Loading...
HomeMy WebLinkAboutR-03-0912J-03-794 09/03/03 RESOLUTION NO. ij 3 " 912 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID OF METRO EQUIPMENT SERVICE, INC., FOR THE PROJECT ENTITLED "STORM SEWER FORCE MAIN SYSTEM, B-5693," IN AN AMOUNT NOT TO EXCEED $1,765,208 FOR THE CONTRACT COSTS, PLUS $108,260 FOR EXPENSES INCURRED BY THE CITY FOR A TOTAL PROJECT COST OF $1,873,468, AS SET FORTH ON THE FORMAL BID DOCUMENT AND THE DEPARTMENT OF CAPITAL IMPROVEMENTS PROJECT ("CIP") FACT SHEET, ATTACHED AND INCORPORATED; ALLOCATING FUNDS FROM CIP NO. 352199; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A SUBSTANTIALLY THE ATTACHED FORM, FOR SAID PURPOSE. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The bid of Metro Equipment Service, Inc., for the project entitled "STORM SEWER FORCE MAIN SYSTEM, B-5693," in an amount not to exceed $1,765,208 for contract costs plus $108,260 for expenses incurred by the City for a total project cost of $1,873,468, as set forth on the Formal Bid document and the Department of Capital Improvements Project Fact Sheet, attached and incorporated, is accepted, with funds allocated from CIP No. 352199. CITY COMMISSION MEETING OF ,., Resolution No. ��3- 912 Section 2. The City Manager is authorizedil to execute an Agreement, in substantially the attached form, for said purpose. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayoral PASSED AND ADOPTED this 5th day of September 2003. ATTEST: LLAA PRISCILLA A. THOMPSON CITY CLERK APPROVED A, '7CIFOR-AND CORRECTNESS A W7M9:tr:AS 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. 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 eJ 3_ 912 12 G�2 FORMAL BID (SECOND BIDDING) "STORM SEWER FORCE MAIN SYSTEM" Project Number: B-5693 CIP Number: 352199 Project Manager: Jose L. Lago Date: 8 7 2003 Person who received the bids: Jose L. Lago Received at: City Clerk's Office, Miami City Hall Construction Estimate = $ 1,350,000.00 Time: 9:00 a.m. METRO EQUIPMENT RIC -MAN INTERNATIONAL, BIDDER SERVICE INC. INC. 9450 SUNSET DRIVE # 110 2601 NW 48 STREET ADDRESS MIAMI, FLORIDA 33173 POMPANO BEACH, FLORIDA 33073 BID BOND AMOUNT 5% BID BOND 5% BID BOND IRREGULARITIES EEN MINORITY OWNED DESIGNATED TEAS A SET ASOT IDE) YES NO UNIT UNIT ITEM No. DESCRIPTION PRICE TOTAL PRICE TOTAL TOTAL: BID ITEMS 1 THROUGH 33 $1,765,208.00 $1,840,358.00 1-32 BID ITEMS I THROUGH 32 CONSTRUCTION OF STORM SEWER FORCE MAIN SYSTEM WHICH INCLUDES BUTTERFLY VALVES, A JUNCTION BOX CONSTRUCTION OF A CONCRETE ENDWALL WITH MANATEE BARRIER AT THE OUTFALL, FITTINGS AND SURFACE RESTORATION $1,665,208.00 $1,740,358.00 33 BID ITEM 33 PROVISION FOR SPECIAL ITEMS $100+000.00 $100,000.00 IT HAS BEEN DETERMINED BY THE DEPARTMENT OF CAPITAL IMPROVEMENTS THAT THE = IRREGULARITIES LEGEND LOWEST RESPONSIBLE AND RESPQNSIVE BID IS FROM METRO EQUIPMENT SERVICE, INC. A -- No Power - of - Attorney B -- No Affidavit as to Capital 8r. Surplus of Bonding Company FOR THE TOTAL AMOUNT OF ########### C -- Corrected Extensions D -- Proposal Unsigned or Improperly Signed or no Corporate Seal if the above contractor is not the lowest bidder enlaln: N/A E -- Sub-contractor(s) not Identified F -- Non - responsive bid G -- Improper Bid Bond H -- No Certrticate otC:ompetency Number PREPARED . LAGO JOSEUAN 1 -- No First Source Hiring Compliance Statement :J B. . ORDONEZ, P.E. REVISED BY: JUAN J -- No Mmonty Compliance Statement DATE: AUGUST 8, 2003 K -- No Duplicate Bid Proposal L -- No City of Miami or County Occupational License SHI B'1' 1 OF 1 of $1,765,208 (BID) City of Miami Date: August 7, 2003 f` $20,000 (E) Department of Capital Improvements $1,873,468 Ot,c� PROJECT FACT SHEET Emergency:a X04 Project Name: STORM SEWER FORCE MAIN SYSTEM, (Second Bidding) Project Location: Along 64 Avenue from SW 6 St. to Tamiami Canal Commissioner District: 1, 4 Project Number: B-5693 Initiating Dept.: Capital Improvements Department Project Manager/Ext. No.: Jose L. Lago, PE II, Ext. 1252 Project Budget: Homeland Defense Account Number: 352199 Amount: Federal (C.D.B.G.) � Account Number: Amount: S.N.P.B. Account Number: Amount: Other: C.I.P. No. Account Number: Amount: W O V rn v W a a The proposed work will consist of the construction of a storm sewer Forcemain System along 64 Avenue from SW 6 Street to Tamiami Canal which includes gate valves, solid connection pipes to future pump stations, a junction box, construction of a concrete endwall with manatee barrier at the outfall, fittings, and surface restoration. T.Y.Lin International / H. J. Ross and Associates, Inc. 201 Alhambre Circle, Suite 900 >:'u. Coral Gables, Florida 33134 Mariano Valle, PE ill 305-567-1888 Storm Sewer Imorovem Contractor: Metro Equipment Service, Inc. Address: 9450 Sunset Drive, # 110 City, State, Zip: Miami, Florida 33173 Contact Person: Jorge L. Godoy, President Telephone/E-mail: (305}598-7741 Class: P (J = Joint P = Prime S = Sub) Minority Status: H (B = Black F = Female H = Hispanic N = None) Established: 16 years License Number: 274083-6 Sub -Contractors: U. S. Precast, Lic. # 031038-3 ABBA Signs, Lic. # 508304-3 R & R Garden Center, Lic. # 484001-4 PROJECT COSTS N/A WA N/A Construction Contract Amount: $1,765,208 (BID) CIP Construction Administration: $88,260 (E) Misc. Construction Costs: $20,000 (E) Construction Phase Total $1,873,468 93- 912 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, parry of the first part, (hereinafter sometimes called the "City"), and METRO EQUIPMENT SERVICE, 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: "Storm Sewer Force Main System, B-5693", (Second Bidding) 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 ($1,765,280.00), One Million Seven Hundred Sixty -Five Thousand Two Hundred Eigthy 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. 1 ;J3- 912 ARTICLE 4. TIl1 _ , 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 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 Capital Improvements Entitled: "Storm Sewer Force Main System, B-5693" (Second Biddin4 2 03- 912 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". ATTEST: Priscilla A. Thompson City Clerk WITNESS: (If Corporation, attach Seal and Attest by Secretary) (SEAL) RESOLUTION NO. APPROVED AS ENGINEERING: Jorge C. Cano, P.E. Director Department of Capital Improvements THE CITY OF MIAMI, FLORIDA Party of the first part ROM Joe Arriola City Manager CONTRACTOR: Party of the second part (Title) (Employer Tax I.D. Number) APPROVED AS TO INSURANCE REQUIREMENTS: Diane Ericson, Director Risk Management APPROVED AS TO FORM AND CORRECTNESS: Alejandro Vilarello City Attorney "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. 3 N+3- 912 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To: The liqnorabl Mayo and M s Of h City Commis on FROM: Joe riola Chi f Administrator/City Manager RECOMMENDATION: DATE: SEP r 2 M FILE: B-5693 FORMAL BID (Second Bidding) SUBJECT: Resolution Awarding Contract for "STORM SEWER FORCE MAIN SYSTEM", B-5693 REFERENCES: ENCLOSURES: Five (5) Documents It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of "Metro Equipment Service, Inc.", for "Storm Sewer Force Main System", B-5693, received on August 7, 2003 in the amount of $1,765,208 Total Bid. "Metro Equipment Service, Inc.", is a company located within Miami -Dade County at 9450 Sunset Drive, # 110, Miami, Florida 33173, whose Principal is Jorge L. Godoy, President. Also, authorizing the City Manager to enter into contract on behalf of the City. w' cr • r 141 Amount of Total Bid: $ 1,765,208.00 Const. Cost Estimate: $ 1,350,000.00 Source of Funds: CIP No. 352199 Minority Representation: Not required Cost Estimate: 131% Construction Time: 180 Calendar Days 5 Contractors picked up specs ( 4 Hispanic, 0 Black, 0 Female) 2 Contractors submitted bid ( 1 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: No Discussion: The Department of Capital Improvements has evaluated the bids received on August 7, 2003, and determined that the lowest responsible and responsive bid, in the amount of $ 1,765,208 is from Metro Equipment Service, Inc., Hispanic - 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: Tabulation of Bids Project Fact Sheet Resolution Contract Budgetary Impact Analysis Form JA/JCC/JBO/JLL/TA/ta �� 93-- 912 Department Capital Improvements Commission Meeting Date: 9/5 /2003 Budgetary Impact Analysis Division: Title and brief description of legislation or attached ordinance/resolution: Resolution awarding contract to Metro Fg!t meat Service, Inc. for "B-5693, Storm Sewer Force Main System" 1. Is this item related to revenue? No ® Yes ❑ Revenue Source: 2. Is this item an expenditure? No ❑ Yes ® Amount: $ 1,873,468 General Fund Account No: Special Revenue Fund Account No: CIP Project No: 352199 3. Are there sufficient funds in Line Item? No: ❑ Yes: El Sufficient fiin& will be transferred from the followinLy line items - ACTION ACCOUNT NUMBER TOTAL From $ From $ To $ To $ 4- Is this item fimded by Homeland Defeen_se/Neiehborhood Improvement Bonds? No 5a Yes rl Project Name Total Bond Allocation I" Series Appropriation Dollars Spent to Date Encumbrances & commitments Balance Comments: by: gum DateZ n Budgeting & Date: ql zl APPROVALS Verified Date: g -2R-03 03. 912