02-03-09 Item 1004 Sour South i
All- AmedcaCily
®�
. INCORPORATED • CITY OF SOUTH MIAMI
1927 P OFFICE OF THE CITY MANAGER
4 ° R` Q INTER- OFFICE MEMORANDUM 2001
To: The Honorable Mayor Feliu and Members of the City Commission
Via: W. Ajibola Balogun, City Manager
From: Sanford A. Youkilis, Al P 2
Acting Planning Director �7
Date: February 3, 2009
Agenda Item No
/4
Subject: Construction Contract with Urban Stoneworks for construction and installation of Cambridge
Lawns Historic Markers
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 URBAN STONEWORKS FOR THE CONSTRUCTION AND
INSTALLATION OF CAMBRIGDE LAWNS HISTORIC MARKERS IN THE AMOUNT
OF $ 8,768.34 TO BE CHARGED AS FOLLOWS: $ 8,000 TO THE CITY'S PLANNING
DEPARTMENT CONTRACTUAL SERVICES ACCOUNT NUMBER 001 - 1620 -524 -3450
AND $ 768.34 TO THE CITY'S PLANNING DEPARTMENT PROFESSIONAL SERVICES
ACCOUNT NUMBER 001 - 1620 -524 -3100; PROVIDING FOR AN EFFECTIVE DATE.
Request: Authorizing the City Manager to execute a construction agreement with Urban Stoneworks. for
construction and installation of three Cambridge Lawns Historic Markers to be placed the SW
corner of Miller Drive and SW 60t" Avenue; at SW corner of Miller Drive and SW 63 Avenue; SW
corner of SW 62 "d Avenue and SW 57`" Street.
Reason/Need: The intent of this project is to provide location identification for City's first historic district
designation (October, 2004).
Cost: $ 8,768.34
Project Background: In November, 2006 The Historic Preservation Board and the Planning Department obtained
an $8000 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 $8000, construct the project, and then request reimbursement. A two year completion
deadline was set by the Villagers.
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 Department during FY 2007 -2008 was able to
save $8000 in its budget. During 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.
2
Following the resignation of the Planning Director in November of 2008, the Acting
Planning Director obtained an extension of time from the Villagers (until 3 -1 -09) and
obtained free architectural working drawings (needed for a bid process).
Bid Summary Due to the specialty work involved (landmark stone work) the bids were sent out to the
three companies listed below and known to do this type of work. One company was
recommended by members of the Historic Preservation Board. The bid documents were
sent out by U.S. Postal Overnight Express mail and the bid was posted on January 23,
2009. The City received one responsive bid as follows:
Artistic Stone - No bid
Rockers Stone No bid
Urban Stoneworks - Responsive bid
Funding Funding will be from the following accounts:
Account No. Amount
001 - 1620 -524 -3100 $ 768.34
001 - 1620 -524 -3450 $ 8,000.00
Backup Documentation:
❑ Proposed Resolution
❑ Bid Opening Report
❑ Tabulated Bids
❑ Notice of Bid Invitation (Contract) (Plans)
❑ Resolution No. 05- 07- 1.2390
XAComm Items\2009\2 -3 -09 \Cambridge Lawns Markers Bid CM Reort.doc
Account Balance
$ 6,000
$ 10,960
1 RESOLUTION NO.:
2
3 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
4 SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN
5 AGREEMENT WITH URBAN WSTOEWORKS FOR THE CONSTRUCTION AND
6 INSTALLATION OF CAMBRIGDE LAWNS HISTORIC MARKERS IN THE AMOUNT
7 OF $ $8768.34 TO BE CHARGED AS FOLLOWS: $8,000 TO THE CITY'S PLANNING
8 DEPARTMENT CONTRACTUAL SERVICES ACCOUNT NUMBER 001- 1620 -524 -3450
9 AND $ 768.34 TO THE CITY'S PLANNING DEPARTMENT PROFESSIONAL
10 SERVICES ACCOUNT NUMBER 001 - 1620 -524 -3100; PROVIDING FOR AN
11 EFFECTIVE DATE.
12
13
14 WHEREAS, the Mayor and City Commission wishes to implement the Cambridge
15 Lawns Historic Markers program which calls for the construction and installation of three
16 concrete markers to be placed at entrance /boundary points to the Cambridge Lawns Historic
17 District., and
18
19 WHEREAS, the Mayor and City Commission authorize the City Manager to execute a
20 construction contract with Urban Stoneworks for the Cambridge Lawns Historic Markers
21 program in the an amount of $ 8,768.34.
22
23 WHEREAS, the total construction cost of $ 8,768.34 is to be charged as follows:
24 $ 8,000 to the City's Planning department Contractual Services account number 001- 1620 -524-
25 3450 and $ 768.34 to the City's Planning Department Professional Services account number 001-
26 1620 -524 -3100
27
28
29 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION
30 OF THE CITY OF SOUTH MIAMI, FLORIDA THAT:
31
32
33 Section 1: That the Mayor and City Commission authorize the City Manager to
34 execute construction contract with Urban Stoneworks for the for the Cambridge Lawns Historic
35 Markers program in the amount of $ 8,768.34.
36
37 Section 2: That the project's construction cost shall be charged as follows:
38
39 Account No. Amount Account Balance
40 001 - 1620- 524 -3100 $ 768.34 $ 6,000
41 001 - 1620 - 524 -3450 $ 8,000.00 $ 10,960
42
43 Section 3. The attached Contract agreement is made a part of this resolution.
44
45
1 2
2
3
4 PASSED AND ADOPTED this day of
5
6 ATTEST:
7
8
9
10 CITY CLERK
11
12 READ AND APPROVED AS TO FORM:
13
14
15
16 CITY ATTORNEY
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 XAComm Items \2009\2 -3 -09 \Cambridge Lawns Bid Resolution.doc
N
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Feliu:
Vice Mayor Beasley:
Commissioner Palmer:
Commissioner Beckman:
Commissioner Newman:
2
South Miami
bw
All- America City
1
2001
BID OPENING REPORT
Bids were opened on: January 29, 2009 at 12.05 p.m.
For: CAMBRIDGE LAWNS MARKER CONSTRUCTION & INSTALLATION
Pre Bid Estimate:
.CONTRACTORS: BID AMOUNTS: 3
2.
3.
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 Si n: Witness Witness
1 *5 JkFl
"l Bid Form
Project Name; Cambridge Lawns Marker Construction and Installation Project.
CITY OF SOUTH MIAMI
BID FORM
Bid prices stated in the proposal include all costs -and expenses for taxes, labor, equipment, materials, contractor's
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 n the Bid
Form but shown in the plans shall be included in the proposal.
ITEM DESCRIPTION QUANTITY UNIT UNIT TOTAL PRICE AMOUNT
1.01 Cambridge Lawns Marker Construction 3 ea S J v ) V S
& Installation
(As indicated in Scope of Work and on Plans)
Grand Total (In Figures): $76S.3 y
Grand Total (Written): Le947- TP5L8RVD SWEiV �40f1: D ZED
S/
VT(/ Dollars.
BID FORM DUE ON THURSDAY, JANUARY 29, 2009 NO LATER THAN 12:00 NOON. RESPONSES
SUBMITTED AFTER THIS TIME AND DATE WILL NOT BE ACCEPTED. BID FORM IS TO BE DELIVERED
IN A CLOSED ENVELOPE WITH PROJECT NAME LABELED OUTSIDE ENVELOPE TO:
CITY OF SOUTH MIAMI
CITY CLERK OFFICE
6130 SUNSET DRIVE
SOUTH MIAMI, FL. 33143
The City shall not be, held liable for any expenses incurred by the respondent in preparing and submitting materials
and /or attendance at any interviews, final contract negotiations or applicable site visits.
The City reserves the right to enter into negotiations and award this work to the respondent which best meets the
goals and objectives of the city or to reject any and all responses; whichever is in the best interest of the City.
* 1 NSTM u_AT 01U k ,�)F_uv �S ��, v£� L� 4 RILE �l, A
1 "-:9
XAHPB Historic MCambrige Lawrf HP District\Bid Forrn.doc
URBAN STONEWORKS
ITEM# GRAPHICS f DESCRIPTION
6' -0" HT ENTRANCE OBELISK
PLAN
PLAQUE
2' -1
7.. 7-1
7025 NE. 2ND AVE. MIAMI, FL 33138
(305) 754 -7171 (305) 754 -0450 FAX
1-800- 761 -7774 TOLL FREE
WWW.URBANSTONEWORKS.COM
QTY. FA Y A S) IN YT OTHERS)
UWTS UNIT MCE : AMOUNT UNIT PRICE i /MOUNT
3
P C S
29
0
a
2„ 2 r0
1co
GRADE =�
\ I
I F00 IN(; \� 2 "0 GALV. PIPE
L- - - - - -J
ELEVATION
REF. SHEET A
SCOPE OF WORK: CAMBRIDGE LAWNS HISTOR IC DISTR ICT NOTES:
ENTRANCE MARKERS If You have any - 800-761- please
contact us at 1- 800 - 761.7714.
SOUTH MIAMI, FLORIDA .1.1143
CLIENT: CITY OF SOUTH MIAMI CONTACT: KATHY VAZQUEZ DATE: 01 -27-09
MIAMI, FLORIDA. 33143 PH: (305) 663 -6339 ay-. JC
FAX: (305) 667 -7806 SHEET No. 1
CITY OF SOUTH MIAMI, FLORIDA
Cambridge Lawns Historic District Entrance Markers
(Small construction and installation)
The scope of work includes:
(a) Construction of the three concrete entrance markers;
(b) Installation of markers and base at sites designated on plans;
(c) Installation of bronze plaques on each marker (bronze plaques will
be provided by 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 -MAIL AT MMENENDEZa- CITYOFSOUTH MIAMI. NET
RESPONSE BID FORM DUE ON THURSDAY, JANUARY 29, 2009 NO LATER THAN
12:00 NOON
XAHPB Historic Bd \Cambrige Lawn HP District \Cambridge Lawns Bid Ad.doc
Bid Form
Project Name; Cambridge Lawns Marker Construction and Installation Project
ou
1927
Note: For additional information, please contact the City Clerk's office in
written form via e-mail at mmenendez (ii),cityofso>uthmiami.net or fax at
305- 663 -6348.
2
Bid Form
Project Name; Cambridge Lawns Marker Construction and Installation Project
CITY OF SOUTH MIAMI
BID FORM
Bid prices stated in the proposal include all costs and expenses for taxes, labor, equipment, materials, contractor's
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 n the Bid
Form but shown in the plans shall be included in the proposal.
ITEM DESCRIPTION QUANTITY UNIT
1.01 Cambridge Lawns Marker Construction 3 ea
& Installation
(As indicated in Scope of Work and on Plans)
Grand Total (In Figures):
Grand Total (Written):
Dollars.
UNIT TOTAL
PRICE AMOUNT
BID FORM DUE ON THURSDAY, JANUARY 29, 2009 NO LATER THAN 12:00 NOON. RESPONSES
SUBMITTED AFTER THIS TIME AND DATE WILL NOT BE ACCEPTED. BID FORM IS TO BE DELIVERED
IN A CLOSED ENVELOPE WITH PROJECT NAME LABELED OUTSIDE ENVELOPE TO:
CITY OF SOUTH MIAMI
CITY CLERK OFFICE
6130 SUNSET DRIVE
SOUTH MIAMI, FL. 33143
The City shall not be held liable for any expenses incurred by the respondent in preparing and submitting materials
and /or attendance at any interviews, final contract negotiations or applicable site visits.
The City reserves the right to enter into negotiations and award this work to the respondent which best meets the
goals and objectives of the city or to reject any and all responses; whichever is in the best interest of the City.
X:\HPB Historic B&Cambrige Lawn HP District\Bid Form.doc
k§
� �$f
\
9 9 \\
) /
ail
;
|!
k§
�
mEvcimos'uwm Hin3
/
S 'dlx2Yw HDNVdiN3
�
�
IDI3ISIO DIa O ISI2 SN M VI 30 ol2e wY D
.
-� --
)!
r!
3nN3AV !, m£
--- - - - - -- --- -� - - --
�
099 ~ -
_�
�
!
�
� � |
Ln
\ �
2 i (
i§ ; •� ; )
. i |� ` i §
. i ' I. .
�
. �
}
�
§�[
�� -� - - --
}�\ ,
{
;[]
)]
an ;m&¥ o, Ms §
- -- �- �-- -� - - --
$ _
\
/)k7 \
( |7))|
EM I-S ))
�— !# /a2zal�
2E2lezElf §,�
; ®E2EM
7 ) 8!)]
o6
{
\
/
\
�
�
.---
-
-� --
r!
[
$ _
\
/)k7 \
( |7))|
EM I-S ))
�— !# /a2zal�
2E2lezElf §,�
; ®E2EM
7 ) 8!)]
o6
{
\
SECTION 00500
CONTRACT
THIS AGREEMENT, made and entered into this day of , 20 , 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 1 -13 -09 (with corrections
and updates marked) 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 1 -13 -09 (with corrections and updates marked)
(b) Construction of the entrance markers and base as shown on plans;
(c) Installation of markers and base at sites designated on plans (A) 1of 1;
(d) Installation of bronze plaques on each marker (plaques will be provided by
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 February 20, 2009. 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
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 Seven Hundred Fifty
Dollars ($750.00) 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
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 1 ADDITIONAL BOND
A. 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 City 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 11 th 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 City's property. This prohibition
shall apply to, . interaiia, all subconsultants and subcontractors, suppliers and labors.
1.12 INCORPORATE BY REFERENCE DOCUMENTS ENCLOSED IN PROJECT
MANUAL
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 i 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 City
approval.
B. The Contractor shall not assign, transfer or pledge any interest in this contract
without the prior written consent of the City; provided, however, that claims for money
by the Contractor from the City under this contract may be assigned, transferred or
pledged to a bank, trust company, or other financial institution without the City's
approval. Written notice of any assignment, transfer or pledge of funds shall be
furnished within 10 days by the Contractor to the City.
1.14 EXAMINATION AND RETENTION OF CONTRACTOR'S RECORDS
A. The City, 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 City and the City 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 City. 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
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 City 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's Resolution No.
WITNESS: (If corporation, attach
Seal and attest by Secretary)
APPROVED AS TO FORM AND
LEGALITY:
City Attorney
City of South Miami, Florida
Party of the First Part
By:
City Manager
Contractor
Party of the Second Part
By:
Title
APPROVED AS TO FINANCE:
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.
CERTIFICATE
(Sample)
STATE OF FLORIDA)
ss
COUNTY OF )
HEREBY CERTIFY that a meeting of the Board of Directors of
a corporation under the laws of the State of
held on 120 , 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 , 20 ,
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 120
Secretary
END OF SECTION
XAHPB Historic MCambrige Lawn HP District100500- Construction Contract.doc
TO: ROCKERS STONE INC
3615 PLAZA STREET
MIAMI, FLORIDA 33133
TO: URBAN STONE WORKS
7025 N.E. 2 AVENUE
MIAMI, FLORIDA 33138
TO: ARTISTIC STONES INC.
6990 NW 35 AVENUE
MIAMI, FLORIDA 33147
A
2
U
cc
LL
O
J
O
Z
cc
U
O
CL
U
cc
O
A
1
N
N
O
O
co
r
J
U
c7 Ll
w 0 a; R (')
N O C7 ea`
O
N r )
T N L CL
U
r N
aa���Fl
r a .
br
��1;� �ti• j;
.ij
J,
Y., 1-'
1
1
1
'I
1
1
1
A N
L N
� d
cm a
=� a
.5� L
w
O
N
a°
_1
N V
W
fy W
0
W 5 4
GG W
N
W
F-
s
0
cr
No. N
ru
tm
ME
—� m
co
a-
ru
0
Ln
-r
W
mo
� m
a
z D a �� z
z � F
O m O
j% Z Z W Z T ` w ' Fn-1 2
O U e% VV -" s o
U ¢ 6 W u O
W
a U C U 0 9 N m Z
W mN 3 a LL
>o vo N Fnl
aw LL
V
r? �
w
o
a
a
O V V
LL
S31d0�.� JND1vW g&v noel ,,OUVH SS3ad v
UJ
°' °'
c
-m
m
005
pca
EZO�
O
3mmn
O
pj
mmmE 7
Em�2�Z`
�
L
V
�
a
w •� }
O m u• 01 �
m
W
tl
_
Hl iz
� ,yy✓m,✓,✓,✓���� m " O
H W OiL O'
A
Ot
m
' \
�•
O
LL O.
W
C �v
z D a �� z
z � F
O m O
j% Z Z W Z T ` w ' Fn-1 2
O U e% VV -" s o
U ¢ 6 W u O
W
a U C U 0 9 N m Z
W mN 3 a LL
>o vo N Fnl
aw LL
V
r? �
w
o
a
a
O V V
LL
S31d0�.� JND1vW g&v noel ,,OUVH SS3ad v
UJ
°' °'
CO
cs�
i
U
a
�O
J
Q
LL
0
Z
S2
cc
UQ
0
j
U
O
N
N.
O
j Co
J
�a�s�FC
U N
Mm
r T
_ a Q
0
L r
d
0
N
a°
V'I
H
W '
0 W
Oft h
Fe.
0
Q
r
F W
1
LM
LM
W
c
m
(n
c
m
y
ch LU
�
T
o
E
c� hz
�
1 /1
`� J N
r Ui
S
co
yin — N
ru
ro
t-
C]
�-
o
Ua
a
E
n
.[d. O
m O
�a�s�FC
U N
Mm
r T
_ a Q
0
L r
d
0
N
a°
V'I
H
W '
0 W
Oft h
Fe.
0
Q
r
F W
1
LM
LM
W
c
m
(n
c
m
y
d
C
m
N
d
E
T
o
E
d
0
E
< iL
i
d
y
h
y
a
cn
rLQ
Qvv
U
a
z
r.1
r
U.
0
ccZ
O
j
U
a
O
V-
C
`V
co
W
J
X
`i
gyW>
ol
�
0W
CX
'4
ACC
i
r7
�C�J•��f a, � r ( l
M F--
n C11
N rr
LL
p• 4��
1 �rl,:liib7
i
N
JU N
y
�m „a
A
wH
W
0
N
M
V� v
W
W
Q
W � a
nue W
N
W
ti
-
-
-
-
�� rL
ri
M
N
-
- O
- _ I
m
-
-
-
j
d
�
c
t9
)
m
J
c
N
m
t0
m
y
a
O
E
W
m
O
W E
m
a
O
E W
000000
E
E
E
• Q
Q
1
•
6
nj
O
.u�•
w,
M
W
W
I
09 �E�c
mm�ri
ump_mmq
?C bOm Nm J 04
u -o$m�a 3
Qtm
a
m�ym
\ \V\ J o m
Re. H, 2 f
Run �
a
�mm D tll -NQe'
m O m N
O - --, z , 0l
.0-- <
Q o •.w �A V a w
'm ZO o �) A ✓� '� W
I a Q Q J• G S � �
•N Q 2m \VV w
N
w da N� LLI
m
LL N
m «
U y
6
m E i am 6
a
Q
c U
o. &3 ¢ ({� 0 to 69 Q
m 0❑ d d . O L v■
" m C N z a Q =
0 ❑ N O N El l O p r
L O Z O
`m a a
3 a
w w `
m m m O C V
o a m a a
U U � U ❑ L i
m L _
a a a ¢ eVV\
N � m O
• a o Z FE LL LL
'S3 1dOO,.E.0N1XVYV 3HV nOA ,.4ab:H S//S98d..., , . , ,