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