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