Loading...
HomeMy WebLinkAboutR-03-0927J-03-843 09/10/03 RESOLUTION NO. 9 3 9 2 I A RESOLUTION OF THE MIAMI CITY COMMISSION WITH ATTACHMENT(S), ACCEPTING THE BID OF BISCAYNE AQUACULTURE, INC., FOR THE PROJECT ENTITLED "SIMPSON PARK HISTORIC POND RESTORATION, B -6319A," IN THE AMOUNT OF $102,700, FOR THE TOTAL BID OF THE PROPOSAL BASED ON LUMP SUM AND UNIT PRICES; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENTS PROJECT NO. 331346, IN THE AMOUNT OF $81,000, AND NO. 331371, IN THE AMOUNT OF $68,700, TO COVER THE CONSTRUCTION CONTRACT COSTS, IN THE AMOUNT OF $102,700, AND MISCELLANEOUS CONSTRUCTION COSTS AND ESTIMATED EXPENSES TO BE INCURRED BY THE CITY, IN THE AMOUNT OF $47,000, FOR TOTAL PROJECT COSTS OF $149,700, AS SET FORTH IN INFORMAL BID SHEET AND PROJECT FACT SHEET, ATTACHED AND INCORPORATED; 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 Biscayne Aquaculture, Inc., in the amount of $102,700, for the project entitled "SIMPSON PARK HISTORIC POND RESTORATION, B -6319A," for the total bid of 'ATTACHMENT (S)I CONTAINED SEP 1 1 2003 .` �`A"' 9e,"7 the proposal, based on lump sum and unit prices, is accepted at the price stated herein. Section 2. The total estimated project costs of $149,700 are allocated from Capital Improvements Project No. 331416, in the amount of $81,000, and No. 331371, in the amount of $68,700. The total project costs consist of $102,700 for construction contract costs and $47,000 for miscellaneous construction costs and estimated expenses to be incurred by the City, as set forth in Informal Bid Sheet and Project Fact Sheet, attached and incorporated. Section 3. The City Manager is authorized!/ to execute an Agreement, in substantially the attached form, with BISCAYNE AQUACULTURE, INC. for said project. 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. Page 2 of 3 ,J3- 927 Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2/ PASSED AND ADOPTED this 11th day of September , 2003. ATTEST: PRISCILLA A. THOMPSON CITY CLERK APPROVED AS�rFORM AND CORRECTNESS 0W,AQ" VILARELLO ATTORNEY 7552:tr:AS:BSS 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 3 of 3 ��3- 92 SIMPSON PARK HISTORIC POND RESTORATION - INFORMAL BID Project Number: B -6319A Project Manager: SANDRA M. VEGA Person who received the bids: SANDRA M. VEGA Construction Estimate = $ $150,000.00 CIP Number: Date: Received at: Time: 331346 08.11.03 MRC 10:00 A.M. BIDDER BISCAYNE AQUACULTURE, INC URDL'S WATERFALL CREATIONS FOLIAGE DESIGN SYSTEMS PALM SCAPES INC ADDRESS 21900 SW 169 Avenue Miami, Florida, Florida 33170 1800 SW 27th Avenue # 310 Miami, Florida 33145 7104 SW 47th Street 2552 NW 7th Street Miami, Florida 33155 Miami, Florida 33125 BID BOND AMOUNT 5% - BB Check 5% -BB 5% -BB 5% -BB IRREGULARITIES NO B,M F F MINORITY OWNED NO NO NO NO ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID,ITEMS 1 TBRU 8 + ADD ALT.1 & 2 $102,700.00 $167,794.00 $0.00 $P -� 1 DIVISION 1 - GENERAL REQUIREMENTS $10,000.00 $9,693.00 $0.00 $t.. 2 DIVISION 2 - SITE WORK $5,000.00 $5,408.00 $0.00 $0.00 3 DIVISION 3 - CONCRETE $20,000.00 $11,355.00 $0.00 $0.00 4 SPECIAL SITE TREE PROTECTION $5,000.00 $5,535.00 $0.00 $0.00 5 POND CONSTRUCTION -SECTION 02810 $10,000.00 $56,470.00 $0.00 $0.00 6 DIVISION 15 - PLUMBING $30,000.00 $46,957.00 $0.00 $0.00 7 DIVISION 16 - ELECTRICAL $3,000.00 $13,500.00 $0.00 $0.00 8 SPECIAL PROVISIONS $15,000.00 $15,000.00 $0.00 $0.00 ALT 1 PLANTS MATERIALS $3,500.00 $2,601.00 $0.00 $0.00 ALT WOOD SIGN $1,200.00 $1,275.00 $0.00 $0.00 * IRREGULARITIES LEGEND A -- No Power - of - Attorney B -- No Affidavit as to Capital & Surplus of Bonding Company C -- Corrected 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 City Occupational License M -- No Bid Bond IT HAS BEEN DETERMINED BY THE DEPARTMENT OF CAPITAL IMPROVEMENTS THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BID 1S FROM BISCAYNE AQUACULTURE, INC FOR THE TOTAL AMOUNT OF $102,700.00 - IF THE ABOVE CONTRACTOR IS NOT THE LOWEST BIDDER, EXPLAIN: I OF 1 I OF City of Miami Department of Capital Improvements PROJECT FACT SHEET 0 7�Fc0. FLO�� Date: Auaust 28th. 2003 Emergency: El Project Name: SIMPSON PARK HISTORIC POND RESTORATION Project Location: 55 SW 17th Road, Miami FI 33129 Commissioner District: 3 Project Number: B-631 9A Initiating Dept.: Parks Department Project Manager/Ext. No.: Sandra Vega, #1243 Project Budget: $149,700.00 Homeland Defense Account Number: Amount: Federal (C.D.B.G.) C Account Number: Amount: S.N.P.B. FY7 Account Number: 331346 Amount: $81,000.00 Other: =Y Account Number: 331371 Amount: $68,700.00 W (L O U U H U W n O W IL W U) Q x IL z O U Q: U) z O U The project consists of the furnishing of all labor, materials and equipment for the restoration of approximately 2,000 sq.ft. of two existing historic pond made of stone,concrete and gravel bog filter including plumbing and electrical work. Contractor: Biscayne Aquaculture, Inc Address: 21(I00 SW 169 Avenue City, State, Zip: Contact Person: Telephone/E-mail: 305.248.8203 Class: P (J = Joint P = Prime S = Sub) Minority Status: (B = Black F = Female H = Hispanic Established: 7 years License Number: CPC 1456456 Sub -Contractors: Self Miami, Florida 33170 James Post N N = None) PROJECT COSTS Construction Contract Amount: $102,700.00 (BID) CIP Construction Administration: $4,500.00 (E) Misc. Construction Costs: (E) Construction Phase Total $107,200.00 ,J3- 927 CONTRACT This AGREEMENT, made and entered into this day of , A.D., 2003, by and between the City of Miami, Florida, a municipal corporation of the State of Florida, party of the first part, (hereinafter sometimes called the "City"), and BISCAYNE AQUACULTURE, INC. Party of the second part (hereinafter sometimes called the "Contractor") WITNESSETH: That the parties hereto, for the considerations hereinafter set forth, mutually agree as follows: ARTICLE 1. SCOPE OF THE WORK: The Contractor shall furnish all labor, materials and equipment and perform all the work in the manner and form provided by the Contract Documents, for the project entitled: SIMPSON PARK HISTORIC POND RESTORATION, B -6319A ARTICLE 2. THE CONTRACT SUM: The City shall pay to the Contractor, for the faithful performance of the Contract, in lawful money of the United States, and subject to additions and deductions and based on unit prices (where applicable), all as provided in the Proposal and other Contract Documents, the sum of ($ 102,700.00 ). One Hundred Two Thousand Seven Hundred 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 (100/6) 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. 'J3- 927 ARTICLE 4. TIN, OF COMPLETION: The C cractor 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: Wallace Roberts and Todd, LCC Entitled: Simpson Park Historic Pond Restoration Project, B -6319A 2 13- 927 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. (SEAL) THE CITY OF MIAMI, FLORIDA Party of the first part ATTEST: BY: Joe Arriola City Manager Priscilla A. Thompson City Clerk WITNESS: Of Corporation, CONTRACTOR: attach Seal and Attest by Secretary) Party of the second part BY: RESOLUTION NO. APPROVED AS TO ENGINEERING: Jorge C. Cano, P.E. Director Department of Capital Improvements (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 J3- 927 CITY OF MIAMI, FLORIDA A=7 INTER -OFFICE MEMORANDUM TO: The Honorable Ma or and Members Of e City mmis 'on FROM: J trriola it Manager DATE: August 29th, 2003 F11 E:B-6319A SUBJECT: Resolution Awarding Contract for "Simpson Park Historic Pond Restoration", B -6319A REFERENCES: ENCLOSURES: Seven (7) Documents It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of "Biscayne Aquaculture, Inc.", for "Simpson Park Historic Pond Restoration", B -6319A, received on August 11, 2003 in the amount of $102,700.00 Total Bid. "Biscayne Aquaculture, Inc.", is a company located within Miami -Dade County at 21900 SW 169 Avenue, Miami, Florida, 33170, whose Principal is Mr. James Post, President. Also, authorizing the City Manager to enter into contract on behalf of the City. Amount of Total Bid: $ 102,700.00 Const. Cost Estimate: $ 100,000.00 Cost Estimate: 102.7% Construction Time: 60 Calendar Days Source of Funds: CIP No.331346 and CIP No.331371 Minority Representation: N/A N/A Contractors picked up specs ( N/A Hispanic, N/A Black, N/A Female) N/A Contractors submitted bid ( N/A Hispanic, N/A Black, N/A Female) Public Hearings/Notices: No Discussion: The Department of Capital Improvements has evaluated the bids received on August 11, 2003, and determined that the lowest responsible and responsive bid, in the amount of $102,700.00 is from Biscayne Aquaculture, Inc. 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 Budgetary Impact Analysis Form Memo / Emergency Finding JA C/JBO/SV/sv j4t-Y3 41" 03- 927 Budgetary Impact Analysis Department Capital Improvements Division: Commission Meeting Date: September 11`h, 2003 Title and brief description of legislation or attached ordinance/resolution: Resolution awarding "SIMPSON PARK HISTORIC POND RESTORATION PARK B -6319A" to Biscayne Aquaculture, Inc. The project consists of the furnishing of all labor, materials and equipment for the restoration of approximately 2,000 sq.ft. of two wexisting historic ponds made of stone, concrete and Gravel bog filter including plumbing and electrical work. 1. Is this item related to revenue? No ® Yes ❑ Revenue Source: 2. Is this item an expenditure? No ❑ Yes ® Amount: $149,700 General Fund Account No: Special Revenue Fund Account No: CIP Project No: 331346 and 331371 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 Defense/Neighborhood Improvement Bonds? No ® Yes ❑ Project Name Total Bond V Series Total Allocations/ Balance Dollars Spent Allocation Appropriation to Date Encumbrances Comments: roved by: ent Director/Designee Da e APPROVALS Verifiedby.CIP• le) /Designee Date:gi 3 ",3- 927 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Joe Arriola Chief Administrator/ City Manager FROWJorge Cano, Director Department of Capital Improvements DATE: May 1, 2003 SUBJECT: Emergency Finding for Simpson Park Historic REFERENCES: Pond Restoration ENCLOSURES: FILE: This memorandum serves to request your authorization of an emergency finding and permit the utilization of an informal bidding process to award to the lowest responsible bidder a contract for the restoration of 2000 sq. feet of existing historic pond at Simpson Park. We have experienced significant challenges in moving this project forward due to the following factors: 1) The time required to research and identify the proper methods to utilize to restore the existing historic pond in this park, 2). The environmentally sensitive nature of the project and the need to obtain consensus from the community as to the proposed improvements. 3). The need to identify sufficient funds at one time to be able to complete the project and 4). The permitting and specialized design work required. The Department of Parks and Recreation has successfully resolved these issues and we are now prepared to move forward with this project. The need to declare this an emergency is based on the fact that the available funds from the Safe Neighborhood Parks Bond Program must be expended by December 2003. We need your authorization to proceed with the restoration work through an informal bidding process in which at least three (3) companies will be contacted to submit bids. This item will be placed on the next available commission agenda for ratification as soon as possible after the work is completed. 03- 927 Joe Arriola Chief Administrator/ City Manager Page 2 of 2 Funding in the amount of $84,800 is available from CIP Project No. 331346 (Safe Neighborhood Parks Bond Funds). If this request meets with your approval, please indicate by signing below. Budget Approval: i anj S g, ie Strategic Plannin udgeting & Performance JC/sb c: Santiago C. Corrada, Director Department of Parks and Recreation Pilar Saenz, CIP Administrator Allan Poms, Chief Architect, CIP oval: -riola, City Manager 1 MAY 2 3 20M 93- 9^7