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)