Loading...
HomeMy WebLinkAboutR-03-0248J-03-186 03/12/03 RESOLUTION NO. 03— 248 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF MEF CONSTRUCTION, INC. FOR THE PROJECT ENTITLED "CITYWIDE SIDEWALK REPLACEMENT PROJECT PHASE 24, B-4664", IN THE AMOUNT OF $189,050 FOR CONTRACT COSTS, PLUS $25,950 FOR EXPENSES INCURRED BY THE CITY, FOR A TOTAL ESTIMATED COST OF $215,000; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENTS PROJECT NO. 341183; AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PROJECT. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The bid of MEF Construction, Inc., for the project entitled "CITYWIDE SIDEWALK REPLACEMENT PROJECT PHASE 24, B-4664" is accepted, in an amount not to exceed $215,000, $189,050 for contract costs, plus $25,950 for expenses incurred by the City, with funds allocated from Capital Improvements Project No. 341183. RBSCINDSD REPBALBD AMENDED BY: VITY COMMISSION RTIM or MAR 2 7 7003 Resolution No. ;3- 248 Section 2. The City Manager is authorized) to execute an agreement, in a form acceptable to the City Attorney, for said project. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.�l PASSED AND ADOPTED this 27th day of March 2003. MANUEL A. DIAZ, YOR t ATTEST: ( '��& '�� - 'a"'— PR SCILLA A. THOMPSON CITY CLERK 7APPR�VAS,,TO F fI /z� AJ�OJA30f(b V RE CIT ATTORNEY W6975:tr:AS:BSS AND CORRECTNESS/ �i 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 City Charter and Code provisions. 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 03- 248 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: The Honorable ayor and M bers of a City C mmission �r FROM : o Arriola it Manager FISCAL IMPACT: NONE -BUDGETED ITEM RECOMMENDATION: DATE: SUBJECT: REFERENCES: CA=1 MAR 13 2003 FILE: B-4664 Resolution Awarding Contract for Citywide Sidewalk Replacement Project Phase 24, B-4664 ENCLOSURES: Resolution It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of MEF Construction, Inc., a company located within City of Miami with addresses at 782 N.W. 42 Avenue, Suite 640, Miami, Florida 33126, whose principal is Maria A. Ocana, President, for "Citywide Sidewalk Replacement Project Phase 24, B-4664", received January 30, 2003 in the amount of $ 189,050 Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. The last three (3) City Projects awarded to MEF Construction, Inc. are: 1. Citywide Sidewalk Replacement Project Phase 23, B-4663 2. Citywide Sidewalk Replacement Project Phase 22, B-4659 3. Citywide Sidewalk Replacement Project Phase 21, B-4655 BACKGROUND: Amount of Total Bid: $ 189,050 Const. Cost Estimate: $ 200,000 Cost Estimate: 94.5% Construction Time: 45 Calendar Days Source of Funds: Project No. 341183, Annual Appropriations and Capital Improvement Project Ordinances, as amended. Minority Representation: 22 invitations mailed to Black, Female and Hispanic - Owned Firms 12 Contractors picked up specs (6 Hispanic, 3 Black, 3 Female) 5 Contractors submitted bid ( 2 Hispanic, 1 Black, 2 Female) Public Hearings/Notices: No Discussion: The Department of Capital Improvements has evaluated the bids received on January 30, 2003, and determined that the lowest responsible and responsive bid, in the amount of $ 189,050 is from MEF Construction, Inc., a Female - minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, reproduction costs, testing, etc. 0EI—i C/EE/ee 03— 248 <z:z7. Budgetary Impact Analysis Department Capital Improvements Division Commission Meeting Date: March 13, 2003 Title and brief description of legislation or attached ordinance/resolution: Resolution — Citywide Sidewalk Replacement Project Phase 24 . Job B-4664 1. Is this item related to revenue? NO )� Yes ❑ (If yes, skip to item #4) 2. Are there sufficient funds in Line Item? CIP Project #: 341183 (If applicable) Yes: Index Code: Minor: Amount: No: X Complete the following information: 3. Source of funds: Amount budgeted in the line item: $ Balance in line item: $ Amount needed in line item: $ Sufficient funds will be transferred from the following line it( -ms - ACTION ACCOUNT NUMBER TOTAL Project No./Index/Minor Object From 341 183 / 999301 / 830 $ 658 From $ To 341183 / 319301 / 792 $ 658 To $ 4. Comments: Other budgets are in place under 999301 cost center. Qe ved b 1 03 ment Director/Designee Date APPROVALS Verified—`� Iv- Dqy�. of S6-albgic P14 •ng, eting & Performance Date: L111diddJ Verified If applicable) uec esigne Date:2, j 3—Q j 03- 248 FACT SHEET DEPARTMENT OF CAPITAL IMPROVEMENTS SHEET 1 OF 1 DATE: 1 / 30 / 2003 JOB NUMBER: B-4664 PROJECT NAME: CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE 24 CIP NUMBER: 341183 LOCATION: Ci 'de PROJECT MANAGER / EXT. No.: Elyrosa Estevez 1217 OTHER TYPE: FEDERAL (C.D.B.G.): 0 ASSOCIATED DEPARTMENT: Public Works S.N.P.B. a�3 ASSESSABLE: EMERGENCY: F70-1 COMMISSIONER DISTRICT ALL BID REQUEST: FORMALM INFORMAL= RESOLUTION No.: DESCRIPTION: This project consists of the removal and replacement of approAmatelly 60,000 square feet of concrete sidewalk. The proposed improvements include the clearing and grading, pruninaand removing tree roots and limbs if necessary,contructin new 4 -inch and 6 -inch concrete sidewalk incidental surface restoration and adjusting water meters and utility boxes as directed by the City Engineer. MEF Construction a local vendor accepted the lowest bid in the amount of $189,050 as per Sectionl8-52.1 h of the City Code. (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC S WORKS OUTSIDE COST (% OF CONST. COST) ADVERTISING $ 2,000.00 $ -- OUTSIDE DESIGN $ -- $ -- SURVEY / PLAT $ 5,000.00 $ -- P.W. DESIGN & BID DOCUMENTS $ 4,000.00 (E) $ -- 2 % CONSTRUCTION $ -- $ 189,050.00 (BID) CONSTRUCTION ADMINISTRATION $ 13,234.00 (BID) $ -- 7 % OTHER: Testing $ $ 1,716.00 (a) - actual cost 9 % (E) - ESTIMATE TOTAL $ 215,000.00 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 200,000 CONTRACTOR'S INFORMATION: CLASS: = © 0 NON - MINORITY TYPE OF WORK: Sidewalk / G&G MINORITY © Q YEARS OF ESTABLISHMENT: 4 Year LICENSE E-951305 NAME: MEF CONSTRUCTION, INC. TELEPHONE: (305) 461-0603 ADDRESS: 782 N.W. 42 Avenue Suite 640 CITY, STATE, ZIP: Miami, Florida 33126 CLASS: J - JOINT P - PRIME S - SUB CONTACT PERSON:Miguel Ocana, Vice President MINORITY: B - BLACK H - HISPANIC F - FEMALE SUB -CONTRACTORS: NAMES: SELF UU1.1ES: ASSISTANT DIRECTORS, COST ANALYSIS, FILE, ASSOCIATED DEPT, CIP MANAGER REV. 2/02 03- 24s TABULATION OF BIDS FOR CITYWIDE SIDEWALK REPLACEMENT PROJECT, PHASE 24 Received by the City Clerk, City of Miami, Florida at 1000 a.m. on January 30, 2003. JOB NO. (B-4664) B-4664 Bidder MCO COGIRIICTION t SERVICES, INC MEF CONSTRUCTION, INC. METRO EXPRESS, INC TRW CONTRACTING, INC. PETRO HYDRO, INC. Address 6600 NW 27 AVE 782 N.W. 42 AVE 3594 SW 143 CT 2500 NE 135 ST #110210446 NW 31 TERRACE SUITE 202, MIAMI, FL 33147 SUITE 640, MIAMI, FL 33126 MIAMI, FL 33175 NORTH MIAMI, FL 33181 MIAMI, FL 33172 Located in the City of Miami NO YES NO NO NO Lkemed & Inwtd es Per City Godo L Metro lk-d YES YES YES YES YES Bid Bond Amount B.B. 5% B.B. 5% B.B. 5% CHECK $11,043.50 B.B. 5% irregularities E Minority Owned YES, BF YES, F YES, H YES, F YES, H T BIDTHE TOTAL OF ITEMS 1 ItiKOUGH 14 BASED ON FORTY FIVE (45) CALENDAR DAYS COMPLETION TIME, THE SUM OF $189,050.00 $189,500.00 $190,400.00 $220,870.00 $404,625.00 IRREGULARITIES LEGEND A — No Power -of -Attorney THE DEPARTMENT OF PUBLIC B — No Affidavit as to Capital L Surplus of Bonding Company TO SECTI❑N 18-52.1 (h> OF C— PropExtensions AND RESPONSIVE BIDDER IS ED —Proposalosal Unsigned or Improperly Signed or No Corporate Seal $189,050.00 FOR THE TOTAL — Incomplete Extensions (Missing Written Price on Items 9 and 10) F — Non-responsive bid CBid setup for Block and Fenale- Owned Firms) G — Improper Bid Bond H — Corrected Bid 1 ` No First Source Hiring Compliance Statement J — No Minority Compliance Statement K - No Duplicate Bid Proposal Prep. By, D. ANDARCIO Check By: ELY ESTEVEZ WORKS HAS DETERMINED .THAT ACCORDING THE CITY CODE THE LOWEST RESPONSIBLE MEF CONSTRUCTION, INC. IN THE AMOUNT OF BID. AAiItA/ 0,I 3I 2w3 JOB NO. PAGE: 1 OF 1 B-4664 C11tfla of ffliam-t OF' JANET E. PALACINOf 9 3 CARLOS A. GIMENEZ Director * lot to :1.+City Manager 7 u u C OFco FLOC, CERTIFIED RETURN RECEIPT REQUESTED February 4, 2003 Ms. Ann McNeill, President MCO Construction & Services, Inc. 6600 N.W. 27 Avenue Suite 208 Miami, Florida 33147 RE: CITYWIDE SIDEWALK REPLACEMENT PROJECT — PHASE 24, B-4664 Dear Ms. McNeill: On January 30, 2003, the Department of Capital Improvements received and publicly opened and read sealed bids for the above referenced project. The City Manager will recommend to the City Commission that a contract be awarded for the Total Bid to MEF Construction, a local vendor. In accordance with the "Instructions to Bidders" contained in the bid specifications, your firm submitted the first lowest responsible and responsive bid for the bid price of $189,050 for the Total Bid. However, Section 18-52(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a contract at the low bid amount, if the original bid amount submitted by the local vendor does exceed 110 percent of the lowest other responsible and responsive bidder. M.E.F. Construction, Inc., a local vendor, has met and agreed to the above requirements. This letter is to inform your company that the City Manager will recommend acceptance of M.E.F. Construction's revised bid for the total bid price of $189,050, to the City Commission. JoZ=ent Avih6, PE, PLS, Deputy Director D of Capital Improvements JRA/EE/ee DEPARTMENT OF CAPITAL IMPROVEMENT PROGRAMS 444 S.W. 2nd Avenue / Miami, FL 33130 / (305)416-1280 / Fax:(305)416-2152 Mailing Address: P.O_ Box 330708 Miami, FL 33233-0708 03— 2 4 CITYWIDE SIDEWALK REPLACEMENT PROJECT. PH 24 B•4884 MCO CONSTRUCTION ITEM # QUANTITY UNIT PRICE TOTAL 1 60,000 2.00 $120,000.00 2 5,500 1.60 $8,800.00 3 65500 0.40 $26,200.00 4 1,000 8.00 $8,000.00 5 10 100.00 $1000.00 6 50 23.00 $1,150.00 7 1,000 5.00 $5,000.00 8 100 9.00 $900.00 9 10 1,000 1,000 1.00 2.70 $1,000.00 $2,700.00 11 10 230.00 $2,300.00 12 1 J00 1.00$1,000.00 13 1,000 1.00 $1,000.00 14 1 10, 000.00 10,000.00 TOTAL BID = 11-1-9-060-00 DONE 1/30/03 ACCEP� Name: M1 t GytL �Cj0t",k Title: �tCC-PRfS�DENT 1\ MEF CONST ❑ REJECT Signature: Date: TOTAL BID = $1899 SOD 00 DONE 1/30/03 M Q