Loading...
HomeMy WebLinkAboutR-03-0929J-03-824 09/10/03 93- 929 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID OF HERALPIN USA, INC., FOR THE PROJECT ENTITLED "MANUEL ARTIME COMMUNITY CENTER DANCE FLOOR SURFACE REPLACEMENT, B-6487," IN THE AMOUNT OF $31,900; ALLOCATING FUNDS, IN THE AMOUNT OF $31,900 TO COVER CONTRACT COSTS PLUS $3,790 TO COVER ESTIMATED EXPENSES INCURRED BY THE CITY, FOR TOTAL PROJECT COSTS OF $35,690, 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. 311010; 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 HERALPIN USA, INC., for the project entitled "MANUEL ARTIME COMMUNITY CENTER DANCE FLOOR SURFACE REPLACEMENT, B-6487," in the amount of $31,900 is accepted, with funds allocated in the amount of $31,900 to cover contract costs, plus $3,790 to cover estimated expenses incurred by the City, for total project costs of $35,690 as set forth on the Formal Bid Document and the Department of Capital CITY COMMISSION MEETING OF S F P 1 1 2003 Resolution Ilio. #J3- 929 Improvements Project Fact Sheet, attached and incorporated, from Capital Improvements Project No. 311010. 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 Mayoral PASSED AND ADOPTED this 11th ATTEST: & y &L�- 4��- j;�= c - PRISCILLA A. THOMPSON CITY CLERK AND CORRECTNESS W'VILARELLO ORNEY 36:tr:AS day of September , 2003. 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 �J 3- 929 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 HERALPIN USA, 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 Dance Floor Surface Replacement, B-6487" 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 ($31,900), Thirty one thousand nine hundred Dollars and Zero 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 dl3— 929 ARTICLE 4. TIML, OF COMPLETION: The Conti—tor 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 I=rovements Entitled: "Manuel Artime Comnwnity center Dance Floor Surface replacement_ B-6487" 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 3 WN Joe Arriola City Manager CONTRACTOR: WX 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 03-- 929 ox City of Miami Date: August 27, 2003 G� 3 Department of Capital Improvements q PROJECT FACT SHEET Emergency:❑ VCL approximately 500 SF of sub -floor. Project Name: MANUEL ARTIME COMMUNITY CENTER DANCE FLOOR SURFACE REPLACEMENT Project Location: 900 SW 1ST STREET, MIAMI FLORIDA Commissioner District: 3 Project Number: B-6487 Initiating Dept.: STADIUM CONVENTION Project Manager/Ext. No.: Jose'' Briz #1209 / Manny Veda #1213 Project Budget: Homeland Defense Number: 311010 Amount: Federal (C.D.B.G.) Account Number: Amount: S.N.P.B. r� Account Number: Amount: Other: C.I.P. No. Account Number: Amount: LU U) a x IL Z O F - v t -- U) z O V Contractor: HERALPIN USA, INC. Address: 1925 BRICKELLAVE. D-205 City, State, Zip: MIAMI, FLORIDA 33129 Contact Person: RAFAEL BETANCOURT Telephone/E-mail 305-218-0174 Class: P (J = Joint P = Prime S = Sub) Minority Status: IN (B = Black F = Female H = Hispanic N = None) Established: 1 years License Number: 61739 Sub -Contractors: Construction Contract Amount: The project consists of the removal and disposal of the existing vinil floor and the installation of a new one from CIP Construction Administration: $1,595 (A) American Harlequin Cascade for approximately 3,000 SF of floor area and preparing and repairing $600 (E) VCL approximately 500 SF of sub -floor. cn i v lit O w CL i PROJECT COSTS „ PEREZ ASSOCIATES 9450 Sunset Drive, Suite 100-A ro Miami, Florida 33173 ;- Maria I. Perez (305) 596-5006 ` _. New Floor N/A, �1$ N/A' $1,595 LU U) a x IL Z O F - v t -- U) z O V Contractor: HERALPIN USA, INC. Address: 1925 BRICKELLAVE. D-205 City, State, Zip: MIAMI, FLORIDA 33129 Contact Person: RAFAEL BETANCOURT Telephone/E-mail 305-218-0174 Class: P (J = Joint P = Prime S = Sub) Minority Status: IN (B = Black F = Female H = Hispanic N = None) Established: 1 years License Number: 61739 Sub -Contractors: Construction Contract Amount: $31,900 (BID) CIP Construction Administration: $1,595 (A) * Misc. Construction Costs: $600 (E) Construction Phase Total $34,095 03- 929 MANUEL ARTIME COMMUNITY CENTER DANCE FLOOR SURFACE REPLACEMENT, B-6487 Project Number: B-6487 Project Manager: Jose Briz / Manny Vega Person wllo received the bids: Jose Briz Construction Estimate = $ 30,000.00 C1P Number: 311010 Date: 08/26/03 Received at: City Clerk Time 10:00 AM BIDDER RFRALPIN USA, INC. CONSTRUVEN, LLC ADDRESS 1925 BRICKELL AVE. SUITE D-205 MIAMI, FLORIDA 33129 2579 WEST 80TH STREET HIALEAH, FLORIDA 33016 BID BOND AMOUNT B.B. CHECK OF 5 % B.B. CHECK OF 5 % IRREGULARITIES G,H MINORITY OWNED YES YES ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT UNIT UNIT PRICE. TOTAL, PRICF TOTAL PRICF. TOTAL, TOTAL BASE BID ITEMS 1 THRU 4 $31,900.00 533,495.00 I PROVIDE AND INSTALL NEW FLOOR-3,000 SF $22,900.00 $23,795.00 2 REMOVE AND DISPOSE EXISTING FLOOR-3,000 SF $2,100.00 $4,300.00 3 REPAIR AND PREPARE EXISnNG WOOD FRAME •-500 SF $5,400.00 $3,900.00 4 PROVISION FOR SPECIAL ITEMS $1,500.00 $1,500.00 s • IRREGULARITIES LEGEND A -- No Power - of - Attorney 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 1. — No City Occupational License IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM HERALPIN USA, INC FOR THE TOTAL AMOUNT OF $31,900.00 IF THE ABOVE CONTRACTOR IS NOT THE LOWEST BIDDER, EXPLAIN: CL CITY OF MIAMI, FLORIDA CA=9 INTER-OFFICE MEMORANDUM To: The Honorable Ma or and Members DATE: FILE: $-6487 Of the City mmis 'on FORMAL BID SUBJECT: Resolution Awarding Contract for "MANUEL ARTna COMMUNITY p CENTER DANCE FLOOR SURFACE cj� REPLACEMENT, B-6487 FROM: Jo A iola REFERENCES: City anager ENCLOSURES: Five ( 5 ) Documents RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of "HERALPIN USA, INC.", for "Manuel Artime Community Center Dance Floor Surface Replacement, B-6487", received on August 26th, 2003 in the amount of $31,900 Total Bid. "HERALPIN USA, INC.", is a company located within The City of Miami limits at 1925 Brickell Ave. Suite D-205, Miami Florida, 33129, whose Principal is Rafael Betancourt, President; and authorizing the City Manager to enter into contract on behalf of the City. BACKGROUND: Amount of Total Bid: $ 31,900 Const. Cost Estimate: $ 30,000 Source of Funds: CIP No. 311010 Minority Representation: Not Required. Cost Estimate: 106.33% Construction Time: 30 Calendar Days 2 Contractors picked up specs ( 2_ Hispanic, 0 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 26, 2003, and determined that the lowest responsible and responsive bid, in the amount of $ 31,900 is from HERALPIN USA, 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/ gC/JBO/MAV/mav ���p 929 Department Capital Improvements Commission Meeting Date: C11.1 1103 Budgetary Impact Analysis Division: Title and brief description of legislation or attached ordinance/resolution: Resolution awarding contract to HERALPIN USA, INC. for " Manuel Atime Community Center Dance Floor Surface Replacement B-6487' pro ject. 1. Is this item related to revenue? No ® Yes ❑ Revenue Source: 2. Is this item an expenditure? No ❑ Yes ® Amount: $ 35,690 General Fund Account No: Special Revenue Fund Account No: CIP Project No: 311010 3. Are there sufficient funds in Line Item? No: ❑ Yes: ED Sufficient funds will be transferred from the followine line items: ACTION ACCOUNT NUMBER TOTAL From $ From $ To $ To $ 4. Is this item funded by Homeland Defense/Nei ghborhood Improvement Bonds? No ® Yes ❑ Project Name Total Bond Allocation 1" Series Appropriation Dollars Spent to Date Encumbrances & Commitments Balance Comments: App 7"I����� — � zQ d3 Dep irector/Designee Date APPROVALS Verified by CIP: able) esignee Date: gJ - 929