Loading...
HomeMy WebLinkAboutR-00-0493J-00-570 6/8/00 RESOLUTION NO. 00- 493 A RESOLUTION OF THE MIAMI CITY. COMMISSION REJECTING ALL BIDS RECEIVED IN RESPONSE TO THE INVITATION TO BID ISSUED FOR THE PROJECT ENTITLED "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE XVI, B-4624" ("PROJECT"); FURTHER DIRECTING THE CITY MANAGER TO READVERTISE FOR ALTERNATIVE BIDS FOR THE PROJECT AND TO PRESENT HIS RECOMMENDATIONS TO THE CITY COMMISSION FOR ITS REVIEW AND CONSIDERATION. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. All bids received in response to the Invitation to Bid issued for the project entitled "Citywide Sidewalk Replacement Project -Phase XVI, B-4624" ("Project") are hereby rejected, and the City Manager is hereby directed to readvertise for alternative bids for the Project and to present his recommendations to the City Commission for its review and consideration. Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor Y �i 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. CITY COMMISSION MEETING OF JUN - 6 2000 Resolution lo.. - . • PASSED AND ADOPTED this 8th LJ day of June , 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated place provided, said iegislafio low becomes effective with the elapse often (10) days m the date of Comm' cn aicn regarding same, without the Mayor ercis' o. ATTEST: Waiter oeman�City Clerk WALTER J FOEMAN CITY CLERK APPROVE00il TO F E RO VI TORNEY 499:BSS CORRECTNESS, CITY OF MIAMI, FLORIDA 25 INTER -OFFICE MEMORANDUM The Honorable Mayor and Members DATE . 'NIAY 2 3 2000 B-4624 of the City Commission FILE RECOMMENDATION: Resolution Awarding Contract sus�Ecr: for Citywide Sidewalk Replacement Project - Phase XVI, B-4624 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 "Citywide Sidewalk Replacement Project — Phase XVI, B-4624", received June 9, 2000 in the amount of $ 563,750.00, 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. Coconut Grove Street Improvement Project / Impact Fee, B-4623. 2. Citywide Sidewalk Rebuilding (Impact Fee Project), B-4588. BACKGROUND: Amount of Total Bid: $ 563,750.00 Cost Estimate: $ 366,000.00 % of Cost Estimate: 154% Source of Funds: Project No. 341170, Appropriations Ordinance No. 11705, as amended. Minority Representation: 195 invitations mailed 10 Contractors picked up specs ( 5 Hispanic, 2 Black, 1 Female) 3 Contractors submitted bid ( 1 Hispanic, 1 Black, 1 Female) Public Hearings/Notices: No Discussion: The Department of Public Works has evaluated the bids received on June 9, 2000, and determined that the lowest responsible and responsive bid, in the amount of $ 563,750.00 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. CAG: KR:JHJ:LJH:ee illklo a GO- 493 Budgetary Impact Anal is 1. Department J Division 6 2. Agenda Item # (if available) 3. Title and brief description of legislation or att ch ordinance/resolution: 4. Is this item related to revenue? NO: d/ YES (If yes_, fskip,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 funds: Amount budgeted in the Line Item $ Amount needed in the Line Item $ Sufficient funds will be transferred from the following line items: 7. Any additional comments? . 1.3 FOR DEPARTMENT, OF MANAGEMENT AND BUDGET USE. ONLY Verified by: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL. Department of Management and udget-BiafDesignee Date Index/Minor Object/Project No. From $ To $ 7. Any additional comments? . 1.3 FOR DEPARTMENT, OF MANAGEMENT AND BUDGET USE. ONLY Verified by: Verified by: Department of Management and udget-BiafDesignee Date Budget Analyst Date • • FACT , SHEET DEPARTMENT OF PUBLIC WORKS DATE: 5 / 10 / 2000 JOB NUMBER: B-4624 PROJECT NAME: Citywide Sidewalk Replacement Project - Phase XVI CIP NUMBER: 341170 LOCATION: Ci ide OTHER TYPE: PROJECT MANAGER / EXT. No.: V L. Helmers / E. Estevez � . FEDERAL (C.D.B.G.): L/ ASSOCIATED DEPARTMENT: Public Works S.N.P.B. ASSESSABLE: EMERGENCY: COMMISSIONER DISTRICT All BID REQUEST: FORMAL= INFORMAL= RESOLUTION No.: DESCRIPTION: This project consists of the removal and replacement of approximatelly 136,500 square feet of concrete sidewalk. The proposed improvements include the clearing and grading,pruning and removing tree roots and limbs, constructin new 4" and 6" concrete sidewalk, incidental surface restoration and adjusting water meters and utility boxes as directed by the Engineer. (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKSCOST OUTSIDE COST (% OF CONST. COST) ADVERTISING $ -- (E) $ 767.50 (a) OUTSIDE DESIGN $ -- $ -- TESTINGS / SURVEY / PLAT $ -- $ -- (E) P.W. DESIGN & BID DOCUMMENTS $ 7,320.00 (E) $ -- 2 % CONSTRUCTION $ -- $ 563,750.00 (BID) CONSTRUCTION ADMINISTRATION $ 39,462.50 (BID) $ -- 7 % OTHER: $ -- $ -- 9 % (E) - ESTIMATE TOTAL $ 611,300.00 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 366,000.00 CONTRACTOR'S INFORMATION: CLASS: = © F7S NON - MINORITY TYPE OF WORK: General Engineering MINORITY OB QF 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 COPIE5: A5515TANT DIRECTORS, 005T ANALY515, FILE, A550CIATED DEPT, CIP MANAGER REV. 2/00 TABULATION OF BIDS FOR CITYWIDE SIDEWALK REPLACEMENT PROJECT - Received loy the City Clerk, City of Miami, Florida at 1000 A.M. on May 9, 2000. PHASE JOB NO. XVI B-4624 Bidder WIS'S ENGINEERING MEF CONSTRUCTION, INC. H&R PAVING, INC. Address 174 NE 78 ST 5040 N.W. 7 ST 1955 N.W. 110 AVE MIAMI, FL 33138 SUITE 410 MIAMI, FL 33126 MIAMI, FL 33172 Located In the City of Miami YES YES NO Licensed t InRred as Per City Code t Metro W YES YES Y E S Bid Bond Amount B.B. VOUCHER B.B. 5% B.B. 5% Irregularities G, H H Minority Owned YES, B YES, F , TOTAL BIDTHE TOTAL OF ITEMS I THROUGH 13 BASED ON A ONE HUNDRED AND FORTY (140) WORKING DAYS COMPLETION TIME, THE SUM OF $ 374,610.00 $ 563,750.00 $ 706,780.00 IRREGULARITIES LEGEND A — No Power -of -Attorney ACCORDING WITH RESOLUTION No. 86-983, BID BOND VOUCHER WILL B — No Affidavit as to Capital & Surplus of Bonding Company NOT BE ACCEPTABLE FOR BID ESTIMATES IN EXCESS OF $200,000.00; C — Corrected Extensions THEREFORE, THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT D —Proposal Unsigned or Improperly Signed or No Corporate Seal THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS f E —Incomplete Extensions (Missing Primary Office Location Form) MEF CONSTRUCTION,INC. IN THE AMOUNT OF $563,750.00 F — Non-responsive Bid (Missing copy of Certificate of Competency) I L FOR THE TOTAL BID. etc; L<J G —Improper Bid Bond H — Corrected Bid I — No First Source Hiring Compliance Statement BID 99-00-163 �' �����'C-j J — No Minority compliance Statement JOB N0. K— No Duplicate Bid Proposal PAGE: 1 OF I B-4624 Prep. By- Esteve2 Check By, I CITY_ OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: rITvi.1IOF_SIDEWALK REP_L.AUMENT PRO -IF (T_PHASE- L BID NO: 99-00-163 DATE BID(S) OPENED: 05/09/00 TIME , 10 .: 0-". M BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK 563,75010 HXR PAVING. INC $706,98 0#5 'S ENGINEERING $329,007.er progr 4 �caso� Cs 7-2 U C received ( ) envelops on behalf of '" Person receiving bid(s) T on (City Department) SIGNED:' Deputy City Cle Md-tf 9, �2_ oon (Date) I TO: Walter J. Foeman City Clerk FROM: I On Prat Y Departm t of Public Works CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: April 13, 2000 FILE: B-4624 SUBJECT: "CITYWIDE SIDEWALK REPLACEMENT PROJECT - ,C y PHASE XVI" REFERENCES: ENCLOSURES: 1 Please note that contractors will submit bids for the following project: "CITYWIDE SIDEWALK REPLACEMENT PROJECT — PHASE XVI, B-4624" on Tuesday, May 9, 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. E n A z> TP/tp Encl. c: John Jackson" - Yvette Smith Project Manager _ File E BID NO. 99-00-163 0 ADVERTISEMENT FOR BIDS Sealed bids for "CITYWIDE SIDEWALK REPLACEMENT PROJECT - OASE XV -4 " will be received by the City Clerk of the City of Miami, Florida at 10:00 AM on the 9`�gUY.ofIrll , 20 '00 , at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, D'Aper,Key, Miami3orida, 33133, at which time and place they will be publicly opened and read. Any > �ddsubmitled after the above appointed time will not be accepted by the City Clerk. �� "'� - .4N The project consists of the removal and replacement of approximately 139,000 sgd9ALfeet concrete sidewalk in locations citywide. Construction includes the following: clearing and graAng;,0� ruh'j1g and removing tree roots and limbs, if necessary, constructing new curb and curb & gutter, cd'nstrkting new 4" and 6" concrete sidewalk, flexible pavement restoration or construction, and reinstallation of water meter boxes or similar utility structures located in the sidewalk area. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions or clarifications regarding plans, specifications, or City requirements please submit written requests to Mr. John H. Jackson, P.E., Acting Director, Department of Public Works, 444 S.W. 2 Avenue, 8`" 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 City'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 in duplicate originals. Plans and specifications may be obtained at the Department of Public Works, 444 S.W. 2"d Avenue, 8`" Floor, Miami, Florida 33130, on or after April 24, 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. Bidders are alerted to the provisions of Ordinance No. 10062 and 10538 regarding allocations of contracts to minority vendors, contractors and sub -contractors. This project has been designated as a Set -Aside for Black, Hispanic or Female Businesses/Sole proprietors. Details are contained in Bid Specifications. All Bidders must submit an Affirmative Action Plan with the bid. (Ordinance is contained in bid specifications). 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-4624, Req. 05459). Donald H. Warshaw City Manager