Loading...
HomeMy WebLinkAboutR-03-0922J-03-723 08/13/03 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID OF DOCK AND MARINE CONSTRUCTION, FOR THE PROJECT ENTITLED "DINNER KEY MARINA MOORING PILE REPLACEMENT PROJECT, B-6473," IN THE PROPOSED AMOUNT OF $103,700 TO COVER CONTRACT COSTS PLUS $14,800 TO COVER EXPENSES INCURRED BY THE CITY FOR TOTAL PROJECT COSTS OF $118,500, AS SET FORTH ON THE FORMAL BID DOCUMENT AND THE DEPARTMENT OF CAPITAL IMPROVEMENTS PROJECT FACT SHEET, ATTACHED AND INCORPORATED; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENTS PROJECT NO. 326011; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, FOR SAID PURPOSE. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The bid of Dock and Marine Construction for the project entitled "DINNER KEY MARINA MOORING PILE REPLACEMENT PROJECT, B-6473," in the proposed amount of $103,700 to cover contract costs plus $14,800 to cover expenses incurred by the City for total project costs of $118,500 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 Capital Improvements Project No. 326011. AA aim fa n d S -a CITY COMMISSION MEETING OF SEP 1 1 2003 Resolution No. +J3- 922 Section 2. The City Manager is authorizedll 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 Mayor.2/ PASSED AND ADOPTED this 11th ATTEST: 9 PRISCILLA A. THOMPSON CITY CLERK APPROVE S TO. ORM ANDR VILARELLO CITY A ORNEY W7 48:tr:AS:BSS CTNESS day of September , 2003. JANUEL A. DIAZ, MAYOR 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. Page 2 of 2 •J3- 922 CONTRACT This AGREEMENT, made and entered into this_ day of A.D., 2003, bV 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'D, and DOCK AND MARINE CONSTRUCTION. 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: ARTIC ,F. 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: "DINNER KEY MARINA MOORING PILE REPLACEMENT PROTECLB-6473." 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 ($103,700.00), One Hundrrd and Time Thmwxd seven Hundrrd U.S. Dollars and No Cents ARTICLE 3 PARTIAL AND FINAL PA)1�TS: 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 101h 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 wor y the City. 03- 922 &j�L ARTICLE 4 TL.— -'OF COMPLETION: The Con_ actor 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: 2 x;13- 922 IN WITNESS HEREOF the parties hereto have egc._sted 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 Joe Arriola City Manager CONTRACTOR: Party of the second part (Employer Tag I.D. Number) APPROVED AS TO INSURANCE REQUIRE.A,tENTS: 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 �r-sca EACuca CO rrcnn-ryaQzvcr is iIQN-eD OF DIRECTORS OF THE CORPORATION, AUTHORIZING THE OFFICER WHO SIGNS THE CONTRACT TO DO SO IN ITS BEHALF. 3 03- 922 FORMAL BID DINNER KEY MARINA MOORING PILE REPLACEMENT PROJECT. Project Number: 8-6473 CIP Number: 326011 Project Manage JOSE A. BRIZ Dalc: 7 / 29/ 2003 Pcrson who r i% -cd the bids: JOSE A. BRIZ Rcccivcd if: CITY CLERK Consiniclion Es imatc = $ 85,200.00 TinJc: 11: 00 a.m. BIDDER DOCK ! asARt►vE CONST. INE FOUNUATtON, tnc. MARINE &MARINE CONST. (OASTAI. MARINE (Y)NST 752 N.E. 79th. STREET 56 AVE. IA00SW27AVE a310 k2791 MIAMI FLA. ;3138 KE PARK FL 33023 MIAMI, FL. 33145 625 N TAMIAMI TRAIL.ADDRESS VENICE FL 34285 BID BOND AMOUNT 5% 5% -RREGULARIT ES K MINORITY OWNED NO =��NO NO No 1'I'I?MNo. DESCRIPTION UNIT UNIT UNIT PRICI: 'DOTAL PRICK TOTAL PRICI{ TOTAL. ANLL PRICI'. IMAI. 1 FOR TH 3 SUPPLY OF LABOR, MATERIAL A EQUIPMENT REQ FOR THE DRWM OF APPROMMATELY 100 ORREIMART MOORRNO PILES & RELATED HARD WARE. 98,500.00 117,000.00 120,000.00 228,900.00 2 PRO FOR SPECIAL ITEMS. 5,200.00 5,200.60 5,200.00 5,200.00 TOT • IRKIicULAKf171i LEGEND A -- No Power - of- Attorney A -- No Affidavit a i to ('apital d Surplus of' Bonding Companv C -- corrected Extes siom 1) - Proposal tirnigied or Impmperly Signed or no Corporate Seal E -- Incomplete Extc nsions F - Non - rc+poroive bid 103,700.00 122,200.00 125,200.00 234,100.00 IT IIAS III -1-11 I ETERMINED IIY '1'111: I)N.PARIMENT Oh PUBLIC WINKS HIM fill LOWEST RESPONSI LLE ANI) RESPONSIVE RLI) IS FROM INH'K .1Np MARINE CONS 71WC I WN FOR 'fill: TOTAL. AMOIINI OI' sloi,7tNl.tlr► - 11 the Itx)ve contractor1s not the lowest bldJcr explain: - ti -- Improper Hid It -- No Ceddreatc o Competency Number 1 - No hnt S tiering Compliance Statement 1' - No hlu only C pleance Statement 7 p / �J K- - No Duplicate Id Proposal 1, -- Non-msponstbic rd SI II.I I l t 11 I of City of Miami Doe: August 5th, 2003 _ _- Department of Capital Improvements ""' "' PROJECT FACT SHEET Ear f - Project Name: DINNER KEY MARINA MOORING PILE REPLACEMENT PROJECT Project Location: 3400 PAN AMERICAN DRIVE, MIAMI, FLORIDA Commissioner District: 2 Project Number: B-6473 (E) - Estimate Initiating DepL: MARINAS DEPT. Project Manager/ExL No.: JJL BR17J 1209 Project Budget: Homeland Defense Account Number: 326011 Amount: $118,500.00 Federal (C.D.B.G.) 0 Telephone/E-Mad: Account Number: Amount: S.N.P.B. Additional Design Serviom- WA (A) Go W Account Number: Amount: Other: Telephone 30_5-85_8-8100_ _ Mbcebvww a Services: WA (A) Account Number: Amount: The project consists of the furnishhg of all labor, materials and equipment for the installation of new W I mooring piles at Dinner Key Marina. IL O V F- V W O CL PROJECT COSTS W N Q IL z O v z O U Contractor. Dock and Marine Construction Address: 752 NE 79 th. Street City, State, Zip: Miami, Florida 331319 Contact Person: Max Larson Telephone/E-mail: 305751-9911 Class: P _ (J=JoW P=A*, S=Sub) Minority Status: N (B = B&O F = Fwnele H = Haparde N = None) Established: 44 years License Number. E-410 Sub -Contractors: Self Construction Contract Amount $103,700.00 (BID) CIP Construction Administration: :5,800.00 (E) Construction Phase Total $111,000.00 Total Project Coat S1111R,600.00 Copies to: CIP Senior A000cssant, CIP Afthistralor, FM, I III N Dspartrnsnt o.;3— 922 AIE Fum: EDC Corp _ (A) - Actual Address: 2455 SW 27th. Ave. Suite 300 (E) - Estimate Ui City, State, Zip: Miami Florida 33130 = Contact Person: Kevin M. McCabe, P.E. IL Telephone/E-Mad: A/E Firm Fees: $7,500.00 (A) z O Type of Work Marine Additional Design Serviom- WA (A) Go W Comments: - In -House Design Cost WA (A) Telephone 30_5-85_8-8100_ _ Mbcebvww a Services: WA (A) www.edc.coro.com CIP Design Adn>ristrabon: NIA (A) Design Phase Total: $7,600.00 W N Q IL z O v z O U Contractor. Dock and Marine Construction Address: 752 NE 79 th. Street City, State, Zip: Miami, Florida 331319 Contact Person: Max Larson Telephone/E-mail: 305751-9911 Class: P _ (J=JoW P=A*, S=Sub) Minority Status: N (B = B&O F = Fwnele H = Haparde N = None) Established: 44 years License Number. E-410 Sub -Contractors: Self Construction Contract Amount $103,700.00 (BID) CIP Construction Administration: :5,800.00 (E) Construction Phase Total $111,000.00 Total Project Coat S1111R,600.00 Copies to: CIP Senior A000cssant, CIP Afthistralor, FM, I III N Dspartrnsnt o.;3— 922 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To:IHonor a payor an err the C' y Commassio FROMArriola ty Manager -ION: CA -1 DATE: July 30, 2003 FILE:8-6473 FONWIhL BID SUBJECT: Resolution Awarding Contract For "Dinner Key Marina Mooring Pile Replacement Project 8-6473" REFERENCES: ENCLOSURES: Four ( 4 ) Documents It It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of "Dock and Marine Construction.", for "Dinner Key Marina Mooring Pile Replacement Project", B-6473, received on July 29, 2003 in the amount of $103,700.00 Total Bid. "Dock and Marina Construction.", is a company located within Miami -Dade County at 752 NE 79 Street, Miami, Florida, 33138, whose Principal is Mr. Max Larson, President. Also, authorizing the City Manager to enter into contract on behalf of the City. Amount of Total Bid: $ 103,700.00 Cost Estimate: 122% Const. Cost Estimate: $ 85,200.00 Construction Time: 90 Calendar Days Source of Funds: CIP No. 326011 Minority Representation: 4 invitations faxed to 4 Owned Firms 4 Contractors picked up specs ( 0 Hispanic, 0 Black, 0 Female) 4 Contractors submitted bid ( 0 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: No Discussion: The Department of Capital Improvements has evaluated the bids received on July 29, 2003, and determined that the lowest responsible and responsive bid, in the amount of $103,700.00 is from Dock and Marine Construction, 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 Contract JA C/JO/JAB/jab �f—A Department Capital Improvement Commission Meeting Date: Budgetary Impact Analysis Division: Title and brief description of legislation or attached ordinance/resolution: Resolution awarding contract to Dock and Marine Construction for the 'Dinner Key Marina Mooring Pile Replacement Project" B-6473 1. Is this item related to revenue? No ® Yes ❑ Revenue Source: 2. Is this item an expenditure? No ❑ Yes ® Amount: $118,500.00 General Fund Account No: Special Revenue Fund Account No: CIP Project No: 326011 3. Are there sufficient funds in Line Item? No: ❑ Yes: Sufficient funds will he transferred from the fnllnwino line itemc- ACTION ACCOUNT NUMBER TOTAL From $ From $ To $ To $ 4. Is this item funded by Tinme.land l7Pfrnce/NPiohhnrhnnri TTrmrn. iPmP„t n -4i 9 XT- 141 vow M Project Name Total Bond 1" Series Total Allocations/ Balance Dollars Spent Allocation Appropriation Encumbrances to Date Comments: V ;, Budgeting & Date: 8' 1 U V APPROVALS Verified by Date: 'j;- IN — 0:1 u)3- 922