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