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