HomeMy WebLinkAboutR-02-1239r
J-02-942
10/30/02 02-1239
RESOLUTION NO.
A RESOLUTION OF THE MIAMI CITY COMMISSION BY
A FOURTH -FIFTHS (4/5 THS) AFFIRMATIVE VOTE,
RATIFYING, APPROVING AND CONFIRMING THE CITY
MANAGER'S FINDING OF AN EMERGENCY, WAIVING
THE REQUIREMENTS FOR COMPETITIVE SEALED
BIDDING PROCEDURES, AND ACCEPTING THE BID OF
MEF CONSTRUCTION INC., FOR THE PROJECT
ENTITLED "CITYWIDE SIDEWALK REPLACEMENT
PROJECT, PHASE XXII, B-4659"; AUTHORIZING
THE CITY MANAGER TO EXECUTE A CONTRACT WITH
MEF CONSTRUCTION INC., IN A FORM ACCEPTABLE
TO THE CITY ATTORNEY, IN THE AMOUNT OF
$81,931 FOR THE CONTRACT COSTS AND $8,533
FOR EXPENSES INCURRED BY THE CITY, FOR AN
ESTIMATED TOTAL COST OF $90,464; ALLOCATING
FUNDS FROM CAPITAL IMPROVEMENTS PROJECT
NO. 341183.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. By a four-fifths (4/5ths) affirmative vote of
the members of the City Commission, the City Manager's finding
of an emergency, waiving the requirements for competitive sealed
bids, and accepting the bid of MEF Construction Inc., for the
project entitled "Citywide Sidewalk Replacement Project, Phase
XXII B-4659", is ratified, approved and confirmed.
CITY coream B
SG Cts',°
NOV 132W2
92-1239
r
Section 2. The City Manager is authorizedlj to execute a
contract with MEF Construction Inc., in a form acceptable to the
City Attorney, in the amount of $81,931 for the total project
costs and $8,533 for estimated expenses incurred by the City,
for an estimated total cost of $90,464, with funds allocated
from Capital Improvement Project No. 341183.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor Y
PASSED AND ADOPTED this 19th
AT EST:
ISCILLA A. THOMPSO , CITY CLERK
680:tr:AS:BSS
day of November 2002.
MANUEL A. DIAZ, YOR
RM AND CORRECTNESS:C/
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 City
Charter and Code provisions.
zi 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 3
02-1239
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and
Members of the City Commission
city an_g-
RECOMMENDATION
22 B
DATE: NOV _ � �; �i
FILE:
SUBJECT: Emergency —RATIFICATION
Citywide Sidewalk Replacement Project,
Phase XXII, B-4659
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution ratifying
the City Manager's written finding that a valid emergency exists concerning the condition of the
sidewalks citywide and waiving formal competitive bidding procedures and authorizing the City
Manager to accept the bid of MEF Construction, Inc., a Female -minority controlled corporation
located at 782 N.W. 42 Avenue Suite 640, Miami, Florida, as the lowest responsive and
responsible bid in the amount of $ 81,931 Total Bid. The estimated total cost for this project is
$90,464, consisting of $81,931 Total Bid and $8,533 for expenses.
BACKGROUND
An investigation of numerous damaged sidewalks throughout the City, reveals that an
EMERGENCY exists which justifies the selection of a contractor by informal bids. The Public
Works Department has conducted a survey of the condition of sidewalks citywide and has
identified 23,000 square feet of sidewalk as being in poor condition and in need of replacement.
Due to their. age and condition these sidewalks represent a potential danger for pedestrians and
should be replaced immediately.
FISCAL IMPACT: BUDGETED ITEM.
CAGKR/JHJ/JRA/LJH/glc
A&AL
02-1299
dgetary Impact Analysis
1. Department �L. rLI�-S Division
2. Agenda Item # (if available)
3. Title and brief description of legislation or attach ordinance resolution:
jowl' Mr-w"IMMU.-M
4. Is this item related to revenue? NO: ✓ YES (Ifyes, skip to item #7.)
5. Are there sufficient funds in Line Item?
YES: Index Code Minor Obj. Code Amount
NO: _ Complete the following questions:
6. Source of fimds: Amount budgeted in the Line Item $
Balance in Line Item $
Amount needed in the Line Item S.
C.,=..:a..+ P—Ae r All 16v A ck vfPrrPA frnrn the, fnllAwina line items -
ACTION
JACCOUNTNUMBER
ACCOUNT DAME
TOTAL
Index/Minor Ob'eetIPwiect No.
eat ad pdBudget
From
-3 93c1 6 :541(%3
/t5 fin --pro re3s
$ 1 -79
From
$
From
$E]
To3t92o
7qa 341183
- r��J
$ i 7g$
r
7. Any additional comments?
0/5/0-4-
F R DEPARTMENT OF MANAGEMENT AND BUDGET USE ONLY
Verified by:
Verified by:
Transfer done by:
Z,, /
eat ad pdBudget
Budget st
Budget Analyst
or/Desigaee
TO: Carlos A. Gimenez
City Manager
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: July 29, 2002 FILE: B-4659
SUBJECT: Emergency Finding Waiver of
Formal Bids for Citywide Sidewalk
Replacement Project, Phase XXII
FROM: REFERENCES: B-4659
John H. Jack On, Director ENCLOSURES:
Public Works Department
Based on my investigation of numerous damaged sidewalks and curbs throughout the
City, I have found that an EMERGENCY exists which justifies the selection of a
contractor by informal bids.
The Public Works Department has conducted a survey of the condition of sidewalks and
curbs citywide and has identified 27,500 square feet of sidewalk as being in poor
condition and in need of replacement. In addition, due to their age and condition they do
not present a good appearance and moreover, represent a potential hazard for the
pedestrians and therefore should be replaced immediately. The total cost estimate,
including construction, design, project management, inspection and incidentals, is
$ 100, 000. This project is scheduled to be funded from the Local Option Gas Tax.
Such conditions indicate the need for extraordinary measures to protect the health,safety
and welfare of the community and the tenants and customers of the local business and
residential areas throughout the City of Miami. In order to initiate the construction of the
sidewalk and curbs as soon as possible, formal competitive sealed bid procedures shall
be waived for the procurement of contracting services required for said emergency
pursuant to sections 18-83 and 18-84 of the city code. Informal bids shall be obtained
and a contract shall be awarded by the city manager to the lowest responsive and
qualified bidder. All costs of this project will be funded from CIP Project No. 341183.
Estimated total cost for the project is $100, 000.00. This action shall be ratified at the
next available City Commission Meeting.
C.I.P
r /aApproved:
Date
e, � �': �_ I -
Marcelo Penha, Acting DirectoJ
Management & Budget
Date: - I - C z
Approved: Date: _
A-' Carlos A. Gimenez
a;/n City Manager
KR/JHJ/JRA/LfAGLC
c: Frank K. Rollason, Assistant City Manager
Judy S. Carter, Chief Procurement Officer, Purchasing Department
Jorge R. Avino, Assistant Director, Public Works Department
Leonard J. Helmers, Chief Civil Engineer, Public Works Department
i;-_ Z -IQ L_
02-1.299
A
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
GATE: 9 ! 5 / 2002
JOB NUMBER: B-4659
PROJECT NAME: CITYWIDE SIDEWALK REPLACEMENT PROJECT, PHASE)Dal
CIP NUMBER: 341183
LOCATION: CITYWIDE
OTHER TYPE:
PROJECT MANAGER / EXT. No.: GIOVANNI CAMPODONICO/ Ext 1214 01/
FEDERAL (C.D.B.G.): rN----1
ASSOCIATED DEPARTMENT: PUBLIC WORKS
S.N.P.B. No
ASSESSABLE: No
EMERGENCY: Yes
COMMISSIONER DISTRICT: ALL
BID REQUEST: FORMAL= INFORMAL -
RESOLUTION No.:
DESCRIPTION: THIS PROJECT CONSISTS OF THE REMOVAL AND REPLACEMENT OF 23, 000 SQUARE FEET OF CONCRETE SIDEWALK.
THE PROPOSED IMPROVEMENT INCLUDES THE CLEARING AND GRADING PRUNING AND REMOVING TREE ROOTS AND LIMBS IF NECESSARY
CONSTRUCTING NEW 4 -INCH AND 64NCH SIDEWALK, INCIDENTAL SURFACE RESTORATION AND ADJUSTING WATER METERS AND UTILITY
BOXES AS DIRECTED BY THE ENGINEER.
(IF NECESSARY. CONTINI.IE ON THIS BUCK)
SCOPE OF SERVICES: PUBLIC WORKS O rSIDE COST
COST (% OF CONST. COST)
ADVERTISING (A) $ (A)
OUTSIDE DESIGN $ -- $ '
TESTINGS / SURVEY / PLAT $ $ (O
P.W. DESIGN & BID DOCUMENTS $ 1,798.00 (E) $ -- 2 %
CONSTRUCTION $ - $ 81, 931.00 (BID)
CONSTRUCTION ADMINISTRATION $ 5,735.00 (BID) $ - 7 %
OTHER: TESTING $ -- $ 1,000.00 (E)
(A) - ACTUAL 9 %
(E) - ESTIMATE TOTAL $90,464.00 (TOTAL ENG. FEE)
ESTIMATED CONST. COST $89,908.00
CONTRACTOR'S INFORMATION:
CLASS: O - 0 NON - MINORITY O
TYPE OF WORK: CONCRETE SIDEWALK MINORITY Q Q
YEARS OF ESTABLISHMENT: 5 LICENSE E - 951305
NAME: MEF CONSTRUCTION INC. TELEPHONE: (305) 461-0603
ADDRESS: 782 NW 42nd AVENUE, SUITE 640
CITY, STATE, ZIP: MIAMI, FLORIDA 33126 CLASS: J - JOINT P - PRIME S - SUB
MINORITY: B - BLACK H - HISPANIC F - FEMALE
CONTACT PERSON: MARIA E. OCANA, PRESIDENT
SUB -CONTRACTORS:
NAMES: SELF
GOPIEii:
U12 -12 1
TABULATION OF BIDS FOR
CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE XXII, B-4659
Received by the Department of Public Works , City of Miami, Florida at 11-00 a.m, on August 30, 2002.
JOB NO.
B-4659
INFORMAL
BID
Bidder
MEF CONSTRUCTION, INC.
APAC GROUP, INC.
METRO EXPRESS, INC
F 6 L Construction
WIS'S ENGINEERING
Address
782 N.W. 42 AVE
20030 E. OAKMONT DR.
3594 SW 143 CT
8095 West 21 Lane
PEI BOX 695109
SUITE 640, MIAMI, FL 33126
MIAMI, FL 33015
MIAMI, FL 33175
Hialeah, FL 33016
MIAMI, FL 33169
Located in the City of Miami
YES
NO
NO
NO
NO
Lkensd 9 krilreil as Per Gt► Coen t Ikbv Ord YES
YES
YES
YES
Y E S
Bid Bond Amount
B.B. 5%
B.B. 5%
B.B. 5%
B.B. 5%
--------
Irregularities
K
A,B,G
Minority Owned
YES, F
YES, B
YES, H
YES, H
YES, B
TOTAL BID:THE TOTAL OF ITEMS
1 THROUGH 13 BASED ON
FIFTY (50) WORKING DAYS
COMPLETION TIME, THE SUM OF $ 81,931.00
$ 92,869.00 $ 98,905.00
$ 104,192.00
$ 131,765.00
IRREGULARITIES LEGEND
A—No Power -of -Attorney
B—No Affidavit as to Capital L Surplus of Bonding Company
C — Corrected Extensions
D — Proposal Unsigned or Improperly Signed or No Corporate Seal
E — Incomplete Extensions (Missing Primary Office Location Form)
F — Non-responsive bid (Missing copy of Certificate of Conpetency)
G — Improper Bid Bond
H — Corrected Bid
I — No First Source Hiring Compliance Statement
w J — No Minority Compliance Statement
K— No Duplicate Bid Proposal
Prep. By, GIOVANNI L. CAMPODO NICO Check By: CESAR R.
THE
THE
MEF
FOR
GONZALEZ
DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT
LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS
CONSTRUCTION INC. IN THE AMOUNT OF $ 81,931.00
THE TOTAL BID.
v �
INFORMAL
BID
JOB NO.
PAGE: 1 OF 1 B-4659
File: \\DATASERVER2_5\13LDIST\PUB WORK\0326457.REQ
PGM ID: FN/SC/PO/RPT10
C I T Y O
F M I A M I
PAGE
10- 1598
RUN DATE: 09/28/2002
DETAILED REVENUE AND
EXPENDITURES
BY PROJECT
RPT RFC:REPORT 10
12 FISCAL MONTH
AS
OF 09/28/2002
FUND 341 STREETS & SIDEWALKS
PROJECT 341183 CITYWIDE STREET IMPROVEMENTS FY2001-2005
ENTITLEMENT PERIOD 09/30/00 TO 09/30/01
PORTION EXPIRED 800.0 %
STATUS _ACTIVE
u
1
INDEX MIN
% OF
REVISED
* * * REVENUES
/ EXPENDITURES
* * *
OUTSTANDING
REMAINING
CODE OBJ DESCRIPTION BUDGET
TOTAL BUDGET
CURR MONTH
CURR Y -T -D
TOTAL T -D
ENCUMBRANCE
BALANCE
R E V E N U E S * * * *
026132 REV. CAP. PROJ.- FD. 32 - PROJ
436 CONTR FROM SPECIAL REVENUE FUN
100.0
303,600
303,643
43-
473 LOCAL OPTION GAS TAX
44.5
1,532,800
461,327
682,732
850,067 t/
INDEX CODE 026132
53.7
1,836,400
461,327
986,375
850,024
TOTAL REVENUES
53.7
1,836,400
461,327
986,375
850,024
E X P E N D I T U R E S****
319201 DESIGN/ARCH ORIJ. NO. REQUIRED
/
240 PROFESSIONAL SERVICES - ENGINE
96.6
700,792
7,387
258,052
632,984
44,612
23,195 ✓
270 PROFESSIONAL SERVICES - OTHER
100.0
1,600
1,600
1,600
287 ADVERTISING
75.4
2,000
1,508
1,508
491
792 ENGINEERING - PUBLIC WORKS
100.0
3,637
3,637
3,637
INDEX CODE 319201
96.6
708,029
7,387
264,797
639,730
44,612
23,686
319301 CONSTRUCTION PROJ. NO. REQUIRE
792 ENGINEERING - PUBLIC WORKS
44.6
29,863
13,347
13,347
16,516
860 CONSTRUCTION IN PROGRESS
43.2
1,098,508
340,685
340,685
134,097
623,725 ✓
INDEX CODE 319301
43.2
1,128,371
354,032
354,032
134,097
640,241
TOTAL EXPENDITURES
63.8
1,836,400
7,387
618,830
993,762
178,709
663,928
RECAP: REVENUES LESS EXPENDITURES
7,387-
157,502-
7,387-
Ls7
Page: 1