Loading...
HomeMy WebLinkAboutR-00-0544J-00-538 6/15/00 RESOLUTION NO. 00— 5 "4 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF THE CARPET BOUTIQUE, INC. TO FURNISH AND INSTALL CARPET, FOR THE POLICE DEPARTMENT'S HEADQUARTERS BUILDING, IN A TOTAL AMOUNT NOT TO EXCEED $453,841.60; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM, ACCOUNT CODE NO. 312025.299301.6.830 IN THE AMOUNT OF $53,841.60 AND ACCOUNT CODE NO. 312015.299401.6.830 IN THE AMOUNT OF WHEREAS, the Police Department has a need to replace the existing carpet at the Police Department's Headquarters Building; and WHEREAS, the furnishing and installation of carpet will replace the existing carpet of 15 years, which has become a health hazard due to its poor condition; and WHEREAS, pursuant to public notice, Invitation for Bids No. 99-00-063 were mailed to eighty-five (85) potential bidders; and WHEREAS, two (2) bids were received on April 3, 2000; and CITY COMMISSION MEETING OF. JUN 2 9 2000 Resolution 0• WHEREAS, one of the bidders, Total Construction, was deemed non-responsive for failure to submit seam diagrams with bid response and failure to submit Addendum No. 2 as required by bid documents; and WHEREAS, funds are available from Capital Improvement Program, Account Code No. 312025.299301.6.830 in an amount not to exceed $53,841.60 and Account Code No. 312015.299401.6.830 in the amount of $400,000; WHEREAS, the City Manager and the Chief of Police recommend that the bid received from The Carpet Boutique, Inc., for the furnishing and installation of carpet at the Police Department's Headquarters Building, be accepted as the lowest responsive and responsible bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid received on April 3, 2000, from The Carpet Boutique, Inc., to furnish and install Carpet, at the Police Department's Headquarters Building, pursuant to Invitation �t F. 544 Page 2 of 3 for Bids 99-00-063, in an amount not to exceed $453,841.60, is hereby accepted, with funds therefor hereby allocated from the Capital Improvement Program, Account Code No. 312025.299301.6.830 in an amount not to exceed $53,841.60 and Account Code No. 312015.299401.6.830 in the amount of $400,000. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.1/ PASSED AND ADOPTED this 29th day of June 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated ply ^e provided, said le tion now becomes effective with the elapsyof ten (10) day om ate Issicn action regarding same, without the Mayor 6ercisi v to.7---� - ATTEST: WALTER J. FOEMAN CITY CLERK —VILARELLO RNEY W01482:lb , City Cleric �i If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City'Commission. Page 3 of 3 "t,"� TO FROM CITY OF MIAMI, FLORIDA 21 INTER -OFFICE MEMORANDUM The Honorable Mayor and Members DATE JUh 1 1, �Qi�.9 FILE of the City Commission A -.-N SUBJECT: Proposed Resolution City Manager RECOMMENDATION REFERENCES Carpet, Furnish and Install at Police Department's Headquarters ENCLOSURES: Building; Bid No. 99-00-063 It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of The Carpet Boutique, Inc., a Local/Female vendor, located at 130 N.E. 40 Street, Miami, Florida 33177, for the provision of Carpet, Furnish and Installation at the Police Department's Headquarters Building, in an amount not to exceed $453,841.60. Funding is available from the Capital Improvement Program, Account Code Nos. 312025.299301.6.830 in the amount of $53,841.60, and 312015.299401.6.830 in the amount of $400,000. BACKGROUND The Department of Police has analyzed the bids received pursuant to Bid No. 99-00-063. Eighty- five (85) Invitations for Bids were mailed and two (2) responses were received with one respondent deemed non-responsive. The Carpet Boutique, Inc., submitted the lowest responsive and responsible bid for Item #1 and is, therefore, recommended for the award. The carpet at the Headquarters Building is over 15 years old and due to its poor condition has become a health hazard. CAGC/JLM/lr CO- 544 &AWARD RECOMMENDATION AM BID NUMBER: 99-00-063 COMMODITY/SERVICE: Carpet, Furnish and Install DEPARTMENT / DIVISION: Police TERM OF CONTRACT: Short -Term Contract NUMBER OF BIDS DISTRIBUTED: Eighty-five (85) NUMBER OF BIDS RECEIVED: Two (2) METHOD OF AWARD: Lowest repsonsible and responsive bidder meeting Specifications. RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: The Car.jet Boutique, Inc. Female/Local $453,841.60 (headquarter's bldg.) TOTAL: $453,841.60 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The carpet at the Headquarter's Building is over 15 years old and due to its poor condition has become a health hazard. ACCOUNTCODE(Sh CIP 312025.299301.6.830 ($53,841.60) CIP 312015.299401.6.830 ($400,000) DEPARTMENT APPROVAL: BUDGET REV W APPROVAL: PXCHASING APPROVAL: nesigne ent Director/ �'"� Luie Brennan tre arter Interim Director OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: `iiP n0) ZE2 OF 2 0- 54 • • TABULATION OF BIDS CARPET, FURNISH AND INSTALL BID NO. 99-00-063 The Carpet Boutique, Inc. Total Construction and Maint. 130 NE 40 Street 8890 Coral Way, #218 Miami, FL 33143 Miami, FL 33165 Female/Local Hispanic/Dade Item No. Description 1 Headquarter's Building 400 NW 2nd Avenue Cost Bidder's actual measurement of areas to be carpeted 77,400 sq. ft. No. of square yards of carpet necessary for job 9,000 sq. ft. Bidder's actual measurement of areas to be tiled 19,440 sq. ft. No. of linear feet of baseboard necessary for job 19,438 In. ft. a. Provision for Special Items $ 5,000.00 TOTAL: $ 453,841.60 Number of calendar days required before commencement of work: Number of calendar days required to complete work after Notice to Proceed or issuance of P.O. 2 North District Substation 1000 NW 62nd Street Bidder's actual measurement of areas to be carpeted No. of square yards of carpet necessary for job No. of linear feet of baseboard necessary for job i a. Provision for Special Items TOTAL: Manufacturer Subcontractors and the portion of the work they will be performing: Number of calendar days required before commencement of work: Number of calendar days required to complete work after Notice to Proceed or issuance of P.O. Exceptions to Specifications: Prepared by Maritza Suarez, 4/5/00; Rev. 5/8/00 j 30 days 180 days $ 33,101.60 /job 8,199 sq. ft. 950 sq. ft. 1,438 sq. ft. $ 5,000.00. fjob $ 38,101.60 fjob J&J Commercial Style Festival #2830 None 30 50 days Cost N O N R E S P O N S V E fjob rob [job [job Aob $ 40,375.00 [job 'Deemed non-responsive for failure to submit seam diagrams wit bid response and failure to submit addendum no. 2 Warranties exclude damage Permit processing and cost are because of abuse I not included Approval: / ri Page 1 Department Dire& o s--/9 -60 00- 544 PRICE COMPARISON REPORT CARPET, FURNISH AND INSTALL AT THE POLICE DEPARTMENT BID NO. 99-00-063 The below price comparison was conducted to ensure the competitiveness of the bid received from The Carpet Boutique, Inc., for the furnishing and installation of carpeting at the Police Department Headquarter's Building (Item No. 1). This price comparison is based on the pricing submitted by The Carpet Boutique, pursuant to Bid No. 99-00-063 and a quote submitted by The Duffy & Lee Carpet Company, the contractor for the Southern Region under the State of Florida Contract No. 360-240-97-1. Police Headquarter's Building 400 NW 2nd Avenue Provision for Special Items TOTAL: The Carpet Boutique, Inc. $448,841.60/job 5,000.00/job $453,841.60/job The Duffy & Lee Carpet Company 9 $463,092.88/job $5,000.00/job $468,092.88/job The above Price Comparison shows a 3% ($14,251.28) difference between The Carpet Boutique, Inc.'s (Local/Female owned business) bid price and the quote from The Duffy & Lee Carpet Co. (Non-Local/Non-Minority owned business) under the State of Florida price schedule. 05/09/2000 • BID NO. 99-00-063 REFERENCE CHECK THE CARPET BOUTIQUE, INC. 1. Furnishing and installation of VCT Tile and carpet — approx. 185,000 sq. ft. First Florida Corporation — Contact Person: Mr.Robert Miller (General Contractor). Telephone Number — 305-665-1146 NOTE: Mr. Miller welcomes any phone calls from the Police Department to inform them directly of his comments regarding The Carpet Boutique. "Has utilized Carpet Boutique since 1986 (project Stringfellows in the Grove) and has not used anyone else since that time, for their carpet jobs. First Florida Corp. checked the Carpet Boutique's pricing and has proven to be extremely competitive. The Carpet Boutique is very responsible and are not argumentative about fixing problems. Their workers are extremely good. The Carpet Boutique is a trustworthy company and the city will not be disappointed with them." The Carpet Boutique has performed work for Mr. Miller on properties bigger than the Police Headquarter's Building (vacant properties), without any complaints. The Carpet Boutique has carpeted plenty of occupied, furnished properties; however, none comparable to the size of the Headquarter's Building. Mr. Miller highly recommends the Carpet Boutique, Inc. and feels confident they can do the work at the Headquarter's Building. 2. Removal of old and furnishing and installation of new carpet at the City of Miami Solid Waste Department — Approximately 4,500 sq. ft. Contact Person - Mr. Jorge Gallo — "Very professional. Will work with you. Flexible. Good Work. No complaints." 3. Installation of Carpet at Surfcombmer Hotel, Miami Beach — approx. 41,000 sq. ft. Lotspeich Company — Mr. Jim Mandich. Telephone Number 305-624-7777 x140 NOTE: Mr. Mandich welcomes any phone calls from the Police Department to inform them directly of his comments regarding The Carpet Boutique. "The Carpet Boutique is a terrific company. Mr. Mandich has worked with the Carpet Boutique for the past 10-15 years. No complaint. The quality of their work is outstanding. Work to done under warranty is handled without problems. Can not give a higher recommendation." 44 C] City of Miami, Florida 6.4. BID BOND State of Florida ) County of Dade) SS City of Miami ) It D NO. LM0249423 Bid No. 99-00-63 KNOWN ALL PERSONS BY 7WESE PRESENn, that THE CARPET BOUTIQUE INC. 130 NORTHEASE40TH STREET, MIAMI, FLORIDA 33937-3512 as Principal, LUMBERMANS MUTUAL CASUALTY COMPANY as Surety, are held and firmly bound unto The City of Miami, in the penal sum of 'Twenty-FourThousand Five Hundred and 00/1o0* Dollars (S 24.500.00*lawful money of the United States, for.the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION 1S SUCH, that whereas the Principal has submitted the accompanying bid, dated APRIL 4 12000 for: MIAMI POLICE HEADQUARTERS BUILDING BID #99-00-63 NOW THEREFORE: (a) If the principal shall not withdraw said bid within sixty (60) days after date of opening the same, and shall within ten (10) days after the prescribed forts are presented to him for signature, enter into a written contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or, (b) In the event if the withdrawal of said bid within the period specified, or the failure to enter into such contract and give such bond within the time specified, if the principal shall pay the City the difference between the amount specified in said bid and the amount for which the City may procure the required work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to amain in full force and virtue. UU 54 City of Miami, Florida Bid Bond Form (page 2) -ND NO. LM0249423 Bid No. 99-00-63 IN WITNESS WHEREOF, the above bound panics have executed this instrument under their several seals, this - 4TH day of ARML A. D., 20_Q9, the name and corporate seal of each party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority. of its governing body. WITNESS: (If Sole Ownership or PRINCIPAL: 'Partnership, two (2) Witnesses are required. If Corporation, Secretary only will attest and affix teal.) THE CARPET BOUTIQUE INC (Name of Firm) Affix seat (Signature of authorized officer) - 54.4 bu , (Title) 130 NORTHEAST 40TH STREZ't (Business Address) MIAMI FLORIDA 33137-3512 City state zip Surety: LUMBERMANS MUTUAL CASUALTY Co. • (Corporate Surety) AffixIAffix —Seal Sure ty Mess (Signature onuthorized Officer) GAR YA.'CARDINALS ATTORNEY-IN-FACT (Title) 518 STUYVESANT AVENUE (Business Address) LYNDHURST NJ 07071 city state zip NIA (Name of Local Insurance Agency) Address 1-800-22.1-8437 Telephone Number The rate of premimn on this bond is NIA per thousand. Total amount of premium charges S WA (The above must be filled in by Corporate Surety) - 54.4 bu , OND NO. LM0249423 CONSENT DF SURETY LUMBERMENS MUTUAL CASUALTY COMPANY, a corporation created and existing under the laws of the State of ILLINOIS, maintaining an office in Lyndhurst, New Jersey, duly authorized to transact business in the State of FLORIDA hereinafter. the "Surety") does hereby consent and agree with that if the bid of rHE CARPET BOUJUE INC_ (hereinafter. the "Principal"), as principal. for MIAMI POLICE HEADQUARTERS BUILDING BID #99-00-63 (hereinafter the -Contract") be accepted and the Contract shall be property and lawfully awarded to the Principal in an ;amount not to exceed the Principal's bid, the Surety shalt execute and deliver to the Principal a bonds) for the faithful performance of the Contract in such for n as may be set forth in, and as required by, the bid specifications. solicitation or advertisement (hereinafter. the "Bid Documents"). This Consent of Surety shall reriain in force and effect (i) for so long as the Bid Documents provide for acceptance of the Principal's bid or execution of the Contract: (ii) if no such period is set forth in the Bid Documents, for 90 days after the bid opening'. or (iii) as otherwise may be required by statute or regulation, whichever period is longer, unless the Principal and the Surety shall agree otherwise in. writing. This Consent of Surety has been signed, sealed and dated on APRIL 3, 2000 Lumbermens Mutual Casualty. Company. tES S: - By: P I Gary A. rdlnale Attorney -in -Fact i 4 I ACKNOWLEDGEMENT OF SURETY State of New York F ss. BOND NUMBER LM0249423 County of Erie On 04-03-00 . before me personally came Gary A. Cardinale to me known, who, being by me duly sworn, did depose and say that she is an attorney-in-fact of LUMBERMENSMUTUAL CASUALTYCOMPANY the corporation described in and. which executed the within instrument; that she knows the corporate seal of said corporation. that the seal affixed to the within instrument is such corporate seal, and that she signed the said instrument and affixed the said seal as Attorney -in -Fact by authority of the Board of Directors of said corporation and by authority of this office, under the Standing Resolutions thereof. My commission expires 03/23/02 Notary Public COLLEEN A. KENDZIORA NOTARY PUBLIC, STATE OF NEN YORK QUALIFIED IN ERIE COUNTY My Commission Expires March 23, aWP- 'o., KQ <aFrsu t - .b4 LUM13ERMENS MUTUAL CASUALTY COMPANY FINANCIAL STATEMENT DECEMBER 31, 1998 Assets Cash in banks Bonds owned Stocks Real estate Premiums in course of collection Accrued interest and other assets Total Liabilities Reserve for losses and adjusting expenses Reserve for unearned premiums Reserve for taxes, expenses and other liabilities Total Surplus as regards policyholders Total By Treasurer State of Illinois) ) SS County of Lake) $ 90,594,798 3,747,998,062 1,709,683,593 126,753,102 1,382,642,133 830,671,498 $7,888,343,186 $3,611,520,836 961,202,290 997,451,281 $5,570,174,407 2,318,168,779 $7,888,343,186 Attest2(u Se ,, M. A_ Finelli, Jr. and J. K. Conway, being duly swom, say that they are Treasurer and Secretary, respectively, of LUMBERMENS MUTUAL CASUALTY COMPANY, Illinois; that the foregoing is a true and correct statement of the financial condition of said company, as of December 31, 1998. Subscribed and sworn to before me This 23'd day of February, 1999 � nw,!nF a a P a n e• e ea•o+P P O+PPPAt�O` Notary Public , . ............. _.. , GO- 544 • BO OaLM024s423 ACKNOWLEDGEMENTOF PRINCIPAL, IF A CORPORATION STATE OF �� q )ss: COUNTY At -1- 0 n On the CD 1 Vay of 1� ♦ in the year C;�MD before me personally cameGl S to me known, who, being by me duly sworn, did deposend say that (s)he resides at that Whe is the A, of c"z�_ �7 �, _ a o p , �'+ c the corporation described in and which executed th above instru ent: and th (s) si d her/his name thereto by order of the Board of Directors of said corpor Qn. �aov Adrian Gutierrez UT . My Commission CC -CC -83M1831 Expires May 24. 2003 Notary Public Bonded,by ANS 800-852-6878 ACKNOWLEDGEMENTOF PRINCIPAL, IF A PARTNERSHIP STATE OF )ss: COUNTY OF ) On the day of in the year, , before me personally came to me known and known to me to be a member of the firm described in and who executed the foregoing instrument, and (s)he duly acknowledged to me that (s)he executed the same for and 'in behalf of said firm for the uses and purpose, mentioned therein. Notary Public ACKNOWLEDGEMENTOF PRINCIPAL, IF AN INDIVIDUAL STATE OF )ss: COUNTY OF ) On the day of in the year before me personally came to me known and known to me to be the person described in and who executed . the foregoing instrument and (s)he duly. acknowledged that (s)he executed the same. Notary Public n0-- 54 Bid•Bond Form (page 3) CERTIFICATE AS TO CORPORATE PRINCIPAL tied No. 99-00-63 1, A • Col/S Gv7 mac./Qz , certify that I am the Secretary of the Corporation named as Principal in the within bond; that of said corporation; that I know his signature, and the signature hereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. (Corporate Seal) STATE OF FLORIDA ) COUNTY OF DADE ) SS CITY OF MIAMI ) Before me, a Notary Public duly commissioned, qualified and personally appeared to me well known, who being by me fust duly sworn upon oath, says that he/she is the attorney-in-fact, for the and that he/she has been authorized by behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this . C:) � day of_, INSTRUCTIONS: Bid Bonds must be accompanied by an Affidavit and a Power of Attorney, in compliance with Instructions to Bidders to execute the foregoing bond on My Commission Expires: �.►�Adrians, errez My Commission CC838301 Expires May 24, 2003 Bonded by ANB 800-852-6878 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY 'CHIS BID. ��- 544 icemPeRO • Home Office: Long Grove, IL 60049 POA NO: LM 8429 POWER OF ATTORNEY Know All Men By These Presents: That the Lumbermens Mutual Casualty Company, (hereinafter called the "Company") a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint Gary A. Cardinale, Colleen A. Kendziora, Pamela L. Kendig & Danielle D. Barclay its true and lawful agent(s) and attorney(s)-in-fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending on the date specified below, unless sooner revoked for and on its behalf as surety, and as its act and deed: ANY AND ALL BONDS AND UNDERTAKING PROVIDED THE AMOUNT OF NO ONE BOND OR UNDERTAKING EXCEEDS FIVE MILLION DOLLARS (5,000,000.00) EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any by the Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. JANUARY 30,2001 THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF This Power of Atfomey is executed by authority of a resolution adopted by the Executive Committee of the Board of Directors of the Company on February 23, 1988 at Chicago, Illinois, a true and accurate copy of which are hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company." In Testimony Whereof, the Lumbermens Mutual Casualty Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officers, this November 30, 1998. Attested and Certified: Lumbermens Mutual Casualty Company �t w Robert P. Hames, Secretary by J.S. Kemper, III, Exec. Vice President (BLUE SHADED AREA INDICATES AUTHENTICIT0 ^ 4 STATE OF ILLINOIS SS COUNTY OF LAKE I, Irene Klewer, a Notary Public, do hereby certify that J.S. Kemper, III and Robert P. Hames personally known to me to be the same persons whose names are respectively as Exec. Vice President and Secretary of the Lumbermens Mutual Casualty Company, a Corporation organized and existing under the laws of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth. My commission expires 1-28-02 AAAAAAAAAAAAA "OFFICIAL SEAL" ► Irene Klewer ► Notary Public, State of Illinois ► My commission Expires Jan. 28, 2002 ► vvvvvvvvvvvvv Irene Klewer, Notary Public CERTIFICATION I, J.K. Conway, Corporate Secretary of the Lumbermens Mutual Casualty Company, do hereby certify that the attached Power of Attorney dated November 30, 1998 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said J.S. Kemper, III and Robert P. Hames, who executed the Power of Attorney as Executive Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Executive Vice President and Secretary of the Lumbermens Mutual Casualty Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Lumbermens Mutual Casualty Company on this April 3 2000 J.K. Conway, Corporate Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to. the extent herein stated. FA 0362 6-96 Power of Attorney - Term Universal - 12/98 Printed in U.S.A. 6 r a4 l.11)' VL 1"1141111, C IVA JUQ 6.ARFORMANCE BOND REQUIROWENTS Bid No. 99-00-63 The successful bidder shall furnish a Performance Bond, as stipulated on the Special Conditions of this IFB. The following specifications shall apply to the bond required: A. All bonds shall be written through surety insurers authorized to do business in the State of Florida as surety, with the following qualifications as to management and financial strength according to the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey: Bond Amount Best Rating 0 to 500,000 B V 500,001 to 1,500,000 B+ VI 1,500,001 to 2,500,000 A VII 2,500,001 to 5,000,000 A VIII 5,000,000 to 10,000,000 A IX Over 10,000,000 A+ X B. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. C. For contracts in excess of 500,000 the company must have been listed for at least three consecutive years, or holding a valid Certificate of Authority of at least 1.5 million dollars and on the Treasury List. D. Surety Bonds guaranteed through U.S. Government Small Business Administration or Contractors Training and Development Inc. will also be acceptable. E. In lieu of a Performance Bond, an irrevocable letter of credit or a cash bond in the form of a certified cashier's check made out to the City of Miami will be acceptable. All interest will accrue to the City of Miami during the life of this contract and as long as the funds are being held by the City. F. The attorney-in-fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of attorney authorizing the officer to do so. The contract bond must be counter signed by the surety's resident Florida agent. The City of Miami reserves the right to reject any and all security tendered to the City. The undersigned bidder acknowledges that (s)he has read the above information and agrees to comply with the above requirements. Bidder: T"Ie— !/p, Signature: (Company n e) ' Date: !I(- r • 00 Print Name: �la / W. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. oo- 544 26 00 74:15p p.1 • THE CARPET BOUTIQUE 130 N.E. 401" S'r Miami F133137 TeL 305-325-1919 Fax. 30q5-576-9977 j„ _ • J' ' \ .R`.b.�i f. i� "MSH Sal. a . ; < t` •�. w�o .o• .� ....;. , � � » � 33 . z+� m �s Xrr .a i i ,� < r kx a. a w. To: \4APITZA SUAREZ Fax: 305-416-1925 From: CL_AR.A GONZALE2 Date: 04126/00 Re: BID No. 99-00-063 Pages: I 17 urgent 0 For Review 13 Please Con n wt ❑ Pbase Reply 17 Please Recycle er our conversation of today, the following is a revised tentative st<Dr each specific item included in the bid. ....c.... J . MpgY North District Substation _. 4 *Mw cr of calendar days required before commencement of work: 30days. ►ber of days required to complete work after notice to proceed or issuance of I K 0 days. Item No. 1 Headquarter's Building Number of calendar days required before commencement of work: 30days. Number of days required to complete work after notice to proceed or issuance of P.O.: 180 days. As I explained to you all these projections can be altered and are subject to revision in order to accommodate the priorities of each departments/units involved. We can be very flexible and we'll be glad to work around the needs and preferences of the Police Department. If you have any question, please call me at 305-325-1919 ext.3. Sincerely, Clara H. Gonzalez Y r a° n r a s S3ao t£ Mai G- 544