Loading...
HomeMy WebLinkAboutR-03-0859J-03.-622 07/23/03 RESOLUTION NO. 0 3- 859 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID OF REGOSA ENGINEERING, INC., FOR THE PROJECT ENTITLED "OLD VIRGINIA KEY BEACH PARK RENOVATIONS AND REPAIRS, PHASE I, B -3282A," IN THE AMOUNT OF $1,108,179 FOR CONTRACT COSTS PLUS $122,660 FOR ESTIMATED EXPENSES INCURRED BY THE CITY, FOR A TOTAL COST OF $1,230,839; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENTS PROJECT NO. 331416, VIRGINIA KEY WILDLIFE ENVIRONMENTAL CENTER NO. 333128 AND VIRGINIA KEY BEACH PARK TRUST ACCOUNT NO. 116004; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, FOR SAID PROJECT. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The bid of Regosa Engineering, Inc., for the project entitled "OLD VIRGINIA KEY BEACH PARK RENOVATIONS AND REPAIRS, PHASE I, B -3282A" is accepted, in the amount of $1,108,179, for contract costs plus $122,660 for estimated expenses incurred by the City, for a total project cost of $1,230,839, with funds allocated from Capital Improvements Project No. 331416, Virginia Key Wildlife Environmental Center No. 333128 and Virginia Key Beach Park Trust Account No. 116004. A 7 7yakC'vlET C'C",rvm tl {r 122: I CITY COMMISSION N:EETRIG OF s 2803 Resolution No. 03- 859 Section 3. The City Manager is authorized!' to execute an agreement, in substantially the attached form, for said project. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor Y PASSED AND ADOPTED this 24th day of July 2003. r L A. DIAZ, MAYOR ATTE PRISCILLA . CITY CLERK CORRECTNESS -j nDR' 7 VIL ATTORNEY W7373:tr:AS:BSS 1/ The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable provisions of the City Charter and Code. 2/ 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. 03- 859 Page 2 of 2 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 REGOSA ENGINEERING. INC. 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: OLD VIRCINIA KEY BEACH PARK RENOVATIONS AND REPAIRS. PHASE 1. B- 28 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 and based on unit prices (where applicable), all as provided in the Proposal and other Contract Documents, the sum of (1 1,108.179.00 �. One Million One Hundred Eight Thousand One Hundred Seventy Nine Dollars and NO 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 10f 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 a3i 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. 03- 859 ARTICLE 4. TI_ , OF COMPLETION: The Cont_ :or 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 agreea 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: Johnson Associates Architects. Inc Entitled: Old Virginia Key Beach Park Renovations & Repairs, Phase I Project, B -3298A 2 03- 859 ' IN WITNESS WHEI )F the parties hereto have executed thi. �rreement on the day and date first above written ni five (5) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original contract. (SEAL) THE CITY OF MIAMI, FLORIDA Party of the first part ATTEST: Priscilla A. Thompson City Clerk WITNESS: (If Corporation, attach Seal and Attest by Secretary) RESOLUTION NO. APPROVED AS TO ENGINEERING: Jorge C. Cano, P.h. _ Director Department of Capital Improvements BY: Joe Aniola City Manager CONTRACTOR: BY: Party of the second part (Title) (Employer Tax I.D. Number) APPROVED AS TO INSURANCE REQUIREMENTS: Diane Ericson, Director, Director Risk Management APPROVED AS TO FORM AND CORRECTNESS: Alejandro Vilarello City Attorney 3 03- $59 CITY OF MIAMI, FLORIDA 20 INTER -OFFICE MEMORANDUM TO: The Honorable mayor and Members Of the Ci o ' Sion FROM: Joe Arriola Ci y Manager RECOZOMMATION : DATE: June 27tb4 2003 FILE: B -3282A FORMAL BID SUBJECT: Resolution Awarding Contract for "Old Virginia Key Beach Park Renovations & Repairs Project, Phase I", B -3282A REFERENCES: ENCLOSURES: Five ( 5 ) Documents It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of "Regosa Engineering, Inc.", for "Old Virginia Key Beach Park Renovations & Repairs, Phase I Project", B -3282A, received on June 17, 2003 in the amount of $1,108,179.00 Total Bid. "Regosa Engineering, Inc.", is a company located within Miami -Dade County at 46 NW 36th Street, Miami, Florida, 33127, whose Principal is Ms. Draguisa Gomero, President. Also, authorizing the City Manager�o enter into contract on behalf of the City. BACKGROUND: Amount of Total Bid: $ 1,108,179.00 Const. Cost Estimate: $ 1,320,000.00 Cost Estimate: 84.0% Construction Time: 180 Calendar Days Source of Funds: CIP No. 331416 , VKWEC No. 333128 , VKBPT No. 116004 Minority Representation: 21 invitations faxed to Black, Female - Owned Firms 14 Contractors picked up specs ( N/A Hispanic, 9 Black, 5 Female) 4 Contractors submitted bid ( N/A Hispanic, 3 Black, 1 Female) Public Hearings/Notices: No Discussion: The Department of Capital Improvements has evaluated the bids received on June 17, 2003, and determined that the lowest responsible and responsive bid, in the amount of $ 1,108,179.00 is from Regosa Engineering, Inc., Female - minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, reproduction costs, testing, etc. FISCAL IMPACT: NONE - BUDGETED ITEM Enclosures: Resolution Tabulation of Bids Project Fact Sheet Letter dated June 27, 2003 under Section 18-52 (h) Ordinance No. 11087 Contract JA/JC/JO/SV/sv 03- 859 Budgetary Impact Analysis Department Cauital bMrovements Division: Commission Meeting Date: July 24`b. 2003 Title and brief description of legislation or attached ordinancelresolution: Resolution awarding contract to Regosa EA&eer Inc. for the "OLD VIRGINIA KEY BEACH PARK RENOVATIONS AND REPAIRS, PHASE I B3282A". The project consists of the furnishing of all labor, materials and equipment for the renovations & repairs of Old Virginia key Beach Park existing buildings and structures. Buildings and Structures to be renovated and repair are Large Bathouse (2,120 sgft.), Concession Building (3,575 sg.ft.) and Carousel (2,513 sg.ft.). 1. Is this item related to revenue? No ® Yes ❑ Revenue Source: 2. Is this item an expenditure? No ❑ Yes ® Amount: $1,230,839.00 General Fund Account No: Special Revenue Fund Account No: CIP Project No: 331416 z Homeland Deftnee Bond Funcb 3. Are there sufficient funds in Line Item? No: ® Yes: ❑ Sufficient funds will be transferred from the following line items_ ACTION ACCOUNT NUMBER TOTAL From $ From $ To $ To $ 4. Is this item funded by Homeland T)efenseJWn.inhhrn-hnnd TmnrnvPmPnt FlnndO Nn f l VPc ro Project Name Total Bond V Series Total � ns/ Balance Dollars Spent Allocation Appropriation Encumbrances to Date Virginia Key Park $5,000,000 $1,000,000 $1,000,000 0 $88.00 Improvements Comments: Additional funds of $111,000 have been identified and are being avoropriated by separate legislation on July 24,2003. APPROVALS V Date: " 03 Dat Date: 6 -z7- i 00 C9 OLD VIRG Project Number: B -3282A Project Manager: SANDRA VEGA Person who r ' d th PARK RENOVATIONS AND REPAIRS- FORMAL BID CEP Number: 331416 Date: 06.17.03 eoetve o bida: SAf4J JKA VYLi-A & CECELIA WILSON Received at: City Clerk I Construction Estimate = $ _$1,320,000.00 Time: 10.00 A M - ADDRESS BID BOND AMOUNT IRREGULARITIES TLMC ENTERPRISES, INC 3800 NW 22ND AVE MIAMI, FLORIDA 33142 5% -BB B,L YES REGOSA ENGINEERING, INC 46 NW 36TH STREET MIAMI, FLORIDA 33127 5% -BB ITEM No. DESCRIPTION UNIT PRICE I TOTAL UNIT PRICE BASE DMITUIS 1TBRUIS LE88IDEDUCT A.B.CD 1 DIVISION 1 GENERAL REQUIREMENTS 2 DIVISION 2 SITE WORK 3 DIVISION 3 CONCRETE 4 DIVISION 4 MASONRY 5 DIVISION 5 METALS 6 DIVISION 6 WOOD 8t PLASTICS 7 DIVISION 7 THERMAL & MOISTURE PROTECTION 8 DIVISION 8 DOORS AND WINDOWS 9 DIVISION 9 FINISHES 10 DIVISION 10 SPECIALTIES 11 DIVISION 11 EQUIPMENT INSTALLATION 12 DIVISION 15 MECHANICAL 13 DIVISION 16 ELECTRICAL 14 KITCHENEQUIPMENT 15 SPECIAL PRnvICTnNe DEDUCT I DELETION PAVILIONS 1,2 AND 3 • IRREGULARITIES LEGEND A -- No Power - of - Attorney B -- No Affidavit of Primary Office Location C -- Incorrect Summation of Base Bid Total D -- Proposal Unsigned or Improperly Signed or no Corporate Seal E - Incomplete Extensions F -- No Bid Proposal G -- Improper Bid Bond H -- No Certificate of Competency Number I -- No First Source Hiring Compliance Statement J -- No Minority Compliance Statement K -- No Duplicate Bid Proposal L -- No Duplicate Bid Bond M -- No Citv Ocouoational Linen— ,108,179.00 $97.290.0 $31 $61 b.& B&B INDUSTRIAL CONT,INC DOZIER &DOZIER CONST I 2020 NE 163RD STREET 3932 NW 167TH STREET MIAMI FLORIDA 33162 MIAMI, FLORIDA 33054 NO -BB NO -BB B,D,K E,C YES YES TOTAL UNIT PRICE TOTAL UNIT PRI C TOTAL $1,113,500.0 $1,064,000.00 $1,938,223.00 '1s0,3uu.0 $50,000.00 $288,030.00 $20,500.0 $50,000.00 $134,080.00 $43,800.0 $250,000.00 $210,000.00 $37,500.00 $100,000.00 $184,625.00 $98,500.0 $120,000.00 $150,020.00 $128,000.0 0 $164,308.00 $139,000.0 00 $185,080.00 $60,000.00 0 $112,080.00 $6,700.00 0 A$39,000.00 $208,000.00 $240,000.0 0 NOT PROVIDED $105,000.0 0 NOT PROVIDED $39,000.0 0 S39.nnn nn a n uuu.uu NOT PROVIDED $25,000.0 525 000.00 NOT PROVIDED $16,000.0 $125 000.00NOT PROVIDED $35,000.0 $25,000.00 NOT PROVIDED IT HAS BEEN DETERMINED BY THE DEPARTMENT OF CAPITAL IMPROVEMENTS THAT LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM REGOSA ENGINEERING INC FOR THE TOTAL AMOUNT OF $1108,179.00 IF THE ABOVE CONTRACTOR IS NOT THE LOWEST BIDDER, EXPLAIN: In the revised amount of $1,108,179.00 for the Total Bid under S'ecfi,,, t R-e0rt,'t City of Miami Date: June 27th, 2003 F Depal Lment of Capital Improvements PROJECT FACT SHEET Emergency: L�'CQ,FyO Project Name: OLD VIRGINIA KEY BEACH PARK RENOVATIONS & REPAIRS, PHASE 1 Project Location: 3861 RICKENBAKER•CSWY Commissioner District: 2 Project Number: B -3282A Initiating Dept.: ;Virginia Key Beach Park Trust Project Manager/Ext No.: Sandra Vega, #1243 Project Budget: $1,230;839.00 Homeland Defense Account Number: 331416 Amount: $1,110,179.00 Federal (C.D.B.G.) Account Number: Amount: S.N.P.B. FY Account Number: 333128 Amount: $57,480.00` Other: VKBPT 7Y Account Number. 116004 Amount: $63,180:00 W Q x IL z O U o: f- z O U The project consists of the furnishing of all labor, materials and equipment for the renovations & repairs of Old Virginia key Beach Park existing, buildings and structures. Buildings and Structures to be renovated and repair are Large Bathouse (2,120 sq.ft.), Concession Building (3,575 sq.ft.) and Carousel (2,513 sq.ft.) PROJECT COSTS Johnson Associates Architects, Inc 4770 Biscayne Boulevard Suite 800 Miami, Florida 33137 Richard K Johnson, AIA Renovations & Historical Consultant Heisenbottle Architects 305-4407799 Contractor: Regosa EngineeHng, irrc Address: 46 NW 36ft Street. 1. City, State, Zip: Miami, Florida 33.127 Contact Person: Draguisa Gomes Telephone/E-mail: 305.576.7450 ; Class: P (J = Joint P = Prime S = Sub) N/A N/A N/A N/A Construction Contract Amount:- $1,408j179.00, (BID) CIP Construction Administration: WA(E) Misc. Construction Costs: $2,000:00 (E) Construction Phase Total $1,110,179.00 03- 859 JORGE C. CANO, P.E. Director June 27, 2003 Regosa Engineering, Inc. 46 NW 36h Street Miami, Florida 33127 Attn: Ms. Draguisa Gomero �itlj of cmtamt VIA FACSEMILE )OE ARRIOLA City Manager RE: Old Virginia Key Beach Park Renovations & Repairs, Phase I, B -3282A, Bid Proposal — Local Preference Dear Ms Gomero: On June 17, 2003, the Departmentf Capital Improvements received and publicly opened and read sealed bids for the above referenced project. In accordance with the "Instructions to Bidders" contained in the bid specifications, TLMC Enterprise, Inc., submitted the first lowest responsible and responsive bid for the bid price of $1,108,179.00 for the Total Bid. However, Section 18-52(h) of the City Code, as amended in Ordinance No. 11087, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a contract at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. As a local vendor, your firm meets the above requirements. Please sign below to indicate your firm's acceptance or rejection of the bid at the low bidder's total bid price of $1,108,179.00, subject to City Commission approval, and immediately return the original of this letter to the Capital Improvements no latter than July 0 , 2003. Sincerely, orge C. Cano P.E., Director Department of Capital Improvements Name: // / /zAcx JYY "to &Olsv/sv itle: cc: file, Central B -3282A 0 ACCEPT ❑ REJECT Signature: - Date: Z 1? , zr2-!> 2 DEPARTMENT OF CAPITAL IMPROVEMENTS 444 S.W. 2nd -Avenue / Miami, FL 33130 / (305) 416-1280 / Fax: (305) 416-2153 0 ..� 8 Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 CONTRACT This AGREEMENT, made and entered into this day of . A.D., 2003, by and between the City of Miami, Florida, a municipal corporation of the State of Florida, party of the first part, (hereinafter sometimes called the "City', and REGOSA ENGINEERING INC. Party of the second part (hereinafter sometimes called the "Contractor") WITNESSETH: That the parties hereto, for the considerations hereinafter set forth, mutually agree as follows: ARTICLE 1. SCOPE OF THE WORK: The Contractor shall famish all labor, materials and equipment and perform all the work in the manner and form provided by the Contract Documents, for the project entitled: OLD VIRGINIA KEY BEACH PARK RENOVATIONS AND REPAIRS PHASE I B - 3282A. ARTICLE 2. THE CONTRACT SUM: The City shall pay to the Contractor, for the faithful performance of the Contract, in lawful money of the United States, and subject to additions and deductions and+ased on unit prices (where applicable), all as provided in the Proposal and other Contract Documents, the sum of ($ 1.108.179.00 ). One Million One Hundred Eight Thousand One Hundred Seventy Nine Dollars and NO 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 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. 03- 859 ARTICLE 4. TIM— OF COMPLETION: The Contra r 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 foe 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: Johnson Associates Architects. Inc Entitled: Old Virginia Key Beach Park Renovations & Repairs, Phase I Project, B -3298A 2 03-W 859 IN WITNESS WHERI_ .7 -the parties hereto have executed this t,,, _eement 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. (SEAT,) THE CITY OF MIAMI, FLORIDA Party of the first part ATTEST: BY: Joe Arcola City Manager Priscilla A. Thompson City Clerk WITNESS: (If Corporation, CONTRACTOR: attach Seal and Attest by Secretary) Party of the second part BY: (Title) (Employer Tax I.D. Number) RESOLUTION NO. APPROVED AS TO INSURANCE REQUIREMENTS: APPROVED AS TO ENGINEERING: Jorge C. Cano, P.E. Director Department of Capital Improvements Diane Ericson, Director, Director Risk Management APPROVED AS TO FORM AND CORRECTNESS: Alejandro Vilarello City Attorney 3 03- 859