Loading...
HomeMy WebLinkAboutR-03-0928J-03-825 09/10/03 RESOLUTION NO. ii 3 — 9 2 8 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID OF PROFESSIONAL WELDING, INC., FOR THE PROJECT ENTITLED "MANUEL ARTIME COMMUNITY CENTER - NEW FENCE, B-6460," IN THE AMOUNT OF $43,675; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENTS PROJECT NO. 333136, IN THE AMOUNT OF $43,675 TO COVER CONTRACT COSTS PLUS $5,950 TO COVER EXPENSES INCURRED BY THE CITY, FOR TOTAL PROJECT COSTS OF $49,625, AS SET FORTH ON THE FORMAL BID DOCUMENT AND THE DEPARTMENT OF CAPITAL IMPROVEMENTS PROJECT FACT SHEET, ATTACHED AND INCORPORATED; 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 PROFESSIONAL WELDING, INC., for the project entitled "MANUEL ARTIME COMMUNITY CENTER - NEW FENCE, B-6460," in the amount of $43,675, with funds allocated from Capital Improvements Project No. 333136, in the amount of $43,675 to cover contract costs plus $5,950 to cover expenses incurred by the City, for total project costs of $49,625, as set forth on the Formal Bid Document and the Department of Capital Improvements Project Fact Sheet, attached and incorporated, is accepted. CITY COMMSMON MEETING OF SEP 1 1 2903 Resolution No. iJ3- 928 Section 2. The City Manager is authorized) 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 11th day of September 2003. PANUEL A. IAZ, MA ATTEST: PRISCILLA A. THOMPSON CITY CLERK I--, AND CORRECTNESS: &OR&/VILARELLO ATTORNEY 7537:tr:AS:BSS 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 ;13- 928 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 PROFESSIONAL WELDING, 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: Manuel Artime Community Center — New Fence, B-6460 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 ($43,675.00), Fo m Three Thousand Six Hundred Seven Five 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 (101/6) 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. 1 iJ3- 928 ARTICLE 4. TIl OF COMPLETION: The Cont for 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: "Manuel Artane Community Center — New Fence", B-6460 2 ;:l3- 928 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: THE CITY OF MIAMI, FLORIDA Party of the first part I;&V 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: Jorge C. Cano, P.E. Alejandro Vilarello Director City Attorney Department of Capital Improvements "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 P)3- 928 oP City of Miami Date: August 11, 2003 CIP Construction Administration: Department of Capital Improvements �aMc. � PROJECT FACT SHEET Emergency:❑ Construction Phase Total $45,460.00 Project Name: MANUEL ARTIME COMMUNITY CENTER -NEW FENCE Project Location: 900-910 S:W. 1STREET MIAMI ,FLORIDA Commissioner District: 3 Project Number: B-6460 Initiating Dept.: Capital Improvements Department Project Manager/Ext. No.: Roberto Silva Eng.T.III Ext.1254 Project Budget: Homeland Defense 0 Account Number: 333136 Amount: Federal (C.D.B.G.) Account Number: Amount: S.N.P.B. Account Number: Amount: Other: C.I.P. No. 0 Account Number: Amount: W IL O v v W 0 w CL W N x IL z O v z N z 0 V IN-HOUSE 444 S.W. 2nd.AVE.8th.FLOOR Miami, Florida Roberto Silva I It 305-416-1254 New fence Contractor: PROFFESIONAL WELDING,INC. Address: 675 N..W.5th.STREET City, State, Zip: Miami, Florida 33128 Contact Person: HENRY QUINTERO, President Telephone/E-mail (305)-986-4039 Class: P (J = Joint P = Prime S = Sub) Minority Status: H (B = Black F = Female H = Hispanic N = None) Established: 35 years License Number: 000008469'' Sub -Contractors: N/A N/A $2,975.00 $1,190.00 Construction Contract Amount: $43,675.00 (BID) CIP Construction Administration: $1,785.00 (E) Misc. Construction Costs: $0.00 (E) Construction Phase Total $45,460.00 il3- 928 t% 00 FORMAL BID MANUEL ARTIME COMMUNITY CENTER -NEW FENCE Project Number: B-6460 Project Manager: ROBERTO SILVA Person who received the bids: ROBERTO SILVA Construction Estimate = $ 59,500.00 CIP Number: 333136 Dat 8/7/2003 Received at: CITY CLERK OFFICE -CITY OF MIAMI Tim 10:00 A.M. BIDDER PROFESSIONAL WELDING INC. TRW CONTRACTING, INC. ADDRESS 675 N.W.5th.STREET MIAMI, FLORIDA 33128 2121 N.W. 139 th. ST.BAY #21 OPALOCKA FLORIDA 33054 BID BOND AMOUNT B.B. CHECK B.B CHECK IRREGULARITIES MINORITY OWNED YES YES UNIT ITEM No. DESCRIPTION PRICE TOTAL UNIT UNIT UNIT PRICE TOTAL PRICE TOTAL PRICE TOTAL BASE BID,ITEMS 1 THRU 2 $ 43,675.00 $57,250.00 1 INSTALLATION OF NEW FENCE AND RESTORATION OF LANDSCAPE $40,700.00 $54,275.00 2 SPECIAL PROVISIONS $2,975.00 $2,975.00 " IRREGULARITIES LEGEND A - No Power - of - Attomey B -- No Affidavit as to Capital & Surplus of Bonding Company of Bonding Company C -- Corrected Extensions D -- Proposal Unsigned or Improperly Signed or no Corporate Seal E -- Incomplete Extensions F — Non - responsive bid 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 IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM PROFESSIONAL WELDING, INC. FOR THE TOTAL AMOUNT OF $43,675.00 IF THE ABOVE CONTRACTOR IS NOT THE LOWEST BIDDER, EXPLAIN: Budgetary Impact Analysis Department Capital Improvements Commission Meeting Date: September 11, 2003 Division: Title and brief description of legislation or attached ordinance/resolution: Resolution awarding contract tp Professional Welding, Inc. for "13-6460 Manuel Artime Communitv Center - New Fence" 1. Is this item related to revenue? No ® Yes ❑ Revenue Source: 2. Is this item an expenditure? No ❑ Yes ® Amount: $49,625.00 General Fund Account No: Special Revenue Fund Account No: CIP Project No: 333136 3. Are there sufficient funds in Line Item? No: ❑ Yes: Sufficient funds will he transferred frnm the fnllnwina line itemc- ACTION ACCOUNT NUMBER TOTAL From $ From $ To $ To $ 4_ Is this item funded by Rnmeland T)PfPncP1NJPia1h1%nrhnnll T,,,,,, -...,A,, +R., A, ') XT- 141 -,7-- M Project Name Total Bond I" Series Total Allocations/ Balance Dollars Spent Allocation Appropriation to Date Encumbrances Comments: Verifie b . Dept. Wf Stra gi Pl n , Budgetin & Performanc Date: .F z? 63 Date APPROVALS Verified by CI icable) /Designee Date: g'2q 93- 92.8 CITY OF MIAMI, FLORIDA CA=8 INTER -OFFICE MEMORANDUM To: The Honorable Mayor and Me DATE: SEP - 2 2,003 FILE: 13-6460 Of the City Co iss n FORMAL BID SUBJECT: Resolution Awarding Contract for "MANUEL ARTIME COMMMITY (� CENTER - NEW FENCE, B -6460 - FROM: Joe rr' ola REFERENCES: Cit nager ENCLOSURES: Five ( 5 ) Documents RECOrbENDATION : It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of "PROFESSIONAL WELDING, INC.", for "Manuel Artime Community Center - New Fence, B-6460", received on August 7th, 2003 in the amount of $43,675 Total Bid. "PROFESSIONAL WELDING, INC.", is a company located within The City of Miami limits at 675 NW 5 T1 Street, Miami Florida, 33128, whose Principal is Henry Quintero, President; and authorizing the City Manager to enter into contract on behalf of the City. BACKGROUND: Amount of Total Bid: $ 43,675 Cost Estimate: 73.400 Const. Cost Estimate: $ 59,500 Construction Time: 30 Calendar Days Source of Funds: CIP No. 333136 Minority Representation: Not Required. 3 Contractors picked up specs ( 2_ Hispanic, 1 Black, 0 Female) 2 Contractors submitted bid ( 2 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 $ 43,675 is from Professional welding, Inc., a 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 CC/JBO/JB/RS/MAV/mav 03- 9?8