OF MIAMI BEACH
r-;; -'\
{~/~)
Michael A. Rath, CPPB
Procurement Director
Bid No. 24-99/00
Date: November 5, 1999
INVITATION TO BID
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
BID No. 24-99/00
BID OPENING: NOVEMBER 12,1999 AT 3:00 PM
Issued by:
Michael A. Rath, CPPB, Procurement Director
City of Miami Beach - Procurement Division
1700 Convention Center Drive
Miami Beach, FL 33139
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http://ci.miami-beach. fl. us
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
CITY OF MIAMI BEACH
INVITATION TO BID NO. 24-99/00
NOTICE TO CONTRACTORS
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.m. on the 12th day of
November, 1999 for:
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
At time, date and place above, bids will be publicly opened. Any bids received after time and date
specified will be returned to the bidder unopened.
Drawings and specifications will be available October 15, 1999 for a non-refundable cost of$25.00
per set at the office of the Procurement Director, 1700 Convention Center Drive, 3rd Floor, Miami
Beach, Florida.
The budget for this project is $90,000.
A Bid Bond of five (5%) percent of the bid amount will be required. 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.
You are hereby advised that this Invitation to Bid is subject to the "Cone of Silence, " in accordance
with Ordinance 99-3164. From the time of advertising until the City Manager issues his
recommendation, there is a prohibition on communication with the City's professional staff. The
ordinance does not apply to oral communications at pre-bid conferences, oral presentations before
evaluation committees, contract discussions during any duly noticed public meeting, public
presentations made to the City Commission during any duly noticed public meeting, contract
negotiations with the staff following the award of an RFP, RFQ, RFLI, or bid by the City
Commission, or communications in writing at any time with any city employee, official, or member
of the City Commission unless specifically prohibited. A copy of all written communications must
be filed with the City Clerk. Violation of these provisions by any particular bidder or proposer shall
render any RFP award, RFQ award, RFLI award, or bid award to said bidder or proposer void, and
said bidder or proposer 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.
Bid No. 24-99/00
Date: October 13,1999
2
,
Any questions or clarifications 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 VERB ALL Y OR AFTER SAID
DEADLINE.
The City of Miami Beach reserves the right to accept any bid deemed to be in the best interest of the
City of Miami Beach, or waive any informality in any bid. The City of Miami Beach may reject any
and all bids.
CITY OF MIAMI BEACH
~Qa~
Michael A. Rath, CPPB
Procurement Director
Bid No. 24-99/00
Date: October 13, 1999
3
BID No. 24-99/00
BID PROPOSAL FOR
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
PROPOSALPAGE10F6
PROPOSAL OF
(Name)
(Address)
(FOR)
Constructing the improvements designated and described in the attached Notice to Contractors, and
which said Improvements are designated as the 17TH STREET PARKING GARAGE
LANDSCAPING PROJECT and more particularly set forth herein.
SUBMITTED
19
TO MAYOR AND CITY COMMISSION OF MIAMI BEACH, FLORIDA:
We the undersigned, hereby declare that no person or persons, firm or corporation other than the
undersigned, are interested in this Proposal, as principals, and that this Proposal is made without
collusion with any person, firm or corporation, and we have carefully and to our full satisfaction
examined the attached Notice to Contractors, General Provisions, Specifications for Materials and
Construction Methods, Supplementary Conditions, and form of Contract and Bond, together with
the accompanying Plans, and that we have made a full examination of the location of the proposed
Work and the sources of supply and materials, and we hereby agree to furnish all implements,
machinery, equipment, transportation, tools, materials, supplies, labor, and other things necessary
to the prosecution and completion of the work, fully understanding that the quantities shown in the
Notice to Contractors and Proposal are approximate only, and that we will fully complete all
necessary work in accordance with the Plans and the attached Specifications, and the requirements
under them of the Engineer within the time limit specified in this Proposal for the following unit
prices to-wit:
All bid items shall include costs for furnishing to the City all material, equipment, and supplies and
for all cost incurred in completing the work, including installation of all materials, equipment, and
supplies furnished, complete in place and ready for continued service, including all tie-in work and
testing, all other labor, permit fees, taxes, insurance, miscellaneous costs, overhead and profit.
Bid No. 24-99/00
Date: October 13, 1999
4
BID No. 24-99/00
BID PROPOSAL FOR
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
PROPOSAL PAGE 2 OF 6
The Contractor shall be Substantially Completed with the Work within sixty (60) calendar days
after the date when the Contract Time commences to run as provided in paragraph 2.3 of the General
Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the
General Conditions within seventy-five (75) calendar days after the date when the Contract Time
commences to run.
The quantities are listed as an aid to the bidders and are not intended to be a complete list of
materials or quantities. It shall be the Contractor's responsibility to determine quantities and provide
all materials, labor, equipment and supervision necessary to complete the job as specified in the
plans and technical special provisions. The installation guarantee and maintenance shall be included
in the unit cost.
The Landscape Architect, or the City, at their discretion, may add to or delete from the materials
utilizing the unit price breakdown submitted to and accepted by the City. Unit prices shall be valid
for one year from approval of Contract or for the duration of the Project, whichever is greater.
This proposal shall include the total cost for supplying all labor, materials, tools, equipment,
maintenance of traffic and supervision necessary to complete Project, as per drawings and
specifications.
Item 1
Provide all labor, equipment, material, and supervision to Furnish and Install the 17th
Street Parking Garage Landscaping:
Lump Sum $
Written Amount
Item 2
Allowance account for unforeseen conditions that may be encountered during
construction. This allowance is a contingency fund to be used solely at the City's
discretion for unforeseen conditions, problems, or conflicts not covered under other
bid items.
Allowance $9,000.00
Nine Thousand Dollars
TOTAL BASE BID (Total items 1 and 2)
$
Written Total Base Bid
Bid No. 24-99/00
Date: October 13, 1999
5
BID No. 24-99/00
BID PROPOSAL FOR
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
PROPOSAL PAGE 3 OF 6
Botanical/Common Name Code Unit Price
Aechmea chantnli or fasciata AEC $
Amazonian Zebra Bromeliad
Aglaonema commutatum AGL $
Aglaonema
Aspergus densiflorus ASP $
Sprenger Fern
Alpinia zerumbet "Variegata" AZV $
Shell Ginger
Bougainvillea spectabil/s BOU $
Bougainvillea
Chamaedorea cataractarum CAT $
Cat Palm
Carissa "Emerald Blanket" CEB $
Dwarf Natal Palm
Chamaerops humilis CHH $
European Fan Palm
Cycas revol u ta CYC $
King Sago
Cyrtomium Falcatum CVR $
Holly Fern
Jasminum simplicifolium JAS $
Wax Jasmin
Licuala Spinosa LSP $
Spiny Licuala
Nephrolepis biserrata "furcans" NBF $
Fish Tale
Philodendron selloum PHI $
Split Leaf Philodendron
Russelia equistiformis RUS $
Firecracker
Seasonal Color SEA $
Annuals
Spathiphyllum "Supreme" SPA $
Peace Lily
Thrinax radiata THR $
Key Palm
Schedule of Bid Items
Bid No. 24-99/00
Date: October 13, 1999
6
BID No. 24-99/00
BID PROPOSAL FOR
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
PROPOSAL PAGE 4 OF 6
Schedule of Bid Items
Botanical/Common Name Code Unit Price
Ptychosperma elegans "Spec." PE $
Alexander Palm
Pandanas utilis PU $
Screw Pine
Paurotis wrightii PW $
Saw Thatched Palm
Roystonea regia RR $
Cuban Royal Palm
Strelitzia nicolai SN $
White Bird of Paradise
Sabal palmetto SP $
Cabbage Palm
Veitchia montgomeryana VM $
Montgomery Palm
Washingtonea robusta WR $
Washington Palm
ADDENDUM ACKNOWLEDGMENT
ADDENDUM
DATED
SIGNATURE OF PERSON SIGNING BID
No.
No.
Bidder accepts all of the terms and conditions of the Bidding Documents, including without
limitation those dealing with the disposition of the Proposal Guaranty.
In submitting this Proposal, Bidder makes all representations required by the Instructions to
Bidders and further warrants and represents that:
a. Bidder has examined copies of all the Bidding Documents, the Notice to Contractors, the
Proposal Requirements and Conditions, and the following Addenda (receipt of all which
is hereby acknowledged):
Bid No. 24-99/00
Date: October 13, 1999
7
BID No. 24-99/00
BID PROPOSAL FOR
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
PROPOSAL PAGE 5 OF 6
b. Bidder has familiarized itself with the nature and extent of the Contract Documents,
Work Site, Locality, and all Local Conditions and Laws and Regulations that in any
manner may affect cost, progress, performance, or furnishing of the Work.
c. Bidder has studied carefully all reports and drawings of subsurface conditions and
drawings of physical conditions which are identified in the Supplementary Conditions as
provided in Paragraph 4.2 of the General Conditions, and accepts the determination set
forth in Paragraph SC-4.2 of the Supplementary Conditions of the extent of the technical
data contained in such reports and drawings upon which Bidder is entitled to rely.
d. Bidder has obtained and carefully studied (or assumes responsibility for obtaining and
carefully studying) all such examinations, investigations, explorations, tests and studies
(in addition to or to supplement those referred to in (b) above) which pertain to the
subsurface or physical conditions at the site or otherwise may affect the cost, progress,
performance or furnishing of the Work at the Contract Price, within the Contract Time
and in accordance with the other terms and conditions of the Contract Documents,
including specifically the provisions of Paragraph 4.2 of the General Conditions; and no
additional examinations, investigations, explorations, tests, reports or similar information
or data are or will be required by Bidder for such purposes.
e. Bidder has reviewed and checked all information and data shown or indicated in the
Contract Documents with respect to existing Underground Facilities at or contiguous to
the site and assumes responsibility for the accurate location of said Underground
Facilities. No additional examinations, investigations, explorations, tests, reports or
similar information or data in respect of said Underground Facilities are or will be
required by Bidder in order to perform and furnish the Work at the Contract Price, within
the Contract Time and in accordance with the other terms and conditions of the Contract
Documents, including specifically the provisions of Paragraph 4.3 of the General
Conditions.
f. Bidder has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract
Documents.
g. Bidder has given the City written notice of all conflicts, errors or discrepancies that it has
discovered in the Contract Documents and the written resolution thereof by City is
acceptable to Bidder.
Bid No. 24-99/00
Date: October 13, 1999
8
BID No. 24-99/00
BID PROPOSAL FOR
17TH STREET PARKING GARAGE
LANDSCAPING PROJECT
PROPOSAL PAGE 6 OF 6
The undersigned further agrees to perform all necessary "Extra Work", as provided for in the
General and Supplementary Provisions and to execute the attached Contract within ten (10)
calendar days after the date on which the Notice of Award has been given. The undersigned
further agrees to commence work under this Contract within seven (7) days following the date
indicated on the Notice to Proceed by the City and to Substantially Complete the Work and to
fully and Finally Complete the Work with the Contract Time period as stipulated in the
Agreement. The undersigned further agrees to pay as liquidated damages for each consecutive
calendar day that passes after the Contract Substantial Completion date that the Work is not
substantially completed, and for each consecutive calendar day that passes after the Contract
Final Completion date that the Work is not completed and ready for final payment, the amounts
of liquidated damages being as stipulated in the Agreement. The undersigned further agrees to
furnish sufficient and satisfactory bond in the sum of not less than (100%) one-hundred percent
of the contract price of the work.
The undersigned further agrees to bear full cost of maintaining all work until the final
acceptance, as provided in the General Provisions.
Accompanying this Proposal is a Bid Bond made payable to the City of Miami Beach, Florida in
the sum of
Dollars $
Bid Bond is to be forfeited as liquidated damages if, in case this Proposal is accepted, the
undersigned shall fail to execute the attached Contract under the conditions of this Proposal;
otherwise, said Bid Bond is to be returned to the undersigned upon the delivery of Satisfactory
Bond.
FIRM'S NAME (Print or Type):
SIGNA TURE:
TITLE/PRlNTED NAME:
ADDRESS:
TELEPHONE NUMBER:
FAX:
Bid No. 24-99/00
Date: October 13, 1999
9
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.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
By
Principal Office
How many years has your organization been in business as a General Contractor under your
present business name?
Does your organization have current occupational licenses entitling it to do the work
contemplated in this Contract?
State of Florida occupational license - state type and number:
Dade County certificate of competency - state type and number:
City of Miami Beach occupational license - state type and number:
Include copies of above licenses and certificates with proposal.
How many years experience in similar work has your organization had?
(A) As a General Contractor
(B) As a Sub-Contractor
(C) What contracts has your organization completed?
Contract Amt Class of Work When Completed Name/Address of Owner
Have you ever had a contract terminated (as prime contractor or sub-contractor, under existing
company name or another company name) due to failure to comply with contractual
specifications?
If so, where and why?
Has any officer or partner of your organization ever failed to complete a construction contract
handled in his own name?
If so, state name of individual, name of owner, and reason thereof
Bid No. 24-99/00
Date: October 13, 1999
10
In what other lines of business are you financially interested or engaged?
Give references as to experience, ability, and financial standing
What equipment do you own that is available for the proposed work and where located?
What Bank or Banks have you arranged to do business with during the course of the Contract
should it be awarded to you?
Please list the names and addresses of the subcontractors to be used for the portions of the work
listed below.
I HEREBY CERTIFY that the above answers are true and correct.
(SEAL)
(SEAL)
Bid No. 24-99/00
Date: October 13. 1999
11
BID No. 24-99/00
CUSTOMER REFERENCE LISTING
Contractor's shall furnish the names, addresses, and telephone numbers of a minimum of four (4)
firms or government organizations for which the Contractor is currently furnishing or has
furnished, similar services.
I)
Company Name
Address
Contact Person
Telephone Number
Facsimile Number
2)
Company Name
Address
Contact Person
Telephone Number
Facsimile Number
3)
Company Name
Address
Contact Person
Telephone Number
Facsimile Number
4)
Company Name
Address
Contact Person
Telephone Number
Facsimile Number
Bid No. 24-99/00
Date: October 13,1999
12
AGREEMENT
THIS AGREEMENT made this day of 19, A.D. between the
CITY OF MIAMI BEACH, a Florida municipal corporation, hereinafter called the City, which
term shall include its successors and assigns, party of the one part, and
hereinafter called the Contractor, which term shall include its heirs, successors and assigns, party
of the other part.
WITNESSETH that the said Contractor for the consideration and compensation herein agreed to
be paid and the said City in consideration of the construction of improvements to be done by said
Contractor and designated" 17th Street Parking Garage Landscaping Project" by said City, do
hereby mutually agree as follows:
1. This Agreement shall extend to and be obligatory upon said City, its successors and
assigns, and upon said Contractor and its heirs, successors and assigns. Neither this
Agreement nor any part thereof nor any part of the Work herein contemplated, shall be
assigned or sublet, nor shall any sums of money provided to be paid to said Contractor be
assigned by said Contractor to anyone without the consent of the City Commission of said
City evidenced by its resolution.
2. The foregoing pages of this booklet, including the Notice to Contractors, the Proposal,
and the Contract Documents and such alterations as may be made in said Plans and
Specifications as therein provided for, are hereby referred to and made a part of this
Agreement and the terms and conditions set forth therein, except when in direct conflict
with this written Contract, are as much a part hereof as if copied herein. If conflicts exist
between them and this written instrument, only that part of the matter in direct conflict
herewith shall not be construed to be a part hereof.
3. The Contractor shall commence work within seven (7) days of the Notice to Proceed and
shall construct and complete in a good and workmanlike manner the materials herein
referred to, strictly in accord herewith the following:
3.1 The Contractor shall be Substantially Completed with the Work within sixty
(60) calendar days after the date when the Contract Time commences to run as
provided in paragraph 2.3 of the General Conditions, and completed and ready
for final payment in accordance with paragraph 14.13 of the General Conditions
within seventy-five (75) calendar days after the date when the Contract Time
commences to run.
Bid No. 24-99/00
Date: October 13, 1999
13
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 3. I
above plus any extensions thereof allowed in accordance with Article 12 of the
General Conditions. 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 liquidated damages for delay (but not as a penalty) the amount of
Three Hundred Dollars ($300.00) for each calendar day that expires after the
Contract Time specified in paragraph 3.1 for Substantial Completion until
the Work is substantially complete. After Substantial Completion if Contractor
shall neglect, refuse, or fail to complete the remaining Work within the Contract
Time, Contractor shall pay Owner Three Hundred Dollars ($300.00) for each
calendar day that expires after the time specified in Paragraph 3.1 for
completion and readiness for final payment. These amounts represent a
reasonable estimate of Owner's expenses for extended delays and for inspection,
engineering services and administrative costs associated with such delay.
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
Performance and Labor and Material Payment Bond, each in the amount of 100 percent of
Contract Amount, in the form 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 file Insurance Certificates, as required, and they must be signed by a
Registered Insurance Agent licensed in the State of Florida and approved by the City of
Miami Beach Risk Manager.
Bid No. 24-99/00
Date: October 13, 1999
14
9. All documents shall be executed satisfactorily to said City and until Bonds and Insurance
Certificates have been filed and approved, this Contract Agreement shall not be effective.
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: $
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
Contractor
By
(Authorized Corporate Officer)
By
Mayor
ATTEST:
Title
City Clerk
Bid No. 24-99/00
Date: October 13. 1999
15
This is the front page of the performance/payment bond issued in compliance with
Florida Statute Chapter 255.05
Surer] Name: American Casualty Company of Reading Pennsylvania
2600 Lucien Way, Suite 130
Maitland, FL 32751
877-276-7511
Bond Number: 929112707
Contractor Name: Jaffer Associates, Ltd.
2801 N.W. 6th Avenue
Miami, FL 33127
305-576-7363
Owner Name: City of Miami
1700 Convention Center Drive
Miami Beach, FL 33139
Project Number: N/ A
Project Description: 17th Street Parking Garage Landscaping Project
Project Address: 17th Street Parking Garage Landscaping Project, Miami Beach,
Florida
Legal Description of Property:
17th Street Parking Garage Landscaping Project,
Miami Beach, Florida
This is the front page of the bond. All other pages are subsequent regardless of the
pre-printed numbers.
Bond No.929112707
PERFORMANCE BOND
(This bond meets and exceeds the requircmems of Florida Statutes Section 255.05)
STATE OF FLORIDA)
ss
COUNTY OF Mia)ni-Dade
KNOW ALL MEN BY THESE PRESENTS that we, JAFFER ASSOC~.AIES, LID.
as Princinal. hereinafter called Coniractor. and
~lijYAb1N~~~syE\flHrr1F a; Surety, are firmly bound unto thHe Caity of Miami T Th
--l.!.l:- all.L . . . .. ~One un red Twentv wo ousand
Beach, Florida. liS Obhgee, heremafter called the City, m the Penal sum of Three Hundred Seventy Four 00/10
Dollars ($ 122 .374.00 ), ror the payment of which sum well and trujy to be made, we bind
ours~lves, our heirs, executors, administrators, successors and assign:;;, jointly and severally,
firmly by these presents.
WHEREAS, Contractor. on the _ day of., .' 19_", entered into a
certain contract with the City, hereto attached, for BID NO. 24-99/00, Entitled, "17TH
STREET PARKING GARAGE LANDSCAPING PROJECT" which Contract is made n part
hereof by reference thereto.
NOW, TIIEREli'ORE, 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 sBid Contract, and all duly authori:r.ed modifications of said
Contract that may hereafter be made, notice of which modificati ons to the Surety being hereby
waived, then this obligation shall be void; otherwise to remain in full force and effect.
WHENEVER the Principal shaH be and is declared by tho Ciiy to be in default under the
Contract, or whenever the Contract has been terminated by default of the Contractor, the City
having performed the Chis obligations thereunder, the Surety shall:
1. Complete the Contract in accordance with its (ems and conditions, or at the City's
sole option.
2. Obtain a Bid or Bids for submission to the City for completing the Contract in
accordance with its terms and conditions, and upon detennination by the City and
the Surety of the lowest rcsponsjbJe Bidder, arr'ange 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 nOL exceeding, inCluding
other costs and damages for which the Surety may be liable hereunder, the amount
SCl forth in the firSt paragraph hereof: The term t1balance of the Contract price" as
used in thi~ paragraph, shall mean the total amount payable by the City to the
Contractor undt:r the Contract and any amendments thereto, less the amount
Bid No 24.99/00
Dl1l::: OCluber I;!. 1999
16
properly paid by the City to the Contractor.
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 amI hold it hannless of.
from and against any and all iiabiIity, 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 orthe Contractor, any Subcontractor ant! Contractor's or
Subcontractors agents; servants and/or employees, in, about or on account of the Construction of
the work and performance or 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 performed and
materials and equipment fumished~ which Wtlre not p~rformed or furnished according to the
"terms of the ConLract Documents. lfno specific periods of warranty are staled in the Ccmtract
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 project.
Any suit on this bond must be instituted within such period or periods as may be provided
by law,
Did No 24.9\1100
[)Rl~ OCltlbtr 13, 1999
17
IN WITNESS WHEREOF, the above bounded parties have caused this Bond to be executed by their
appropriate o,fficials ofthe 6th day of De~,:r ,1999
WITNESS:
PRINCIPAL:
(T f sole Proprietor or partnership)
JAFFER ASSOCIATES, LTD.
(Fi arne)
Pres t of the General Partner,
Jaff r sociates. Inc. _~."'_
Title: (Sol Proprietor or Partner)
PRINCIPAL (If Corporation)
(Corporate Name)
BY
(President)
Attest:
(Secretary)
(CORPORATE SEAL)
COUNTERSIGNED BY
RESIDENT FLORIDA
AGENT OF SURETY:
SURETY:
.~~~/xdjJ~
(Copy of Agentls current
License as issued b)' State
of Florida Insurance
Commissioner
Michael A. Holmes
.J
AMERICAN CASUALTY COMPANY
o~ READING. PENNSYLVANIA
By:-;;r--L/ ,4 k
.orney-m..iact, Michael A. Holmes
(power of Attorney must bll attached)
Bid No :14-99/00
Dill, (lcmbcr I J, 19lJ9
18
CERTIFICATES AS TO CORPORATE PlUNCIP AL
1, Eugene C. Friedlandercertify that 1 am the Secretary of the Corporation named as
Principal in the foregoing bond; that Eugene C. Fr ied landerwho signed the said bond on behalf of
the Principal, was then President.,()f. the G. P. of said Corporation; that r know his signature, and
his signature hereto is genuine; ll1ld that said bond was duly signed. sealed, and attested for and in
behalf of said Cmporation by authority or its g
Corporate
Seal
STATE OF FLORIDA)
5S
COUNTY OF Bro:tvard
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
Michael A. Holmes to me well known, who being by me first duly sworn upon oath, says
.AMERICAN CASUALTY COMPANY
that he: is the Attomey-in-Far;:~ for the OF READING, PENNSYLVANI.Aand that he has been
AMERICAN CASUALTY COMPANY
authorized by _.9.~ _!-t!ADING, PENNSYLVANIA to execute the foregoing bond on behalf of the
ContraClor named therein in favor of the City of Miami Beach, Florida.
Subscribed and sworn before me this 6th day of December ,1999_ A.D.
(Attach Power of Attorney)
Notary Public
State ofFJorida-at-Largc
My Commission Expires:
~~y Pl/~ JOANNE M. MURSELL
~~~OMMISSION # CC 640520
CIJ. ~ EXPIRES MAY 25, 2001
"..-.: ~ BONDED ll-IRU
<('-OJ: f\.QY ATLANTIC BONDING CO ,-v
Bid No 24.99/00
Dale: OClo~r 13. 1999
19
Bond No.929112707
LABOR AND MATERIAL PAYMENT BOND
(SECTION 255.05, FLA. STAT.)
BY THIS BOND, We, JAFFER ASSOCIATES, LTD. , as Principal, and
AMERICAN CASUALTY COMPANY .'. '. .
OF 'REAnING. 'P'RNN~YT.'iTANTA as corooratlon, as Surety. are bound to thoTCtty..of Mlama) ~Ch., Hundred
' . One Hundred Twenty, OWO Thousan 4~OOee
Florida, as obligee:.herein called City, in the sum of$..~eventy Four 00/1 ?~$12td;tlle' )
payment of which we bind ourselves, our heirs, personal representatives, successors and assigns, jointi)'
and severaliy.
THE CONDITION OF THIS BOND is that ifPrincipai:
Promptly makes payments to all claimants. as defined in Section 255.05 (1), Fla.. Stat.,
supplying Principal with labor, matarials, 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 attomeyls 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 lime
specified in the contract, then this bond is void, otherwise it remains in fuJl force.
Any changes in or under the contract documents and compliance or noncompliunc~ with a.ny
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 refercnce and made a
part hereof for the purposes specified therein.
The contract dated
Bond by reference.
between the City and Princlpal is made a part ofthis
Claimants are advised that Section 255.05, Fla. Stat., contains notice and time limitation
provisions which musi be strictly complied with.
Bid Nll 24.99/00
Dale: OClober D. 1999
20
IN WITNESS WHEREOF~ the above bounded parties have caused this Bond to be exeollted by theii
appropriate officials of the 6th day of December , 19 99
WITNESS:
/j,~ u~p~ {tlg~
fI
COUNTERSIGNED BY
RESIDENT FLORIDA
AGENT OF SURETY:
~~!J~
(Copy of Agent\s current
License as issued by State
of Florida Insurance
Com)D~sioner
Michael A. Holmes
8id Nu 24-99/0U
Dale October 13, 1999
PRINCIPAL:
(If sole Propri~tor or partnership)
JAFFER ASSOCIATES, LTD.
(firm
BY
Title: (Sole Proprietor or Partner)
PRINCIPAL (If Corporation)
(Corporate Name)
BY
(President)
Atte.'\t:
(Secretary)
(CORPORATE SEAL)
SURETY:
AMERICAN CASUALTY COMPANY
OF READING, PENNSYLVANIA
B]':~ JJ~
ttorney-in-fact, Michael A. Holmes
(Power of Attorney must be att8<:hed)
21
CERTIFICATES AS TO CORPORATE PRINCIPAL
1 Eugene C. Friedlander rt'~ th I th S f'th 1"\ . d
, ,ce uy at am e. ecretary 0 e ,,-,orpO't"dllOn name us
". Eugene C. Friedlander.
Principal in the roregamg band; that who signed the said bond on behalf of the
Principal, was then President of the Gof said Corponnion; that T know his signature, and his
signature herelo is genuine; and that said bond was duly signed, sealed, and attested for and in behalf (]f
said Corporation by authority afits governing body.
Corporate
Seal
STATE OF FLORIDA)
ss
COUNTY OF Brdward
Before me, a Not.ary Public, duly commissioned, qualified and acting, personally appeared
Michael A. Holmes to me well known, who being by me first duly sworn upon oath, says
. AMERICAN CASUALTY COMPANY
that he is the Attorney In Fact, for the.....QE...~ING, PENNSYLVANIA and that he has been
AMERICAN CASUALTY COMPANY
authorized by OF READING, PENNSYLVANIA to execute the foregoing bond on bel1alf of the
Contractor named therein in favor of the City of Miami Beach, Florida.
Subscribed and sworn be
me this 6th day of December, 19~"_ A.D.
... )/J1~
Notary Public
State ofFJorida-at-Large
,. ; ~y Pll JOANNE M. MURSElL
My commiSSion ExpIres: ..g..1\9~ COMMISSION :# CC 640520
<11 :!C EXPIRES MAY 25, 2001
?'A.: cf BONDED Tl-IIUJ
'('-OF f\..G ATLANTIC BONOING CO.. ,we.
(Attach Power of Attorney)
aid No 24.9910n
l)a~ C H:lllber I:l, 19')'1
22
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE
COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania
corporation (herein collectively called "the CCC Surety Companies"). are duly organized and existing corporations having their principal offices in
the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint
Gerald J. Arch, Michael A. Holmes, Thomas E. Riley, G. W. Fitch, Individually
of Ft Lauderdale, Florida
their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds,
undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - for any and all surety bonds and any and all
consents required by the State Department of Transportation of the State of Florida, incident to the release of retained percentages andlor
estimates on engineering and lor construction contracts.
and to bind them thereby a~ fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and
all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Laws and Resolutions, printed on the reverse hereof,
duly adopted, as indicated, by the Boards of Directors of the corporations.
In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their
corporate seals to be hereto affixed on this 14th day of September 1998
CONTINENTAL CASUAL TV COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
At;;;L:;~;:G' PENNSYLVANIA
Marvin J. Cashion
Group Vice President
State of Illinois, County of Cook, ss:
On this 14th day of September , 1998 ,before me personally came
Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that
he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the
seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority
given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to
be the act and deed of said corporations.
/f~P ~
My Commission Expires March 6, 2000
CERTIFICATE
Mary Jo Abel
Notary Public
I, Mary A Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF
HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein
above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the
reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations
this day of
(Rev.l0/l/9?)
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUAL TV COMPANY OF READING, PENNSYLVANIA
~a~
Mary A Ribikawskis
Assistant Secretary
INSURANCE REQUIREMENTS
See Insurance Check List for applicability to this contract.
a. 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
connection with the work and of all damage or injury to any person or property
wherever located, resulting from any action or operation under the contract or in
connection with the work. It is understood and agreed that at all times the contractor is
acting as an independent contractor.
b. The contractor, at all times during the full duration of work under this contract,
including extra work in connection with this project shall meet the following
requirements:
1.
11.
111.
IV.
v.
VI.
VII.
Bid No. 24-99/00
Date: October 13, 1999
Maintain Worker's Compensation and Employer's Liability Insurance to
meet the statutory requirements of the State of Florida.
Maintain Comprehensive General Liability Insurance in amounts
prescribed by the City (see checklist for limits) to protect the contractor in
the interest of the City against all risks of injury to persons (including
death) or damage to property wherever located resulting from any action or
operation under the contract or in connection with the work. This policy is
to provide coverage for premises/operations, independent contractor, broad
form property damage, products/completed operations and contractual
liability.
Maintain Automobile Liability Insurance including Property Damage
covering all owned, non-owned or hired automobiles and equipment used
in connection with the work.
Maintain any additional coverage required by the 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.
No change or cancellation in insurance 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 under the laws of the State of Florida and these companies must
23
have a rating of at least B+: VI or better per Best's Key Rating Guide, latest
edition.
Vll1. Original signed Certificates of Insurance, evidencing such coverage and
endorsements as required herein, shall be filed with and approved by the
City of Miami Beach Risk Manager before work 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.
IX. It is understood and agreed that all policies of insurance provided by the
contractor are primary coverage to any insurance or self-insurance the City
of Miami Beach possesses that may apply to a loss resulting from the work
performed in this contract.
c. The liability insurance coverage shall extend to and include the following contractual
indemnity and hold harmless agreement:
"The contractor hereby agrees to indemnify and hold harmless the City of Miami
Beach, a municipal corporation, its officers, agents, and employees from all claims for
bodily injuries to the public in and up to the amount of $1 ,000,000.00 for each
occurrence and for all damages to the property of others in and up to the amount of
$1,000,000.00 for each occurrence per the insurance requirement under 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 under
contract. BID NO. 24-99/00, "17TH STREET PARKING GARAGE LANDSCAPE PROJECT".
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 determined by a court of
competent jurisdiction.
1. The contractor will notify his insurance agent without delay of the
existence of the Hold Harmless Agreement contained within this contract,
and furnish a copy of the Hold Harmless Agreement to the insurance agent
and carrier.
11. The contractor will obtain and maintain contractual liability insurance in
adequate limits for the sole purpose of protecting the City of Miami Beach
under the Hold Harmless Agreement from any and all claims arising out of
this contractual operation.
d. All policies issued to cover the insurance requirements herein shall provide full
coverage from the first dollar of exposure. No deductibles will be allowed in any
policies issued on this contract unless specific safeguards have been established to
assure an adequate fund for payment of deductibles by the insured and approved by
Bid No. 24-99/00
Date: October 13. 1999
24
the City's Risk Manager.
e. 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 carrying insurance and furnishing
copies of the insurance policies shall not relieve the contractor and all subcontractors
of their liabilities and obligations under any Section or Provisions of this contract.
Contractor shall be as fully responsible to the City for the acts and omissions of the
subcontractor and of persons employed by them as he is for acts and omissions of
persons directly employed by him.
f Insurance coverage required in these specifications shall be in force throughout the
contract term. Should any awardee fail to provide acceptable evidence of current
insurance within seven days of receipt of written notice at any time during the contract
term, the City shall have the right to consider the contract breached and justifying the
termination thereof.
g. If bidder does not meet the insurance requirements of the specifications; alternate
insurance coverage, satisfactory to the Risk Manager, may be considered.
h. It is understood and agreed that the inclusion of more than one insured under these
policies shall not restrict the coverage provided by these policies for one insured
hereunder 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
hereunder, other insured hereunder 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 hereunder as are not reserved for the exclusive use of occupancy
of the insured against whom claim is made or suit is filed.
Bid No. 24-99/00
Date: October 13. 1999
25
INSURANCE CHECK LIST
XXX I.
Workers' Compensation and Employer's Liability per the Statutory limits
of the state of Florida.
XXX 2.
Comprehensive General Liability (occurrence form), limits of liability
$1,000,000.00 per occurrence for bodily injury property damage to include
Premises/ Operations; Products and Completed Operations; Independent
Contractors; Broad Form Property Damage Endorsement and Contractual
Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
XXX 3.
Automobile Liability - $100,000.00/$300,000.00 - $50,000.00 each
occurrence - owned/non-owned/hired automobiles included.
4.
Excess Liability - $1,000,000.00 per occurrence to follow the primary
coverages.
XXX 5.
The City must be named as and additional insured on the liability policies;
and it must be stated on the certificate.
6.
Other Insurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
Other
$
$
$
$
$
$
.00
.00
.00
.00
.00
.00
XXX 7.
Thirty (30) days written cancellation notice required.
XXX 8.
Best's guide rating B+: VI or better, latest edition.
XXX 9.
The certificate must state the bid number and title
BIDDER AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance may by required within five (5) days after bid opening.
Bidder
Signature of Bidder
Bid No. 24-99/00
Date: October 13, 1999
26
Client
26313
192JAFFEASS
ACDRDTM
CERTIFICATE OF LIABILITY INSURANCE
PRODUCER
SGP of Florida, Inc.
Lon Worth Crow Insurance
PO Box 141916
Coral Gables, FL
DATE (MM/DDNY)
12/06/99
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I~f~ TYPE OF INSURANCE POLICY NUMBER Pg~!fEY ~~5%~~E P~~i~~~~~>>~r;rr-
o 6 / 3 0 / 9 9 0 6 / 3 0 / 0 0 . EA.c:H_OCCLJRREf\jCE_
$
EA ACC $
AGG $
$
- -- - -. ---..----
$
---------------
$
$
$
iEL_E~c:.H ACCIDEf'.fT__ $:1, 0 0 I go 0
'EL DISEAS_En-EA_EMP~~~EEO~ 1 aC)_L~OO
i E.L DISEASE. POLICY LIMIT $500 000
06/30/99 06/30/00 $100,000 Max/Item
Group
33114-1916
INSURERS AFFORDING COVERAGE
INSURER A: Zurich Ame-i-ican Insurance
INSURER B BricigefleTd .Empls:'Y~ES
INSURER c:
INSURER D:
INSURER E:
INSURED
Jaffer Associates Ltd
2801 NW 6 Ave
Miami, FL 33127-3937
A GENERAL LIABILITY i CON9 8 513 816 0 2
I-Xl COM M ERCIAL GENERAL L1AB ILlTY
n T -1 CLAIMS MADE I X OCCUR
FIRE DAMAGE (Anyone fire)
---------------------------
MED EXP (Anyone person)
_.... _______.._ __ __n___...___________
PERSONAL & ADV INJURY
GENERAL AGGREGATE
PRODUCTS -COMP/OP AGG
LOG
06/30/99 06/30/00
CON9851385702
A AUTOMOBILE LIABILITY
~ ALL OWNED AUTOS
~ ::~,,,uw,
x HIRED AUTOS
X NON-OWNED AUTOS
COMBINED SINGLE LIMIT
(Ea accident)
BODILY INJURY
(Per person)
BODILY INJURY
(Per accident)
GARAGE LIABILITY
ANY AUTO
II PROPERTY DAMAGE
(Per accident)
I AUTO ONLY - EA ACCIDENT
~---------------------
I OTHER THAN
I AUTO ONLY:
EXCESS LIABILITY
OCCUR CLAIMS MADE
EACH OCCURRENCE
AGGREGATE
DEDUCTIBLE
RETENTION $
B WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
0830216610000
OS/25/99 OS/25/00j(iZ~ntJI~S!
A ! OTHER Cont Equip
~en~ed/Leased
IE Ul ment
DESCRIPTION OF OPERATIONSlLOCATIONSlVEHICLESlEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
CON9851381602
Certificate Holder is Additional Insured with respect to the General
Liability and Automobile Liability policies.
ref: Project: 17th Street Parking Garage Landscaping Project
Bid #24-99/00
CERTIFICATE HOLDER
CANCELLATION
ADDITIONAL INSURED;INSURER LETTER:
LIMITS
$1,00.0., goo
.L n 50,00.0
$___51 9C) 0
$1,000,000
$~L()O_gJ..Qao.
$2,Q_QJL_Q.9.Q .
$1,000,000
$
$
$
'OTH-
IER
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DR
3rd floor
Miami Beach, FL 33139
SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL3Q.._DAYSWRITTEN
NOTlCETOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT, BUT FAILURE TODOSOSHALL
IMP~~~1#ANY~W~~ THY~su~k~:ttk'i~~TS OR
ACORD 25-S (7/97) 1 0 f 2
#S30466/M21022
JNC
DIVISION 1
General Provisions
Section I
DEFINITION OF TERMS
1.1 DEFINITIONS: Whenever in the Specifications, Special Provisions, Proposals,
Contract, or Contract Bond the following terms or pronouns in place of them are used, the intent
and meaning shall be interpreted as follows:
1.2 "Citv" - The City of Miami Beach, Florida, as represented by its Mayor and City
Commission.
1.3 "Board" - The City Commission of the City of Miami Beach, Florida.
1.4 "Citv Clerk" - The City Clerk of the City of Miami Beach, Florida.
1.5 "Citv Mana2er" - Chief Administrator of the City Commission.
1.6 "En2ineer" - The City Engineer of the City of Miami Beach, Florida, or his
authorized assistants.
1.7 "Inspector" - An authorized representative of the City Engineer assigned to make all
necessary inspection of the materials furnished and of the work performed by the Contractor.
1.8 "Bidder" - Any individual, firm or corporation submitting a Proposal for the work
contemplated, acting directly or through a duly authorized representative.
1.9 "Contractor" - The Party of the second part of the Contract, the person, firm or
corporation with whom a Contract has been made by the City.
1.10 "Superintendent" - Executive representative for the Contractor present on the
work at all times during progress, authorized to receive and fulfill instructions from the Engineer
and capable of superintending the work efficiently.
1.11 "Suretv" - The corporate body or individual which is bound by the Performance
and Payment Bonds with and for the Contractor, who is primarily liable, and which engages to be
responsible for his acceptable performance of the work for which contract has been made and for
his payment of all debts pertaining thereto.
1.12 "Proposal" - The approved prepared form on which the Bidder is to or has
submitted his, their, or its Proposal for the work contemplated.
Bid No. 24-99/00
Date: October 13, 1999
27
1.13 "Proposal Guaranty" - The security designated in the Proposal, to be furnished by
the Bidder as a guaranty of good faith to enter into a Contract with the City if the Contract is
awarded to him.
1.14 "Plans" - The official approved plans, profile, typical cross-section, general
cross-sections, working drawings, and supplemental drawings, or exact reproductions thereof,
which show the location, character, dimensions and details of the work to be done, and which are
to be considered as a part of the Contract supplementary to these Specifications.
1.15 "Procurement Director" - The purchasing officer for the City of Miami Beach.
1.16 "Specifications" - The directions, provisions and requirements contained herein,
together with all written agreements made or to be made, setting out or relating to the method
and manner of performing the work, or to the quantities and qualities of materials and labor to be
furnished under the Contract.
1.17 "Special Provisions" Specific clauses additional to these Standard Specifications,
setting forth conditions peculiar to the project under consideration. In case of any discrepancy
between the Standard Specifications and the Special Provisions, the Special Provisions are to
govern.
1.18 "Supplemental Ae:reement" - A written agreement between the Contractor and the
City Engineer, covering alterations and unforeseen work incidental to the project.
1.19 "Contract" - The written agreement covering the performance of the work and the
furnishing of labor and materials in the proposed construction. The contract shall include the
"Proposal," "Plan," "Specifications," "Special Provisions," Performance Bond," and "Labor and
Material Bond" also any and all "Supplemental Agreements" required to complete the work in a
substantial and acceptable manner.
1.20 "Contract Bond" - Performance Bond - The security furnished by the Contractor
and the Surety as a guaranty that the Contractor will execute the work in accordance with the
terms of the Contract.
1.21 "Pavment Bond" - The security furnished by the contractor and the surety as to
guaranty that the contractor will pay a claimant. A claimant is defined as any person supplying
the Principal with labor, material and supplies, used directly or indirectly by the said Principal or
any subcontractor in the prosecution of the work provided for in said Contract, and is further
defined in Section 255.05(1) of the Florida Statutes.
1.22 "The Work" - All the work specified or mentioned herein or indicated on the Plans
or in the Proposal as contemplated improvement.
Bid No. 24-99/00
Date: October 13. 1999
28
1.23 "Ouestionnaire" - The approved form upon which the Contractor must furnish the
information as to his ability to perform the work, his experience in similar work, and his financial
condition as related to his ability to finance the work.
Bid No. 24-99/00
Date: October 13, 1999
29
Section 2
PROPOSAL REQUIREMENTS AND CONDITIONS
2.1 Interpretation of Approximate Estimate - The Bidder's attention is called to the
fact that the estimate of quantities of all work to be done and materials to be furnished under the
Specifications as shown on the Plans and on the Proposal Form, is approximate and is given only
as a basis of calculation upon which the award of the Contract is to be made. The City does not
assume any responsibility that the final quantities shall remain in strict accordance with estimated
quantities, nor shall the Contractor plead misunderstanding or deception because of such estimate
of quantities or of the character, location of the work or other conditions pertaining thereto.
2.2 Examination of Plans. Specifications. Special Provisions. and Site of Work - The
Bidder is required to examine carefully the site of, and the Proposal, Plans, Specifications, and
Contract for the work contemplated, and it will be assumed that the Bidder has investigated and
is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of
work to be performed and materials to be furnished and as to the requirements of these
Specifications, Special Provisions, and Contract. It is mutually agreed that submission of a
Proposal shall be considered prima facie evidence that the Bidder has made examination.
2.3 Preparation of Proposals - Proposals shall be submitted on the form provided. All
blank specifications for which quantities are shown must be filled in ink, in both words and
figures with the unit price for the item for which the proposal is made. The bidder shall also state
the time in which he will complete the work bid upon, unless a certain time is stipulated. If the
proposal is made by an individual in his own proper person or under a trade or firm name, he
shall execute the same under his individual trade or firm name, he shall execute the same under
his individual signature and his post office address shall be shown. If made by a copartnership
the proposal shall be executed for the copartnership, by setting out in full the names of the
partners and the firm name of the partnership, if any, and signed by one or more of the partners,
and the post office address of each of the partners shall be shown. If made by a corporation, the
proposal shall be executed by setting out the corporate name in full, followed by a statement that
it is incorporated and existing under the laws of a named state, and, if it is a foreign corporation,
the fact that it is authorized and permitted to transact business in this State, and signed by its
President, or other authorized corporate officer, with its corporate seal affixed and attested by its
Secretary, and the address of its principal place of business shall be shown.
2.4 Rejection of Irre2ular Proposals - Proposals will be considered irregular and may
be rejected if they show serious omissions, alterations of form, additions not called for,
conditions, unauthorized alternate bids, or irregularities of any kind.
2.5 Guaranty to Accompanv Proposals - No Proposal will be considered unless
accompanied by a "Proposal Guaranty" of the character and amount indicated in the Notice to
Contractors and the Proposal Form, made payable to the City of Miami Beach, Florida.
2.6 Delivery of Proposals - Each Proposal must be submitted in a sealed envelope
which shall be marked so as to indicate its content and name of Bidder clearly. If forwarded by
Bid No. 24-99/00
Date: October 13,1999
30
mail the above mentioned envelope shall be enclosed in another envelope addressed to the City
Purchasing Agent, Miami Beach, Florida, preferably by registered mail; if forwarded otherwise
than by mail, it shall be delivered at the Office of the City Purchasing Agent. Proposals will be
received until the date and hour stated in the "Notice to Contractors."
2.7 Withdrawal of Proposals - No Proposal can be withdrawn after it is filed unless the
Bidder makes his request in writing to the Board prior to the time set for the opening of bids, or
unless the Board fails to accept it within ninety (90) days after the date fixed for opening bids.
Withdrawal of proposals after bid opening will only be accepted with the collection of Bid Surety
by the City.
2.8 OpeniDl! of Proposals - Proposals will be opened and read publicly at the time and
place indicated in the "Notice to Contractors." Bidders or their authorized agents are invited to be
present.
2.9 Disqualification of Bidders - Only one Proposal from an individual, firm,
partnership, or corporation, under the same or different names, will be considered. Should it
appear to the Board that any bidder is interested in more than one Proposal for the work
contemplated all Proposals in which such Bidder is interested will be rejected.
The right is reserved to reject the proposal from a bidder who has not paid or satisfactorily settled
all bills due for labor and material on former contracts with the City or contracts with the same in
force at the time of receiving bids.
2.10 Competency of Bidders - Bidders must be capable of performing the various items
of work bid upon. They shall furnish a statement covering experience on similar work, a list of
machinery, plant, and other equipment available for the proposed work, and shall Furnish
statements of their financial resources as requested in the Questionnaire. If the available evidence
of competency of any bidder is not satisfactory to the Engineer, the proposal of such Bidder may
be rejected.
2.11 Material Guaranty - Before any Contract is awarded, the Bidder may be required
to furnish a complete statement of the origin, composition, and manufacture of any and all
materials to be used in the work, together with samples, which samples may be subjected to the
tests provided for in these Specifications to determine their quality and fitness for the work.
Subsequent deliveries shall be equal in all respects to the samples submitted.
Bid No. 24-99/00
Date: October 13, 1999
31
Section 3
A WARD AND EXECUTION OF CONTRACT
3.1 Consideration of Bids - For the purpose of award, after the Proposals are opened
and read, the correct summation of the products of the approximate quantities shown in the
Proposal, by the unit bid prices, will be considered the bid. The amounts will then be compared
and the results of such comparison will be available to the public. Until the final award of the
Contract, however, the right will be reserved to reject any or all Proposals and to waive technical
errors as may be deemed best for the interests of the City.
3.2 Award of Contract - The award of the Contract, if it be awarded, will be the lowest
responsible Bidder whose Proposal shall comply with all the requirements necessary to render it
formal. The award, if made, will be within ninety (90) days after the opening of the Proposals,
but in no case will an award be made until all necessary investigations are made as to the
responsibility of the Bidder to whom it is proposed to award the Contract.
3.3 Return of Proposal Guaranties - All Proposal guaranties will be returned
immediately following the tabulation of Bids, except those of the three lowest Bidders. These
guaranties will be returned within ten (10) days following the award of Contract, except that of
the successful Bidder, which will be returned after a satisfactory Bond has been furnished and the
Contract has been executed unless surety is forfeited because of bid withdrawal.
3.4 Contract Bond Required - The successful Bidder entering into a Contract for any
portion of the work will be required to give the City Surety in a sum equal to the amount of the
Contract awarded. The form of the Bond shall be as approved by the City, and the Surety shall
be acceptable to the City, and executed on the form furnished.
In case of default on the part of the Contractor, actions for all expenses incident to
ascertaining and collecting losses under the bond, including both Engineering and Legal services,
shall lie against the bond.
3.5 Execution of Contract and Payment Bond - Within ten (10) days after the Contract
has been awarded, the successful Bidder shall sign the necessary agreements, entering into a
Contract with the City, and return them to the City Engineer. No proposal will be considered
binding upon the City until the execution of this Contract.
3.6 Failure to Execute Contract - Failure to execute a Contract and file an acceptable
Bond as provided herein within ten (10) days from date of award shall be just cause for the
annulment of the award and the forfeiture of the Proposal Guaranty to the City, not as a penalty,
but in liquidation of damages sustained. A ward may then be made to the next lowest responsible
Bidder or the work may be re-advertised or may be constructed by day labor, as the City may
decide.
Bid No. 24-99/00
Date: October 13, 1999
32
3.7 Evidence of Authority - Before a Contract is executed the Bidder will be required to
furnish certified copies of:
Excerpts from the By-Laws;
Excerpts from the Minutes or Resolutions of the Governing Body;
Power of Attorney appointments,
and/or other satisfactory evidence of the authority of all persons signing Contracts or Bonds to
execute such documents, and of the companies bound thereby to do business in the State of
Florida.
Bid No. 24-99/00
Date: October 13, 1999
33
Section 4
SCOPE OF THE WORK
4.1 Intent of Plans and Specifications - The intent is to prescribe a complete work of
improvement which the Contractor undertakes to do. The Contractor shall do all the work
indicated in the Proposal and on the Plans, and such additional, extra, and incidental work as may
be necessary to complete the Work to the finished lines, grades, cross-sections, and dimensions
indicated, in a substantial and acceptable manners, and when completed, shall remove all surplus
and discarded material and equipment and leave the site of the Work in a neat, acceptable and
finished condition. He shall furnish, unless otherwise provided in "Special Provisions," al
implements, machinery, equipment, transportation, tools, materials, supplies, labor, and other
things necessary to the prosecution and completion of the Work.
He shall maintain the finished Work until its formal acceptance by the City, as herein
provided, and turn it over to the City as a whole, complete, free from defects, and ready for use in
full compliance with the Plans, these Specifications, the Special Provisions, Proposal, and
Contract.
4.2 Special Work - Proposed construction or requirements not covered by these
Specifications will be covered by "Special Provisions" and performed or complied with by the
Contractor.
4.3 Alteration of Plans or of Character of Work - The right is reserved for the
Engineer to make from time to time such alterations in the Plans or in the character of the work
as may be considered necessary or desirable to complete fully and perfectly the proposed
construction and such alterations shall not be considered as a waiver of any conditions of the
contract, nor to invalidate any of the provisions thereof. Should such alterations in the Plans
result in an increase or decrease of the quantity of work to be performed, and should added or
eliminated work be of the same character as that shown on the original plans, the Contractor shall
accept payment in full at the Contract Unit Price for the actual quantities of the work done.
Should an alteration be a change in the character of the work, an equitable sum to be agreed
upon, in writing by the Contractor and the Engineer before such work is begun, shall be added to
or deducted from the Contract Price, as the case may be. No allowance will be made for
anticipated profits.
4.4 Extra Work - The Contractor shall perform unforeseen work, for which there is no
quantity and price included in the Contract, whenever it is deemed necessary or desirable to
complete fully the Work as contemplated, and such extra work shall be performed in accordance
with the Specifications and/or as directed; provided, however, that before any "Extra Work" is
started a "Supplemental Agreement shall be signed by both contracting parties, or a written order
from the Engineer to do the Work on a "Force Account" Basis given the Contractor.
4.5 Removal and Disposal of Structure and Obstructions - The Contractor will
remove all obstructions that may come in the way of the contemplated improvements, such as
pavements, sidewalks, fences, buildings, trees, roots, stumps, logs, old foundations or piling, and
Bid No. 24-99/00
Date: October 13, 1999
34
other obstructions encountered either above or below the surface of the ground and dispose of
them in such manner as the Engineer may direct.
All work prescribed and involved under this heading shall be considered as incidental to
and included in the unit price bid for the particular Work in which it is involved and no
additional payment will be made therefore unless otherwise specifically provided in the Special
Provisions.
4.6 Rie;hts in and Use of Materials Found on the Work - The Contractor, with the
approval of the Engineer, may use in the proposed construction such sand or other material
suitable in the opinion of the Engineer, as may be found in the excavation and will be paid for the
excavation of such material at the corresponding contract unit price therefore, but he shall replace
at his own expense with other suitable material all of that portion of the material so removed and
used as was contemplated for use in embankments, back-fills, approaches, or otherwise. No
charge for materials so used will be made against the Contractor except the replacement herein
provided for. The Contractor shall not excavate or remove any material which is not within the
excavation, as indicated, without written authorization from the Engineer. Materials in old
structures removed by the Contractor to allow the construction of new structures, and not needed
by the City" may be used by the Contractor during construction. Such materials are the property
of the City and shall not be cut or otherwise damaged during use or removal, and shall afterwards
be disposed of by the Contractor as directed by the Engineer.
Bid No. 24-99/00
Date: October 13, 1999
35
Section 5
CONTROL OF THE WORK
5.1 En2:ineer as Referee - To prevent all disputes and litigations, it is agreed by the
parties hereto that the said Engineer shall decide all questions, difficulties, and disputes, of
whatever nature, which may arise relative to the interpretation of the Plans, construction,
prosecution and fulfillment of this Contract, and as to the character, quality, amount, and value of
any work done, and materials furnished, under or by reason of this Contract, and his estimates
and decisions upon all claims, questions, and disputes shall be final and conclusive upon the
parties thereto.
5.2 Plans - The approved Plans will be supplemented by such working drawings as are
necessary to adequately control the Work. It is mutually agreed that all authorized alterations
affecting the requirements and information given on the approved plans shall be in writing. No
changes shall be made of any plan or drawing after the same has been approved by the Engineer,
except by direction of the Engineer.
Working Drawings for any structure shall consist of such detailed plans as may be
required for the prosecution of the work and are not included in the Plans furnished by the
Engineer. They shall include shop details, erection plans, masonry layout diagrams and bending
diagrams for reinforcing steel, approval of which by the Engineer must be obtained before any
work involving these plans shall be performed. Plans for cribs, cofferdams, falsework, centering,
and form work may also be required, and in such cases shall be likewise subject to approval
unless approval be waived by the Engineer.
It is understood, however, that approval by the Engineer of the Contractor's working
drawings does not relieve the Contractor of any responsibility for accuracy of dimensions and
details, or of mutual agreement of dimensions and details. It is mutually agreed that the
Contractor shall be responsible for agreement and conformity of his working drawings with the
approved Plans and Specifications.
The Contract price shall include the cost of furnishing all working drawings and the
Contractor will be allowed no extra compensation for such drawings.
5.3 Conformity with Plans and Allowable Deviations - The finished work in all cases
shall conform with lines, grades, cross-sections, and dimensions shown on the approved Plans;
any such deviations from the approved Plans and working drawings as may be required by the
exigencies of construction will in all cases be determined by the Engineer and authorized in
writing.
5.4 Coordination of Plans. Specifications. and Special Provisions - These
Specifications, the Plans, Special Provisions, and all supplementary documents are essential parts
of the Contract and a requirement occurring in one is as binding as though occurring in all. They
are intended to be cooperative, to describe and provide for a complete Work. In case of
Bid No. 24-99/00
Date: October 13, 1999
36
discrepancy, figured dimensions shall govern over scaled dimensions. Plans shall govern over
Specifications, Special Provisions shall govern over both Specifications and Plans.
5.5 Cooperation of Contractor - The Contractor will be supplied with copies of the
Plans, Specifications, and Special Provisions. The Contractor shall have available on the Work
at all times, one copy each of said Plans and Specifications and Special Provisions; he shall give
the Work the constant attention necessary to facilitate the progress thereof and shall cooperate
with the Engineer and with other contractors in every way possible. The Contractor shall at all
times have a competent English-speaking Superintendent, capable of reading and thoroughly
understanding the Plans and Specifications, as his agent on the Work, who shall receive
instructions from the Engineer or his authorized representatives. The Superintendent shall have
full authority to execute the orders or directions of the Engineer without delay and to promptly
supply such materials, tools, plant, equipment, and labor as may be required. Such
Superintendent shall be furnished irrespective of the amount of work sublet.
5.6 Inspectors - Inspectors employed by the Engineer shall be authorized to inspect all
work done and materials furnished. Such inspection may extend to all or any part of the Work
and to the preparation or manufacture of the materials to be used. An inspector may be stationed
on the Work to report to the Engineer as to the progress of the Work and the manner in which it
is being performed; also to report whenever it appears that the materials furnished and work
performed by the Contractor fail to fulfill the requirements of the Specifications and Contract,
and to call to the attention of the Contractor any such failure or other infringements. Such
inspection, however, shall not relieve the Contractor from any obligation to perform all the Work
strictly in accordance with the requirements of the Specifications. In case of any dispute arising
between the Contractor and the Inspector as to material furnished or the manner of performing
the Work, the Inspector shall have the authority to reject materials or suspend the Work until the
question at issue can be referred to and decided by the Engineer. The Inspector shall perform
such other duties as are assigned to him. He shall not be authorized to revoke, alter, enlarge,
relax, or release any requirements of these Specifications, not to approve or accept any portion of
work, nor to issue instructions contrary to the Plans and Specifications. The Inspector shall in no
case act as Foreman or perform other duties for the Contractor, nor interfere with the
management of the Work by the latter. Any advice which the Inspector may give the Contractor
shall in no way be construed as binding the Engineer in any way, nor releasing the Contractor
from fulfillment of the terms of the Contract. Ordinarily one Inspector will be employed by the
City for each section of the Work under Contract; but if, on account of any apparent disregard of
these Specifications, additional Inspectors shall be required, they will be employed by the City at
the rate of $150.00 per diem each, and the cost of same charged to the Contractor and deducted
from the final payment.
5.7 Inspection - The Contractor shall furnish the Engineer with every reasonable facility
for ascertaining whether or not the work performed and materials used are in accordance with the
requirements and intent of the Specifications and Contract. If the Engineer requests it, the
Contractor shall at any time before final acceptance of the Work remove or uncover such
portions of the finished Work as may be directed. After examination the Contractor shall restore
said portions of the Work to the standard required by the Specifications. Should the Work thus
exposed or examined prove acceptable, the uncovering or removing, and the replacing of the
Bid No. 24-99/00
Date: October 13,1999
37
covering or making good of the parts removed, shall be paid for as "Extra Work," but should the
work so exposed or examined prove unacceptable, the uncovering or removing and the replacing
of the covering or making good of the parts removed, shall be at the Contractor's expense. No
work shall be done nor materials used without suitable supervision or inspection by the Engineer
or his representative. Failure to reject any defective work or material shall not in any way
prevent later rejection when such defect be discovered, or obligate the City to final acceptance.
5.8 Failure to Remove and Renew Defective Materials and Work - Should the
Contractor fail or refuse to remove and renew any defective materials used or work performed, or
to make any necessary repairs in an acceptable manner and in accordance with the requirements
of these Specifications within the time indicated in writing, the Engineer shall have the authority
to cause the unacceptable or defective materials or work to be removed and renewed, or such
repairs as may be necessary, to be made at the Contractor's expense. Any expense incurred by
the City in making these removals, renewals or repairs, which the Contractor has failed or
refused to make, shall be paid for out of any monies due or which may become due the
Contractor or may be charged against the "Contract Bond" deposited; and continued failure or
refusal on the part of the Contractor to make any or all necessary repairs promptly, fully, and in
an acceptable manner shall be sufficient cause for the Board, at its option, may purchase
materials, tools, and equipment and employ labor or may contract with any other individual, firm,
or corporation to perform the Work. All costs and expenses incurred thereby shall be charged
against the defaulting Contractor and the amount thereof deducted from any monies due or which
may become due him, or shall be charged against the "Contract Bond" deposited. Any work
performed, as described in this paragraph, shall not relieve the Contractor in any way from his
responsibility for the work performed by him.
5.9 Final Inspection - Whenever the Work provided and contemplated by the Contractor
shall have been satisfactorily completed and the final cleaning up performed, the Engineer shall
within ten (10) days, unless otherwise provided, make the final inspection.
Bid No. 24-99/00
Date: October 13, 1999
38
Section 6
CONTROL OF MATERIALS
6.1 Source of Supply and Quality of Materials - At the option of the Engineer the
source of supply for each of the materials shall be approved by the Engineer before the delivery is
started. Representative preliminary samples of the character and quality described shall be
submitted by the Contractor or producer for examination and tested in accordance with the
methods referred to under Samples and Tests, Paragraph 6.2. Only materials conforming to the
requirements of these Specifications and approved by the Engineer shall be used in the Work. All
materials proposed to be used may be inspected or tested at any time during their preparation and
use. If, after trial, it is found that sources of supply which have been approved do not furnish a
uniform product, or if the product from any sources proves unacceptable at any time, the
Contractor shall furnish approved material from other approved sources. No material which after
approval has in any way become unfit for use shall be used in the Work.
6.2 Samples and Tests - For the purpose of assisting his judgment the Engineer may
require any or all materials to be subject to test by means of samples or otherwise as he may
determine. The Contractor shall afford such facilities as the Engineer may require for collecting
and forwarding samples and shall not make use of or incorporate in the Work any material
represented by the samples until the tests have been made and the materials found in accordance
with the requirements of the Specifications and are acceptable. The Contractor in all cases shall
furnish and deliver the required samples without charge. Samples shall be furnished sufficiently
in advance so that the results of the required tests may be secured prior to the incorporation of the
material in the Work.
The manner of collecting and testing samples, as well as all apparatus and equipment
used for this purpose, shall conform to the A.S.T.M. Current Standards or Tentative Standards,
as the case may be, insofar as these are applicable - unless specifically stated otherwise.
6.3 Storaee of Materials - Materials shall be stored so as to insure their preservation and
quality and fitness for the work, and shall be so located as to facilitate prompt inspection.
Materials improperly stored may be rejected without testing.
6.4 Defective Materials - All materials not conforming to the requirements of these
Specifications shall be considered as defective and all such materials, whether in place or not,
shall be rejected and shall be removed immediately from the site of the Work, unless otherwise
permitted by the Engineer. No rejected material, the defects of which have been subsequently
corrected, shall be used until approval has been given. Upon failure on the part of the Contractor
to comply with any order of the Engineer made under the provisions of this article, the Engineer
shall have authority to remove and replace defective material and to deduct the cost of removal
and replacement from any monies due or to become due the Contractor.
Bid No. 24-99/00
Date: October 13, 1999
39
Section 7
LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
7.1 Laws to be Observed - The Contractor must familiarize himself and comply with all
Federal, State, County, and City laws, ordinances, or regulations, and govern himself accordance
with them. He shall indemnifY and hold harmless the City, the Architects and all of its officers
agents, and servants against any claims or liability arising from, or based on, the violation of any
such laws, by-laws, ordinances, regulations, orders, or decrees, whether by himself or his
employees.
7.1. I The requirement of Chapter 31A, Section 27-31 Prevailing Wage is a
requirement of many construction contracts that exceed $1,000,000.00.
7.1.2 PUBLIC ENTITY CRIMES
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 of 36 months from the date of being placed on the
convicted vendor list.
7.1.3 VENDOR APPLICATION
Prospective bidders should register with the City of Miami Beach
Procurement Division; this will facilitate their receipt of future notices of
solicitations when they are issued. The successful bidder(s) must register
prior to award; failure to register will result in the rejection of their bid.
Potential bidders may contact the Procurement Division at (305) 673-7490
to request an application.
Registration requires that a business entity complete a vendor application
and submit an annual administrative fee of $20.00. The following
documents are required:
I. Vendor registration form
2. Commodity code listing
3. Articles ofIncorporation - Copy of Certification page
4. Copy of Business or Occupational License
It is the responsibility of the bidder to inform the City concerning any
changes, such as new address, telephone number, or commodities.
Bid No. 24-99/00
Date: October 13, 1999
40
7.2 Permits. Licenses. Occupational Licenses - The Contractor shall procure all
permits and licenses as required, however, there will be no charge for the construction permits
issued by the City of Miami Beach. The Contractor shall also give all notices necessary and
incident to the due and lawful prosecution of the Work.
7.3 Patented Devices. Materials. and Processes - It is mutually understood and agreed
that without exception contract prices are to include all royalties and costs arising from patents,
trademarks, and copyrights in any way involved in the Work. It is the intent that whenever the
Contractor is required or desires to use any design, device, material, or process covered by letters,
patent or copyright, the right for such use shall be provided for by suitable legal agreement with
the patentee or owner, and a copy of this agreement shall be filed with the Engineer; however,
whether or not such agreement is made or filed as noted, the Contractor and the Surety in all
cases shall indemnifY and save harmless the City from any and all claims for infringement by
reason of the use of any such patented design, device, material, or process, to be performed under
the Contract, and shall indemnifY the said City for any costs, expenses, and damages which it
may be obliged to pay, by reason of any such infringement, at any time during the prosecution or
after completion of the Work.
7.4 Ri2ht of Way - In cases where the Work is done on private property the City
guarantees the Contractor the right-of-way for the construction of the Work, but the Contractor
must take all precautions not to inconvenience the tenant or property owner any more than
necessary. The right is reserved to omit any sections of the Work which depend upon a
right-of-way grant in case such right-of-way is denied the City.
The Contractor shall have no claims for damage due to delay by the City in furnishing
necessary right-of-way, but should any such delay occur the Contractor shall be entitled to such
extension of time for the completion of his Contract as may be determined by the City to be
reasonable.
In case of damage to the work on account of work so done, the Engineer may direct the
Contractor to make the necessary repairs, and payment for such repairs will be made as provided
under "Extra Work." Should the Contractor refuse or neglect to make the said repairs within the
time specified, the Engineer shall have the authority to cause such repairs to be made, in which
case the Contractor shall not be relieved in any way from his responsibility for the work
performed by him.
7.5 Restoration of Surfaces Opened bv Permit - Any individual, firm, or corporation
wishing to make an opening in the street must secure a permit from, and will be required to
deposit security with, the Engineer, in a suitable amount to cover the cost of making the
necessary repairs, and the Contractor shall not allow any person or persons to make an opening
unless a duly authorized permit from the City is presented.
The right is reserved to lay in the street or to repair any sewer, drain, conduit, main, or
service pipe or their accessories at any time before the completion of the Work. The Contractor
is to exercise such supervision thereof as will protect him against defects in the finished Work.
Bid No. 24-99/00
Date: October 13. 1999
41
In case of damage to the work on account of work so done, the Engineer may direct the
Contractor to make the necessary repairs, and payment for such repairs will be made as provided
under "Extra Work." Should the Contractor refuse or neglect to make the said repairs within the
time specified, the Engineer shall have the authority to cause such repairs to be made, in which
case the Contractor shall not be relieved in any way from his responsibility for the work
performed by him.
7.6 Sanitary Provisions - The Contractor shall provide and maintain at his own expense,
in a sanitary condition, such accommodations for the use of his employees as is necessary to
comply with the requirements and regulations of State and County Boards of Health. He shall
commit no public nuisance.
7.7 Public Convenience and Safety - The Contractor shall conduct the Work so as to
insure the least obstruction to traffic practicable, and shall provide for the convenience of the
general public and of residents along and adjacent to the Work in a manner satisfactory to the
Engineer. Materials and equipment stored upon the Work shall be placed so as to cause as little
obstruction to the public as possible and shall be lighted and barricaded as hereinafter provided.
7.8 Closin2 Streets - Streets shall not be closed except when and where directed by the
Engineer, and whenever the street is not closed the Work must be so conducted that there shall at
all times be a safe passageway for traffic. Whenever it is necessary to divert traffic from any part
of the Work the Contractor shall provide and maintain a passable driveway as directed by the
Engineer.
Suitable barricades, danger warnings, detour signs, etc., as hereinafter provided, shall be
maintained by the Contractor in all cases and the Engineers office and the Fire Department shall
immediately be notified by telephone or otherwise upon the closing and/or opening of each street
or section thereof.
7.9 Barricades. Warnin2s. and Detour Si2ns - The Contractor shall provide, erect, and
maintain, at his own expense, barricades, danger warnings, and detour signs whenever they may
be necessary. He shall place sufficient lights on and/or near the Work and keep them burning
from twilight to sunrise; shall erect suitable barricades, railings, fences, and/or other protection
about the Work; provide all watchmen by day or night and take all other precautions that may be
necessary; shall maintain proper guards and lights for the prevention of accidents upon materials,
supplies, and equipment, and take all other precautions that may be necessary for the proper
protection of the Work and public convenience and safety.
Streets closed to traffic shall be protected by effective barricades on which shall be placed
acceptable warning signs. The Contractor shall provide and maintain acceptable warning and
detour signs at all closures, intersections, and along the detour routes, directing the traffic around
the closed portion or portions of the Work, so that the temporary detour route or routes shall be
indicated clearly throughout its or their entire length.
7.10 Fire Hvdrants. Gutters. Etc. - Fire hydrants on or adjacent to the Work shall be
kept accessible to the fire apparatus at all times and no material or obstructions shall be placed
Bid No. 24-99/00
Date: October 13, 1999
42
within ten (10) feet of any such hydrant. Adjacent premises must be given access as far as
practicable, and obstruction of sewer inlets, gutters, and ditches will not be permitted.
7.11 Use of Explosives - Unless otherwise expressly stipulated herein, the use of
explosives is not contemplated in the prosecution of this Contract, and in no case will their use
be permitted without the written permission of the City Engineer and a permit issued by the
Chief of the Fire Department.
Where such permission for the use of explosives is obtained the Contractor shall use the
utmost care so as not to endanger life or property, and whenever directed the number and size of
the charges shall be reduced. All explosives shall be stored in a secure manner, and all such
storage places shall be marked clearly, "DANGEROUS EXPLOSIVES," and shall be in the care
of competent watchmen.
7.12 Preservation of Property - The Contractor shall preserve from danger all property
along the line of Work, the removal or destruction of which is not called for by the Plans. This
applies to public utilities, trees, lawns, buildings, fences, bridges, pavements, and other
structures, monuments, pipe, underground structures, etc., and wherever such property is
damaged due to the activities of the Contractor it shall be immediately restored to its original
condition by the Contractor and at his own expense.
The Contractor shall give due notice to any department or public service corporation
controlling manholes, valve jackets, meter boxes, street monuments, etc., prior to adjusting them
to grade, and shall be held strictly liable to the City if any such appliances are covered up during
the construction of the Work.
In such case of failure on the part of the Contractor to restore any such property, or make
good any damage or injury thereto, the Engineer may, upon forty-eight hours' notice, proceed to
repair, rebuild, or otherwise restore such property as may be deemed necessary and the cost
thereof will be deducted from any monies due or which may become due the Contractor under
this Contract. Nothing in this clause shall prevent the Contractor from receiving proper
compensation for the removal or replacement of any public or private property when same is
made necessary by alteration of grade or alignment, and such work is authorized by the Engineer,
provided that such property has not been damaged through fault of the Contractor, his employees,
or agents.
7.13 Responsibility for Dama2:e. Etc. - The Contractor shall indemnify and save
harmless the City, the Board, and all of its officers, agents, and employees from all suits, actions,
or claims of any character, name, and description brought for, or on account of, any injuries or
damages received or sustained by any person, persons, or property by or from the said
Contractor, or by, or in consequence of, any neglect in safeguarding the Work, or through the use
of unacceptable materials in the construction of the improvement, or by, or on account of any act
of omission, neglect, or misconduct of the said Contractor, or by, or on account of, any claims or
amounts recovered for any infringement of patent, trademark, or copyright, or from any claims or
amounts arising or recovered under the "Workmen's Compensation Law" or any other laws,
by-laws, ordinance, order or decree, and so much of the money due the said Contractor under and
Bid No. 24-99/00
Date: October 13, 1999
43
by virtue of his Contract as shall be considered necessary by the Engineer may be retained for the
use of the City, or in case no money is due, his surety shall be held until such suit or suits, action
or actions, claim or claims, for injuries or damages, as aforesaid, shall have been settled and
suitable evidence to that effect furnished to the Engineer.
The Contractor guarantees the payment of all just claims for materials, supplies, tools,
labor, and other just claims against him or any subcontractor in connection with this Contract and
his bonds will not be released by final acceptance and payment by the City unless all such claims
are paid or released.
7.14 Contractor Responsibility for Work - Until acceptance of the Work by the Board
it shall be under the charge and care of the Contractor and he shall take every necessary
precaution against injury or damage to any part thereof by the action of the elements or from any
other cause whatsoever arising from the execution or from the non execution of the Work. The
Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or
damages to any portion of the Work occasioned by any of the above causes before its completion
and acceptance except such ordinary wear and tear as may be due to use on sections opened for
service, as hereinafter provided.
7.15 Openine: of Section of Work for Service - Whenever, in the opinion of the
Engineer, any portion of the Work is in acceptable condition for use it shall be opened for service
as may be directed and such opening shall not be held to be in any way an acceptance of the work
or any part of it or as a waiver of any provisions of these Specifications and Contract. Necessary
repairs or renewals made on any section of the Work due to its being opened for use under
instructions from the Engineer, to defective materials or work, or to natural causes other than
ordinary wear and tear, pending completion and acceptance of the Work, shall be performed at
the expense of the Contractor.
7.16 No Waiver of Lee:al Rie:hts - The City reserves the right, should an error be
discovered in the partial or final estimates, or should conclusive proofs of defective work or
materials used by or on the part of the Contractor be discovered after the final payment has been
made, to claim and recover by process of law such sums as may be sufficient to correct the error
or make good the defects in the work and materials.
7.17 Liabilities and Duties of Contractor Not Limited - The mention of any specific
duty or liability upon the Contractor in any part of the Specifications shall not be construed as a
limitation or restriction upon general liability or duty imposed upon the Contractor by the
Specifications, said reference to any specific duty or liability being for purposes of explanation
only. No waiver of any breach of the Contract shall constitute a waiver of any subsequent breach
of any part thereof, nor of the Contract.
Bid No. 24-99/00
Date: October 13, 1999
44
Section 8
PROSECUTION AND PROGRESS
8.1 Sublettine: or Assie:nine: Contracts - The Contractor will not be permitted to sublet,
assign, sell, transfer, or otherwise dispose of the Contract or any portion thereof, or of his right,
title, or interest therein to any individual, firm, or corporation without the written consent of the
Board. In case such approval is given the Contractor must file with the Engineer copies of all
sub-Contracts. No sub-Contracts or transfer of Contract shall in any case release the Contractor
of his liability under this Contract and Bond.
8.2 Proe:ress of Work - It is understood and agreed that the Contractor shall commence
work not later than the time limit for beginning as set forth in the attached Proposal, and shall
provide an adequate force oflabor and equipment to prosecute the Work at as many different
points as may be deemed necessary by the Engineer so as to insure the completion of the same
within the time limit for completion as set forth in the attached Proposal or Contract, except that
where the Contractor has more than one uncompleted Contract with the City, he is not to
commence another Contract nor place materials on the streets thereof without the consent of the
Engineer.
8.3 Limitations of Operations - The work is to be confined, at anyone time, to five
squares, not to exceed 1,500 feet in length; and while the work is actually going on, as much as
half this length may be barricaded to entirely exclude traffic, but not over half; nor will two
consecutive street intersections be allowed to be entirely closed to exclude traffic except by
written consent of the Engineer. Street traffic is not to be needlessly obstructed but no street is to
be opened to traffic until the Engineer gives his consent. The Contractor may erect or maintain
along the lines of his work such tool boxes, sheds, storehouses, or other buildings as may be
necessary, provided such structures do not interfere with the reasonable use of the streets or
sidewalks. The size, location, and construction of these must be subject to the approval of the
Engineer.
The Contractor hereby agrees to arrange his work and dispose his materials so as not to
interfere with the operations of other contractors engaged upon adjacent work and to join his
work to that of others in a proper manner in accordance with the spirit of the Plans and
Specifications, and to perform his work in the proper sequence in relation to that of other
Contractors, all as may be directed by the Engineer.
Each Contractor shall be held responsible for any damage done by him or his agents to
the work performed by another Contractor. Each Contractor shall so conduct his operations and
maintain the Work in such condition that adequate drainage shall be in effect at all times.
8.4 Character of Workmen and Equipment - The Contractor shall employ such
superintendents, foremen, and workmen as are careful and competent. Whenever the Engineer
shall determine that any person employed by the Contractor is, in his opinion, incompetent,
unfaithful, disorderly, or insubordinate such person shall, upon notice; be discharged from the
Work and shall not again be employed on it except with written consent of the Engineer.
Bid No. 24-99/00
Date: October 13, 1999
45
All workmen must have sufficient skill and experience to properly perform the work
assigned them. All workmen engaged on special work or skilled work, or in any trade, shall have
had sufficient experience in such work to properly and satisfactorily perform it and to operate the
equipment involved, and shall make due and proper effort to execute the Work in the manner
prescribed in these Specifications. Otherwise the Engineer may take action as above prescribed.
Should the Contractor fail to remove such person or persons, or fail to furnish suitable or
sufficient machinery, equipment, or force for the proper prosecution of the Work, the Engineer
may withhold all estimates which are or may become due, or may suspend the Work until such
orders are complied with. The equipment used on any portion of the Work shall be such that no
injury to the roadway, adjacent property, or other highways will result from its use; and no item
of machinery or equipment, after once being place on the Work, shall be removed without the
consent of the Engineer.
8.5 Temporary Suspension of Work - The City or Engineer shall have the authority to
suspend the Work wholly or in part for such period or periods as may be deemed necessary due
to unsuitable weather or such other conditions as are considered unfavorable for the suitable
prosecution of the Work, or for such time as is necessary due to the failure on the part of the
Contractor to carry out orders given or perform any or all provisions of the Contract. If it should
become necessary to stop work for an indefinite period, the Contractor shall store all materials in
such manner that they will not obstruct or impede the traveling public unnecessarily, nor become
damaged in any way, and he shall take every reasonable precaution to prevent damage or
deterioration of the work performed; provide suitable drainage of the roadway by opening
ditches, shoulder drains, etc., and erect temporary structures where directed. The Contractor
shall not suspend the Work and shall not remove any equipment, tools, lumber, or other materials
without the written permission of the Engineer.
No allowance of any kind will be made for such suspension of work except an equivalent
extension of time for completion of the Contract.
8.6 Computation of Contract Time for Completion of the Work - Contractor shall
perform fully, entirely, and in accordance with these Specifications the Work contracted for
within specified time stated in the attached Proposal. In adjusting the contract time for the
completion of the Work, the length of time expressed in days, during which the prosecution of
the Work has been delayed in consequence of any suspension of work ordered by the Engineer,
or omission of the Board and not by any fault of the Contractor, shall be added to the contract
time as set forth in the attached Proposal, all of which shall be determined by the Engineer, and
whose determination shall be binding and conclusive upon both parties to the Contract. If the
satisfactory execution and completion of the Contract shall require work or material in greater
value than set forth in the Contract, then the contract time shall be increased in the same ratio as
the additional value bears to the original value contracted for. No allowance shall be made for
delay or suspension of the prosecution of the Work due to fault or negligence of the Contractor.
No claim for damages shall be made or allowed on account of delay or postponement occasioned
by the precedence of other contracts which may be either let or executed before the execution of
Bid No. 24-99/00
Date: October 13, 1999
46
the Contract, or on account of the streets or structures adjacent to the Work not being in the
condition contemplated by the parties at the time of making the Contract, or on account of delay
in the removal of obstructions; but if the Contractor shall be delayed in the performance of his
work by reason of the streets or structures adjacent to the Work not being in condition
contemplated, or on account of delay in the removal of obstructions, or by reason of the Work or
any part thereof being suspended on account of other contracts, or for any other reason, such
allowance of time will be made as the Engineer shall deem reasonable.
8.7 Failure to Complete the Work on Time - The Work to be done under this Contract
is to be begun on or before the date set forth in the attached Proposal, and shall be prosecuted
with proper dispatch towards completion to the satisfaction of the Engineer, and is to be fully
completed within the time limit set forth in the attached Proposal, and it is understood and agreed
that the time limit for the completion of said Work is of the essence of the Contract, and should
the Contractor fail to complete the Work on or before the date specified it is agreed that for each
calendar day that any work shall remain uncompleted, after the time specified in the attached
Proposal, with any extension of time which may be allowed by the Engineer for the completion
of the Work provided for in these Plans, Specifications, Special Provisions, and Contract, the
sum per day given in the following schedule shall be deducted from the monies due to the
Contractor, not as a penalty but as liquidated damages and added expense for supervision on each
Contract:
Amount of Liquidated Damages and Estimated Cost of Supervision Per Day See Paragraph 3.2
of Agreement
The Contractor shall take into account all contingent work which has to be done by other
parties, arising from any cause whatsoever, and shall not plead his want of knowledge of said
contingent work as an excuse for delay in his work or for its non- performance.
Nothing in this clause shall be construed as limiting the right of the Board to declare the
Contract forfeited, to take over the Work, or to claim damages for the failure of the Contractor to
abide by each and every one of the terms of this Contract as set forth and provided for in the
General Provisions, Special Provisions, and Specifications herein contained.
8.8 Annulment of Contract - If the Contractor fails to begin the Work under Contract
within the time specified, or fails to perform the Work with sufficient workmen and equipment
or with sufficient materials to insure the prompt completion of said Work, or shall perform the
Work unsuitably, or shall neglect or refuse to remove materials or perform anew such work as
shall be rejected as defective and unsuitable, or shall discontinue the prosecution ofthe Work, or
if the Contractor shall become insolvent or be declared bankrupt, or commit any act of
bankruptcy or insolvency, or allow any final judgement to stand against him unsatisfied for a
period of forty eight (48) hours, or shall make an assignment for the benefit of creditors, or from
any other cause whatsoever shall not carry on the Work in an acceptable manner, the Engineer
may give notice in writing to the Contractor and his Surety of such delay, neglect, or default,
specifying the same, and if the Contractor, within a period of ten (10) days after such notice shall
not proceed in accordance therewith, then the Board shall upon written certificate from the
Engineer of the fact of such delay, neglect, or default and the Contractor's failure to comply with
Bid No. 24-99/00
Date: October 13, 1999
47
such notice, have full power and authority, without violating the Contract, to take the prosecution
of the work out of the hands of said Contractor, to appropriate or use any or all materials and
equipment on the ground as may be suitable and acceptable and may enter into an agreement for
the completion of said Contract according to the terms and provisions thereof, or use such other
methods as in its opinion shall seem advisable for the completion of said Contract in an
acceptable manner. All costs and charges incurred by the Board, together with the costs of
completing the Work under contract, shall be deducted from any monies due or which may
become due said Contractor. In case the expense so incurred by the Board shall be less than the
sum which would have been payable under the Contract if it had been completed by said
Contractor, then the said Contractor shall be entitled to receive the difference, and in case such
expense shall exceed the sum which would have been payable under the Contract, then the
Contractor and the Surety shall be liable and shall pay to the City the amount of said excess.
8.9 Termination of Contractor's Responsibility - This Contract will be considered
complete when all work has been completed, final inspection made, and the work accepted by the
Board as hereinafter provided. The Contractor will then be released from further obligation
except as set forth in his bond, and except as provided in Article 7.16 of these Specifications.
Bid No. 24-99/00
Date: October 13, 1999
48
Section 9
MEASUREMENT AND PAYMENT
9.1 Measurement of Quantities - All work completed under this Contract shall be
measured by the Engineer, according to United States Standard Measures. All measurements
shall be taken horizontal or vertical, except for paving surfaces, which will be taken along the
actual surface of the pavement. No allowance shall be made for surfaces laid over a greater area
than authorized or for material moved from outside of slope-stakes and lines shown on the Plans,
except where such work is done upon written instructions of the Engineer.
9.2 Scope of Payments - It is understood and agreed that the Contractor shall receive
and accept the prices and rates, as herein specified, in full payment for furnishing all materials,
labor, equipment, and tools, and for performing all the Work contemplated and embraced in the
attached Specifications and Proposal, also for all loss or damage arising out of the nature of the
Work aforesaid, or from the action of the elements or for any unforeseen difficulties or
obstructions which may arise or be encountered in the prosecution of the Work, until its final
acceptance as hereinafter provided for, and also for all risks of every description and all expenses
incurred by or in consequence of the suspension or discontinuance of the Work as herein
provided for, or for any infringement of patent, trademark, or copyright, and for the completion
of the Work in accordance with the Plans, Specifications, and Contract.
9.3 Payment and Compensation for Altered Quantities -When Alterations in Plans or
quantities of work not requiring Supplemental Agreements as hereinbefore provided for are
ordered and performed, the Contractor shall accept payment in full at the Contract unit price for
the actual quantities of work done; no allowance will be made for anticipated profits; increased
or decreased work involving Supplemental Agreements shall be paid for as stipulated in such
agreement.
9.4 Force Account Work - All Extra Work done on a "Force Account" basis shall be
performed by such labor, teams, tools, and equipment as may be specified by the Engineer, and
will be paid for in the following manner:
(a) For all labor, teams, and foremen in direct charge of the specified operations, the
Contractor shall receive the current local rate of wages, to be agreed upon in writing before
starting such work, for every hour that said labor, teams, and foremen are actually engaged in
such work, to which shall be added an amount equal to 15 percent of the sum thereof which shall
be considered as full compensation for general supervision and the furnishing and repairing of
small tools and ordinary equipment used on the contract such as picks, hand shovels, plows, etc.
In addition to the above, the Contractor shall receive the actual cost for Social Security Taxes,
Unemployment Insurance, and Workmen's Compensation Insurance involved in such force
account work, based on the actual wages paid the said labor and foremen. No percentage will be
added to the cost of such taxes or insurance.
(b) For all materials used the Contractor shall receive the actual cost of such materials,
delivered at the site, as shown by the original receipted bills, but no percentage shall be allowed
Bid No. 24-99/00
Date: October 13. 1999
49
the Contractor a portion of the suspended payment, provided that the City shall at all times retain
an amount sufficient to enable it to complete the uncompleted work in the Contract and liquidate
unsatisfied claims.
9.7 Acceptance and Final Payment - Whenever the improvement provided for under
this Contract shall have been completely performed on the part of the Contractor, and all parts of
the Work have been approved by the Engineer according to the Contract, and all trash, debris,
equipment, and other things used in the construction removed from the site of the construction
and from the adjoining land, the Engineer, after final inspection as provided herein, shall certify
such fact to the Board in writing, recommending the acceptance of the Work.
Upon acceptance of the Work by the Board, a Final Estimate showing the value of the
Work will be prepared by the Engineer as soon as the necessary measurements and computations
can be made all prior certificates or estimates upon which payments have been made being
approximate only and subject to correction in the Final Estimate.
The amount of the Final Estimate, less any sums that may have been deducted or retained
under the provisions of this Contract, will be paid to the Contractor within thirty(30) days after
the Final Estimate has been approved by the Board, provided that the Contractor has furnished to
the Board a sworn affidavit to the effect that all bills are paid and no suits are pending in
connection with the Work done under this Contract. Upon this final payment the City is to be
released from all liability whatever growing out of this Contract.
Bid No. 24-99/00
Date: October 13, 1999
51
on the cost of such materials.
(c) For any special equipment or machinery, such as power driven rollers, tractors, trucks,
shovels, drills, concrete mixers, pumps, and hoists, also industrial railway equipment, crushers,
etc., required for the economical performance of the work, the Engineer shall allow the
Contractor a reasonable rental price to be agreed upon in writing before such work is begun, for
each and every hour that said special equipment is in use on the work, to which sum no
percentage shall be added.
The compensation as herein provided shall be received by the Contractor as payment in
full for Extra Work done on a force account basis.
The Contractor's representative and the Inspector shall compare records of extra work
done on a force account basis at the end of each day. Copies of these records shall be made in
duplicate upon a form provided for this purpose by the Inspector and signed by both the Inspector
and the Contractor's representative, one copy being forwarded, respectively, to the Engineer of
his authorized representative, and to the Contractor. All claims for extra work done on a force
account basis shall be submitted as hereinbefore provided by the Contractor upon certified
statements, to which shall be attached original receipted bills covering the costs of and the freight
charges and hauling on all materials used in such work, and such statements shall be submitted to
the Engineer on the current estimate of the month in which work was actually done.
9.5 Omitted Items - The City shall have the right to cancel the portions of the Contract
relating to the construction of any items therein by the payment to the Contractor of a fair and
equitable amount covering all items incurred prior to the date of cancellation or suspension of the
work by order of the Engineer.
9.6 Partial Payments - If the Work progresses according to Contract, the Contractor will
be paid monthly ninety (90) percent of the value of the work completed, and materials furnished
by the Contractor under these Specifications, when such materials have been delivered,
inspected, and payments satisfactorily vouched for to the Engineer, provided the materials, in the
judgment of the Engineer, are such as will probably be incorporated in the Work within thirty
(30) days; ten (10) per cent of the amount due being reserved until a final settlement after the
completion of the Work.
It is understood and agreed that the City may also deduct from any estimate, either partial
or final, the amount of any unsatisfied claim against the Contractor for labor, materials, teams,
equipment and/or other things as elsewhere provided herein.
Should any defective work or material be discovered previous to the final acceptance, or
should a reasonable doubt arise previous to the final acceptance as to the integrity of any part of
the completed Work, the estimate and payment for such defective or questioned work shall not
be allowed until the defect has been remedied and causes for doubt removed. The monthly
payments shall be approximate only, and all partial estimates and payments shall be subject to
correction in the final estimate and payment. If the total amount of the retained percentage of the
Contract is greatly in excess of the uncompleted portion of the Contract the Engineer may allow
Bid No. 24-99/00
Date: October 13, 1999
50
Section 10
SPECIAL PROVISIONS
10.1 WORKMEN'S COMPENSATION: Before starting work the Contractor shall
furnish satisfactory evidence that he has complied with the Workmen's Compensation
Act of the State of Florida, and any amendments thereto, and all laws pertaining to the
protection of his employees.
10.2 BONDS: Bid and Contract Bonds will be required. A cashier's check, treasurer's
check, bank draft of any National or State bank, or Bid Bond payable to the order of
the City of Miami Beach executed by the bidder in the amount of not less than five
(5%) percent of the total bid shall accompany each proposal. The Performance and
Payment Bonds shall each be in the amount of one hundred (100%) percent of the
contract price, submitted by the successful bidder and placed through a Miami Beach
agency where practicable.
10.3 PROTECTION TO PUBLIC: The Contractor shall erect and maintain barricades
and warning signs to protect the public during the course of the work.
The Contractor shall take every precaution to protect the abutting properties and
minimize the possibility of damage to same. Contractor shall be liable for restoration
of all property including City property.
10.4 LEGAL LIABILITY: All suits, actions, or claims of whatever nature which, may
arise occasioned either directly or indirectly by the work provided for under the
Specifications herein, shall be assumed by the Contractor and the City Commission
and all its officers, agents, employees shall be indemnified and saved harmless
therefrom.
10.5 FAMILIARIZATION: The Contractor shall visit the site of proposed work in order
to become familiar with existing conditions at the site.
10.6 PERMITS: The Contractor shall procure all permits and licenses as required,
however, there will be no charge for the construction permits issued by the City of
Miami Beach.
10.7 CONFLICT BETWEEN SPECIAL PROVISIONS AND GENERAL
PROVISIONS: In case of conflict between the requirements of Special Provisions
and General Provisions, the requirements of the Special Provisions will prevail.
Bid No. 24-99/00
Date: October 13, 1999
52
DIVISION II
Technical Specifications
1. Plans and specifications prepared by Fuster Design Associates P.A.
1. Sheet L-1, Planting Plan and Specifications
3. Sheet L-2, Planting Plan and Specifications
4. Sheet 1-1, Irrigation Layout Plan
5. Sheet 1-2, Irrigation Layout Plan
5. Sheet I-3, Irrigation Specifications and Details
Bid No. 24-99/00
Date: October 13, 1999
53
ORDCNANCE NO. 99-3 [64
A.N ORDINANCE OF THE MA YOR AND CITY
COtyCMISSION OF THE CITY OF MIAMI
BEACH, FLORIDA ESTABLISHING A "CONE
OF SILENCE" FOR CITY COMPETITIVE
BlDolNG PROCESSES, BY AMENDlNG
CH.-\PTER 2 OF THE CODE OF THE CITY OF
MfAMl BEACH ENTITLED
"ADMINISTR~ TION," BY AiYIENDING
ARTICLE VII THEREOF ENTITLED
"ST.-\i'iDARDS OF CONDUCT," BY CREA TING
DI'Y1SrON 4 ENTITLED "PROCUREl\'IENT,"
BY CREATING SECTION 2-486 ENTITLED
"CONE OF SILENCE" BY PROVIDlNG FOR A
DEFI.:'fITION, PROCEDURES, AND
PENAL TIES; PROVIDING FOR REPEALER,
SEVER-\BILITY, INCLUSION IN THE CITY
CODE, AND AN EFFECTIVE DATE.
'WHEREAS, the Mayor and City Commission of the City of Miami Beach are desirous of
adopting a "Cone of Silence" procedure to protect the professional integrity of the City's
competitive bidding process by shielding the City's professional staff; and
\VHEREAS, the policy proposed herein recognizes the importance of requiring persons or
businesses who are part of the Ciry's competitive processes co disclose all communications INim the
City's professional staff: and .
\VHEREAS, communications beC\veen elected officials and the City's appointed staff during
a competitive bidding process should be in \vritine: so that it becomes a part of the public record; and
\VHEREAS, the proposed policy protects the rights of individuals to petition their
government and their elected officials: and
\VHEREAS, the policy proposed herein enhances the spirit of Florida's Government in the'
Sunshine Law.
NOW. THEREFORF. RF rT ORD\f:'lED GY THf \L\ YO~ ..\.\0 eny
COiVlMISSlO:\ OF THE CrTY OF 1vHAMI BEACH:
SECTTOr\i 1. S~([ion 2--./.26. of Division 4. ot' Article VlI at' (haped ::: of ehe Miami B~ach Citv
Code: is hereby L~e:;.(ej [0 read as to (/0 1,"';5:
Article \"II. SC:lnd:lrds of Conduct
'I'
;<
Oi'.'ision J. P~ocrremenr
Sec. 2-~,%. Cone of Silence
L C,':,;(,acs [or (he orovision of ~oods and ser.'ices other ehan audit Clrd rl'ld'=;:;C:'lCCd
Pc: ..1(': Sc_:or [f''l3j;c~tor CC;'lCF:il :rpSrC) conrrac(s.
(3.) "Cone of Silence" is hereby defined to mean a prohibition on: (a) anv
communication regardin~ a oarticular Request for Proposal ("RFP"). Request
for uaJifications ("RFO" . Re ue t for etters offnterest (" [". r id
berween a potencial vendor. ser.'ice provider. bidder. lobbvist. or consultant
and the City's professional scaff including. but not limited to. the City
Mana!?ei and his or her staff: and (b) anv communication re~ardin!? a
particular RFP. RFO. RFLL or bid berv.:een the Mavor. City Commissioners.
or their resoective staffs. and anI,' member of the Cit\r's professional staff
incfudin~. but nor limited to. the City Mana!?er and his or her staff
Not\v1thstandino- the foreo-oina the Cone 0 ilence hall not a 6- SG
competitive processes for the award of CDBG. HOME. SHIP and Surra'(
Funds administered bv the Miami Beach Office of Communi tv Development.
and communications \'vith the Ciev Arromev and his or her staff.
(0) Procedure
(i) A Cone of Silence shall be imoosed unon each RFP. RFO. RFLL and
bid after the advertisement of said RFP. RFO. RFLL or bid. At the
lime of imoosition of the Cone of Silence. the Crtv Manager or his or
her designee shall provide for oub!ic notice of the Cone of Silence.
The Ciev Manaf?er shan include in an\" oublic solicitation for goods
and services a statement disclosing the reauirements of this
ordinance.
@ The COrle of Silence shall terminate a) at the time the Cit",. Mana~er
makes his or her written recommendation as to selection of a .
2
,:lrlictlhr R FP R Fn RFL [ or hid to the ('it'! ('ommlssinn: rrnvided
hl,t'..~'.a rll:lt If rh,: (~ir', (~"mmissllJn rr~t~rs [he: '\IJna~er's
rccnmmen(1Jtion n~ck to rhe (if\: :\fan.:1~c:r or SW.t1 tor tlrn:h~r revie~
[he: (Ilne of~ilence "hall he reim osed until such time as the
\1:ln,J..;er mJkes :J. suhs~C]ue:lr \\Tirc~n r~cnmmend:}[ion. or h) in th~
e'en( or ,:on(racts tor ress rhan OS I ()()()()()() "vhen the Cit", :\fanan-er
."
c:\eCl!res the contract
~ E\ee2tions The nrnvislons o~' rhis nrdin:lnce sh;}" not annk to oral
c'~'7:munic.]tinns ;}[ nr~-i!id con t~re~c~s l'r:11 C'res~ntati()ns hdore;.::~_::,~
c1.':J!u.]t!on cC)mmiIT~es. contracr. ~L_ t:~::,),,3 discussions durin'! an\' du/v
n"r:cd ouhlle :T1eerin<:r. Duhlic nresentJ,tions made to rhe Citv Commissioners
.2ur:nlj In': du/v noticed public meetin~. contract negotiations with Cit'l/ staff
,:)1[cwv'in<:r the l"vard Or;1J1 RFP, RF0, RFU. or bid bv the Ci[V Commission.
<'r enmmunic::![:ons in ""Tiring:1t an" c:mc'with Jnv Ci[V emolovee. official or
-:-:e~ne::- tH' ere Ci[v Commission. unless soeciric.1I!v orohibited h'! the
1!JoiiC.1ble RFP, RFO RFU. or bid documents. The bidder or omposer shall
elk 1 COD\( or :mv vvTirrc:n communic.1rions \.virh the Cit".: Clerk. The Citv
Ci~:-k shall mak~ cODics .1v.1ilabk to 1nv oerson 1100n request.
.,
A~rl:;' ~.~..: ::-'sr~ COnfr:lcts,
W "Cone IH'Sile:lce" is hereb'! dc:fined co me.111 a orohibirion on: (a) an\(
Communicarions rqJrding .1 ~articular RFP, RFO. RFU. or bid bet\veen a
potential vendor. service orovider. bidder. lobby-ist. or consultant and rhe
\[avor. Citv Commissioners or rheir resoecrive staffs. and anv member ofrhe
Cirv's orofessional starf includinq, bur nor limited to the Cit'v Mana~er and
his or her staff and (HI anv oral communicarion re!?arding a particular RFP.
RF0. RFLL or bid be[',y-een [he <"[avor. CirV' Commissioners or rheir
re5De~[ive starrs and any- member ofrhe Cirv's orofessional sraffinduding.
but :cO[ limited [0 [he Ci[v "(Jnager .1r!C his or her staff ~iot\"ithstanding the
r~;re2oinQ:. [he Cine of Silence shall not aoo/v to communicarions "vith the
C:-::"-".::c,)me'! aGe his or her starf.
G2.l E'\ce::n as orovicied in subsecrions 2(c) and I(d) hereof. a Cone of Sile:1ce
shall be imoosed 1100n each RFP. RFO RFU. or bid for audit 2;:': ~~~~-=
Sc:-;ices :lEe!" [he 2dverrisemenr of said R.FP. R,.;:"(} RFLL or bid. .J..r the rime
l'i' [he imo(:>sirion or [he Cone of Sile:lc~. [he CitV' \(rana~er or his or her
,.:!esI'l::ee shail oro'/ide tor rhe aLleiic n0[ice or-che Cone or-Silence. T;le Coree
,)i'Si1enc~ silalI terminate ':..h::~ ::..:: C:-. \~":I.J.l:'::, '::,,'::~~I'::':;_ ;::~:::.::~j..:. ~~.:::
"''-'>;;'6 ) h' ,- C' \[ k h' I '",_
'.'. '" '-,l '~'.I[l:~ -C7 J. 2[ t Ie nme :r:~ ;:-.'.' 3.n2.!?c:- ma ~es is or ner \.\iT1l.LCI~
re~omme:ld.1Lion as co the selecrion of a Darticular RFP. RFO. RFU. or bid
':l) [he Cirv Commission: ofovided. ho"\.;eveL thar if the Citv Commission
rerers the Mana!?er's recommendarion back to rhe Citv' Manager or staff for.
nlrh:~r re''''c'.l:. [he Cnne n(c:.;il~r'1(:~ ,h:11f hc~ reimrJnsec !lnti! Sllch time;)s the
'vfanJ"er mJkes a 'Ilhse uent v,;rirren recommendation or hi or in the eVent
,'r CI)ntrJC[:; t;jr less rhJn -/ nonn no. when the: ('itv ManJ.rrer executes the
cnn(rJC[
'.:1 \;'Hhi:l<~ CI'ntJlned herein shJl1 rJrohihit an'/ hidda tir rJrnrJ()-;c~' (il r'iOm
r.1Jkin'! ouhlic nresenrJtions Jt du/v nnrice:d ore-hiJ conferences or before
l:U/<. nociced ie!~~:i()rt evaluation committee me:etinrzs: liil trom erl'!J!Zin'l: in
CcwrJC[ ~-:~. [:.1::\)113 discussions durin'! anv dull; noticed public meetin~: liii')
":"Jr:e::rzJ'!in~ in CnntrJct nec:ntiJ.tions ,,\'ith (itv staff tollowinz the a\vard of
J..i R;:P R::-n. RFU, or hid for ludit hv the Citv (ommission:or Ii,,) r'rom
cnmmllnic:ltin~ in writin<; with In'/ ('itv emolovee or offtciJI tar OUilJoses of
s.ee!,iil'! ci::trificJtion or Jdditional intormJ.tion from the Citv or responding:
[I) [he (itv's reauest tor c!J.rificltion or Jdditional inrormation. subject to the
::-r,'\:sinrs "i'che JrmlicJ.hle RFP. RFn RFlL or hid documents. The bidder
'''::-r''C'I'sei shJ./1 tile a COO" <Jr' arv \-HitTen communication wirh the Cir\'
Cierk The (it\' Clerk shall make conies ayaiinble ro rhe Q'ener3.1 public UDon
~eGU~S[.
G;;.:: \'.othir.~ c0ntJined herein shall orohibi( any lobbvisL bidder. proooser. or
,'the, CCison or entit'! from oubliC[v addressinQ" (he (it.... Commissioners
durin!! anI,' dulv noticed oublic meetincz re<;arding action on Jnl; audit ~
fP-SfG Ci'ntrJC~. The (it'll iYbnJcyer shal! include in Jny oublic solicitation for
-'">
auditina, r -r services a statement disclosina the reauirements of this
ordimnce.
~ Violations/Penalties and Procedures. f:-. J..:.:i::<JF. to the ;CFlJJt:<:3 vr0\id.:i ~1 Sc.::ivn
~ An a!le~ed viOlation of this Section =--+&6 by a oarricular bidder or oroooser
shall subiec: s<lid bidder or oroooser to the same procedures set forth in Sections
:-157(21 :::r.d r:). shaH rc:;der In'' RFP 2.\Varc. ~C() a\vard. RFU :lVI/a rd. or bid a\'.;ard
to said bicicer Or orolJoser void~. and said bidder or oroooser shall not be
conside,ed tar an\" RFP. 'RFO. RFU or bid for a contract for the orovision of ~oods
Or services for a oeriod or one vear. .-l,n1/ oerson who violates a oro1/ision of this
ordinance shai! be orohioired /Tom ser;ing on" Cirv ':')I"::;<:::[i':,: j':::':~::c" evaluarion
c0mmirree rnJ.ddicion co anv other oenairv ora videa by la\v. violation of anv
provision o( chis ordinance bv a Cit\: e:7lclo1/ee shaH subiect said emolol;ee co
diScIC'!!nar, ::.C,0~ CiD ro 2nd ;ncludin,? disT:1issaI. -\ddi,ionai!v. 2.f1V oe,son '.I;ho has
ce,sona! know1dze or';::I,iolarion of chis ordinance shall reoon such violation co the
St3.ce-l.c:or"'e'.' J."C,<ir 1.;;::\' tile 3. cor::-taint 'xirh the Miami-Dade Count': Erhics
Commission.
4
SECTION 2. REPEALER.
That all Ordinances or parts of Ordinances in conflict herewith be and the same are hereby
repealed.
SECTION 3. SE\'ERABTLTTY.
[f any section. subsection. clause or provision of this Ordinance is held invalid. the remainder
shall not be :!ffected by such invalidity.
SECTION ~. COOfFICA TION.
[c is the intention ofche Mavor and City Commission ofrhe 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 chis ordinance mav be renumbered or
'. .
relettered to accomplish such intention. and the word "ordinance" may be changed to "section",
"article," or ocher appropriate word.
SECTION 5. EFFECTIVE DATE.
This Ordinance shall take effect on the 16 ch day of January
,1999.
PASSED and ADOPTED this 6ch day of January
,1999.
~{ rrucL-
1l
A TIEST:
tvL';' YOR
CITY CLERK
5
APPROVED AS TO
FORM & lANGUAGE
& FOR EXECUTION
~.~
~/~9t
()'J"~
,... .~r.-ta.n..:o. IMlUt~'\."-'('.f"(.~ ...-t"D
Isc reading 12/16/98
2nd reading 1/6/99