Loading...
HomeMy WebLinkAboutR-00-0447J-00-460 5/16/00 RESOLUTION NO. �. ..l A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF M.E.F. CORPORATION, INC., FOR THE PROJECT ENTITLED "COCONUT GROVE STREET IMPROVEMENT PROJECT/IMPACT FEE, B-4623" IN THE AMOUNT OF $465,000; ALLOCATING FUNDS THEREFOR FROM PROJECT No. 341138, AS APPROPRIATED BY ORDINANCE NOS. 11705, AS AMENDED, AND 11839, THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT PROJECTS ORDINANCES, IN THE AMOUNT OF $465,000 THE CONTRACT COST AND $45,200 EXPENSES, TOTAL ESTIMATED COST OF $510,200, AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. WHEREAS pursuant to public notice, Invitations for Bids for the "Coconut Grove Street Improvement Project/Impact Fee, B-4623," were mailed to 195 potential bidders; and WHEREAS, three bids were received April 25, 2000; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from M.E.F. Corporation, Inc., be accepted as the lowest responsible and responsive bid; and. WHEREAS, funds are available in the amount of $510,200 for the proposed amount of the contract, project expenses, and incidentals under Project No. 341138, as appropriated by Ordinance Nos. 11705, as amended, and 11839, the Annual Appropriations and Capital Improvement Projects Ordinances; CITY COMMISSION MEETING OF MAY 2 5 2000 Resolution No. G � r'; NOW, THEREFORE, BE IT RESOLVED.BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The April 25, 2000 bid of M.E.F. Corporation, Inc., in the .proposed amount 'of $465,000, for the project entitled "Coconut Grove Street Improvement Project/Impact Fee, 13-4623" for the total proposed bid, based on lump sum and unit prices, is hereby accepted, at the price stated therein. Section 3. The total estimated project cost of $510,200 is hereby allocated from Project No. 341138, as appropriated by Ordinance Nos. 11705, as amended, and 11839, the Annual Appropriations and Capital Improvement Projects Ordinances. Total project costs consist of the $465,000 the contract cost and $45,200 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized/ to �i 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. Page 2 of 3 r'. X-'` e°- ul C5 4 execute an agreement, in a form acceptable to the City Attorney, with M.E.F. Corporation, Inc., for the "Coconut Grove Street Improvement Project/Impact Fee, B-4623" total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor./ PASSED AND ADOPTED this 25th day of May , 2000. JOE CAROLLO, MAYOR In accordance with Miami Coda Sea. 2®36, Qlm thp) M@ypr did M0 hdlg Ie gppFavM 6f this legislation by signing it in the designated place prowl W! § f, -3i lgp?0011- � becomes effective with the elapse of ten (10) day m ill@ Owns is regarding same, without the Mayoeraisin ?4 ATTEST: WALTER J. FOEMAN CITY CLERKos loorz APPROV' , S TO F AT 4420:RCL AND CORRECTNESS:/ 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. ,^ i I - Page 3 of 3 �`Y ® CITY OF MIAMI, FLORIDA 'D 12 INTER -OFFICE MEMORANDUM f TO: The Honorable Mayor and Members of the City Commission Q FROM: e City Manager RECOMMENDATION: DATE._n{ 1 Z^nn FILE � B-4623 SUBJECT ­:_Resolution Awarding Contract fo.r Coconut Grove Street Improvement Project / Impact Fee REFERENCES: ENCLOSURES: Resolution It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of M.E.F. Corporation, Inc. a company located within the City of Miami, whose principal is Maria E. Ocana, President, for "Coconut Grove Street Improvement Project / Impact Fee, B-4623", received April 25, 2000 in the amount of $ 465,000.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. The last two (2) City Projects awarded to MEF Construction, Inc. are: 1. Little Havana Storm Sewer Project (Second Bidding), B -5626A 2. Citywide Sidewalk Rebuilding (Impact Fee Project), B-4588 BACKGROUND: Amount of Total Bid: $ 465,000.00 Cost Estimate: $ 495,000.00 % of Cost Estimate: 93.9% Source of Funds: Project No. 341138, Appropriations Ordinance No. 11705, as amended. Minority Representation: 195 invitations mailed 6 Contractors picked up specs ( 3 Hispanic, 0 Black, 1 Female) 3 Contractors submitted bid ( 1 Hispanic, 0 Black, 2 Female) Public Hearings/Notices: No Discussion: The Department of Public Works has evaluated the bids received on April 25, 2000, and determined that the lowest responsible and responsive bid, in the amount of $ 465,000.00 is from M.E.F. Corporation, Inc., a Female - minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, reproduction costs, testing, etc. A S � tin111 DHW:RM:J J:L'JH ee 4 1� 4���d • F G, Q loosi$ n $$�r 7 �4 O�CO F104 Budgetary Impact Analysis 1. Department �"I �Klek5 Division -4. � ,5 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: Cm cz n,�.1 �Yay� J� Y -� rnJ Yl�ves n� Pry sect /1 �PQ g-�1�Z3 4. Is this item related to revenue? NO: ✓ YES (If yes, skip.to item #7.) 5. Are there sufficient funds in Line Item? YES: _ Index Code ' Minor Obj. Code Amount $ NO: v" Complete the following questions: 6. Source of funds: Amount budgeted in the Line Item $ Amount needed in the Line Item $ Sufficient funds will be transferred from the following line items: � � u 7. Any additional comments? 412,6104.> Date FOR DEPARMENT OF MARAGEMIENT AND BUDGET USE ONLY Verified by: 1flVerified ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Department of Management and Budget D' r/Designee Date a Index/Minor Object/Project No. From z 3 <<3`d En rneeer,., - I 'to $' To 3t 9 3ot ire i r0(? res5 $ Lt S�D � � u 7. Any additional comments? 412,6104.> Date FOR DEPARMENT OF MARAGEMIENT AND BUDGET USE ONLY Verified by: 1flVerified by: Department of Management and Budget D' r/Designee Date a Budget Analyst Date FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 4 / 25 / 2000 JOB NUMBER: B-4623 PROJECT NAME: Coconut Grove Street Improvement Project / Impact Fee CIP NUMBER: 341138 LOCATION: Coconut Grove Impact Fee District PROJECT MANAGER / EXT. No.: L. Helmers / E. Estevez. f. , :� U -7 0-C OTHER TYPE: FEDERAL (C.D.B.G.): ASSOCIATED DEPARTMENT: Public Works S. N. P. B. ASSESSABLE: 0 EMERGENCY: RESOLUTION No.: COMMISSIONER DISTRICT 2 BID REQUEST: FORMAL,, _,,. INFORMAL DESCRIPTION: This project includes the reconstruction of concrete sidewalks and overlaying some streets in the Coconut Grove Impact Fee District. Missing and d tro ed sidewalks will be removed and new concrete sidewalk will be constructed. In addition, brick paver sidewalk along the business area will be repaired. (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS OUTSIDE COST COST (% OF CONST. COST) ADVERTISING $ -- (E) S 750.00 OUTSIDE DESIGN $ -- $ TESTINGS / SURVEY / PLAT $ -- $ 2,000.00 (E) P.W. DESIGN & BID DOCUMMENTS $ 9,900.00 (E) $ -- 2 % CONSTRUCTION $ -- $ 465,000.00 (BID) CONSTRUCTION ADMINISTRATION $ 32,550.00 (BID) $ -- 7 96 OTHER: $ -- $ 9 % (E) - ESTIMATE TOTAL $ 510,200.00 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 495,000.00 CONTRACTOR'S INFORMATION: CLASS: © 0 NON - MINORITY O TYPE OF WORK: General Engineering MINORITY © O 0 YEARS OF ESTABLISHMENT: 4 LICENSE CGC 058706 NAME: M.E.F. Construction, Inc. TELEPHONE: (305) 461-0603 ADDRESS: 5040 N.W. 7 Street St# 410 CITY, STATE, ZIP: Miami, Florida 33126 CLASS: J = JOINT P = PRIME S = SUB CONTACT PERSON: Maria E. Ocana, President MINORITY: B = BLACK H = HISPANIC F = FEMALE SUB -CONTRACTORS: NAMES: SELF UimEL Cim1 , a..VAI ANAL SiS. FiLE, ASSOCAAI to DEPT, GIP MANAGER REV. 2/00 i47 uai a f+ TABULATION OF BIDS FOR COCONUT GROVE STREET IMPROVEMENT PROJECT / IMPACT EEE B-4623 Received by the City Clerk, City of Miami, Florida at 10.00 A.M. on April 25, 2000. Bidder MEF CONSTRUCTION, INC. E.D.F.M. CORPORATION MIRI CONSTRUCTION, INC. Address 5040 N.W. 7 ST 1022 N.W. 54 STREEET 7340 S.W. 121 ST SUITE 410 MIAMI, FL 33126 MIAMI, FLORIDA 33127 MIAMI, FLORIDA 33156 Located In the City of Miami YES YES NO Lkensed t bmr*d as Per City Code t Metro Drd YES YES Y E S Bid Bond Amount B.B. 5% B.B. 5% B.B. 5% Irregularities C, H Minority owned YES, F YES, F YES, H TOTAL BIDITHE TOTAL OF ITEMS 1 THROUGH 16 BASED ON A ONE HUNDRED AND TWENTY (120) WORKING DAYS COMPLETION TIME, THE SUM OF $ 465,000.00 $ 645,948.75 $ 716,500.00 a ' IRREGULARITIES LEGEND A — No Power -of -Attorney B — No Affidavit as to Capital t Surplus of Bonding Company C — Corrected Extensions THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT D —Proposal Unsigned or Improperly Signed or No Corporate Seat THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS E — Incomplete Extensions (Missing Primary Office Location Form) M,E.F, CONSTRUCTION, INC, IN THE AMOUNT OF "65,0100.00n F — Non-responsive bid (Missing copy of Certificate of Competency) G — Improper Bid Bond FOR THE TOTAL BID. - ZG r` GctiC 3v� H — Corrected Bid I — No First Source Hiring Compliance Statement BID 99-00-150 %i%/LU JUD NU. n J — No Minority Compliance Statement K— No Duplicate Bid Proposal PAGEI I ❑F I B-4623 Prep. By, Estevez Check Byi CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: COCONUT GROVE STREET IMPROVEMENT PROJECT. FEE B-4623 BID NO: 99-00-150 DATE BID(S) OPENED: APRIL 25, 2000 TIME 10:00 a. m. BIDDER TOTAL BID AMOUNT BID.BOND (ER) CASHIER'S CHECK EDFM Corp. $706,713 5% Miri Construction, Inc. $716,500 5% MEF Construction, Inc. $465,000 5% i received ( 3 ) envelops on behalf of Per on re ivingbid(s) Gregorio Chavarri a, Publ.i c. Works PUBLIC W Z 5r (OD (City Department) (Date) SIGNED:Yeputy City Jerk Sylvia Lowman i CITY OF MIAMI, FLORIDA! I INTER -OFFICE MEMORANDUM TO: Walter J. Foeman DATE: jApril_ 4, 2000 FILE: B-4623 City Clerk SUBJECT:`COCONUT GROVE STREET IMPROVEMENT PROJECT/ IMPACT FEE" u Y FROM: Tony Pra REFERENCES. Department of Public Works 1 ENCLOSURES: 1 Please note that contractors will submit bids for the followingproject: i "COCONUT GOVE STREET IMPROVEMENT PROJECT/IMPACT FEE, B-4623" on Tuesday, April 25, 2000 at 10:00 A.M. Any bid submitted after the time listed above, will not be accepted. Please make necessary provisions for this bid opening. The Project Manager, Elyrosa Estevez, P.E. a representative overseeing the project is going to be present at the time of opening. Should there be cancellation ;or postponement, we will notify you in writing, prior to the opening date of the bids. If you have any questions, please contact me at 416-2131. TP/tp Encl. John Jackson Yvette . Smith Project Manager File � � a BID NO. 99 - 00 - 150'`��, ADVERTISEMENT FZ,,F BIDS , d' All Sealed bids for "COCONUT GROVE STREET IMPROVEME NTccpR, JE � IMPACT FEE, B-4623" will be received by the City Clerk of the City of Miami, FI�4i j,4 %1p:00 AM on the 25`h day of April, 2000, at the City Clerk's Office, first floor of the Mr, i City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after the above appointed time will not be accepted by the City Clerk. The project includes the removal of deteriorated, damaged, or unsafe concrete sidewalks, construction of new concrete and brick sidewalks and resurfacing of existing streets in the area bounded by the Coconut Grove Impact Fee District. The work will also include reinstallation of water meter boxes or similar utility structures located in the sidewalk area, curb and gutter construction, and trimming and removal of tree roots, as necessary, in order to prevent future damage to the new concrete sidewalk. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions or clarifications reaardinq plans, specifications, or Citv requirements, please submit written requests to Mr. John H. Jackson, P.E., Acting Director, Department of Public Works, 444 S.W. 2 Avenue, 8th Floor, Miami, Florida 33130. The written request may be faxed to (305) 416- 2153, followed by mailing or hand delivering the written copy. Under Miami -Dade County Ordinances Nos. 98-106 and 99-1, there will be a "Cone of Silence" during the bid period and the Citv's responses to questions must be in witting only. Prospective bidders must have a current certified Contractor's License from the State of Florida Construction Industry License Board for the class of work to be performed, or the appropriate Certificate of Competency or the State Contractor's Certificate of Registration as issued by Miami- Dade County Code, which authorizes the Bidder to perform the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to submit proposals induplicate originals. Plans and specifications may be obtained at the Department of Public Works, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or afterApril 10, 2000. There will be a $20 deposit required for the first set of specifications. Specs can also be mailed to bidders upon written request to the Public Works Department including a separate check in the amount of $8. Additional sets may be purchased for a non-refundable fee of $20. Deposits will be refunded only upon return of one set of specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement". The object of this Ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305) 416-1200. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any of all bids, and readvertise. (B-4623, Req. 05458). Donald H. Warshaw City Manager