Loading...
06-16-09 Item 6South Miami 1 efica City CITY OF SOUTH MIAMI I® OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM 2001 To: The Honorable Mayor Feliu and Members of the City Commission Via: W. Ajibola Balogun, City Manager _ From: Thomas J. Vageline, Director, Planning and Zoning Department Date: June 16, 2009 Agenda Item No.: 6 Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH GENERAL MASONRY CONSTRUCTION INC, FOR THE CONSTRUCTION AND INSTALLATION OF CAMBRIDGE LAWNS HISTORIC MARKERS IN THE AMOUNT OF $8,370.00 TO BE CHARGED AS FOLLOWS: $8,370.00 TO THE CITY'S PLANNING AND ZONING DEPARTMENT CONTRACTUAL SERVICES ACCOUNT NUMBER 001 -1620- 524 -3450; PROVIDING FOR AN EFFECTIVE DATE. Request: Authorizing the City Manager to execute a construction agreement with General Masonry Construction, Inc. for construction and installation of three Cambridge Lawns Historic Markers to be placed at the SW corner of Miller Drive and SW 6011 Avenue; at SW corner of Miller Drive and SW 63 Avenue; SW corner of SW 62na Avenue and SW 57th Street. Reason/Need: The intent of this project is to provide location identification for City's first historic district designation (October, 2004). Cost: $ 8,370.00 Project Background: In November, 2006 The Historic Preservation Board and the Planning and Zoning Department obtained an $8,000.00 grant from the Villagers, Inc. for construction and installation of three concrete markers to be placed at entrance /boundary points to the Cambridge Lawns Historic District. The grant is a reimbursement type grant requiring the City to expend (in advance) the $8,000.00 to construct the project, and then request reimbursement. A two year completion deadline set by the Villagers, has been extended to September, 2009. The City Commission at its January 9, 2007 meeting adopted Resolution No. 05- 07 -12390 which formally accepted the grant and directed the City Manager to advance funding for the project. During the next budget cycle (2007 -2008) the set aside of the advance funds was not placed in the budget. The Planning and Zoning Department during FY 2007 -2008 was able to save $8,000.00 in its budget. During 2 the FY 2008 -2009 budget preparation cycle the current City Manager agreed to carry over this amount for the project. The Planning Director at the time did not consider this project as a priority and assigned staff to other work. Following the resignation of the Planning Director in November of 2008, the Planning and Zoning Department was able to obtain an extension of time from the Villagers and obtained free architectural working drawings (needed for a bid process). The Administration has attempted on two occasions to obtain a responsive bid. The first bid response received on January 23, 2009 was determined non - responsive after discussions with the sole bidder. A second bid effort resulted in a single bid received on February 12, 2009. This bid amount was nearly twice the amount of funds available for the project. The Historic Preservation Board at its April 27, 2009 meeting, recommended that a third bid process be attempted and that there should be an option to allow the historic markers to be constructed of concrete vs. limestone. It was felt that this compromise would result in more responsive bidding. The registered architect of record for the marker project agreed to make the necessary changes in the plan document. Bid Summary Bid III was advertised in the Miami Review and Miami Herald in mid -May, 2009 and on the City's Web Site. Four Bids were received on June 11, 2009, at 12 noon. Bidder Option A (Limestone) Option B (Concrete) (1)General Masonry Construction $ 8,370 $ 7,470 (2) ProCon General Contractors - - - - -- $25,800 (3) Parsons General Contractors, Inc. $28,410 $28,800 (4) R. Tarafa General Contractors, Inc. $77,550 $64,428 Funding Funding will be from the following account: Account No. Amount Account Balance 001- 1620 - 524 =3450 $ 8,370.00 $48,026.00 Recommendation It is recommended that the City Manager be authorized to execute a construction contract for Option A (limestone) with the lowest bidder, General Masonry Construction. Backup Documentation: ❑ Proposed Resolution ❑ Bid Opening Report ❑ Selected Bid ❑ Reference Summary ❑ Public Notices Bid Package III ❑ Bid Package III(including, plans, contract) ❑ Copies of All Bids received ❑ Resolution No. 05 -07 -12390 XAComm Items\2009 \6- 16- OCambridge Lawns Markers Bid CM Reort.doc I RESOLUTION NO.: 2 3 A RESOLUTION OF THE MAYOR AND CITY 4 COMMISSION OF THE CITY OF SOUTH MIAMI, 5 FLORIDA, AUTHORIZING THE CITY MANAGER TO 6 EXECUTE AN AGREEMENT WITH GENERAL 7 MASONRY CONSTRUCTION INC. FOR THE 8 CONSTRUCTION AND INSTALLATION OF CAMBRIDGE 9 LAWNS HISTORIC MARKERS IN THE AMOUNT OF 10 $8,370.00 TO BE CHARGED AS FOLLOWS: $8,370.00 TO 11 THE CITY'S PLANNING AND ZONING DEPARTMENT 12 CONTRACTUAL SERVICES ACCOUNT NUMBER 001- 13 1620 -524 -3450 AND; PROVIDING FOR AN EFFECTIVE 14 DATE. 15 16 WHEREAS, the City of South Miami was awarded a preservation grant of 17 $8,000 from the Villagers. Inc. to be used to implement a Cambridge Lawns Historic 18 Markers Project which calls for the construction and installation of three concrete 19 markers to be placed at entrance /boundary points to the Cambridge Lawns Historic 20 District; and 21 22 WHEREAS, the Mayor and City Commission wish to implement the Cambridge 23 Lawns Historic Markers Project; and 24 25 WHEREAS, responses to the Cambridge Lawns Historic Markers Project Bid 26 No. III were received on June 11, 2009 and General Masonry Construction, Inc. 27 submitted the lowest and most responsive bid to the project; and 28 29 WHEREAS, the Mayor and City Commission desire to authorize the City 30 Manager to execute a construction contract with General Masonry Construction for the 31 Cambridge Lawns Historic Markers Project in "the amount of $ 8,370.00; and 32 33 WHEREAS, the total construction cost of $ 8,370.00 is to be charged as 34 follows:$ 8,370.00 to the Planning and Zoning Department Contractual Services account 35 number 001 - 1620 -524 -3450; and 36 37 38 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY 39 COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: 40 Section 1: The Mayor and City Commission authorize the City Manager to execute a 41 construction contract with General Masonry Construction, Inc. for the Cambridge Lawns 42 Historic Markers Project for Option A (limestone) in the amount of $8,370.00. 43 44 45 1 1 2 3 4 5 6 7 8 9 10 2 Section 2: The project's construction cost shall be charged as follows: Account No. Amount Account Balance 001 - 1620 -524 -3450 $ 8,370.00 $48,026.00 Section 3. The attached Contract agreement is made a part of this resolution. Section 4. This resolution shall be effective immediately after the adoption thereof. 11 PASSED AND ADOPTED this 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: CITY CLERK day of 92009. APPROVED: MAYOR READ AND APPROVED AS TO FORM: CITY ATTORNEY XAComm Items \2009 \6 -16 -09 \Cambridge Lawns Bid Resolution.doc COMMISSION VOTE: Mayor Feliu: Vice Mayor Beasley: Commissioner Palmer: Commissioner Newman: Commissioner Sellars: 2 South Miami Ali- America City I., 2001 BID OPENING REPORT Bids were opened on: June 11, 2009 at 12:05 p.m. For: CAMBRIDGE LAWNS HISTORIC DISTRICT ENTRANCE MARKER — BID III CONTRACTORS: BID AMOUNTS: 1. General Masonry Construction N 4 z�no •0 d 0PT1W 6 f 70076 6 6 2. Parsons General Contractors Inc a� q I6• bb 3. ProCon General Contractors ��� ' 66 4. R Tarafa General Contractor Inc. jq 191 o 6q, q2�, W THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED City Clerk's Sign: Witne! v OV I_.�, i a f f t S w F Bid Form III Project Name; Cambridge Lawns Marker Construction and Installation Project CITY OF SOUTH MIAMI BID FORM III Bid prices stated in the proposal include all costs and expenses for taxes, labor, equipment, materials, contractors overhead and profit. The quantities for payment under this Contract will be determined by actual measurement of the completed items in place, ready for service and accepted by the Owner: Payment for any item not listed in the Bid Form but shown in the plans shall be included in the proposal. Bid form submission must be accompanied by a copy of the bidder's occupational license and a copy of the contractor's license. Notice: The bid will be awarded to the lowest; responsive, responsible bidder. The City of South Miami reserves the right to reject any and all bids, to waive any information in any bid, and to increase or decrease the quantities shown in the bid form. Bids which contain irregularities of any kind may be rejected. BIDS FOR OPTION A OR OPTION B WILL BE ACCEPTED. BIDS FOR BOTH OPTION A AND B WILL BE ACCEPTED. UNIT TOTAL ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 101 Option A Cambridge Lawns Marker Construction 3 ea $ 1'790. D� 370. and on site installation (including base and footings) Marker construction material: Option "A" Local Limestone (All as indicated in Contract Section 1.01 A., Scope of Work and on Plans) Grand Total (In Figures): Grand Total (Written): �Awlbc wA 'J-�fet �NUPJCJ S"'I!N Dollars. UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 101 Option B Cambridge Lawns Marker Construction 3 ea $ ;1,490' $ 7 L) &70' and on site installation (including base and Footings) Marker construction material: Option "B" Textured Cast Stone (Concrete) (All as indicated in Contract Section 1.01 A., Scope of Work and on Plans) Grand Total (In Figures): $ 7A4-70- ` Grand Total (Written): -V^9u -b004 C.O.r �uned� �jQdG►i' Dollars G'1@ e ai 50�( on��rucr�eaZAC. 7 (0 Name of Bidding Fiu Author ignature Date 1 Vendor Registration Form General Information Company's legal Name: Owner's Name: re-, e. (7v Mailing Address: i 0`%6/ ::S, L--j n South Miami City: (. -A i i i State: � � Zip / Postal Code: � Telephone: t C' % i5 Fax: �?�' �) — q Contact: Job Title: Contact Telephone: (3^ -i) 9 Cell Phone: E Mail: �� �`"P`'�`Lo' ` I ° �'� Federal Tax ID: 65� ( Lf �lS3 Tvne of Organization (Select One _Private: For Profit _Private: Non -Profit _Religious Organization ,,/Corporation _Sole Ownership _Government/School Other: List the goods and /or services to be provided: A4 G S O,n,r cJ� LC f T _ P✓1 C e l�n TC I G �'0:�1 6 +emu f I 1 C 0-^ S l'+- e� c:;Y- , Me a"- e-n C G,I S 7t-.r L; c i'r:-r Business License Information: State License No. CC-)6 15-0 5,59 Occupational License No. I Ci0 Other: (:n surance n ation: General Liability t utomobile Liabili orker's Compensation Other: 6130 Sunset Drive South Miami, Florida 33143 305/663 -6339 Fax: 305/667 -7806 www.cityofsouthmiami.net r -• MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Miami -Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI -DADE: Before the undersigned authority personally appeared O.V. FERBEYRE, who on oath says that he or she is the VICE PRESIDENT, Legal Notices of the Miami Daily Business Review f /k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI - REQUEST FOR BID CAMBRIDGE LAWNS HISTORIC DISTRICT, ETC. in the XXXX Court, was published in said newspaper in the issues of 05/15/2009 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami -Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami -Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing this vertisem ublication in the said newspaper. Sworn to anc subscribed before me this 15 da of ` AY ^AA , A. 009 (SEAL) O.V. FERBEYRE personally known to me public State of Florida #r` i •,lnufti43 P�;rnz DOW 9771 i ti` fuptres 00/'0312012 Op f: t Fnury U ,Mawrownen � 1927 r otcto . CITY-OF SOUTH MIAMI, FLORIDA. REQUEST FOR BID {RFS) `. Cambridge Lawns Historic District Entrance Markers -Bid ill (Small construction and installation) PROJECT SUMMARY Ina ordance with full plans provided by the City. Construction of. three historic entrance markers (6 feet in height) to indicate the location of City's Cambridge Lawns Historic District. Markers are to be installed in the swale area at three pre - selected Iodations. Marker construction material may be either local limestone or textured oast stone.(concrete). SELECTED BIDDER RESPONSIBLE FOR Constriction of markers, base, structural footings and installation of markers at selected sites; installation of City provided bronze plaques; :obtaining all applicable.-permits. Project must be completed within thirty (30) days after notice to proceed: A BID PACKAGE, (PLANS, CONTRACT AND BID FORM) IS AVAILABLE AT THE CITY CLERICS OFFICE, 6130 SUNSET DRIVE, SOUTH MIAMI, FLORIDA 33143, OR E -MAIL AT MMENENDEZ@CITYOFSOUTHMIAML NET. . RESPONSE BID FORM DUE ON THURSDAY, JUNE 11, 2009 NO LATER THAN 12:00 NOON. 09- B- 273112329631VI 5/15 0 0 0 N N O O. U) ui C O N E m O CU a) d .° Z N c a C N O U 0 > a0i m U Q (n 0 a) E CL x Z O E O <T O ` Z y O O (A N 0 Q E (A U IG j T t O N Y O W O \V a I Auction Corner a a c m m m d 0 a m x E. d t H C 9 N C. C. M tr g m d � C 9 d W 7 _ C O U HIALEAH YARD SALE r NT_ �4HOTJIfe COCONUTGROVE COCONUTGROVE °_ ° _� 4 I.In Inside A OEFlNEIELY DEFINITELY °F3":H:,,. °, I(ENDFLt ;Pmache` eT:' ° ° "� m .�" Sale Sat Sun 12-5 a,%. •p �,.:N FANTASTIC ESTATE FANTASNCELTATE - - ���� k44'. HS.°c uNYss y c8wr SALE SALE „ ^ow 'i°°A ^;19 °' 'ncbo "o 9 TU.: - CYLLA w4'�JGR...11w; o -- MOM MEER o.�°� ^� :�nw w,p c...� °.e... s.�asw. n...n ".4: °m'a.. e�TGn ooiia 'iw "�I°n."�: sue.:'" o^ sw e$ �'o°, ° �3oo-Swe.o p{�•e'n � �•4.'w ?a$ ,_ •:�:;; tae° :?G;, 7 ° _ °wi' ^s: U,::' A�awo'.w,e. PEMBAOREPINESo °e�.P �Tro�YY..m ecu �a-- w ":'2.� _ " P -Place :s; "AE w . ". ,�'i'",.., Your ABSOIfmELlSrAN U.- 00-A e.'�9�`:� t '". "° Sawrda 9•�Sm' Salur0ayi 2pm (q - yy SurMa9 10.2pm - Sunday 10.2om 9 p Cless "e •�;';A.:4a "a:l:: ^• M.� - 366180UGAIN VILLA 2828 COACOOGHEE c died ;;;�„aN W P:. !;;P.•^ +�„':"' ac °:^ (OFF NEAR (OFF TIGER TAIL AND .� Miamilieraldwl SW 17tH AVE).a. °� @q�7 MAINHIGHWA s' "" h ...�......- ..-.T— Yl re, n�e.mw. °i« . °ea° r MiomiHerald(om/; Uassifieds r Uassifieds -11, Mmm Hu W ron✓ ^ "' �; •'w w REQUEST FOR BID (RFB). CITY OF SOUTH MIAMI, FLORIDA Cambridge Lawns Historic District Entrance Markers -Did III (Small. construction and installation) PROJECT SUMMARY In accordance with full plans provided by the City. Construction of three historic entrance markers (6 feet in height) to indicate the location of City's Cambridge Lawns Historic District. Markers are to be installed in the swale area at three pre - selected locations. Marker construction material may be either local limestone or textured cast stone (concrete). SELECTED BIDDER RESPONSIBLE FOR Construction of markers, base, structural footings and installation of markers at selected sites; installation of City provided bronze plaques; obtaining all applicable permits. Project must be completed within thirty (30) days after notice to proceed. A BID PACKAGE, (PLANS, CONTRACT AND BID FORM) IS AVAILABLE AT THE CITY CLERK'S OFFICE, 6130 SUNSET DRIVE, SOUTH MIAMI, FLORIDA 33143, TELEPHONE 305- 663 -6340 OR E -MAIL AT MMENENDEZ (a-)CITYOFSOUTHMIAMI.NET RESPONSE BID FORM DUE ON THURSDAY, JUNE 11, 2009 NO LATER THAN 12:00 NOON XAHPB Historic Bd \Cambridge Lawns Marker Project \Cambridge Lawns Bid III RFB Ad.doc CITY OF SOUTH MIAMI, FLORIDA Cambridge Lawns Historic District Entrance Markers -Bid III (Small construction and installation) . PROJECT SUMMARY In accordance with full plans provided by the City. Construction of three historic entrance markers (6 feet in height) to indicate the location of City's Cambridge Lawns Historic District. Markers are to be installed in the swale area at three pre - selected locations. Marker construction material may be either local limestone or textured cast stone (concrete). SCOPE OF WORK (a) All work set forth in Plans prepared by Marice Chael, AIA, CNU, sealed and dated 4 -29 -09 (b) Construction of the entrance markers in selected material including reinforcement post as shown on plans: Marker Construction material may be either Option A or B Option "A" Local Limestone Option "B" Textured Cast Stone (Concrete) (c ) Construction of marker base and structural footings as shown on plans; (d) Installation of markers at sites designated on plans (A) 1of 1; (e) Installation of bronze plaques on each marker (plaques and mounting screws will be provided by City); (f) Selected contractor shall be required to obtain the applicable South Miami Public Works Right -of -Way Permit and any other applicable permits from the South Miami Building Department; (a copy of the bidder's occupational license and a copy of the contractor's license must be submitted with bid form) (g) Prior to installation selected contractor shall locate all existing utilities; (h) Project construction must be completed thirty. (30) days from the date the Notice To Proceed is issued by the City. A BID PACKAGE, (PLANS, CONTRACT AND BID FORM) IS AVAILABLE AT THE CITY CLERKS OFFICE, 6130 SUNSET DRIVE, SOUTH MIAMI, FLORIDA 33143, TELEPHONE 305 - 663 -6340 OR E- MAILAT MMENENDEZ(D- CITYOFSOUTHMIAMI .NET RESPONSE BID FORM DUE ON THURSDAY JUNE 11, 2009 NO LATER THAN 12:00 NOON XAHPB Historic Bd \Cambridge Lawns Marker Project \Cambridge Lawns Bid III Summary Cover Page.doc Bid Form III Project Name; Cambridge Lawns Marker Construction and Installation Project CITY OF SOUTH MIAMI BID FORM III Bid prices stated in the proposal include all costs and expenses for taxes, labor, equipment, materials, contractors overhead and profit. The quantities for payment under this Contract will be determined by actual measurement of the completed items in place, ready for service and accepted by the Owner. Payment for any item not listed in the Bid Form but shown in the plans shall be included in the proposal. Bid form submission must be accompanied by a copy of the bidder's occupational license and a copy of the contractor's license. Notice: The bid will be awarded to the lowest, responsive, responsible bidder. The City. of South Miami reserves the right to reject any and all bids, to waive any information in any bid, and to increase or decrease the quantities shown in the bid form. Bids which contain irregularities of any kind may be rejected. BIDS FOR OPTION A OR OPTION B WILL BE ACCEPTED. BIDS FOR BOTH OPTION A AND B WILL BE ACCEPTED. UNIT TOTAL ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 101 Option A Cambridge Lawns Marker Construction 3 ea $ $ and on site installation (including base and footings) Marker construction material: Option "A" Local Limestone (All as indicated in Contract Section 1.01 A., Scope of Work and on Plans) Grand Total (In Figures): $ Grand Total (Written): Dollars. UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 101 Option B Cambridge Lawns Marker Construction 3 ea $ $. and on site installation (including base and Footings) Marker construction material: Option "B" Textured Cast Stone (Concrete) (All as indicated in Contract Section 1.01 A., Scope of Work and on Plans) Grand Total (Written): Name of Bidding Firm Authorized Signature 1 Grand Total (In Figures): $ Date Bid Form III Project Name; Cambridge Lawns Marker Construction and Installation Project BID FORM AND COPIES OF LICENSES MUST BE SUBMITTED ON THURSDAY, JUNE 11, 2009 NO LATER THAN 12:00 NOON DELIVERED IN CLOSED ENVELOPE WITH PROJECT NAME LABELED. • DELIVER BID FORM TO: CITY OF SOUTH MIAMI CITY CLERK OFFICE 6130 SUNSET DRIVE SOUTH MIAMI, FL. 33143 Note: Please contact the City Clerk in written form or by e-mail (m menendez6Dcityofsouthmiami . net )( Fax 305- 663 -6348) if there are questions or information needed. X:\HPB Historic Bd \Cambridae Lawns Marker Project\Bid Form III.doc .1; 3n.N2AV 01 MS z RIEEV rjo'la'lwm=os Sua)IUVW aDNVUINH M S ;71 3 n v 3 A V f S 1:)IXISICE DIXOISIH SNMV'l HDGIUqWVD .1; 3n.N2AV 01 MS z 3 n .4 3 A Z T- M S ;71 3 n v 3 A V f S .-z �OE r r 7 .1; 3n.N2AV 01 MS z ;71 .2 ij ��a €3$ €.39. O uj I. Jill, O I II Qa I MS E.r SECTION 00500 Cambridge Lawns Historic District Entrance Markers (construction and installation) CITY OF SOUTH MIAMI, FLORIDA CONTRACT BID III THIS AGREEMENT, made and entered into this day of 2009, A.D., by and between the City of South Miami, party of the first part (hereinafter sometimes called the "Owner "), and _ party of the second part (hereinafter sometimes called the "Contractor "). WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: 1.01 SCOPE OF THE WORK A. The Contractor shall furnish all labor, materials, equipment, machinery, tools, apparatus, and transportation and perform all of the work shown and described in the attached plans entitled: Cambridge Lawns Historic District Entrance Markers (construction and installation) . CITY OF SOUTH MIAMI, FLORIDA as prepared by Marice Chael, AIA, CNU, sealed and dated 4 -28 -09 and shall do everything required by this Contract and the other Contract Documents. The scope of work includes: (a) All work set forth in Plans prepared by Marice Chael, AIA, CNU, sealed and dated 4 -29 -09 (b) Construction of the entrance markers in selected material including reinforcement post as shown on plans; Marker Construction material may be either Option A or B. Option "A" Local Limestone Option "B" Textured Cast Stone (Concrete) (c ) Construction of marker base and structural footings as shown on plans; (d) Installation of markers at sites designated on plans (A) 1 of 1; (e) Installation of bronze plaques on each marker (plaques and mounting screws will be provided by City); (f) Selected contractor shall be required to obtain the applicable South Miami Public Works Right -of -Way Permit and any other applicable permits from the South Miami Building Department; (g) Prior to installation selected contractor shall locate all existing utilities; (h) Project construction must be completed thirty (30) days from the date the Notice To Proceed is issued by the City. 1.02 THE CONTRACT SUM A. The Owner shall pay to the Contractor for the faithful performance of the Contract, in lawful money of the United States, and subject to addition and deductions as provided in the Contract Documents, as follows: B. Based upon the price shown in the Proposal heretofore submitted to the Owner by the Contractor, a copy of said Proposal being a part of these Contract Documents, the aggregate amount of this Contract is the lump sum of Dollars ($ ). 1.03 COMMENCEMENT AND COMPLETION OF WORK A. The Contractor shall commence work on the date established in the Notice to Proceed. B. The Contractor shall prosecute the work with faithfulness and diligence and shall be substantially complete with the work not later than thirty calendar (30) days after the Notice To Proceed is issued. The work shall be completed and ready for final payment within ten (10) calendar days from the date certified by City's Project Engineer as the date of substantial completion. 1.04 CONTRACTOR'S ACCEPTANCE OF CONDITIONS A. The Contractor hereby agrees that he has carefully examined the sites for the work to be performed and has fully satisfied himself that such sites are correct and suitable ones for the work to be performed and he assumes full responsibility therefore. The provisions of this Contract shall control any inconsistent provisions contained in the specifications. All Specifications and Contract items contained in the Plans have been read and carefully considered by the Contractor, who understands the same and agrees to their sufficiency for the work to be done. It is expressly agreed that under no circumstances, conditions or situations shall this Contract be more strongly construed against the Owner than against the Contractor and his Surety. B. Any ambiguity or uncertainty in the plans shall be interpreted and construed by the Owner's Engineer and his decision shall be final and binding upon all parties. C. It is distinctly understood and agreed that the passing, approval and /or acceptance 3 of any part of the work or material by the Owner, his Engineer, or by any agent or representative as in compliance with the terms of this Contract covering said work, shall not operate as a waiver by the Owner of strict compliance with the terms of this Contract, covering said work; and the Owner may require the Contractor and /or his insurer to repair, replace, restore and /or make to comply strictly and in all things with this Contract any and all of said work and /or services which within a period of one year from and after the date of the passing, approval, and /or acceptance of any such work or services, are found to be defective or to fail in any way to comply with the Plans. This provision shall not apply to materials or equipment normally expected to deteriorate or wear out and become subject to normal repair and replacement before their condition is discovered. The Contractor shall not be required to do normal maintenance work under the guarantee provisions. Failure on the part of the Contractor and /or his insurer, immediately after Notice to either, to repair or replace any such defective materials and workmanship shall entitle the Owner, if it sees fit, to replace or repair the same and recover the reasonable cost of such replacement and /or repair from the Contractor and /or his insurer, who shall in any event be jointly and severally liable to the Owner for all damage, loss and expense caused to the Owner by reason of the Contractor's breach of this Contract and /or his failure to comply strictly and in all things with this Contract and with the Drawings and Specifications. 1.05 LIQUIDATED DAMAGES A. It is mutually agreed that time is of the essence of this Contract and should the Contractor fail to complete the work within the specified time, or any authorized extension thereof, there shall be deducted from the compensation otherwise to be paid to the Contractor, and the Owner will retain the amount of Three Hundred and Fifty ($ 350.00) per calendar day as fixed, agreed, and liquidated damages for each calendar day elapsing beyond the specified time for completion or any authorized extension thereof, which sum shall represent the actual damages which the Owner will have sustained by failure of the Contractor to complete the work within the specified time; it being further agreed that said sum is not penalty, but is the stipulated amount of damages sustained by the Owner in the event of such default by the Contractor. B. For the purposes of this Article, the day of final acceptance of the work shall be considered a day of delay, and the scheduled day of completion of the work shall be considered a day scheduled for production. 1.06 . PARTIAL AND FINAL PAYMENTS A. In accordance with the provisions fully set forth in the General Conditions, and subject to additions and deductions as provided, the Owner shall pay the Contractor as follows: Within 60 days after receipt of the Contractor's request for partial payment by the Owner, the Owner shall make partial payments to the Contractor, on the basis of the estimate of work as approved by the Owner's Engineer, for work performed during the preceding calendar month, less ten percent (10 %) of the amount of such estimate which is to be retained by the Owner until all work has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. 2. Upon submission by the Contractor of evidence satisfactory to the Owner 4 that all payrolls, material bills and other costs incurred by the Contractor in connection with the work have been paid in full, and also, after all guarantees that may be required in the specifications have been furnished and are found to be acceptable by the Owner, final payment on account of this Agreement shall be made within sixty (60) days after completion by the Contractor of all work covered by this Agreement and acceptance of such work by the Owner. 1.07 ADDITIONAL BOND It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Performance and Payment Bonds hereto attached for its faithful performance, the Owner shall deem the surety or sureties upon such bonds to be unsatisfactory, or if, for any reason, such bond(s) ceases to be adequate to cover the performance of the work, the Contractor shall at his expense, and within three (3) days after the receipt of Notice from the Owner to do so, furnish an additional bond or bonds, in such form and amount, and with such sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in the manner and form satisfactory to the Owner. 1.08 SOVEREIGN IMMUNITY AND ATTORNEY'S FEES The Owner does not waive sovereign immunity for any claim for breach of contract except for payment of any amount owed under the contract; provided, however, that in any action arising out of or to enforce this Agreement, the prevailing party shall be entitled to its reasonable attorney's fees and costs, including, but not limited to paralegal costs, and computer research costs. The parties shall not be liable for the prejudgment interest. 1.09 MEDIATION Any claim or dispute arising out of or related to this agreement shall be subject to informal mediation as a condition precedent to the institution of legal or equitable proceedings by either party. Both parties waive the right to arbitration. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Miami -Dade County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in the circuit court for the 11th Judicial Circuit for the State of Florida. 1.10 SIGNATORY AUTHORITY. The officials executing this Agreement warrant and represent that they are authorized by their respective agency to enter into a binding agreement. 1.11 LIENS Contractor is prohibited from placing a lien on the Owner's property. This prohibition shall apply to, inter alia, all subconsultants and subcontractors, suppliers and laborers. 1.12 INCORPORATE BY REFERENCE DOCUMENTS ENCLOSED IN PROJECT MANUAL 5 The contract includes the plans for "Cambridge Lawns Historic District Entrance Markers" which shall be incorporated by reference into the contract, as exhibits to the contract. Between the contract and the attachments the provisions of the contract shall control should there be any inconsistency in the documents. 1.13 TRANSFER AND ASSIGNMENT A. None of the work or services under this contract shall be subcontracted without Owner approval. B. The Contractor shall not assign, transfer or pledge any interest in this contract without the prior written consent of the Owner; provided, however, that claims for money by the Contractor from the Owner under this contract may be assigned, transferred or pledged to a bank, trust company, or other financial institution without the Owner's approval. Written notice of any assignment, transfer or pledge of funds shall be furnished within 10 days by the Contractor to the Owner. 1.14 EXAMINATION AND RETENTION OF CONTRACTOR'S RECORDS A. The Owner, or any of their duly authorized representatives, shall, until 3 years after final payment under this contract, have access to and the right to examine any of the Contractor's books, ledgers, documents, .papers, or other records involving transactions related to this contract for the purpose of making audit, examination, excerpts, and transcriptions. B. The Contractor agrees to include in first -tier subcontracts under this contract a clause substantially the same as subparagraph 1.14.A. above. "Subcontract," as used in this clause, excludes purchase orders not exceeding $10,000. C. The right to access and examination of records in subparagraph 1.14.A. shall continue until disposition of any mediation, claims, litigation or appeals. 1.15 OWNERSHIP OF DOCUMENTS. All documents, reports, plans, specifications or other records, including electronic records, resulting from the services rendered by the Contractor under this contract shall be deemed the property of the Owner and the Owner shall have all rights incident to this ownership. The Contractor acknowledges that all documents prepared under this contract shall be public records, and shall be subject to public inspection and copying, as provided by Florida Statutes chapter 119. Upon conclusion of this contract and any extensions, all documents shall be delivered by the Contractor to the Owner. The Contractor shall have the right to retain copies of the documents at the Contractor's expense. 1.16 SEVERABILITY Should any paragraph or any part of any paragraph of this contract be rendered void, invalid or unenforceable by any court of law, for any reason, the determination shall not render void, invalid or unenforceable any other section or part of any section of this contract. 1.17 CONTINGENCY FEE AND CODE OF ETHICS WARRANTY 11 A. Contractor warrants that neither it, nor any principal, employee, agent, representative or family member has promised to pay, and Contractor has not, and will not, pay a fee the amount of which is contingent upon the Owner awarding this contract to Contractor. B. Contractor warrants that neither it, nor any principal, employee, agent, representative or family member has procured, or attempted to procure, this contract in violation of any of the provisions of the Miami -Dade County or the City of South Miami conflict of interest and code of ethics ordinances. C. A violation of this paragraph will result in the termination of the contract and forfeiture of funds paid, or to be paid, to the Contractor. 1.18 WARRANTY OF AUTHORITY The signatories to this contract warrant that they are duly authorized by action of their respective city commission, board of directors or other authority to execute this contract and to bind the parties to the promises, terms, conditions and warranties contained in this contract. 1.19 INDEPENDENT CONTRACTOR The Contractor is furnishing its services as an independent Contractor and nothing in this contract shall create any association, partnership or joint venture between the parties, or any employer - employee relationships. IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first above written in five (5) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed-an original Contract. (Seal) Attest: City Clerk City Commission Resolution No. City of South Miami, Florida Party of the First Part By: City Manager Contractor * Party of the Second Part 7 WITNESS: (If corporation, attach Seal and attest by Secretary) By: Title APPROVED AS TO FORM AND APPROVED AS TO FINANCE: LEGALITY: City Attorney By: Director of Finance City of South Miami ( *) In the event that the Contractor is a Corporation, the following certificate of resolution of the Board of Directors of the Corporation, authorizing the officer who signs the Contract to do so in its behalf shall be completed. 9 CERTIFICATE (Sample) STATE OF FLORIDA) ss COUNTY OF ) I HEREBY CERTIFY that a meeting of the Board of Directors of a corporation under the laws of the State of , held on 20 , the following resolution was duly passed and adopted: "RESOLVED, that , as President of the corporation, be and he is hereby authorized to execute the Contract dated 120 , between the CITY OF SOUTH MIAMI, a municipal corporation, and this corporation, and that this execution thereof, attested by the Secretary of the corporation and with corporate seal affixed, shall be the official act and deed of this corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this day of , 20 Secretary END OF SECTION Bid Form III Project Name; Cambridge Lawns Marker Construction and Installation Project CITY OF SOUTH MIAMI BID FORM III Bid prices stated in the proposal include all costs and expenses for taxes, labor, equipment, materials, contractors overhead and profit. The quantities for payment under this Contract will be determined by actual measurement of the completed items in place, ready for service and accepted by the Owner. Payment for any item not listed in the Bid - Form but shown in the plans shall be included in the proposal. Bid form submission must be accompanied by a copy of the bidder's occupational license and a copy of the contractor's license. Notice: The bid will be awarded to the lowest, responsive, responsible bidder. The City of South Miami reserves the right to reject any and all bids, to waive any information in any bid, and to increase or decrease the .quantities shown in the bid form. Bids which contain irregularities of any kind may be rejected. BIDS FOR OPTION A OR OPTION B WILL BE ACCEPTED. BIDS FOR BOTH OPTION A AND B WILL BE ACCEPTED. UNIT TOTAL ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 101 Option A Cambridge Lawns Marker Construction 3 ea $ $ and on site installation (including base and footings) Marker construction material: Option "A" Local Limestone (All as indicated in Contract Section 1.01 A., Scope of Work and on Plans) Grand Total (In Figures): $ Grand Total (Written): Dollars. UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 101 Option B Cambridge Lawns Marker Construction 3 ea $ and on site installation (including base and Footings) Marker construction material: Option "B" Textured Cast Stone (Concrete) (All as indicated in Contract Section 1.01 A., Scope of Work and on Plans) t U Grand Total (In Figures): $ Grand Total (Written) TWCP -1 E- VC-IM Sit;4 C14p ' oul4,, 0 Dollars li t-= Name of Bidding Firm uthorized Signature Date Bid Form III Project Name; Cambridge Lawns Marker Construction and Installation Project CITY OF SOUTH MIAMI BID FORM III Bid prices stated in the proposal include all costs and expenses for taxes, labor, equipment, materials, contractors overhead and profit. The quantities for payment under this Contract will be determined by actual measurement of the completed items In place, ready for service and accepted by the Owner. Payment for any item not listed in the Bid Form but shown in the plans shall be included in the proposal. Bid form submission must be accompanied by a copy of the bidder's occupational license and a cony of the contractor's license. Notice: The bid will be awarded to the lowest, responsive, responsible bidder. The City of South Miami reserves the right to reject any and all bids, to waive any Information in any bid, and to increase or decrease the quantities shown In the bid form. Bids which contain irregularities of any Bind may be rejected. BIDS FOR OPTION A OR OPTION B WILL BE ACCEPTED. BIDS FOR BOTH OPTION A AND B WILL BE ACCEPTED. UNIT TOTAL ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT 101 Option A Cambridge Lawns Marker Construction 3 ea s 9,4-70."0 $ 2-6 410,E and on site Installation (including base and footings) Marker construction material: Option "A" Local Limestone (All as indicated in Contract Section 1.01 A., Scope of Work and on Plans) / Grand Total (In Figures): $ ZS 0 , `f1. Grand Total (Written): TW e I- -e J 7�loy'ka Ay r 64df C `( Dollars. UNIT ITEM DESCRIPTION QUANTITY UNIT c� PRICE AMOUNT,n 103 Option B Cambridge Lawns Marker Construction 3 ea S t. ��U.� $ L8, and on site installation (including base and T- Footings) Marker construction material: Option "B" Textured Cast Stone (Concrete) (All as indicated in Contract Section 1.01 A., Scope of Work and on Plans) Grand Total -(In Figures): $ L-24) Grand Total (Written):-Cv�e► -e+ 1. ��rlodSAvtQ -e.i 1� /tre�l Dollars 190%rsortig Ge+�era:�Crrw�rrctfvy5, � -1 l - y`j Name of Bidding Firm Authorized Signature Date Bid Form III Project Name; Cambridge Lawns Marker Construction and Installation Project CITY OF SOUTH MIAMI BID FORM III Bid prices stated in the proposal include all costs and expenses for taxes, labor, equipment, materials, contractors overhead and profit. The quantities for payment under this Contract will be determined by actual measurement of the completed items in place, ready for service and accepted by the Owner. Payment for any item not listed in the Bid Form but shown in the plans shall be included in the proposal. Bid form submission must be accompanied by a cony of the bidder's occupational license and a coat/ of the contractor's license. Notice: The bid will be awarded to the lowest, responsive, responsible bidder. The City of South Miami reserves the right to reject any and all bids, to waive any information in any bid, and to increase or decrease the quantities shown in the bid form. Bids which contain irregularities of any kind may be rejected. BIDS FOR OPTION A OR OPTION B WILL BE ACCEPTED. BIDS FOR BOTH OPTION A AND B WILL BE ACCEPTED. UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE 101 Option A Cambridge Lawns Marker Construction 3 ea $ Z and on site installation (including base and footings) Grand Total Marker construction material: Option "A" Local Limestone (All as indicated in Contract Section 1.01 A., Scope of Work and on Plans) Dollars. TOTAL AMOUNT $ 77459..W $mss UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT, 101 Option B Cambridge Lawns Marker Construction 3 ea $ 2 j 75:— $k��/ and on site installation (including base and Footings) Marker construction material: Option "B" Textured Cast Stone (Concrete) (All as indicated in Contract Section 1.01 A., Scope of Work and on Plans) Grand Total (In Figures): Grand Total (Written): w ) Dollars Name of Bi ding F' Auth i Date o z � 1 RESOLUTION NO. 05-07-12390 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO THE ACCEPTANCE OF A GRANT OF $ 8,000 FROM THE VILLAGERS, INC. FOR THE PLACEMENT OF HISTORIC MARKERS (CORAL ROCK PILLARS) INDICATING THE LOCATION OF THE CAMBRIDGE LAWNS HISTORIC DISTRICT; AUTHORIZING THE CITY MANAGER TO ADVANCE FUNDING FOR CONSTRUCTION OF AND PLACEMENT OF THE HISTORIC MARKERS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, in September 2006, the Historic Preservation Board and the Planning Department submitted an application for funding to the Villagers , Inc., a local volunteer preservation group which annually provides grants to organizations for historic preservation projects and; WHEREAS, the project proposed for funding was to construct three coral rock pillars indicating the location of the City's first historic district Cambridge Lawns; each pillar.would be placed at an entrance / boundary point in the rights -of -way at three locations; and, WHEREAS, in a letter dated November 17, 2006 from .lane Noppenberg, Preservation Chair of the Villagers, Inc. the City was advised that the organization was awarding the full $8000 requested for the Cambridge Lawns Historic Marker project; and, WHEREAS, the City was also advised that the grant operates. as a re- imbursement, thereby requiring the City to provide advance funding, implement the project, and then receive re- imbursement; and WHEREAS, the South Miami City Commission should formally accept the grant from the Villagers, Inc. and also authorize the City Manager to advance funding for the construction and placement of the historic markers. NOW, THEREFORE, BE IT RESOLVED'BY THE CITY COMMISSION OF CORAL GABLES THAT: SECTION 1. The South Miami City Commission formally accepts the grant from the Villagers, Inc. and further authorizes the City Manager to advance funding up to $8000 for the construction and placement of the historic markers. SECTION 2. The City Manager is hereby directed to prepare a grant agreement between the Villagers and the City setting forth a time table, implementation responsibilities and the re- imbursement policy. SECTION 3. This Resolution shall become effective upon the date of its adoption herein. Res. No. 05 -07 -12390 (2) PASSED AND ADOPTED this day of 2007. AT T: APP OVED: �..;, G;c�..i� C CLERK / i OR KEAUANU ''itVVb1JAJ IVP(L)IOi: L,ommtssionwore: 5 -0 Mayor Feliu: Yea Vice Mayor Wiscombe: Yea Commissioner Palmer:. Yea CTT ORNEY Commissioner Birts: Yea Commissioner Beckman: Yea P: \Comm ltems\200711- 9- 07Willagers Grant Resolution.doc