Miami-Dade
Legislative Item File Number: 112181 |
Printable PDF Format Clerk's Official Copy |
File Number: 112181 | File Type: Resolution | Status: Adopted | ||||||
Version: 0 | Reference: R-1064-11 | Control: Board of County Commissioners | ||||||
|
||||||||
Requester: Public Works & Waste Management | Cost: | Final Action: 12/6/2011 | ||||||
|
||||||||
|
||||||||
|
||||||||
Sunset Provision: No | Effective Date: | Expiration Date: |
Registered Lobbyist: | None Listed |
Legislative History |
|||||||
Acting Body | Date | Agenda Item | Action | Sent To | Due Date | Returned | Pass/Fail |
|
|||||||
Board of County Commissioners | 12/6/2011 | 8M6 | Adopted | P | |||
REPORT: | First Assistant County Attorney Abigail Price-Williams read the foregoing proposed ordinance into the record. The Board adopted the foregoing proposed ordinance with instruction to the Public Works and Waste Management Department Director to explain to Commissioner Sosa the selection process for the projects, as requested by Commissioner Sosa. | ||||||
|
|||||||
Regional Transportation Committee | 11/7/2011 | 3J | Forwarded with a favorable recommendation | P | |||
REPORT: | Assistant County Attorney Bruce Libhaber read into the record the title of the foregoing resolution. Hearing no questions or comments from Committee members or the Administration, the Committee proceeded to vote. | ||||||
|
|||||||
County Attorney | 10/27/2011 | Assigned | Hugo Benitez | 11/1/2011 | |||
|
|||||||
County Mayor | 10/19/2011 | Assigned | Alina Tejeda-Hudak | ||||
|
|||||||
County Mayor | 10/19/2011 | Assigned | County Attorney | 12/6/2011 | |||
REPORT: | PWWM-Pending Committee-CAO-Hugo B. | ||||||
|
Legislative Text |
TITLE RESOLUTION APPROVING A CONTRACT AWARD RECOMMENDATION IN THE AMOUNT OF $308,995.00 TO CEB CONSTRUCTION, INC. FOR THE PEOPLE�S TRANSPORTATION PLAN PROJECT ENTITLED SIDEWALK ACCESSIBILITY (PROJECT MCC 7040 PLAN � CICC 7040-0/07, REQUEST FOR PRICE QUOTATION NO. 20110090) AND AUTHORIZING THE USE OF CHARTER COUNTY TRANSPORTATION SURTAX FUNDS BODY WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board approves the Contract Award Recommendation in the amount of $308,995.00 between CEB Construction, Inc. and Miami-Dade County for the People�s Transportation Plan (PTP) Project Entitled Sidewalk Accessibility (Project MCC 7040 Plan � CICC 7040-0/07, RPQ No. 20110090) in substantially the form attached hereto and made a part hereof; and authorizing the use of Charter County Transportation Surtax Funds. HEADER Date: To: Honorable Chairman Joe A. Martinez and Members, Board of County Commissioners From Carlos A. Gimenez Mayor Subject:Contract Award Recommendation in the Amount of $308,995.00 to CEB Construction, Inc. for the People's Transportation Plan Project Entitled Sidewalk Accessibility and Authorizing the Use of Charter County Transportation Surtax Funds????? ..Recommendation The attached Contract Award Recommendation for the People�s Transportation Plan (PTP) project entitled Sidewalk Accessibility (Project MCC 7040 Plan - CICC 7040-0/07 Request for Price Quotation (RPQ) No. 20110090) in the amount of $308,995.00 to CEB Construction, Inc. was prepared by the Public Works and Waste Management Department (PWWMD) and is recommended for approval by the Board of County Commissioners (BCC). Proceeds from a Charter County Transportation System Sales Surtax Bond Sale will be used to fund this project; therefore, review by the Citizens� Independent Transportation Trust (CITT) is required before final approval by the BCC. Scope The work to be performed under the life of this Contract includes sidewalk accessibility at various locations within Miami-Dade County. Fiscal Impact/Funding Source The value of this contract award is $308,995.00 and will be funded from Charter County Transportation Surtax 2010 Bond Proceeds as programmed within PWWMD�s Multi-Year Capital Budget. The base contract amount is $270,450.00, with the total amount being inclusive of contingency and dedicated allowance amounts. There are no recurring operation or maintenance costs anticipated with this Contract. The proposed improvements qualify under the allowable work categories included in the PTP Neighborhood Improvements Section. The funding index code for this project is CPEPTP602RSF. Delegation of Authority No additional authority is being requested within the body of this Contract. Track Record/Monitor CEB Construction, Inc. is currently performing work for PWWMD at a satisfactory level. PWWMD has reviewed the Capital Improvements Information System (CIIS) database and found 67 awarded construction contracts as follows: * one for the Aviation Department, * two for the Permitting, Environment and Regulatory Affairs Department, * four for the Internal Services Department, * nine for the Parks, Recreation and Open Spaces Department, * four for the Seaport Department, * one for the Water and Sewer Department, and * 46 for PWWMD. The referenced database also lists a total of 48 contractor performance evaluations (several contracts having two evaluations on file, an interim and a project closeout) with an overall performance rating of 3.4 (satisfactory performance) out of a possible 4.0 (superior performance) rating. The Sustainability, Planning and Economic Enhancement Department History of Violations report lists no violations for this Contractor. According to the Florida Department of State, Division of Corporations, CEB Construction, Inc., Company Principal is Javier G. Bustos and the Company�s address is listed as 2451 NW 109 Avenue, Miami, Florida 33172. Following PWWMD�s standard operating procedures, after award of this Contract, a pre-construction meeting will be scheduled. The responsible staff person for all PTP projects in PWWMD is Mr. Frank Aira, P.E.. Following completion of the award process, the project will be assigned to Ms. Mercedes Barreras, Project Coordinator, for day-to-day responsibilities. BODY As part of the PTP Neighborhood Improvements initiative, PWWMD continues to take advantage of various contracting mechanisms such as the Miscellaneous Construction Contract (MCC) process available under the MCC 7040 Program. Through this process, PWWMD forwards a RPQ by way of facsimile transmission to a pool of pre-qualified Community Small Business Enterprise (CSBE) contractors for the respective trade. Additionally, PWWMD advertises the project in the Daily Business Review and all solicitations are available on-line through the Miami-Dade County portal under the �Procurement Solicitations� link. The project award evaluation is based upon the bid submitted by the lowest responsive, responsible bidder for the project. PWWMD staff determined that the scope of work for this project qualified for a CSBE set-aside (Levels I, II, and III). In addition, a Community Workforce Program Goal of 12.1 percent has been established for this project as several work locations fall within a Designated Target Area. On June 30, 2011, PWWMD forwarded an RPQ for the PTP Sidewalk Accessibility Project, utilizing the MCC 7040 Plan - CICC 7040-0/07, to a list of 50 pre-qualified firms. A total of three firms purchased contract documents and two firms proffered a bid. On August 3, 2011, CEB Construction, Inc. proffered the lowest responsive, responsible base bid of $270,450.00, six percent below the County�s cost estimate; and the second lowest bidder, Quality Paving Corp. proffered a base bid of $322,409.50, 19 percent over the lowest bidder. Based on the results of the solicitation, PWWMD issued a recommendation of award on August 11, 2011 for RPQ No. 20110090 to CEB Construction, Inc., with the stipulation that approval for this project must be obtained from the CITT and the BCC in accordance with PTP guidelines. The work to be accomplished for this project consists of, but is not limited to, furnishing all supervision, labor (including cleaning and preparation), required materials, equipment and tools to perform all operations necessary for the construction of new curb ramps and gutters, sidewalks, driveway approaches; the removal and disposal of various existing pavements; the grading and preparation of subgrade; the removal and disposal of existing trees, tree roots, and debris; clearing and grubbing; adjustment of existing utility valve covers to new finished grade; drainage remediation; removal and resetting guardrail; and the resetting or relocating fences and sodding. __________________________ County Manager/Deputy Mayor |
Home |
Agendas |
Minutes |
Legislative Search |
Lobbyist Registration |
Legislative Reports
Home | Using Our Site | About | Phone Directory | Privacy | Disclaimer
E-mail your comments,
questions and suggestions to
Webmaster
|