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