Loading...
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