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