9To:
Via:
From:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER - OFFICE MEMORANDUM
The Honorable Mayor and Members of the City ommission
Hector Mirabile, Ph.D, City Manager
Keith A, Ng, CFM, Operations Manager
Public Works & Engineering and Constructio Division
Date: June 30, 2011 Agenda Item No.:
Subject: Construction Contract with JVA Engineering Contractor, Inc. for construction of
SW 64`h Court Drainage Improvements Project.
Resolution: A Resolution of the Mayor and City Commission of the City of South Miami,
Florida, authorizing the City Manager to execute construction contract with JVA
Engineering Contractor, Inc. for the SW 64th Court Drainage Improvements
Project to be charged to FDEP Account 106 - 3900 - 536 -6550, and SWTF 111-
1730- 541 -6490.
Request: Authorizing the City Manager to execute a construction agreement with JVA
Engineering Contractor, Inc. for SW 64th Court Drainage Improvements Project.
Background: On June 24, 2011, the City of South Miami received 4 bids in response to the
solicitation for the SW 64th Court Drainage Improvement Project Phase I. One bid
was determined to be non responsive. The three remaining bids were reviewed
and tabulated. JVA Engineering Contractor, Inc. was determined to be the lowest
responsive and responsible bidder for SW 64th Court Drainage Improvements
Project Phase I.
Reason /Need: The intent of this project is to provide drainage improvements along SW 64th
Court. Improvements along SW 64`h Court will start from Manor Lane to 7521 SW
64th Court.
Cost: $46,238.24
Funding Source: The construction cost for SW 60 Court Drainage improvements is $46,238.24
and will be funded from FDEP Account 106 - 3900 - 536 -6550, and SWTF 111-
1730- 541 -6490.
Backup Documentation:
❑ Proposed Resolution
❑ Tabulated Bids
❑ Bid Proposals- Schedule of Values
1
2
3
5
6
7
8
9
10
11
12
13
14
15
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
RESOLUTION NO.:
A Resolution of the Mayor and City Commission of the City of South Miami, Florida,
authorizing the City Manager to execute construction contract and issue a Purchase
Order with JVA Engineering Contractor, Inc. for the SW 64`" Court Drainage
Improvements Project to be charged to FDEP Account 106 -3900- 536 -6650, and SWTF 111-
1730 -541 -6490.
WHEREAS, the Mayor and City Commission wishes to provide drainage improvements along SW 64"'
Court from Manor Lane to 7521 SW 60 Court, and
WHEREAS, the City has published an RFP # SM- 2011 -04 -PW and it has received bids from Wiilimas
Paving Co., Inc. in the amount of $52,304.70, and Magna Construction, Inc. in the amount of $65,18191.
WHEREAS, JVA Engineering Contractor, Inc. submitted a bid of $46,238.24 which was the lowest, most
responsive and most responsible bidder for SW 64th Court Drainage Improvements Project Phase I..
WHEREAS, the total construction cost is $46,238.24, funded by FDEP from account no. 106- 3900 -536-
6550, and SWTF (Storm Water Trust Fund) from account no. 111 - 1730 - 541 -6490;
WHEREAS, the Mayor and City Commission desires to authorize the City Manager to execute a
construction contract with JVA Engineering Contractor, Inc. for the SW 64" Court Drainage Improvements Project
Phase I in an amount of $46,238.24.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA THAT:
Section 1: The City Manager is hereby authorized to execute the construction contract that was attached to
RFP# SM- 2011 -04 -PW with and issue a Purchase Order to JVA Engineering Contractor, Inc. for the SW 64'" Court
Drainage Improvements Project Phase I in the amount not to exceed $46,238.24; and
Section 2: The expenditure shall be charged to FDEP account no. 106- 3900- 536 -6550, and SWTF (Storm
Water Trust Fund) account no. 111 - 1730 - 541 -6490, which have account balances of $26,069 and $50,000
respectively, before this resolution was adopted.
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this
ATTEST:
CLERK
READ AND APPROVED AS TO FORM:
CITY ATTORNEY
day of 2011.
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Newman:
Commissioner Beasley:
Commissioner Palmer:
Commissioner Harris;
City of South Miami South Miami
esoury PUBLIC WORKS & ENGINEERING DEPARTMENT
4795 SW 75'" Avenue
Miami, FL 33155
Tel. (305) 663-6350 Fax (305) 668-7208
Comparison Bid Table for
SW 64th Court Drainage'lmprovement Project
Item
JVAEngineeflng
Contractor, Inc.
Williams Paving
Co., Inc
Magna
Construction, Inc.
rm
Bid F7o
P
P
Lum Sul;i Base Bid
$46,238.24
$52,304.70
idder [info
Bidder er
P
P
P
Schedule of Values
P
P
P
Bid Bond
P
P
P
Bidder Qualification Statement
P
P
P
Govemement References
P
P
P
Non-Collusion Affidavit
P
P
Public Entity Crimes and
Conflicts of Interest
P
P
Drug Free Workplace
P
P
Conformance with OSHA
P
P
P
Subcontractors- Paving
None
The Paving
Group
MrVIIa &
Associates
Addendum No.1
P
P
P
Addendum No.2
P
P
P
Local Business Tax Receipt
P
P
P
Certified General Contractor
P
P
N/P
Florida State Professional
License
P
P
N/P
CMB Business Certificate of
Competent
P
P
P
Resumes
P
P
P
Staff/Personnel Qualifications
P
N/P
N/P
Organizational Chart
P
P
P
List of Completed Projects
P
P
N/P
Certificate opf Liability
Insurance
P
P
P
P= Provided
N/P= Not Provided
D -
_
SW 64th COURT DRAINAGE IMPROVEMENTS
SCHEDULE OF VALUES
Page 8 of 63
SW 64th COURT DRAINAGE IMPROVEMENTS
SCHEDULE OF VALUES
Page 8 of 63
SIN 64th COURT DRAINAGE IMPROVEMENTS
SCHEDULE OF VALUES
Page 8 of 63
CONTRACT
SW 64th Court Drainage Improvements Project Phase I
THIS CONTRACT was made and entered into on this day of
Miami, hereafter referred to as "Owner ".
2011, by and between
hereafter referred to as "Contractor ", and the City of South
W ITN ESETH:
That, the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows:
1. The Contractor shall furnish all labor, materials, equipment, machinery, tools, apparatus, and
transportation necessary to perform all of the work shown on the
2. Drawings described in the Project Manual titled SW 64th Court Drainage Improvements Project
Phase I: the Contractor shall furnish all the materials, and perform all of the Work as provided for in the
Bid Documents and Construction Documents, drawings, plans, specifications and documents and shall do
everything required by this Contract and the other Contract Documents.
3. The Contractor shall commence the Work to be performed under this Contract on a date to be specified
in a written order of the Owner and shall complete all Work hereunder within the length of time stipulated
in the Bid.
4. The Owner hereby agrees to pay to the Contractor for the faithful performance of this Contract, subject
to additions and deductions as provided in the Bid Form, in lawful money of the United States, the
amount of:
Written Dollar Amount
Dollars
Lump Sum.
5. The Owner shall make monthly partial payments to the Contractor on the basis of a duly certified and
approved estimate of Work performed during each calendar month by the Contractor, less the retainage
provided in the General Conditions, which is to be withheld by the Owner until completion and
acceptance of the complete project in accordance with this Contract and until such Work has been
accepted by the Owner.
6. Upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, materials bills,
and other costs incurred by the Contractor in connection with the construction of the Work have been
paid in full, final payment on account of this Contract shall be made within sixty (60) days after the
completion by the Contractor of all Work covered by this Contract and the acceptance of such Work by
the Owner.
7. In the event that the Contractor shall fail to complete the Work within the time limit stipulated on the Bid
Form in #5, or the extended time limit agreed upon, as more particularly set forth in the Contract
Documents, liquidated damages shall be paid at the rate of $388 per day, plus any monies paid by the
City to the Consultant for additional engineering and inspection services associated with such delay.
8. It is further mutually agreed between the parties hereto that if, at any time after the execution of this
Contract and the Surety Bond hereto attached for its faithful performance and payment, the Owner shall
deem the Surety or Sureties upon such bond to be unsatisfactory, or if, for any reason such bond ceases
to be adequate to cover the performance of the Work, the Contractor shall, at its expense within five (5)
Page 23 of 63
days after the receipt of notice from the Owner 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 Owner. In such event,
no further payment to the Contractor shall be deemed to be due under this Contract until such new or
additional security for the faithful performance of the Work is furnished in manner and form satisfactory
to the Owner.
9. No additional Work or extras shall be done unless the same is duly authorized by appropriate action by
the Party of the Owner.
IN WITNESS WHEREOF, the parties hereto have executed this Contract on the day and date first above written,
in five (5) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an
original Contract.
WITNESSES:
AUTHENTICATION:
Signature:
Maria Menendez
City Clerk
CONTRACTOR:
Signature:
Name:
Title:
OWNER: CITY OF SOUTH MIAMI
Signature
Hector Mirabile, Ph.D
City Manager
Page 24 of 63