Loading...
HomeMy WebLinkAboutR-03-0926J-03-808 09/10/03 03— 9 26 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID OF MEF CONSTRUCTION, INC., FOR THE PROJECT ENTITLED "ROAD REHABILITATION PROJECT, B-4656," IN THE AMOUNT OF $1,595,658; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENTS PROJECT NO. 313855, IN THE AMOUNT OF $1,595,658 TO COVER CONTRACT COSTS, PLUS $131,000 TO COVER ESTIMATED EXPENSES INCURRED BY THE CITY, FOR TOTAL PROJECT COSTS OF $1,726,658, AS SET FORTH ON THE FORMAL BID DOCUMENT AND THE DEPARTMENT OF CAPITAL IMPROVEMENTS PROJECT FACT SHEET, ATTACHED AND INCORPORATED; 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 "ROAD REHABILITATION PROJECT, B-4656," in the amount of $1,595,658 is accepted, with funds allocated from Capital Improvements Project No. 313855, in the amount of $1,595,658 to cover contract costs, plus $131,000 to cover estimated expenses incurred by the City, for total project costs of $1,726,658, as set forth on the Formal Bid Document and the Department of Capital Improvements Project Fact Sheet, attached and incorporated. CITY COMIMMON MEETING OF SEP 1 1 2003 Section 2. The City Manager is authorized) 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.2/ PASSED AND ADOPTED this 11th ATTEST: PRISCILLA A. THOMPSON CITY CLERK F'4 &MEJANDRO VILARELLO CI ATTORNEY 521:tr:AS day of September , 2003. 1 0;f ea EL A. DIAZ, MAYOR CORRECTNESS:ttj 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 QJ 3- 926 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: "Road Rehabilitation Project, B-4656" 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 ($1,595,658.00), One Million Five Hundred Ninety Five Thousand Six Hundred Fitt' Eiht Dollars and None Cents 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 03- 926 ARTICLE 4. TIN— OF COMPLETION: The Conti.. _tor 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: Department of Capital Improvements Entitled: "Road Rehabilitation Project, B-4656" 2 03- 926 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: RUN 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 03- 926 ORM City of Miami Department of Capital Improvements PROJECT FACT SHEET Date: August 22, 2003 Emergency: Project Name: $1,595,658 (BID) ROAD REHABILITATION PROJECT Project Location: " Misc. Construction Costs: Citywide Commissioner District: 1,2 Project Number: B-4656 Initiating Dept.: Public Works Project Manager/Ext. No.: Tatiana Acosta, #1263 Project Budget: Homeland Defense 0 Account Number: 313855 Amount: Federal (C.D.B.G.) Account Number: Amount: S.N.P.B. Account Number: Amount: Other: C.I.P. No. Account Number: Amount: W CL V U) F- W a The proposed wok involves various roads bounded by: - SW 27 Street 600 ft from SW 37 Avenue - NW 18th Terrace, NW 20th Street, NW 31 st Avenue, NW 37th Avenue No.3: SW 13th Street between SW 23th Court and SW 24th Avenue. The Project consists of the road re -construction and resurfacing, including limited drainage improvements. The drainage includes new systems with exfiltration drain and structures, as indicated in Specifications and Contract Documents. URS Corporation Southern 7650 Corporate Center Drive Suite 400 X Miami. Florida 33126-1220 Julio Boucle, PE 305-262-7466 H Contractor: MEF Construction, Inc. Address: 782 NW 42 Avenue, Suite 640 City, State, Zip: Miami, Florida 33126 Contact Person: Maria and Miguel Ocafla Telephone/E-mail: (305)-461-0603 Class: P (J = Joint P = Prime S = Sub) Minority Status: F IS = Black F = Female H = Hispanic N = None) Established: 11 years License Number: 449449-3 Sub -Contractors: Hight Tech Striping, Inc., Lic.: 416331-7 Rolling Oak Landscape, Lic.: 324-0006021 PROJECT COSTS 67,221 N/A N/A N/A Miscellaneous Construction Cost includes $ 35,000 for concept of Estimate Construction Administration Services to be performed by the Consultant. This fee was not considered in the Original Design Proposal. Construction Contract Amount: $1,595,658 (BID) CIP Construction Administration: $30,000 (E) " Misc. Construction Costs: $71,000 (E) Construction Phase Total $1,696,658 03- 926 FORMAL BID "ROAD REHABILITATION PROJECT" Project Number: B4656 Project Manager: Tatiana Acosta Person who received the bids: Tatiana Acosta Construction Estimate = $ 1,564,266.00 CIP Number: 313855 Date: 8 21 2003 Received at: City Clerk's Office, Miami City Hall Time: 10:00 a.m. BIDDER MEF CONSTRUCTION, INC. PETRO HYDRO, INC. ADDRESS 782 NW 42 AVENUE, SUITE 640 MIAMI, FLORIDA 33126 10450 NW 31 TERRACE MIAMI, FLORIDA 33172 BID BOND AMOUNT 5% BID BOND 5% BID BOND IRREGULARITIES C MINORITY OWNED (n�SntOJ crHASBEENDESICNATED AS A SET ASIDE) YES YES ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL TOTAL: BID ITEMS 1 THROUGH 27 $1,595,658.00 $1,631,796.44 1-20 BID ITEMS 1 THROUGH 26 $1,435,658.00 $1,471,796.44 ROAD RESURFACING AND RECONSTRUCTION OF SWALES, DRIVEWAYS AND DRAINAGE IMPROVEMENTS 21 BID ITEM 27 PROVISION FOR SPECIAL ITEMS $160,000.00 $160,000.00 • IRREGULARITIES LEGEND A -- No Power - of- Attorney B -- No Affidavit as to Capital & Surplus of Bonding Company C -- Corrected Extensions D -- Proposal Unsigned or Improperly Signed or no Corporate Seal E — Sub-contractor(s) not Identified F -- Non - responsive bid G — Improper Bid Bond H -- No Certificate of Competency Number I -- No I'trst Source Hiring Compliance Statement J — No Minority Compliance Statement K -- No Duplicate Bid Proposal L -- No City of Miami or County Occupational License IT HAS BEEN DETERMINED BY THE DEPARTMENT OF CAPITAL IMPROVEMENTS THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM MEF CONSTRUCTION, INC. FOR THE TOTAL AMOUNT OF ########### It the above contractor 1s not the lowest bidder explain: N/A PREPARED BY: TATIANA ACOSTA REVISED BY: JUAN B. ORDONEZ, P.E. DATE: AUGUST 21, 2003 SHEET 1 OF I CITY OF MIr,Mi, FLORIDA CA=5 INTER -OFFICE MEMORANDUM ro: The Honorable and M rs _ T E. SEP - 2 2003 FILE: B-4656 Of the City ommiss'on FORMAL BID, Set Aside su_• _Fc`: Resolution Awarding Contract for "ROAD REHABILITATION PROJECT", B-4656 FROM: J e Arriola 77E=_REr;CES: i Manager E! c'_oSUREs: Five ( 5 ) Documents RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of "MEF Construction, Inc.", for "Road Rehabilitation Project", B-4656, received on August 21St, 2003 in the amount of $1,595,658 Total Bid. "MEF Construction, Inc.", is a company located within the City of Miami at 782 NW 42 Avenue, Miami, Florida, 33126, whose Principals are Maria and Miguel Ocana, President and Vice -President respectively. Also, authorizing the City Manager to enter into contract on behalf of the City. Amount of Total Bid: $ 1,595,658 Cost Estimate: 102% Const. Cost Estimate: $ 1,564,266 Source of Funds: CIP No. 313855 Construction Time: 180 Calendar Days Minority Representation: 29 invitations faxed to Black, Hispanic and Female - Owned Firms. 6 Contractors picked up specs ( 2 Hispanic, 1 Black, 2 Female) 2 Contractors submitted bid ( 1 Hispanic, 0 Black, 1 Female) Public Hearings/Notices: No Discussion: The Department of Capital Improvements has evaluated the bids received on August 21St, 2003, and determined that the lowest responsible and responsive bid, in the amount of $ 1,595,658 is from MEF Construction, Inc., a Female controlled corporation. 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 Enclosures: Tabulation of Bids Project Fact Sheet Resolution Contract Budgetary Impact Analysis Form JA/JC/JO/TA/ta o33— 926 Department Capital Improvements Commission Meeting Date: 9/11/03 Budgetary Impact Analysis Division: Title and brief description of legislation or attached ordinance/resolution: MEF Construction. Inc. for "134656 Road Rehabilitation Project" 1. Is this item related to revenue? No ® Yes ❑ Revenue Source: 2. Is this item an expenditure? No ❑ Yes ® Amount: 1,726,658 General Fund Account No: Special Revenue Fund Account No: CIP Project No: 313855 3. Are there sufficient funds in Line Item? No: ❑ Yes: ❑ Sufficient funds will be transferred frnm the follnwing line item -,- - Resolution awarding contract to ACTION ACCOUNT NUMBER TOTAL From $ From $ To $ To $ 4_ Is this item fimded by Homeland T)efense/Neiuhhnrhncui TmnrnvemPnt Rnndc? Nn M VPc f-1 Project Name Total Bond Allocation 1st Series Appropriation Dollars Spent to Date Encumbrances & Commitments Balance Comments: Approved b _ ep 8e- 3 ,�nent Director/Designeet APPROVALS Verified y: Dept.cdge ' g Perfo ce Date: 2 q ) Verified Date: �"L q�P� 03.- 926