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