Loading...
HomeMy WebLinkAboutR-03-0771J-03-566 07/09/03 RESOLUTION NO. 03— 7 7 A RESOLUTION OF THE MIAMI CITY COMMISSION AMENDING RESOLUTION NO. 01-477, ADOPTED MAY 24, 2001, INCREASING THE CONTRACT WITH MORLIC ENGINEERING CORPORATION, IN AN AMOUNT NOT TO EXCEED $65,000, FROM $1,363,564.05 TO $1,428,564.05, TO COVER COSTS OF ADDITIONAL SERVICES REQUIRED FOR THE PROJECT ENTITLED "ROADS AREA STREET/STORM SEWER PROJECT, B-5605;" ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT PROJECT NO. 352279, AND BY A FOUR-FIFTHS (4/5 THS) AFFIRMATIVE VOTE, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. Resolution No. 01-477, adopted May 24, 2001, is amended and the contract with Morlic Engineering Corporation is increased, in an amount not to exceed $65,000, from $1,363,564.05 to $1,428,564.05, to cover costs of additional services required for the project entitled "Road Area Street/Storm Sewer Project, B-5605," with funds allocated from Capital Improvements Project No. 352279. CITY COMMISSION V,EETING OF AR 1 7 29,,03 Resolution No. 03- 771 Section 2. By a four-fifths (4/5th,) affirmative vote, the City Manager's finding of an emergency is ratified, approved and confirmed. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.!/ PASSED AND ADOPTED this 17th day of July , 2003. ATTEST - PRISCILLA A. THO PSON CITY CLERK APPROVED FRVeD CORRECTNESS LLO CITY,AI4TTORNEY 330:tr:AS 1/ 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 2 of 2 TO FROM CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM The Honorable Mayor and Members of e City Co RECOMMENDATION: 115 DATE: May 30, 2003 FILE: B-5605 SUBJECT: Ratification of an emergency memo REFERENCES: authorizing anincrease in construction contract with Morlic ENCLOSURES: Engineering Corp. for Roads Area Street/Storm Sewer Project, B-5605 It is respectfully recommended that the City Commission adopt the attached Resolution ratifying the City Manager's written finding a valid emergency exists concerning this project and authorizing an increase in the construction contract between the City of Miami and Morlic Engineering Corp., in the amount of $ 65,000.00 for the construction of the Roads Area Street/Storin Sewer Project, B-5605. The contract sum will increase from $ 1,363,564.05 to $1,428,564.05 with funds appropriated by the Annual Appropriations and Capital Improvements Ordinances, as amended. BACKGROUND: The Roads Area Street/Storm Sewer Project, B-5605 was awarded to Morlic Engineering Corp. on May 24, 2001 in the amount of $ 1,233,564.05. The construction work has been completed but there was an additional area not included in the original scope of work that was badly damaged and required our immediately attention. This project involves the reconstruction of the street in the area along NW 3`d Street between NW 22'hd Avenue and NW 27th Avenue. The work of resurfacing consists of milling and placing new asphalt for an approximately area of 6,700 SY. The cost of these additional improvements is $ 65,000.00 Funds are available in Capital Improvements Project No. 352279 to cover the cost of this additional work. J CC/JBO/CG/mv 03- '7'71 CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM Joe Arriola April 30, 2003 2003 Ar TO: City Manager DATE: F1 . _5 PH 6: Jorge C. Cano FROM Director Capital Improvements Department SUBJECT: EMERGENCY Increase in Construction Contract for The Roads Area Street/Storm Sewer Project B-5605 REFERENCES: ENCLOSURES. i The Roads Area Street/Storm Sewer Project consists of the reconstruction of Streets and drainage in the Roads Area Neighborhood. The construction of the project was awarded to Morlic Engineering Corporation in the amount of $1,233,564.05 on May 24, 2001. The construction work has been completed but there is an additional area not included in the original scope of work that is badly damaged and require our immediately attention. This area goes along NW 3rd Street between NW 22nd Avenue and NW 27th Avenue. This additional work has an estimated cost of $65,000.00. This memo is to request your apptmval for an increase on an EMERGENCY basis of the contract from $1,233,564.05 to $1,298,564.00 to complete the project. Funding for the $65,000.00 increase is available in CIP account No 352279. This finding of an emergency will be placed on the next available agenda for ratification and approval by .;he City Commission. Approved: y SIP Approved: _ Joe JCC/JBA/C& Performance iola, Chief Administrator/City Manager /mav Cc: Juan B. Ordonez Ivette Maragh Pilar Saenz Cesar Gonzalez • Manny A. Vega 5J 0 W . O .+ Z4- r. 03 771 JUN -09-2001 10:21 CITY CLERKS OFFICE 305 95$ 1610 J-01-388 05/14/01 Oi- 477 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF MORLIC ENGINEERING, CORP. FOR THE PROJECT ENTITLED "ROADS AREA STREET/STORM SEWER IMPROVEMENT PROJECT, 2-5605" IN THE AMOUNT OF $1,233,564.05; ALLOCATING FUNDS FROM PROJECT NO. 352279, AS APPROPRIATED BY THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT PROJECTS ORDINANCES, AS AMENDED, IN THE AMOUNT OF $1,233,564.05 FOR THE CONTRACT COSTS, AND $216,400 FOR EXPENSES, FOR A TOTAL ESTIMATED COST OF $1,449,964.05; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE. WHEREAS, pursuant to public notice, Invitation for Bids No. 00-01-100 for the project "Roads Area Street/Storm Sewer Improvement Project, B-5605", potential bidders; and was mailed to thirty-seven WHEREAS, seven bids were received on May 1, 2001; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Morlic Engineering, Corp, be accepted as the lowest responsible and responsive bid; and F.05/07 C=T. CCS M s a or MAY 2 4 2001 03- '7'71 .-20e1 10:71 CITY CLEWS CFF I CE 305 858 1610 F.06i07 WHEREAS, funds are available in the amount of $1,449,964.05 for the proposed amount of the contract, project expenses, and incidentals under Capital Improvement Project No. 352279, as appropriated by the Annual Appropriations and Capita: Improvement Projects Ordinances, as amended: 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 adopted by reference and incorporated as if fully set forth in this Section. Section 2. The May 01, 2001 bid of Morlic Engineering, Corp., in the proposed amount of $ 1, 233, 564.05, for the project entitled "Roads Area Street/Storm Sewer Improvement Project, B-5605" for the total bid of the proposal, based on lump sum and unit prices, is accepted at the price stated therein. Section 3. The total estimated project costs of $1,449,964.05 are allocated from Capital Improvement Project No. 352219, as appropriated by the Annual Appropriations and Capital Improvement Projects Ordinances, as amended. Total project costs consist of $1,233,564.05 for contract costs and $216,400 for estimated expenses incurred by the City. Page 2 of 3 63- 771 -1-2001 10;21 CITY CLERKS OFFICE 305 B56 1610 P.0?/07 Section 4. The City Manager is authorizedl/ to execute an agreement, in a form acceptable to the City Attorney, with Morlic xngineering, Corp. for said purpose. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor./ PASSED AND ADOPTED this _ ,_ day of _may_ - , 2001. JOE CARQLLO, RPM in aCDDt bus with Miami Code Seo. 2-W, sin= the MW dU not hX10mte epp"7*11 of t ,jz.:wpj lation by signing it in the d=ignated provided leglsWin' ATTEST: wL;omes etfsc*e with the akgw of (1 ys ills of 'agar&nq sam8, wNhOtlt the r v WALTER J. FOEMAN yyxi �. Cietlt CITY CLERK APP ATTORNEY 5291:db:LB:SSS V, ,AND CORRECTNESS: The herein authorization is further subject to compliance with all requirements that may be =posed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code Provisions. ?' I= the Mayor does not sign. this Re&olution, 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 ryry 71 TOTAL P. O-rr AMENDED AGREEMENT CONTRACT . This AGREEMENT, made and entered into this day of . A.D., 2003, by and between the City of Miami, Florida, a municipal corporation of the State of Florida, party of the first part, (hereinafter sometimes called the "City', and Morlic Engineering Corporation Party of the second part (hereinafter sometimes called the "Contractor") WITNESSETH: That the parties hereto, for the considerations hereinafter set forth, mutually agree as follows: ARTICLE 1. SCOPE OF THE WORK: The Contractor shall furnish all labor, materials and equipment and perform all the work in the manner and form provided by the Contract Documents, for the project entitled: Roads Area Street/Storm Improvements Project, B-5605 ARTICLE 2 THE CONTRACT SUM: The City shall pay to the Contractor, for the faithful performance of the Contract, in lawful money of the United States, and subject to additions and deductions aril based on unit prices (where applicable), all as provided in the Proposal and other Contract Documents, the sum of ($ 1.428.564.05 ) One Million Four Hundred and Twenty Eight Thousand Five Hundred Dollars and Five Cents Sixty our ARTICLE 3 PARTIAL AND FINAL PAYMENTS: In accordance with the provisions fully set forth in the "General Conditions" of the "Specifications," and subject to additions and deductions as provided, the City shall pay the Contractor as follows: (a) On or before the 10th day of each calendar month, the City shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work, performed during the preceding calendar month by the Contractor, less ten (10%) percent of the amount of such estimate, which is to be retained by the City until all work has been performed strictly in accordance with this Agreement and until such work has been accepted by the City. (b) Upon submission by the Contractor of evidence satisfactory to the City that all payrolls, material bills and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, and also, after all guarantees that may be required in the Specifications or by the Contractor have been furnished and are found acceptable by the City, 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 City. ARTICLE 4. TIM OF COMPLETION• The Conu._ _cor shall commence the work to be performed under this Contract within the number of consecutive days after the date of written notice from the Director of the Department of Capital Improvements to begin work as noted in the Proposal, and shall fully complete the Contract in accordance with the Contract Documents within the number of working days as set forth in the Proposal. It is mutually agreed between the parties hereto, that time is the essence of this Contract, and, in the event that construction of the work is not completed within the time herein specified, it is agreed that from the compensation otherwise to be paid to the Contractor, the City may retain for each day thereafter, Sundays and holidays included, that the work remains uncompleted, the sum set forth in the General Conditions of the Specifications, as modified by Division 2 - Special Provisions, which sum represents the actual damage which the City of Miami, Florida, will have sustained per day by failure of the Contractor to complete the work within the time stipulated, and this sum is not a penalty, but will be the liquidated damage that City will have sustained in event of such default by the Contractor. ARTICLE 5. 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 Bond hereto attached, when required for its faithful performance, the City shall deem the surety or sureties upon such bond to be unsatisfactory, or if, for any reason, in the opinion of the Engineer; such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within five (5) days after receipt of notice from the Engineer so to do, furnish an additional bond or bonds in such form and amount, and with such surety or sureties as shall be satisfactory to the City:- In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City. ARTICLE 6 CONTRACT DOCUMENTS: All of the documents hereinafter listed form the Contract and they are as fully as part of the Contract as if hereto attached, or repeated in this Agreement: ADVERTISEMENT FOR BIDS PROPOSAL BID BOND CONTRACT PERFORMANCE BOND MAINTENANCE PERFORMANCE BOND INSTRUCTIONS TO BIDDERS SPECIFICATIONS ADDENDA _ PLANS: As prepared by Capital Improvements Department Entitled: Roads Area Street/Storm Sewer Improvements Project, B-5605 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: Priscilla A. Thompson City Clerk WITNESS: (If Corporation, attach Seal and Attest by Secretary) RESOLUTION NO. APPROVED AS ENGINEERING: THE CITY OF MIAMI, FLORIDA Party of the first part BY: Joe Ardola City Manager CONTRACTOR: Party of the second part BY: (Title) (Employer Tax I.D. Number) APPROVED AS TO INSURANCE REQUIREMENTS: Diane Ericson, Director Risk Management APPROVED AS TO FORM AND CORRECTNESS: Jorge C. Cano, P.E. Alejandro Vilarello Director City Attorney Department of Capital Improvements "IN THE EVENT THAT THE CONTRACTOR IS A CORPORATION, THERE SHALL BE ATTACHED TO EACH COUNTERPART A CERTIFIED COPY OF A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CORPORATION, AUTHORIZING THE OFFICER WHO SIGNS THE CONTRACT TO DO SO IN ITS BEHALF. CONTRACT This AGREEMENT, made and entered into this4day of , A.D., 2001, by and between the City of Miami, Florida, a municipal corpora ion of the State of Florida, party of the first part, (hereinafter sometimes called the "City"), and Morlic Enctineering Corporation Parry of the second part (hereinafter sometimes called the "Contractor") WITNESSETH: That the parties hereto, for the considerations hereinafter set forth, mutually agree as follows: ARTICLE 1. SCOPE OF THE WORK: The Contractor shall furnish all labor, materials and equipment and .perform all the work in the manner and form provided by the Contract Documents, for the project entitled: ROADS AREA STREET/STORM SEVER IlMPROVMMS PROJECT, B-5605 ARTICLE 2. THE CONTRACT SUM: The City shall pay to the Contractor, for the faithful performance of the Contract, in lawful money of the United States, and subject to additions and dejuctions and based on unit prices (where applicable), all as provided in the Proposal and other Contract Documents, the sum of ($11233 , 564.05 ) One Million Two Hundred Thirty Three Thousand Five Hundred Sixty Four Dollars and .05 Cents ARTICLE 3. PARTIAL AND FINAL PAYMENTS: In accordance with the provisions fully set forth in the "General Conditions" of the "Specifications," and subject to additions and deductions as provided, the City shall pay the Contractor as follows: (a) On or before the 10`h day of each calendar month, the City shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work, performed during the preceding calendar month by the Contractor, less ten (100/6) percent of the amount of such estimate, which is to be retained by the City until all work has been performed strictly in accordance with this Agreement and until such work has been accepted by the City. (b) Upon submission by the Contractor of evidence satisfactory to the City that all payrolls, material bills and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, and also, after all guarantees that may be required in the Specifications or by the Contractor have been furnished and are found acceptable by the City, final payment ori 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 City. a 1 77f1L� m ARTICLE 4. Ti. : OF COMPLETION: The ntractor shall commence the work to be performed under this Contract within the number of consecutive days after the date of written notice from the Director of the Department of Public Works to begin work as noted in the Proposal, and shall fully complete the Contract in accordance with the Contract Documents within the number of working days as set forth in the Proposal. It is mutually agreed between the parties hereto, that time is the essence of this Contract, and, in the event that construction of the work is not completed within the time herein specified, it is agreed that from the compensation otherwise to be paid to the Contractor, the City may retain for each day thereafter, Sundays and holidays included, that the work remains uncompleted, the sum set forth in the General Conditions of the Specifications, as modified by Division 2 - Special Provisions, which sum represents the actual damage which the City of Miami, Florida, will have sustained per day by failure of the Contractor to complete the work within the time stipulated, and this sum is not a penalty, but will be the liquidated damage that City will have sustained in event of such default by the Contractor. . ARTICLE 5. 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 Bond hereto attached, when required for its faithful performance, the City shall deem the surety or sureties upon such bond to be unsatisfactory, or if, for any reason, in the opinion of the Engineer; such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within five (5) days, after receipt of notice from the Engineer so to do, furnish an additional bond or bonds in such form and amount, and with such surety or sureties as shall be satisfactory to the City. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City. ARTICLE 6. CONTRACT DOCUMENTS: All of the documents hereinafter listed form the Contract and they are as fully as part of the Contract as if hereto attached, or repeated in this Agreement: ADVERTISEMENT FOR BIDS PROPOSAL BID BOND CONTRACT PERFORMANCE BOND MAINTENANCE PERFORMANCE BOND INSTRUCTIONS TO BIDDERS SPECIFICATIONS ADDENDA PLANS: As prepared by Department of Public Works Entitled: ROADS AREA STREET/STORM SEWER { IMPROVEMENTS PROJECT, B-5605 2 j 77 Y IN WITNESS w HEREOF 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) A ST: Walter J. Foeman City Clerk WITNESS: (If Corporation, attach Seal and Attest by Secretary) RESOLUTION NO. 01-477 APPROVED AS TO ENGINEERIN 0"� - 'J'. Jo n H. Jackson irector Public Works THE CITY OF MIAMI, FLORIDA Party of the first part BY: ar os A. menez rty a er CONTRACTOR: N�oRLtG �i,►�Zi�l �qjd6 j$ Parry of th Spgnd part BY: :, /[Title) -0062765 Tax I.D. Number) APPROVED AS TO INS CE NT.. Mario Soldevilla, Administrator 'IN THE EVENT THAT THE CONTRACTOR IS A CORPORATION, THERE SHALL BE ATTACHED TO EACH COUNTERPART"A CERTIFIED COPY OF A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CORPORATION, AUTHORIZING THE OFFICER WHO ` SIGNS THE CONTRACT TO DO SO IN ITS BEHALF. - z 3 t� _ 771 - - _ clic April 2, 2003 The City of Miami Department of Public Works 444 SW 2nd Avenue Miami, F133130 Attn.: Cesar Gonzalez Project Manager Ref.: Proposal for Asphalt Resurfacing Location: NW 3rd Street, Between 22nd and 27* Avenue Gentlemen: The work of resurfacing the above referenced location has the following price: 1. Milling — Approximately 6700 SY 1" @ $4.00 $26,800.00 2. Asphalt —1 %" S -IH Asphalt — Approximately 6700 @ $5.25 $35,175.00 Total Value $61,975.00 I hope this price is satisfactory to you. Please fill free to call us if you have any questions on this proposal. CinrPrAly 7571 N.W. 7th Street • Miami, Fl 33126 9 Ph: 305-267-1907 • Fax: 305-261-9592 E-mail: morlic@bellsouth.net J _ 771 MOrllt June 3, 2002 The City of 1VMami Department of Public Works 4,44 SW 204 Avenue Miami, F3 33130 RE: Roads Area StmetlStorm Sewer Improvement Project B-5605 Change Order #27 Attn: Genady Beylin Cesar Gonzales ` Gentlemen: Please execute change order for the striping on the 2- way stops at the NW 3d Street Between 22"d& 27'h Avenue. Total Amount of Due...................S2,200.00 SFin ra 7571 N.W. 7th Street • Miami, F133126 • Ph: 305-267-1907 a Fax: 305-261-9592 ; E-mail: morlic@bellsouth.net 03- 771 Z00' d 1062 =60 60/80/90 Z6S6'C9Z90E d-=3 eu I u"u 15U3 M i tJOW