Loading...
HomeMy WebLinkAboutR-99-0247J-99-330 4/19/99 RESOLUTION NO. 247 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF MEF CONSTRUCTION, INC., FOR THE PROJECT ENTITLED "LITTLE HAVANA STORM SEWER IMPACT FEE PROJECT B-5626"(SECOND BIDDING); IN THE AMOUNT OF $44,765.00; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 352293 AS APPROPRIATED BY FISCAL YEAR 1998-99 APPROPRIATIONS ORDINANCE NO. 11705, AS AMENDED, IN THE AMOUNT OF $44,765 THE CONTRACT COST, $3,235 ESTIMATED EXPENSES, TOTAL ESTIMATED PROJECT COST OF $48,000.00; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. WHEREAS, sealed bids were received March 11, 1999, for the project entitled "Little Havana Storm Sewer Impact Fee Project, B-5626" (Second Bidding); and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from MEF CONSTRUCTION, INC., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1998-1999 Appropriations Ordinance No. 11705, as amended, appropriated monies for the proposed amount of the contract, project expenses, and incidentals pursuant to Project No. 352293. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: C= coreasslom REETL14C OF APR 2 7 1999 Resolution No, 99- 24` 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 March 11, 1999, bid of MEF CONSTRUCTION, INC., in the proposed amount of $44,765, for the project entitled "Little Havana Storm Sewer Impact Fee Project B-5626" (Second Bidding), for the total bid of the proposal, based on lump sum and unit prices, is therefore hereby accepted at the price stated therein. Section 3. The total estimated project cost of $48,000, is hereby allocated from Project No. 352293, as appropriated by the Fiscal Year 1998-1999 Annual Appropriations Ordinance No. 11705, as amended Section 4. The City Manager is hereby authorized to enter into a contractLl in a form acceptable to the City Attorney, on behalf of the City of Miami, with MEF CONSTRUCTION, INC., for "Little Havana Storm Sewer Impact Fee Project B-5626" �i The herein authorization is further subject to compliance with all re- quirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provi- sions. - 2 - SJ- 247 r (Second Bidding), total bid of the proposal. Section S. This Resolution shall become effective imme- diately upon its adoption and signature of the MayorY PASSED AND ADOPTED this27th day of April lggg, JOE CAROLLO, MAYOR naacordance with Miami Code Sec. 2.36, since the Mayor did not indicate approval of ft 1091slation by signing it in the designated place provided, said legislation; n.ovi des effective with the elapse of ten (10) days fr thesl e of Cornmis ; n actuor, wing same, without the Mayor exercising a ATTEST: Waite ,1. Fa an ,,ity Clerk WALTER J. FOEMAN CITY CLERK I'NESS : N % If the Mayor does not sign this Resolution, it stall 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 immedi- ately upon override of the veto by the City Commission. 3 - 99- 247 CITY OF MIAMI, FLORIDA CA=8 INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM : 4 !a,%;ar:?s_=w City Manager RECOMMENDATION: DATE : ,APR 1 9 1999 FILE : SUBJECT: Resolution Awarding Contract for Little Havana Storm Sewer Impact Fee Project REFERENCEISecond Bidding) ENCLOSURES: Resolution It is respectfully recommended that the City Commission adopt the attached Resolution accepting the low bid of. MEF Construction, Inc., a company located at 5040 N.W. 7 Street, within the City of Miami, whose principal is Maria E. Ocana for "Little Havana Storm Sewer Impact Fee Project, B-5626, (Second Bidding), received March 11, 1999 in the amount of*$44,765.00 Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. The last three (3) City Projects awarded to MEF Construction, Inc. are: 1. Coconut Grove C.D. Sidewalk Project, B-4602 2. Downtown C.D. Sidewalk Project, B-4608 3. Citywide Impact Fee Sidewalk Rebuilding, B-4588 BACKGROUND: Amount of Total Bid: $44,765.00 % of Cost Estimate: 930 Cost Estimate for Total Bid: $48,000.00 Source of Funds: Project No. 352293, as appropriated by Fiscal Year 1998-99 Appropriations Ordinance No. 11705, as amended Minority Representation: 186 invitations mailed 6 contractors picked up plans & specs (4 Hispanic, 1 Black, ) 0 Female) 2 contractors submitted bid (2 Hispanic, 0 Black, 0 Female Public Hearings/Notices: No S9- 247 -.--e...�...�. .-._^^ssv r+,.e.L..:,1"'�`.�e',':.SRCF!?^,vY.tMY�i.�°,'p�iMyY3+5��.,�✓Yt'�', tw51 ...x,.�T Hrka:e+!il'�fy'1ht+i�+Y�P4}2�'3��'e`v.:'atwcn' ��YrF'/tti"�"i1}�}�Sd'��+`�h^�.��1�HKtfR� t Y § Honorable Mayor and Members of the City Commission Page 2 M11 Discussion: The Department of Public Works has evaluated the bids received on March 11, 1999 and determined that the lowest responsible and responsive bid, in the proposed amount of $44,765.00 total bid of the proposal, is from MEF Construction, Inc., a Hispanic minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and reproduction costs 2% DHW/RI/JJ /9c R rA 39- 247 a 1O W Budgetary Impact Analysis 1. Department �y 611 C. 11 V O r L S Division U)e- S I g n 2. Agenda Item # (if available)_ _ 3. Title and brief description of legislation or attach ordinance/resolution: 1 4. Is this item related to revenue? NO: ✓ YES af yes, skip,to item #7.) 5. Are there sufficient funds in Line Item? YES: Index Code Minor Obi. Code Amount $ NO: Complete the following questions: 6. Source of funds: Amount budgeted in the Line Item $ IfT L7oo Amount needed in the Line Item $ H 8, oDo Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Ob'ectlPro'ect No. From 3to, 3oi -79Z 35aari 3 L- $ Ted { 31goi ,28,7 az 3 Ad,,,, $ ?3 �,ti.2ci /.2qc / 35,aa q3 ser".Cx-;_ E.,S. yS� ±332 7. Any additional comments? 'ro 3143r1/'56c / L_..-L -._ �- �,. ..__ 8. - Department Direc /Designee Da t Li FOR WEPARTMIENT OF MANAGEMENT AND BUDGET USE ONLY Verified by: Verified by: Department of M ement and Budget D" ector/Designee Budget Anal st Date s .°�iLIlgFt<� 99-,' 247 �`t He Jo 8-5626 CIP 352293 OTHER TYPE: FEDERAL PARTICIPATI ASSESSABLE: 0 EMERGENCY: [� RESOLUTION No.: DESCRIPTION: The pro and related drainage strut The Droiect Incatinnc , m FACT SHEET DEPARTMENT OF PUBLIC WORKS LITTLE HAVANA STORM SEWER PROJECT NAME: IMPACT FEE PROJECT (!NO SIDI LOCATION: CITYWIDE PROJECT MANAGER: A. CHOQUEHUANCA ASSOCIATED DEPARTMENT: PUBLIC WORKS BID REQUEST: FORM consists of the design and con es in locations citywide to elimi confined to the Little Navnnn i.. 12 /1 INFORMAL = of exfiltration drains with — .... 14T, UUNTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC OUTSIDE WORKS COST COST (% OF CONST. COST) ADVERTISING $ 302.00 OUTSIDE DESIGN $(E) TESTING/SURVEY/PLAT S (E) $ 800.00 (E) P.W. DESIGN & BID DOCUMENTS S CONSTRUCTION % $ 44,765.00 (BID) CONSTRUCTION ADMINISTRATIO $ 2,133.00 )I;�kFvOp S IEl g 5 (E) 5 % (TOTAL ENG. FEE) (E) - ESTIMATE TOTAL $ 48,000.00 (EC) - EST. CONST. COS $48,000.00 CONTRACTOR'S INFORMATION: CLASSQ Q 0 TYPE OF WOR ENGINEERING CONTRACTORS NAME: MEF Construction, Inc. YEARS OF ESTABLISHMENT: 4 ADDRESS: 5040 NW 7th Street # 410 CITY, STATE, ZIP MIAMI, FLORIDA 33126 CONTACT PERSON MIGUEL A. OCANA SUB -CONTRACTORS: NON - MINORITY C� MINORITY OB LICENSE: E 951305 TELEPHON (305) 461 0603 drains CLASS: J = JOINT P = PRIME S = SUB MINORITY: 8 = BLACK H = HISPANIC F = FEMALE TABULATION OF BIDS FOR LITTLE HAVANA STORM SEINER -IMPACT FEE PROJECT (SECOND BIDDING), B-5642 RECEIVED BY THE DIRECTOR OF PUBLIC WORKS, CITY OF MIAMI, FLORIDA AT 11:00 AM ON MARCH 11, 1999 MEP CONSTRUCTION, INC MIRI CONSTRUCTION, INC. 5040 N.W. 7 ST., SUITE 410_ 7340 S.W. 121 STREET IN THE CITY OF MIAMI YES NO -' & INSURED AS PFR MTV rnnG R RACTon non _ BID: THE TOTAL OF TIME B.B. IRREGULARITIES LEGEND A- NO POWER -OF -ATTORNEY B - NON DADE COUNTY AGENT OF BONDING COMPANY C - CORRECTED EXTENSIONS D - PROPOSAL UNSIGNED OR IMPROPERLY SIGNED OR NO CORPORATE SEAL E - INCOMPLETE EXTENSIONS F NON -RESPONSIVE BID G - IMPROPER BID BOND H - CORRECTED BID NO FIRST SOURCE HIRING COMPLIANCE STATEMENT - NO MINOTITY COMPLIANCE STATEMENT - NO DUPLICATE BID PROPOSAL - IMPROPER LICENCE B. 5% THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS MEF CONSTRUCTION, INC. IN THE AMOUNT OF $44,765.00 FOR THE TOTAL BID JOB NO. B-5626 L-F CITY OF A'IIAMI OF THE CITY CLERK BID SECURITY LIST DID ITEM: _ I,TTTT F HA rANA STORM 4FWFR TMpACT FFF PROJECT (SECOND BIDDING) B-5626 d- y BID NO: 98-99-074 - DATE BID(S) OPENED: MARCH 11$ 1999 TIME 11:00 a.m PUBLIC WORKS_ (City Department) SIGNED• _ Deputy ity Clerk 0,3-11-9-q (Date) k CITY OF MIAMI, FLORIDA i+ INTER -OFFICE MEMORANDUM TO : Walter J. Foeman DATE : February 1, 1999 r'LE B-5626 City Clerk SUBJECT: "LITTLE 1iAVANA STORM /— SEWER IMPACT FEE PROJECT FROM TOri YREFERENcd§ECOND BIDDING)" � `y Y De) f �L Public Works ENCLOSURES : 1 Please note that contractors will submit bids for the following project: "LITTLE HAVANA STORM SEWER IMPACT FEE PROJECT (SECOND BIDDING), B-5626", on Thursday, March 1101 1999, at 11:00 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, Leonard Helmers, P.E. Chief Civil Engineer is 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 Encl. c: John Jackson Merilynn Renshaw Project Manager File . . f 1 1) BID NO, 98.99-074 ADVERTISEMENT FOR BIDS Sealed bids for "LITTLE HAVANA STORM SEWER IMPACT FEE PROJECT (SECOND BIDDING), B-5626" will be received by the City Clerk of the City of Miami, Florida at 11:00 A.M. on the March 11`h,1999, at the City Clerk's Office, first floor of the Miami 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 consist of the construction of exfiltration drains with crossdrains, catch basins, manholes, pavement and surface restoration at various location citywide. City regulations will allow bidder to furnish bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as presented in the documents and specifications, please contact Leonard Heimers, P.E. Chief Civil Engineer, Project Manager at (305) 416-1221. 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. Specifications and plans may be obtained from the Office of the Director of Public Works, 444 S.W. 2nd Avenue, 81h Floor, Miami, Florida 33130, on or after February 24, 1999. If bidders wish, a set of specifications and plans will be mailed to them by writing to the Department of Public Works and including a separate check for $8.00. There will be a $20.00 deposit required for the first set of specifications and plans. Additional sets may be purchased for a fee of $20.00 per set and this is not refundable. Deposits will be refunded only upon their return of one set of specifications and plans to the Department of Public Works, unmarked and in good condition within 14 working days after the opening of the bids. Bidders are alerted to the provisions of Ordinance 10062 and 10538 regarding allocation of contracts to minority vendors, contractors, and subcontractors. All bidders must also submit an affirmative action plan with their bids. (Ordinances are contained in bid specifications.) The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreements." 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 re -advertise. (B-5626, Req.05422). Donald H. Warshaw City Manager