Loading...
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>