HomeMy WebLinkAboutR-03-0925J-03-806
09/10/03
RESOLUTION NO. 03 925
A RESOLUTION OF THE MIAMI CITY COMMISSION,
WITH ATTACHMENT(S), ACCEPTING THE BID OF MEF
CONSTRUCTION, INC., FOR THE PROJECT ENTITLED
"CITYWIDE NEW STREET CONSTRUCTION, B-4636,"
IN THE AMOUNT OF $347,317.50; ALLOCATING
FUNDS, IN THE AMOUNT OF $347,317.50 TO COVER
CONTRACT COSTS, PLUS $35,000 TO COVER
EXPENSES INCURRED BY THE CITY, FOR TOTAL
ESTIMATED PROJECT COSTS OF $382,317.50, AS
SET FORTH ON THE FORMAL BID DOCUMENT AND THE
DEPARTMENT OF CAPITAL IMPROVEMENTS PROJECT
FACT SHEET, ATTACHED AND INCORPORATED, FROM
CAPITAL IMPROVEMENTS PROJECT ("CIP")
NO. 341205, IN THE AMOUNT OF $300,000, CIP
NO. 341138, IN THE AMOUNT OF $67,330, AND CIP
NO. 341199, IN THE AMOUNT OF $14,987.50;
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 MEF CONSTRUCTION, INC. for the
project entitled "CITYWIDE NEW STREET CONSTRUCTION, B-4636," in
the amount of $347,317.50 is accepted, with funds in the amount
of $347,317.50 to cover contract costs, plus $35,000 to cover
expenses incurred by the City, for total estimated project costs
of $382,317.50, as set forth on the Formal Bid Document and the
CITY COMMISSION
MEETING OF
S F P 1 1 2003
Resolution No.
�:l3- 925
Department of Capital Improvements Project Fact Sheet, attached
and incorporated, allocated from Capital Improvement Project
("CIP") No. 341205, in the amount of $300,000, CIP No. 341138, in
the amount of $67,330, and CIP No. 341199, in the amount of
$14,987.50.
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 Y
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.
2/ 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
�)3- 925
PASSED AND ADOPTED this 11th day of September , 2003.
ATTEST:
PRISCILLA A. THOMPSON
CITY CLERK
APPROVED, FqO'AND CORRECTNESS
PnDiD VILARELLO
ATTORNEY
519:tr:AS:BSS
•
^NUEL A. DIAZ, MAYOR
Page 3 of 3
iJ3- 925
tri
TABULATION OF BIDS FOR
CITIWIDE NEW STREET CONSTRUCTION(2nd BIDDING), 8-4636
Project Number. B4636
CIP Number: 341127 FORMAL O
Project Manager: Cesar Gonzalez
Date: 0828/03 INFORMAL p
Person who received the bid (s): Maria Lopez
Received at: City Clerk Office
Construction Estimate: $280,000.00
Time: 10:00 a.m.
Bidder
T.J. 1w.
MEF Consewdons, hie
Petro Hydra, hte.
Address
11401 SW 40 St. Suis
335
782 NW 42 Ave Suite 460
10450 NW 31 Tarr
Miami, Florida
Miami, Florida
Miami, Florida
,4y She
33185
33126
33172
• Code
Located in the City of Miami
No
Yes
No
Licensed and Insured as per City
Code and Metro Ordinances.
Yes
Yes
Yes
Bid Bond Amount
5%
5%
5%
IIIffeaulardies
N Owned
Yes
Yes
No
OTAL BID: THE TOTAL OF ITEMS
1 THROUGH 22 BASED ON
ONE HUNDRED AND TWENTY
$347,317.80
$379,340.00
$407,818.20
(120) CALENDAR DAYS
TIME, THE SUM OF:
FOMPLETION
Comments: In the total amount of $ 347,317.50 for the total bid under section 18-85
M,RWULARMICS LEGEND
of the City Code and Ordinance No.11087 of the 10% Local Vendor Preference
— No Powc - of - Atlomsy
- No Affidavit Y to CMM ! Satpms of banding C-WW
Provision. Letter Of t1c8 by MEF Construction Inc. dated August 19 2003.
- coalo.a Exan.00t
The Department of CIP has determined that the WAW responsible and responsive bidder
- RopoW Uowp" or Wlmpsdy S*-d or ao Corporate sed
is MEF Construction INC. in the totalamount of $347.317.00 for the Total Bid.
— Nan rvpomeve bid
Prepared by: Cesar Gonzalez
_ imptopw Bid Band
— No Certificate of Cmpdmy Number
(^�]
Approved by:4yw=�ft
— No nf Somas Heise Cmptiaaa Statement
t FS
1 — Doss not art City of Minna M/W BE Req®emeab
Date: 8282003
_ � Bis Propood
No
— No tiwnn
tri
UFS City of Miami
Department of Capital Improvements
PROJECT FACT SHEET
Date: August 29, 2003
Emergency:
Project Name:
$73,875.00
CITYWIDE NEW STREET CONSTRUCTION
Project Location: _
N/A
Citywide
Commissioner District:
Project Number:
B-4636
Miscellaneous Services:
Initiating Dept.: Public Works
Project Managei/Ext. No.:
Cesar Gonzalez / 416-1219
Project Budget:
Homeland Defense
Account Number:
341205 Amount: $300,000.00
Federal (C.D.B.G.)
Account Number:
341138 Amount: $67,330.00
S.N.P.B.
Account Number:
341199 Amount: $14,987.50
Other: C.I.P. No.
Account Number:
Amount:
This project consists of a new road construction at eight citywide locations:
W 1- Ah we wa St from S. Bayshore Dr to S. Bayshore Lane.
IL 2 - NW 16 Tr & NW 22 Ave.
U 3 - NW 6 St between NW 61 Ave & Tamiami Canal Rd.
4 - SW 41 Ave & SW 4 Street.
v 5 - SW 1 St & SW 50 Ave
LU
6 -SW 20 St&Sw17Ct
x 7 -SW 39Ct&SW4St
Ix 8 - Margaret St between Percival Ave and Day Ave.
A/E Firm: H J Ross Associates
Address: 201 Alhambra Circle, Suite 900
vwt City, State, Zip: Coral Gables, Florida 33134
= Contact Person: Alfredo Reyna, P.E.
a Telephone/E-Mail: (305)567-1888 Ext 225
Z Type of Work: New Street Construction
O
wComments:
G
W
x
a
z
O
U
Cr
y
z
0
U
Contractor: MEF Construction, Inc.
Address: 782 NW 42 Ave, Suite 640
City, State, Zip: Miami, Florida 33126
Contact Person: Miguel Ocana
Telephone/E-mail: (786)236-0563
Class: P
(J = Joint P = Prime S = Sub)
Minority Status:
N/A
(B = Black F - Female H = Hlspenk: N = None)
Established: 11 years
License Number: E-951305
Sub -Contractors:
High Tech Striping, Inc.
Rolling Oaks Landscape
(A) - Actual
(E) - Eatlrtate
A/E Firm Fees:
$73,875.00
(A)
Additional Design Services:
N/A
(A)
In -House Design Cost:
WA
(A)
Miscellaneous Services:
N/A
(A)
CIP Design Administration:
N/A
(A)
Phase Total:
Construction Contract Amount: $347,317.50 (BID)
CIP Construction Administration: $35,000.00 (E)
Misc. Construction Costs: $0.00 (E)
Construction Phase Total $382,317.50
Total Project Cost: $456,192.50
Copies to: CIP Senior Accountant, CIP Admkftkdw, Fib, InItIdI g Deperbrant
d)3— 925
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 MEF CONSTRUCTION,
INC•
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:
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 ($347,317.50), Three humd d
_,ft seven thousand and three hundred seventeen Dollars andCents
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.
1 #)3- 925
ARTICLE 4 TIME OF COMPLETION: The Contidctor 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 fully 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: D=artment of Capital Improvements
WPM
2
�3- 925
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:
THE CITY OF MIAMI, FLORIDA
Party of the first part
Joe Arriola
City Manager
CONTRACTOR:
mm
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:
Jorge C. Cano, P.E. Alejandro Vilarello
Director City Attorney
Department of Capital Improvements
`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.
3 0J3- 925
TO
FROM
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
The Honorable M d,Mem rs
of t City Com ssion \
Joe 'ola
City M nager
RECOMMENDATION:
DATE:
SUBJECT:
CA -4
FILE
SEP ' 2 2003 B-4636
Resolution Awarding Contract
for CITYWIDE NEW STREET
REFERENCES : CONSTRUCTION (2nd Bidding)
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
at 782 N.W. 42"d Ave Suite 640 Miami, Florida 33126, whose principal is Maria Ocana,
President, for "CITYWIDE NEW STREET CONSTRUCTION, B-4636", received August 19,
2003 in the amount of $ 347,317,50 Total Bid; authorizing the City Manager to enter into a
contract on behalf of the City.
BACKGROUND:
Amount of Total Bid: $ 347,317
Const. Cost Estimate: $ 280,000
Cost Estimate: 125%
Construction Time: 150 Calendar Days
Source of Funds: Project Nos. 341205, 341138 and 341199, Annual Appropriations and
Capital Improvement Project Ordinances, as amended.
The bid was open not designated set-aside for minorities.
5 Contractors picked up specs
3 Contractors submitted bid
Public Hearings/Notices: No
Discussion: The Department of Capital Improvements has evaluated the bids received on
August 19, 2003, and determined that the lowest responsible and responsive bid, in the
amount of $ 347,317.50 is from MEF Construction, Inc. Funds are available to cover the
contract cost, and for such incidental items as postage, blueprinting, advertising,
reproduction costs, testing, etc.
FISCAL IMPACT: NONE — BUDGETED ITEM
0
JC/JO/CG/ML/ml
#'3` 925
Budgetary Impact Analysis
Department Capital Improvement Division:
Commission Meeting Date: September 11, 2003
Title and brief description of legislation or attached ordinance/resolution: Resolution awarding contract to
MEF Construction, Inc. for "CITYWIDE NEW STREET CONSTRUCTION, B-4636" in the amount of
$347,317.50.
1. Is this item related to revenue? No ® Yes ❑ Revenue Source:
2. Is this item an expenditure? No ❑ Yes ® Amount: $382,317.50
General Fund Account No:
Special Revenue Fund Account No:
CIP Project No: 341205 / 341138 / 341 199
3. Are there sufficient funds in Line Item? No: ❑ Yes:
Sufficient funds will he transferred from the following line items -
ACTION ACCOUNT NUMBER
TOTAL
From
$
From
$
To
$
To
$
4. Is this item funded by Homeland Defense/Neighborhood Imnrovement Bonds4 No ISI Yes n
Project Name
Total Bond
Allocation
1" Series
Appropriation
Dollars Spent to
Date
Encumbrances
&
Commitments
Balance
Comments:
—J-/-17 9 0
Date
APPROVALS
Verified
Date: