Res. No. 126-01-11274RESOLUTION NO.126-01-11274
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF SOUTH MIAMI,FLORIDA,RELATING TO CONTRACTUAL
SERVICES,AUTHORIZING THE CITY MANAGER TO EXECUTE
CONSTRUCTION CONTRACT DOCUMENTS,IN SUBSTANTIALLY
THE FORM ATTACHED AS EXHIBIT "1,"WITH McCOURT
CONSTRUCTION INC.FOR THE RESTORATION OF THE MARSHALL
WILLIAMSON TENNIS COURTS;AUTHORIZING THE
DISBURSEMENT OFUP TO $15,000 FROM ACCOUNT NUMBER 504-
1500-514-9925,ENTITLED "INSURANCE SETTLEMENT;"AND
PROVIDING AN EFFECTIVE DATE.
WHEREAS,the City of South Miami's Marshall Williamson Park has an area which was
historicallyusedastenniscourts;and
WHEREAS,thecourtswere modified for use asaroller hockey rink;and
WHEREAS,therollerhockeyrinkisnowunderutilized;and
WHEREAS,the Mayor and City Commission desire to see the tennis courts restored.
NOW,THEREFORE,BEIT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
THE CITY OF SOUTH MIAMI:
Section 1.TheCity Manager is authorized to execute construction contract documents,in
substantially the form attached as Exhibit "1,"with McCourt Construction Inc.for the restoration of
the Marshall Williamson Tennis Courts.
Section 2.TheCityManagerisauthorizedtodisburseupto$15,000 fromAccount
Number 504-1500-514-9925 pursuant totheapproved contract documents.
Section 3.This resolution shalltakeeffect immediately upon approval.
PASSEDANDADOPTEDthis 4th dayof September a?001.
ATTEST:a APPROVED:
CITY CLERK MAYOR
Commission Vote:5-0
READAND APPROVED ASTOFORM:Mayor Robaina:Yea
Vice Mayor Feliu:Yea
Commissioner Bethel:Yea
s^"Commissioner Russell:Yea
C^tZ,/£>-(=&L.//r>/2->Commissioner Wiscombe:Yea
CITY ATTORNEY "^
South Miami
CITY OF SOUTH MIAMI
INTER-OFFICE MEMORANDUM
AH-AmaicaCity
W
To:Honorable Mayor
andCity Commission
From:Charles D.Scurr
City Manager
2001
Date:August 30,2001
\cA>?A/rfrt Subject:Agenda Item #I P
Commission Meeting 09/04/01
Marshall Williamson
Tennis Courts
REQUEST
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF SOUTH MIAMI,FLORIDA,RELATING TO CONTRACTUAL
SERVICES,AUTHORIZING THE CITY MANAGER TO EXECUTE
CONSTRUCTION CONTRACT DOCUMENTS,IN SUBSTANTIALLY
THE FORM ATTACHED AS EXHIBIT "1,"WITH McCOURT
CONSTRUCTION INC.FOR THE RESTORATION OF THE MARSHALL
WILLIAMSON TENNIS COURTS;AUTHORIZING THE
DISBURSEMENT OF UP TO $15,000 FROM ACCOUNT NUMBER 504-
1500-514-9925,ENTITLED "INSURANCE SETTLEMENT;"AND
PROVIDING AN EFFECTIVE DATE.
BACKGROUND AND ANALYSIS
Marshall Williamson Park has had tennis courts since the mid-1970's.However,in the mid-1990's the
tennis courts were converted toa roller hockeyrink.Although popular fora couple of years,theroller
hockey phenomenon hasfadedandthe park's rinkhasfallen dormant andis severely underutilized.
TheproposedresolutionwouldallowtheCitytocontractwiththelowestresponsivebiddertorestore
the hockey rinkto tennis courts.The proposed fundingforthis project would come fromthe insurance
proceeds theCity received asaresult of thearsonincidentwhich damaged the park's totlotonNew
Year's Eve.These fundscanonlybeusedfor improvements tothepark.
The current balance of account number 504-1500-514-9925 is $15,000.
RECOMMENDATION
Yourapprovalis recommended.
CONTRACT
THIS AGREEMENT,madeandenteredintothisday of ,20,byand
between theCity of SouthMiami,(City),and ,
(Consultant),(Parties).
WHEREAS,the City desires toengagethe Contractor to perform services asstatedherein.
WITNESSETH,thatthepartieshereto,fortheconsiderationhereinaftersetforth,mutually
agreeasfollows:
1.01 SCOPE OF WORK
A.The Contractor shallfurnishalllabor,materials,equipment,machinery,tools,
apparatus,andtransportationandperformall of theworkdescribedintheScope of
WorkdatedJuly30,2001,andattachedasExhibit "1,"necessarytoconvertthe
existingrollerhockeyrinkat Marshall WilliamsonParkintotwo USTA-compliant
tennis courts.
1.02 THE CONTRACT SUM
A.TheCityshallpaytothe Contractor forthe faithful performance of theContract,in
lawfulmoney of theUnitedStates,andsubjecttoadditionanddeductionsasprovided
in the Contract Documents.
B.BaseduponthepriceshownintheProposal heretofore submitted totheCitybythe
Contractor,acopy of saidProposalbeingapart of these Contract Documents attached
as Exhibit "1",the aggregate amount of this Contract isthesum of Fifteen Thousand
Dollars ($15,000).
1.03 COMMENCEMENT AND COMPLETION OF WORK
A.The Contractor shall commence work on the date established in the Notice to Proceed.
B.TheContractorshallprosecutetheworkwithfaithfulnessanddiligenceandshall
completetheworknotlaterthanninety(90)calendardaysafterthecommencement
date established in the Notice to Proceed.
00000-1
1.04 CONTRACTOR'S ACCEPTANCE OF CONDITIONS
A.The Contractor herebyagreesthathehas carefully examined thesitesfortheworktobe
performedandhasfullysatisfied himself thatsuchsitesarecorrectandsuitableonesfor
theworktobeperformedandheassumesfull responsibility therefore.The provisions
of this Contract shall control any inconsistent provisions contained inthe specifications.
AllspecificationsandContractitemscontainedinthisContracthavebeenreadand
carefullyconsideredbytheContractor,whounderstandsthesameandagreestotheir
sufficiencyfortheworktobedone.Itisexpresslyagreedthatundernocircumstances,
conditionsorsituationsshallthisContractbemorestronglyconstruedagainsttheCity
thanagainstthe Contractor andhisSurety.
B.AnyambiguityoruncertaintyinthespecificationsorExhibit"1"shallbeinterpreted
andconstruedbythe City's Engineerorapprovedrepresentativeandhisdecisionshall
befinalandbindinguponallparties.
C.Itisdistinctlyunderstoodandagreedthatthepassing,approvaland/oracceptance of
anypart of theworkormaterialbytheCity,itsEngineer,orbyanyagentor
representative asin compliance withtheitemsofthisContract and/or oftheProject
Manualcoveringsaidwork,shallnotoperateasawaiverbytheCity of strict
compliancewiththetermsofthisContract,and/ortheProjectManualcoveringsaid
work;andtheCitymayrequiretheContractorand/orhisinsurertorepair,replace,
restoreand/ormaketocomplystrictlyandinallthingswiththisContractandthe
ProjectManualanyandallofsaidworkand/orserviceswhichwithinaperiodofone
yearfromandafterthedate of thepassing,approval,and/oracceptance of anysuch
workorservices,arefoundtobedefectiveortofailinanywaytocomplywiththe
Drawingsand Specifications.Thisprovisionshallnotapplyto materials or equipment
normally expected todeteriorateorwearoutandbecome subject tonormalrepairand
replacementbeforetheirconditionisdiscovered.The Contractor shallnotberequired
todonormal maintenance work under the guarantee provisions.Failure onthepart of
the Contractor and/or hisinsurer,immediately after Notice to either,to repair orreplace
anysuchdefectivematerialsandworkmanshipshallentitletheCity,if itseesfit,to
replaceorrepairthesameandrecoverthereasonablecost of suchreplacementand/or
repairfromtheCityand/orhisinsurer,whoshallinanyeventbe jointly andseverally
liabletotheContractorforalldamage,lossandexpensecausedtotheCitybyreason of
theContractor'sbreach of thisContractand/orhisfailuretocomplystrictlyandinall
thingswiththisContractandwiththeDrawingsandSpecifications.
1.05 LIQUIDATED DAMAGES
A.Itis mutually agreedthattimeis of the essence of this Contract andshouldthe
Contractorfailtocompletetheworkwithinthespecifiedtime,orany authorized
extension thereof,thereshallbe deducted from the compensation otherwise tobepaid
tothe Contractor,andtheCitywill retain the amount ofone hundred dollars ($100)per
calendar dayas fixed,agreed,and liquidated damages foreachcalendardayelapsing
beyondthespecifiedtimeforcompletionoranyauthorizedextensionthereof,which
sumshall represent the actual damages which theCitywillhave sustained by failure of
the Contractor to complete the work within the specified time;it being further agreed
thatsaid sum isnot penalty,butisthe stipulated amount of damage sustained bythe
Cityintheevent of suchdefaultbytheContractor.
00000-2
B.For the purposes of thisArticle,theday of final acceptance of thework shall be
considered aday of delay,andthescheduledday of completion of thework shall be
consideredadayscheduledforproduction.
1.06 PARTIAL AND FINAL PAYMENTS
A.In accordance withthe provisions fully set forth inthe General Conditions,and subject
to additions and deductions as provided,theCity shall paythe Contractor as follows:
1.Within60daysafter receipt of the Contractor's request for partial payment by
the City,theCity shall make partial payments tothe Contractor,onthe basis of
the estimate of workas approved bytheCity's Engineer or approved
representative,for work performed during the preceding calendar month,less
ten percent (10%)ofthe amount of such estimate which istobe retained bythe
City until all work has been performed strictly in accordance withthis
Agreement and until such workhas been accepted bytheCity.
2.Upon submission bythe Contractor of evidence satisfactory totheCity that all
payrolls,material bills and other costs incurred bythe Contractor in connection
withtheworkhavebeen paid in full,and also,after all guarantees thatmaybe
required inthe specifications have been furnished and are found tobe
acceptable bythe City,final payment on account ofthis Agreement shall be
madewithinsixty(60)days after completion bythe Contractor of allwork
coveredbythisAgreementand acceptance of suchworkbytheCity.
1.07 ADDITIONAL BOND
A.Itis further mutually agreed betweenthe parties hereto thatif,atanytimeafterthe
execution of thisAgreementandthe Performance and Payment Bonds hereto attached
for its faithful performance,theCity shall deemthesuretyor sureties uponsuchbonds
tobeunsatisfactory,orif,foranyreason,suchbond(s)ceasestobeadequatetocover
theperformance of thework,the Contractor shallathisexpense,andwithinthree(3)
daysafterthereceipt of Notice from theCitytodoso,furnish an additional bondor
bonds,insuchformand amount,and with such sureties asshallbe satisfactory tothe
City.Insuchevent,no further paymenttotheContractorshallbedeemeddueunder
this Agreement untilsuchneworadditionalsecurityforthefaithfulperformance of the
work shallbefurnishedinthemannerandform satisfactory totheCity.
1.08 NO BOND REQUIRED PROJECTS
A.Inthe absence of bond,theContractor hereby agreesto only receive payment upon
satisfactory completion of allwork,lesstenpercent (10%)of thetotal amount of
contractuntil30daysafterworkwasfully completed.
00000-3
IN WITNESS WHEREOFthe parties heretohaveexecutedthis Agreement onthedayanddatefirst
abovewritteninfive(5)counterparts,eachof,whichshall,withoutprooforaccountingfortheother
counterparts,bedeemedanoriginal Contract.
(Seal)
Attest:
City Clerk
WITNESS:(If corporation,attach
Sealand attest by Secretary)
APPROVED AS TO FORM AND
LEGALITY:
City Attorney
City of SouthMiami
City of SouthMiami,
Party of theFirstPart
By:
City Manager
Contractor
Party oftheSecondPart
By:
Title
APPROVED AS TO FINANCE:
By:
Director of Finance
City of SouthMiami
(*)Inthe event thattheContractorisaCorporation,the following certificate of resolution of theBoard
of Directors of theCorporation,authorizingtheofficerwhosignstheContracttodosoinits behalf shall
be completed.
00000-4
STATE OF FLORIDA)
)ss
COUNTY OF )
CERTIFICATE
(Sample)
I HEREBY CERTIFY thatameeting of theBoard of Directors of.
,acorporationunderthelaws of theState of Florida .held
on ,20,the following resolution wasduly passed and adopted:
"RESOLVED,that ,as President ofthe
corporation,beandheis hereby authorized to execute the Contract dated ,20,
betweentheCity of SouthMiami ,amunicipalcorporation,andthiscorporation,andthatthis
executionthereof,attestedbytheSecretary of thecorporationandwithcorporatesealaffixed,shall
bethe official actand deed of this corporation."
Ifurthercertifythatsaid resolution isnowinfullforceandeffect.
IN WITNESS WHEREOF,Ihavehereuntosetmyhandandaffixedtheofficialseal of the
corporation thisday of ,20.
Secretary
END OF SECTION
00000-5
I .v
(This page for Certificate ofLiability Insurance)
00000-6
SECTION 00000
TRENCH SAFETY ACT COMPLIANCE
Bidder acknowledges that the Florida Trench Safety Act,Section 553.60 etseq.which became
effective October 1,1990,shall bein effect during the period of construction forthe project.
The Bidder,by signing and submitting thebids,in writing,assuring that itwill perform any
trench excavation in accordance with applicable trench safety standards.The bidder further
identifiesthe followingseparate itemcosts of compliance with the applicable trench safety
standards aswellasthe methods of compliance:
Methods of Compliance
(fill in methods)
Total $
Bidder acknowledges thatthis cost is included inthe applicable items of the Proposal andinthe
GrandTotalBidPrice.Failureto complete theabovewillresultinthebidbeing declared non-
responsive.
The Bidder is,andthe City and Engineer arenot,responsible to review or assess Bidder's
safety precautions,programs orcosts,orthemeans,methods,techniques or technique
adequacy,reasonable of cost,sequences or procedures of anysafety precaution,program or
cost,includingbutnotlimitedto,compliancewithanyandall requirements of FloridaStatute
Section553.60etseq.citedasthe "Trench SafetyAct".Bidder is,andtheCityand Engineer
arenot,responsible to determine of anysafetyor safety related standards applytotheproject,
including but not limited tornthe "Trench Safety Act".
Signature of AuthorizedRepresentative(Manual)
Name of Authorized Representative (Typed orPrinted)
SworntoandsubscribedbeforemeintheSateandCountyfirstmentionedabove of the
day of ,20.
(affix seal)
Notary Public
My Commission Expires:
END OF SECTION
00000-7
SECTION 00000
ACKNOWLEDGMENT OF CONFORMANCE
WITH O.S.H.A.STANDARDS
TO THE CITY OF SOUTH MIAMI:
We,,hereby
acknowledgeandagreethatasContractorsforthe construction of
Engineer's Project ,withinthelimits of theCity of SouthMiami,
Florida,thatwehavethesoleresponsibilityforcompliancewithalltherequirements of the
FederalOccupationalSafetyandHealthAct of 1970,andallStateandLocalSafetyandHealth
regulations,andagreetoindemnifyandholdharmlesstheCity of SouthMiamiandits
Consulting Engineers againstanyandalllegalliabilityorlosstheCityortheEngineermay
incurdueto failuretocomplywith
such act.
ATTEST CONTRACTOR
ATTEST
BY:
NAME
DATE
END OF SECTION
00000-8
FRO-IcCOURTTENNIS
CONSTRUCTION,INC.
6155SW117AVENUE
SUITE26
MIAMI,FL33177
CityofSouthMiami
Attn:DougBaker
6130SunsetDrive
SouthMiami,FL33143
FAXNO.:3U53782395
July30,2001
Jul.31200103:50flMpi
DADE;(306)255-0
BROWARD:(954)443-1
FAX:(305)378-2
^Bd!^z!Quickfaxow«^
|co./oopi^iMfSaJl^CFrom:
:o/D9pt,J^aCaocn
Phone:
\EL~&0>Q-i2M~¥*
Re:MarshallWilliamsonPark
ConvertExistingRollerHockeyRinkto2-TenmsCourt
ScopeofWork/BidPrice
McCourtConstruction,Inc.proposestoprovidealllaborandmaieriaisattheabove
site,perthefollowingscopeofworkmidprices.
1.Removeexistingfencethatdividesexistingrollerhockeycourtandbasketballcourt.
2.Removeanddisposeofexistingrollerhockeyboards.
3.ContractorwilIfirstpressurecleaneourt(s)toremovemildewanddirtpriorto
resurfacing.
4.Contractorwillalsofloodcourt(s)andcheckforlowspots,thenwillpatchpuddled
areasasbestpossible,toastandardtoleranceof1/8*,orthedepthofanickel.
5.Contractorwillpatchcrackswithcrackfillerpriortoresurfacing,andwillrollentire
courtareawithI«/2tonmechanicalrollertosmoothsurfaceimperfections.
6.Contractorwillresurfaceexistingcourtarea,approximately100'x120;asto
™^^Corporationspecifications,usingPJexipavematerialswitha 4-coatsystemasfollows:1coat(s)AcrylicResurfaccrand3coat(s)Fortified
Plexipave(seeenclosedbrochure).
'.Courtcolorstobe:and
A»l$COURT40g
«—--,,.,(pleasespecify).
8'l^V?^TdpeailPlayinglblestomeetmrA^i&ations.instaJI2 new.setsotnetpests,leavingcourt(s)readyforplay.
t/
:CURT TENNIS Fm W0.;3053782395
Marshall Williamson Park
Pa^c Two
Jul.31 2001 mi^QR']P2
9.Contractor will install 2 top quality McCourt tennis net(s)with strap(s),leaving
court(s)readyforplay.
10.Contractor agrees to provide tools,materials,labor and supervision to complete the
aboveworkforasum of $15,000.00.
11.Customer agrees to a lump sum payment of$15,000.00 upon completion of the
resurfacing.
12.Contractor guarantees workmanship and materials against defects for a period of
THREE YEARS,save normal wear and tear,Acts of God,vandalism and/or any
structural damage that may be pre-existing.Contractor cannot guarantee against
future or the continuation of root damage,if trees/plants are around perimeter or
cracking caused byageof asphalt.
13.After completion of the resurfacing,proper court use and maintenance to be the sole
responsibility of the Customer.
14.Price subject to change if contract is not accepted within 90 days.
15.Work to commence at a date agreed upon by both parties,after Contractor receives a
signedcopy ofthiscontractfromCustomer.
16.Contractor certifies that McCourt Construction,Inc.is licensed and insured to
provide the following services as required by Dade County.
17.Failure to fulfill the terms of payment;will void all guarantees.
18.Water and electricity for project to be provided by Customer.
Accepted by___m I <kLiri^gU^tL
McCourt Construction,Inc.
A+\%COURT A/f0
s t>