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