Loading...
HomeMy WebLinkAboutR-03-1009J-03-827 09/10/03 � RESOLUTION NO. ".� :, " 1009 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID OF T.J. PAVEMENT CORP., FOR THE PROJECT ENTITLED "S.W. 11th STREET RECONSTRUCTION PROJECT, B-5699," IN THE AMOUNT OF $83,212; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENTS PROJECT NO. 311714 IN THE AMOUNT OF $83,212 TO COVER CONTRACT COSTS, PLUS $12,788 TO COVER ESTIMATED EXPENSES INCURRED BY THE CITY, FOR TOTAL ESTIMATED PROJECT COSTS OF $96,000, AS SET FORTH ON THE TABULATION OF BIDS 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 T.J. PAVEMENT CORP. for the project entitled "S.W. 11th STREET RECONSTRUCTION PROJECT, B-5699," in the amount of $83,212 is accepted, with funds allocated from Capital Improvements Project No. 311714, in the amount of $83,212 to cover contract costs, plus $12,788 to cover estimated expenses incurred by the City, for total estimated project costs of $96,000, as set forth on the Tabulation of Bids Document and the Department of Capital Improvements Project Fact Sheet, attached and incorporated. A 7 6 CITY COMMISSION MEETING OF SEP 1 1 2003 Resolution No. r 03.-1009 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.�11 PASSED AND ADOPTED this 11th day of September , 2003. ATTEST: Q '1 PRISCILLA A. THOMP N CITY CLERK APPROVED A,2 To. $6RN1 6D CORRECTNESS <i CDR VILARELLO A ORNEY W7539: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 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 T.T. PAVEMENT CORP. 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: "S.W. 11 STREET RECONSTRUCTION PROJECTI, B-99" 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 ($83,212.00), E&W theme thousand and two hundred twelve Dollars and 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. ARTICLE 4. T12M.- OF COMPLETION: The Con` _„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 frilly 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. DDcgartment of Capital Improvements 2 1j3 -i00 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 MLkMI, FLORIDA Party of the first part Joe Arcola 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: Alejandro Vilarello - City Attorney 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. of City of Miami Date: September 9, 2003 Department of Capital Improvements A •M 4 a PROJECT FACT SHEET Emergemy..❑ Project Name: S.W. 11 STREET RECONSTRUCTION PROJECT Project Location: Flagami neighborhood Commissioner District: 4 Project Number: B - 5899 Initiating Dept.: C.I.P. Project Manager/Ext. No.: Maria E. Lopez / (305)416-1206 Project Budget: Homeland Defense Account Number. 311714 Amount: $96,000.00 Federal (C.D.B.O.) Account Number: Amount: S.N.P.B. Account Number: Amount: Other: C.I.P. No. 0 Account Number: Amount: W The Project is located at S.W. 11 Street between S.W. 27 Avenue and S.W. 29 Avenue. IL O 0 Q0 The Project consists of the reconstruction of the street reducing the elevation of the crown of the road, regrading the swale area, cleaning existing drainage, installing new sod, new driveways and replacing W some brocken sidewalks. OC a PROJECT COSTS A/E Firm: "In House" (A) -, Acluel Address: (E) - Eadmate W City, State, Zip: Contact Person: d Telephone/E-Mail: A/E Firm Fees: $4,569.00 =(A) z O Type of Work AddjdonaiDesign Services: WA (A) W Comments: In -House Design Cost $4,160.60 (A) Q Miscellaneous Services: WA '(A)' CIP Design Administration: WA (A) Design Phase Total: $8,729.60 Contractor. T.J. Pavement Corp. Address: 11401 SW 40 Street, Suite 335 City, State, Zip: Miami, Florida 33165 Contact Person: Jose A. Alvarez TV „ z O i= v z O V Telephone/E-mail: (305)220-1220 Class: P (J = JOW P = Prime S = Sub) Minority Status: H (B = Black F = Female H = Hlapenlc N = Norte) Established: _ License Number. Sub -Contractors: 7 years E-942001 i Copies to: CIP SwWr AccowMartt, CIP AdrMalydw. File, In f "Depechnai Construction Contract Amount $83,212.00 (BID) CIP Construction Administration: $4,058.40 (E) Misc. Construction Costs: WA (E) Construction Phase Total $87,270.40 Total Project Cost+ $9a,000A0 �;�3-� 0 M .IT) TABULATION OF BIDS FOR &5699 311714 FORMAL Pro ect Manager Maria LopezDate: 09/09/03 INFORMAL Maria LopezCity Clerk Office Construction Estimate: $80,000.00 Time: 11:00 a.m. Bidder 12450 NW NORTH 9350 SUTH DIXIE 11401 SW 40 ST STE 335 RIVER DRIVE 7571 NW 7 ST 1955 NW 110 AVE 10450 NW 31 TR HWY STE 1250 V. State Mimi, Florida Miami, Florida Wang, Florid@ Miami, Florida Miami, Florid@ Miami, Florid@ 33165 33178 3312e 33172 33172 33158 Located in the Cky of Miami Liosnsed and Inured as per City Code and Metro Ordinances. y" yes yes y" yes yes Bid Bond Amount 5% 5% 5% 5% 5% 5% O ' Owned Y" Yes yes Yes y" yes IM OTAL BID: THE TOTAL OF ITEMS 1 THROUGH 7 BASED ON $83,212.00 $86,980.80 $88,620.00 $107,650.00 $113,357.00 $130,568.00 HIRTY (30) CALENDAR DAYS OMPLETION TIME, THE SUM OF: NUtSOU .AMM LZCWM - No Poem-of-Aaomry Comments: _ — No Ar6d" r to CapiW R Sorou of Bow Campay - Coam" admd'w The Department of CIP has determined that the lowest responsible and responsive bidder. - h°p°" r u'w"d or bromp$ 4' %PW or no co'p's' Sad — bmoapYM &"Maio" is TJ PAVEMENT CORP. in the revised amount of $83.212.00 for the Total Bid. N=- bid - bWopw Bid Boal Prepared by: MARIA E. LOPEZ — N0Cm0mr6ofCoWsft yNwAw r — No nw fomes Ni ka cnwv o BeWmmt Approved by: 1 — Dm"=MCkyofWWWBERq"NWArAl — No Dgkodo Bid hWW Date: 919/2003 — No Cky OwWfind Limes M .IT)