Loading...
HomeMy WebLinkAboutR-02-0165J-02-095 1/28/02 RESOLUTION NO. 02-- 16-5 A RESOLUTION OF THE MIAMI CITY COMMISSION, BY A FOUR -FIFTH (4/5THS) AFFIRMATIVE VOTE, AFTER A DULY ADVERTISED PUBLIC HEARING, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY, WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES AND ACCEPTING THE BID OF MARIN & MARIN CONSTRUCTION, INC., THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, DATED OCTOBER 31, 2001, FOR THE PROJECT ENTITLED "BAYWOOD PARK SEAWALL IMPROVEMENTS - SECOND BIDDING - B-3277", IN THE AMOUNT OF $107,398.75 FOR CONTRACT COSTS AND $16,498 FOR EXPENSES FOR A TOTAL ESTIMATED COST OF $123,896.75; ALLOCATING FUNDS FROM F.E.M.A. AND STATE OF FLORIDA PROJECT NO. 800000 IN THE AMOUNT OF $10B,409.75 AND CAPITAL IMPROVEMENT PROJECT NO. 3:31369 AS APPROPRIATED BY THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT PROJECTS ORDINANCES, AS AMENDED, IN THE AMOUNT OF $15,487. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section I. By a four -fifth (4/5th,) affirmative vote of the City Commission, after a duly advertised public hearing, the City Manager's finding of an emergency, is ratified, approved CITY CO-MUSSION l T.Tx,(; tw FED 1 1t 2002 02- 16 and confirmed, the requirements for competitive bidding procedures are waived and the bid of Marin & Marin Construction, Inc., the lowest responsive and responsible bidder, dated October 31, 2001, for the project entitled "Baywood Park Seawall Improvements - Second Bidding - B-3277", in the amount of $107,398.75, for the total bid of the proposal, is accepted at the price stated herein. Section 2. The total estimated project costs of $123,896.75 are allocated from F.E.M.A. and State of Florida Project No. 800000 in the amount of $108,409.75 and Capital Improvement Project No. 331369, as appropriated by the Annual Appropriations and Capital Improvement Projects Ordinances, as amended, in the amount of $15,487. The total project costs consist of $107,398.75 for the contract costs and $16,398.75 for estimated expenses incurred by the City. Section 3. The City Manager is authorized! to execute an agreement, in a form acceptable to the City Attorney, with Marin & Marin Construction, Inc. Inc. for the project. 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 02- 165 Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor./ PASSED AND ADOPTED this 14th day of February , 2002, ATTEST: SY14 Scheider Acting Citlr,,,,Gylerk APPROVED AVr T � f04 i' ieyILAT ORNEY W5962:tr:LB FOR.- D CORRECTNESS: LLO v- zMANUEL A. DI MAYOR 21 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. Page 3 of 3 02- 165 0 CITY OF MIAMI, FLORIDA 3 INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM: � Carlo imenez City Manager RECOMMENDATION DATE: FILE: SUBJECT: JAI 2 9 2002 RESOLUTION Ratifying Emergency Finding — Baywood REFERENCEsPark Seawall Improvements Second Bidding — B-3277 ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution ratifying, approving and confirming the City Manager's finding of an Emergency, awarding a contract to Marin & Marin Construction, Inc., for the project entitled Baywood Park Seawall Improvements — Second Bidding — B-3277, in the amount of $107,398.75 BACKGROUND The Baywood Park Seawall is badly deteriorated including a section which collapsed during Hurricane Irene. This project was originally bid as an emergency repair under Resolution No. 99-812 "Hurricane Irene Recovery Project". All bids were rejected due to permitting issues and changes in the construction plans which increased the scope of work. The project was then re- bid as a formal second bid. The Baywood Park seawall is in urgent need of repairs before further damages occur. Due to the nature of the work and the sensitive damage to the surrounding environment, it is our recommendation that repairs on this seawall begin as soon as possible. Funds have been identified for the work. FKR/ H ,i AIPISVImm '�Jj,V4- 1-AW10 02- 165 BaywoodSeawal 1-B3277 Ll Budgetary Impact Analysis 1. Department t�u�ol�e �c �S Division -he-5g v 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: 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 _s, . 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: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Ob'ect/Pro'ect No. From ;5-%q301 To 3t43o 'a -H) 3 0 31 93c 'iWr 331369 �ons�rueho� nor rc�rcSS `13 1 7. Any additional comments? Pt 2f �,sr q � � O Q� 1 ✓1C� ee5, el, s f [fir -IreON Y12krr�auf•er,ner�. t=EirrR S unds todl LkfefIL arnCj0j::�-2K6jeY4-s d 192 Q�! 02- .165 - = Carlos A. Gimenez City Manager 0 CITY OF MIAMI. FLORIDA • INTER -OFFICE MEMORANDUM 1C1Ti M1ANAGrRS OFFICE DATE November 2, Of AT• ohn H.Ja on Director Public Works Department suB�Fc- EMERGENCY FINDING To award a Construction Contract for Repairing the Baywood Park REFERENGEbamaged Seawall ENCLOSURES, This memorandum is to request your approval to immediately award a construction contract to Marin & Marin Construction, Inc., marine contractors, who were the lowest responsive and responsible bidders on the Baywood Park Seawall Improvements (2°d Bidding). The seawall was damaged by Hurricane Irene and FEMA approved repairing the section that collapsed. The seawall needs to be repaired but the project was delayed by environmental permit issues. The project was originally bid out as an emergency repair under Resolution No. 99-812 "Hurricane Irene Recovery Project". During the environmental permitting process, the State of Florida Department of Environmental Protection (DEP), required a change in plans and additional work before they would approve a construction permit. The original bids were rejected and the project was rebid with the changes in scope required by DEP. F.E.M.A. also authorized additional funding to cover the cost of the increased scope of work. On October 31, 2001, the Public Works Department received formal bids on the project second bidding. The lowest bid form Marin & Marin Construction was in the total amount of $107,398.75 including a $10,000 contingency. The next available City Commission meeting for the formal award of contract is December 13, 2001. The Baywood Park damaged seawall is in urgent need of repairs and could be further damaged by the heavy surf due to the high winds that occur this time of the year. It is our recommendation that the repairs on this seawall begin as soon as possible. 02- 165 • Carlos A. Gimenez City Manager Page 2 November 2, 2001 If this finding of an `Emergency" is approved, the Public Works Department will notify the contractor to start right -a -way after their contract and insurance requirements have been submitted to the City. The project is fully funded:' FEMA (75%); State of Florida (12.5%) and City CIP #331369 (12.5% matching). If this Emergency Finding meets your approval, please sign below. This Emergency Finding will be placed on the next available City Commission Meeting for ratification. FKR/JHJ/JR I c g E: 'f Appro :-�� Date l/p, Linda M. Haskins, Director Dept. of Management & Budget CApproved: Date 70 Cari+5 . e l City Manager c: Allan I. Poms, Chief Architect Bashir A. Wayne, Department of Fire -Rescue Sandra Vega, Architect II 02- 165 FACT SHEET _ DEPARTMENT OF PUBLIC WORKS REVISION: 12 / 10 /'2001 DATE: 11 1 2 /12001 JOB NUMBER: 8-3277 PROJECT NAME: Saywood Park Seawall Improvements - 2nd Bidding CIP NUMBER: 800000 LOCATION: N.E. 69th Street Mlaml, Florida PROJECT MANAGER / EXT. No.: S.ve a( 1243 / J. Ordofiex [act -1241 OTHER TYPE: FEMA 1345 FEDERAL: ASSOCIATED DEPARTMENT: Public Works S.N.P.B. ASSESSABLE: EMERGENCY: Q COMMISSIONER DISTRIC 2 BID REQUEST: FORMAL= INFORMAL RESOLUTION No.: DESCRIPTION: This project consists of the tumishing of all labor, materials and equipment of the demolltion of 105 L.F. of falling seawall and the construction of 79 L.F. moved bank landward 117 L.F. with rip-raprevetment at front. Also, the construction of return walls at the north and south side of the new seawall. The project includes the reinforcement of approximate 195 LF. The repairs will be of the some construction as the existing seawall I.e. concrete elling, precast slabs, concrete caps, tie rods, deadman panels. The revision of this fact sheet is due to change In the Construction Administration. It is going to be under the Public Works ser% The project will not use outside consultant for construction administration. (U' NECESSARY, CONTINUE ON THE EAC14 SCOPE OF SERVICES: PUBLIC WORKS OUTSIDE COST COST (% OF CONST. 0087) ADVERTISING $ - (E} $^ 1'000.00 (�) OUTSIDE DESIGN $ -- $ 4,750.00 TESTINGS I SURVEY / PLAT $ -- $ 1,000.00 (E) P.W. DESIGN & BID DOCUMMENTS $ 2,148.00-. (EI $ 6 % CONSTRUCTION $ $ 107,388.75 (BID) CONSTRUCTION ADMINISTRATION $ 7,600.00 (BID) $ 7 % OTHER: $ - $ 13 % (E) - ESTIMATE TOTAL $ 123,886.75 (TOTAL ENG, FEE) ESTIMATED CONST. COST $ 157,500.00 CONTRACTOR'S INFORMATION: CLASS: 0 M ELI NON - MINORITY TYPE OF WORK: MARINE CONSTRUCTION MINORITY ® 0 F7F YEARS OF ESTABLISHMENT: 7 LICENSE CC # El 381 NAME: Marin & Marin Construation Ino TELEPHONE: (305) 686 - 0055 ADDRESS: 1800 S.W. 27th Avenue Sulte # 310 CITY, STATE, zIP: Mlarni, Florida 331445 CLASS: J . JOINT P = PRIME S - SUB MIS: 13 = BLACK H = HISPANIC F = FEMALE CONTACT PERSON: Rafael Marin - President SUB -CONTRACTORS: NAMES: $elf C.OPIE13: ASSISTANTDIRECTORs, COSTANALTa115, FILM. AW0UuMlCvuer+l, %iu-Nuwau+an •r•• 02-- 165 IRREGULARITIES LEGEND A -• No Power - of - Attorney H -- No AlEdavit as to Capital & Surplus of Bonding Company of Bonding Company C Corrected Extensions D -- Proposal Unsigned or improperly Signed or no Corporate Sea] E -- Incomplete Extensions F __ Non -responsive bid G -- Improper Bid Bond H -- No Certificate of Competency Number I — No First Source Hifing Compliance Statement I -- No Minority Compliance Statement K -- No Duplicate Bid Proposal L » No Citv Occupational License IT IIA$ BEEN DETERMINED BY TUR DEPARTMENT OF PIMLIC WORKS I'IIATTIIIi LOWEST RESPONSIBLE AND RI.SPONSIVE 1311) IS FROM MARIN& MARIN ('()NST' RIWT'IO�' IN(' FOR TTIE TOTAL. AMOUNT OF $107,398.75 U, "IIF, ABOVF CONTRACTT)R IS NuT TTU;1 OM."ST RDDIiR. IiXPLAIN: f r_ e-, Itr/ rat It l��r BAYWOOD PARK SEAWALL IMPROVEMENTS - SECOND BID - FORMAL Project Number: 1113277 — — CIP Number. 800000 Project Manager: Juan Ordoflez and/or Sandra Vega--.--.- Date: 10131/01 Person who received the bids: Sandra Vega Received at: CITY OF MIAMI OF 7'i1f's CITY CLERK Construction Estimate = $157,500.00 Time: 10:00 A.M. I BIDDER — NEW CONCRETE SEAWALL 79 L.F. NEW CONCRETE WALL RETURN 40 1.,F. WALKWAYIDEMO & RECONST. 217 S. V NEW RIP -RAP LIMESTONE 105 C.Y. NEW DEADMAN & TIE ROAD 22 UNITS 3 MARIN & MARIN CONST.,INC DO(-$ & MARIN CONSTRUCTION 6 SBORELINE MINDATION.INC MOIL CONST. AREA 1,615 S.Y. ADOPESS LEVELING. DREDGING & CLEANNGALL DREB]S SE 105 L.F. SPECIAL PROVISIONS 9 1")SAV.2/tHAVE.SIh.931(S 112N.h 191HSIRLhl 2181 SW761HAVPNUh IRREGULARITIES LEGEND A -• No Power - of - Attorney H -- No AlEdavit as to Capital & Surplus of Bonding Company of Bonding Company C Corrected Extensions D -- Proposal Unsigned or improperly Signed or no Corporate Sea] E -- Incomplete Extensions F __ Non -responsive bid G -- Improper Bid Bond H -- No Certificate of Competency Number I — No First Source Hifing Compliance Statement I -- No Minority Compliance Statement K -- No Duplicate Bid Proposal L » No Citv Occupational License IT IIA$ BEEN DETERMINED BY TUR DEPARTMENT OF PIMLIC WORKS I'IIATTIIIi LOWEST RESPONSIBLE AND RI.SPONSIVE 1311) IS FROM MARIN& MARIN ('()NST' RIWT'IO�' IN(' FOR TTIE TOTAL. AMOUNT OF $107,398.75 U, "IIF, ABOVF CONTRACTT)R IS NuT TTU;1 OM."ST RDDIiR. IiXPLAIN: f r_ e-, Itr/ rat It l��r MIAMI, FLORIDA 33145 B.B. 5% NO MM41, FL(]RO)A 33138 B.B. 5/, NO PEI 4BROKF: PARK, FL 33023 B.B. 5% NO BID BOND AMOUNT IRREGULARITIES MINORITY OWNED tea-- IIhMNo. DESCI(FPRON (11Y VNlt BABE 8I%I7E14191TIIRUf DEMOIEXIST. CONC. SEAWALL f_— 105 L.F. UNI I PKICh _ $95.00 $320.DD $320.00 $54.00 $68.75 $550.00 S8.I5 $59.00 - - — --- tulAl_ $107,398.75 T$8,925.00 $25,280.00 $12,800.00 511,718.00 $7,218.75 $12,100.00 513,162.00 56,195.110 $10,000.00 - - - - UNI I PK1Ch 5100.00 5300.00 5350.00 5411.30 $110.00 $790.00 $5.00 $145.00 ... _ --- ---- IUTAL 5120,910.00 — $10,500.00 $23,700.00 $14,000.00 $10,480.00 $11,55000 $17,380.00 $8,075.00 $15,225.00 $10,000.00 - -- _.. - _ UNI I PRICK S10S.00 $460.00 5500.00 $92.00 $60.00 5700.00 $11.50 — S35.00 - ..- 1OIAt. $141,276.50 $11,025.00 $36,340.(10 $20,000.00 519,964.00 $6,300.00 $15,400.00 S18,572.50 $3,675.00 S10,Q0Q.00 UNI I FRI('h IUTAI. Id I 2 — NEW CONCRETE SEAWALL 79 L.F. NEW CONCRETE WALL RETURN 40 1.,F. WALKWAYIDEMO & RECONST. 217 S. V NEW RIP -RAP LIMESTONE 105 C.Y. NEW DEADMAN & TIE ROAD 22 UNITS 3 4 5 6 7 MOIL CONST. AREA 1,615 S.Y. E LEVELING. DREDGING & CLEANNGALL DREB]S SE 105 L.F. SPECIAL PROVISIONS 9 -------------- IRREGULARITIES LEGEND A -• No Power - of - Attorney H -- No AlEdavit as to Capital & Surplus of Bonding Company of Bonding Company C Corrected Extensions D -- Proposal Unsigned or improperly Signed or no Corporate Sea] E -- Incomplete Extensions F __ Non -responsive bid G -- Improper Bid Bond H -- No Certificate of Competency Number I — No First Source Hifing Compliance Statement I -- No Minority Compliance Statement K -- No Duplicate Bid Proposal L » No Citv Occupational License IT IIA$ BEEN DETERMINED BY TUR DEPARTMENT OF PIMLIC WORKS I'IIATTIIIi LOWEST RESPONSIBLE AND RI.SPONSIVE 1311) IS FROM MARIN& MARIN ('()NST' RIWT'IO�' IN(' FOR TTIE TOTAL. AMOUNT OF $107,398.75 U, "IIF, ABOVF CONTRACTT)R IS NuT TTU;1 OM."ST RDDIiR. IiXPLAIN: f r_ e-, Itr/ rat It l��r Walter J. Foeman City Clerk John H. Jacon, Director Public Works Department CfTY OF N1!"i;"• FLOPk"A • LITER -OFFICE MEMORANDUM w January 15, 2002 Request to Publish Notice of Public Hearing '= Please make arrangements to publish a Notice of Public Hearing for discussions pertaining to ratification of the City Manager's finding of an emergency with the project entitled "Baywood Park Seawall Improvements Second Bidding, B-3277" The Public Hearing has been scheduled for February 14, 2002. Please charge to index code: 310201-287. APPROVE 41vi G. gAiontso- Agenda Coordinator JHJ/m cc: Cost Analysis Central PublicHearingNotice U2- 165 0 • CITY OF MIAMI NOTICE OF PUBLIC HEARING Please make arrangements to publish a Notice of Public Hearing for discussions pertaining to ratification of the City Manager's finding of an emergency with the project entitled BAYWOOD PARK SEAWALL IMPROVEMENTS SECOND BIDDING, B-3277. All interested persons are invited to appear and may be heard concerning this Resolution. Should any person desire to appeal any decision of the City Commission with respect to any matter considered at this hearing, that person shall ensure that a verbatim record of the proceedings is made, including all testimony and evidence upon which any appeal may be based. Walter J. Foeman City Clerk Miami, Florida el PublicHearingNotice 02- 165