Loading...
HomeMy WebLinkAboutR-01-0305U J-01-213 3/19/01 RESOLUTION NO. 01— 30 A RESOLUTION OF THE MIAMI CITY COMMISSION BY A FOUR -FIFTH (4/5THS) AFFIRMATIVE VOTE, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY, WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES, AND AUTHORIZING THE INCREASE IN THE CONSTRUCTION CONTRACT WITH HOMESTEAD CONCRETE & DRAINAGE, INC. FOR THE PROJECT ENTITLED "MUNICIPAL SHOPS RELOCATION OF UTILITIES (SECOND BIDDING) B-5645," IN AN AMOUNT NOT TO EXCEED $8,752.75, FROM $83,090 TO $91,842.75 FOR CONTRACT COSTS; ALLOCATING FUNDS FROM PROJECT NO. 311842, AS APPROPRIATED BY THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT PROJECTS ORDINANCES, AS AMENDED. WHEREAS, Resolution No. 00-215, adopted March 9, 2000, accepted the bid of Homestead Concrete & Drainage, Inc. for the project entitled "Municipal Shops Relocation of Utilities (Second Bidding) B-5645;" and WHEREAS, this project involved installing an underground sanitary sewer extension, a water main extension and a metal picket fence; and CITY COQ MEETING OF MAR 2 9 2001 fd°i' P, WHEREAS, the final plumbing connections from the sanitary sewer and water main extensions to the trailers were not included as part of the project because the final selection of the trailers had not been made at the time of bidding; and WHEREAS, there was an urgent need to complete the final plumbing connections prior to relocating the Departments of Public Works and Parks Operations and the Department of Police fleet staff to the new trailer offices; and WHEREAS, the City Manager made a written finding that final plumbing connections from the sanitary sewer and water main extensions to the trailers constituted an emergency and deemed it practical and advantageous to increase the existing contract with Homestead Concrete & Drainage, Inc.; and WHEREAS, funds are available from Project No. 311842, as appropriated by the Annual Appropriations and Capital Improvement Projects Ordinances, as amended; Page 2 of 4 't") I — 90 0. 5 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. By a four-fifths (4/5ths) affirmative vote of the members of the City Commission, the City Manager's finding of an emergency, waiving the requirements for competitive sealed bidding procedures, and authorizing the increase in the construction contract with Homestead Concrete & Drainage, Inc., for the project entitled "Municipal Shops Relocation of Utilities (Second Bidding) B-5645," in an amount not to exceed $8,752.75, from $83,090 to $91,842.75 for contract costs, is ratified, approved and confirmed, with funds allocated from Project No. 311842, as appropriated by the Annual Appropriations and Capital Improvement Projects Ordinances, as amended. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.!' i� 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 4 01 - r- U 5 PASSED AND ADOPTED this 29th day of March 2001. In accordance with Miami Code Sec. 2-36, since the Mayer did not 14p ,WLt-ep , MAYOR this legislation by signing it in the designated place provided, said legislation now become; effective with the elap a of ten (10) da from the ate of Co ' ion action regarding same, without the Mayer &er si � to. " 4 - ATTEST: WALTER J. FOEMAN CITY CLERK APPROV�y/TORM',�ND CORRECTNESS :Z% HLLJA>CRO PILARELLO CITY,/ATTORNEY 33:LB: BSS City Page 4 of 4 — ger- 0 L TO: FROM CITY OF MIAMI, FLORIDA 16 INTER -OFFICE MEMORANDUM The Honorable Mayor and Members of the City Commission RECOMMENDATION DATE: MAR 12 2,101 FILE SUBJECT: RESOLUTION ratifying increase in construction contract with Homestead Concrete & Drainage, Inc. REFERENCES: for Municipal Shop Relocation of Utilities, B-5645 ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution confirming the City Manager'.s finding of an EMERGENCY and authorizing the increase in the construction contract between the City and Homestead Concrete & Drainage, Inc., in the amount of $8,752.75 for the construction of the Municipal Shops Trailers Utility Relocation Project (Second Bidding). The contract sum will increase from $83,090 to $91,842.75 with funds appropriated by Ordinance No. 11839, as amended BACKGROUND The Municipal Shops Relocation of Utilities, B-5645, project was awarded to Homestead Concrete & Drainage, Inc. on February 17, 2000 in the amount of $83,090. After construction was underway, it became apparent that additional work needed to be performed to finalize the project. The scope of work for this project involved installing an underground sanitary sewer extension, a water main extension and a metal picket fence. However, the final plumbing connections from the extension to the trailers were not included as part of the project because the final selection of the trailers was not ready at time of bidding. During construction the trailers were selected and delivered to the site. Due to the urgency to relocate the Public Works Department Operations, Parks Department Operations and Police Department Fleet staff to these trailer offices, the most expeditious and beneficial way to complete the installation was to authorize an increase in the existing construction contract. The contractor has completed the extra work in the amount of $8,752.75. Funds are available in Capital Improvement Project No. 311842 to cover the cost of this additional work. All m/r/ CAG/ KR/ Fj /mm MunicipalShopsTrailers-65645-MEMO -1- 305 i 4. 5. C� Bud etaly Impact Anaysis Department Agenda Item # (ifavaUable) 'tle and brief description of Legislation or attach ordinance/resoiution: Y / ,,Ll G C (��% �` �G ?-_. —7. -r -c2 Is this item related to revenue? NO: ✓ YES of yes_,=skip.to item #7.) Are there sufficient funds in Line Item? S... YES: Index Code Minor Obj. Code Amount $ NO: _ Complete the following questions. 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. Trom E To $ 7. Any additional comments? Ex�e 5 hoore becv� Macke ,�r1,jZaor, Fat Gs<� = tb 9if �va.�s GL.c meed tv 3ei �q 2. 3�93mr. �o. S3o App by: & Departmat 211Z /, to FOR DEPARTMENT OF MANAQrE AND KWg NLY WAS" by: VeriSefl b�: - Budpt artment a(Mana`em Date ate -Z r'zo' -7-f'7 `. ®1-- 305 File:\\DATASERVER2_5\BLDIST\PUB_WORK\0211175.REQ PGM ID: FN/SC/PO/RPT10 C I T Y O F M I A M I PAGE 10- 1247 RUN DATE: 02/09/2001 DETAILED REVENUE AND EXPENDITURES BY PROJECT RPT RFC:REPORT 10 05 FISCAL MONTH AS OF 02/09/2001 FUND 311 GENERAL GOVERNMENT PROJECTS PROJECT 311842 RELOCATION OF MUNICIPAL SHOP OPERATION ENTITLEMENT PERIOD 09/30/99 TO 01/30/00 PORTION EXPIRED 1.4 % STATUS ACTIVE INDEX MIN % OF REVISED * * * REVENUES / EXPENDITURES * * * OUTSTANDING REMAINING CODE OBJ DESCRIPTION BUDGET TOTAL BUDGET CURR MONTH CURR Y -T -D TOTAL T -D ENCUMBRANCE BALANCE R E V E N U E S * * * * 026132 REV. CAP. PROJ.- FD. 32 - PROJ 193 CONTRIBUTION FROM GN.FD. 100.0 200,000 200,000 INDEX CODE 026132 100.0 200,000 200,000 TOTAL REVENUES 100.0 200,000 200,000 E X P E N D I T U R E S**** 319201 DESIGN/ARCH ORIJ. NO. REQUIRED 240 PROFESSIONAL SERVICES - ENGINE 100.0 400 400 287 ADVERTISING 99.9 684 683 340 OTHER CONTRACTUAL SERVICES - 0 99.9 74,065 11,585 58,899 15,165 792 ENGINEERING - PUBLIC WORKS 100.0 4,006 476 4,006 INDEX CODE 319201 99.9 79,155 12,061 63,988 15,165 1 319301 CONSTRUCTION PROD. NO. REQUIRE 830 IMPROVEMENTS OTHER THAN BUILDI 98.8 � l� �yrY�'S W" 120 895u 19, 232 119, 936 .,--' 1,408 INDEX CODE 319301 98.8 120,845 14,232 119,436 1,408 TOTAL EXPENDITURES 99.2 200,000 26,293 183,425 15,165 1,409 RECAP: REVENUES LESS EXPENDITURES 26,293- 16,574 Page: 1 F � City of ttAiami � i A" PURCHASE ORDERS Department of Purchasing , P. O. Box 330708 Miami, Florida 33233-0708 ' (305) 416-1900/1922 FAX (305) 416-1925 HOMESTEAD C%4CRETE & DRAINAGE ATTN ALFREDO CORDERO 209 SW 4 AVE PO BOX 11273 HOMESTEAD FL 33090 PURCHASE OF,. R NO: 203384 Show this number on all packages, Invoices and tl Page No: Order Date: Bid/Contract: No: Buyer. ^ PUBLIC WORKS — ADMINISTRATION MIAMI RIVERSIDE CENTER 444 SW 2ND AVENJE STH FLUOR MIAMI, FE_ 33130 City of Miami Accounting Division / Accounts Payable Department of Finance /Accts. F' y a h I Q P.O. Box 330708 Miami, Florida 33233-0708 Contact Person I Telephone No: I Requisition No: PUBLIC WORKS — ADMINfSTRATION Item# Commodity DescriptionCode# TUnit Unit Price Extended Price Tax ID or S/S No: Terms: (Prompt payment Discount) NET30 Purchase Order No: -110 Delivery Date C 1 F'N/PC 506 Rev. 7/97 XlV$C�HA�:it(:E7 ORDER 3NO. 1.*;� EMERGENCY INCREASE APPROVED BY THE CITY MANAGER FOR THE PROJECT ENTITLED "MUNICJPAL b 19PS PELOCAT.(tfN OF UTILITIFS (SECOND BIDt IN153)" JOB UP -5645;I AIT1,10RIZ'ED BY RES. 1400-2115 DATED 3/9/()0 AF'F'POVE D FY THE ;:TATE' OVER=cIGHT BOARD INDEMNIFICATION: PROPOSER SMALL PAY ON BEHALF EIC" INDi:NNIFY AND SAVE CITY AND ITS OFFICIALS HARML` S FROM AND AGA r N`: i ANY AND ALL C'LAIM*-, L.IAVIE_ITIE: , LOSES, AND CAUSE:;? OF ACTION? WHICH MAY ARISE OUT OF FRDPOSER' PERFORMANCE UNDER THE PROVISIONS OF -ruv rns T5:4r-c Itstt.Lf.mIt.in Ai i nr- Acoount Code Number(s) Payment Authorization Partial Shipments: For each partial Final Shipment: This original must be delivery, a copy of this page should be signed sgned and submitted to Accounts Payable and submitted to Accounts Payable with with invoice or paddrg slip attached. 73089.00 invoice or packing slip attxhed. Irwoiaftckirg slip t. Invo"l acidng sup t. Date submitted to Awls. Payablelate submitted to Accts. Payable Partial Payment Final Payment Okay to Pay By: Olay to Pay W. roe: rine: F.O.B. DESTINATION Unless Otherwise Specified City of Miami Date Approved I ®■ A ..- ()911 .0 311842.319301.6.830 RECEIVING RECORD U j -- s ® o CITV'•OF MIAMI FLORIDA -,,- t D�. ARTMENT OF PUBLIC WORKS.: �a5 .. .. VNO ,�`�j s=s64s ` ` =DATE 10/18✓00 '�{" Yom^ w s 1 � �t '�.� � ••, t4 i s d+• �-'�,;y, b Y�,� y „�.ALnr 'srx .• »'• y � ,�Y�t. � � wc� yip - � y y:, �/�`ro• '• i ��s,� t '�C''�iK }�'$ �•`r S ..LL 1 '�•'='.Yx N i. •��•c�e �_�k 'k• :4 1' VR x�. _� •� c 'ice +p -,p,;: { p`�=•<i t 5��1�, , t"',4w ~yam j:.r sy"+ •}1.y5� mow' * .��'�� � r... .y }.. ..� .:i� .'rtv u. ! -'� .... � y. ti- � Y � � ..1 SHOPS-REI;OCATION OF UTJ]Ln ES ' 1 ` ~ _ ;CONTRACMDATE: 0/00/96 Y rt CONTRACT AMOUNT: X93,089.00 r: CONTRACTOR: HOMESTEAD CONCRETE & DRAINAGE " 3 209 S.W. 4 AVENUE HOMESTEAD, FL 33090 For furnishing all labor, materials and equipment and performing the work in , accordance with the terms and conditions of the. Contract Documents Contract 100%o Complete } AMOUNT OF CONTRACT COMPLETED'•.. s `AMOUNT PREVIOUSLY. -APPROVED , rt$69 849.00 , r' '%'�,.'�y'h T.. , <� � Y ACCUMULATED RETAINAGE L ;71761: Y uA ' ski a i t '�z a `YS ge a'' �:i r 7 v t INC PER ATTACHED INVOICE TOTAL FINAL PAYMENT DUE $21,993.75 <` t. SUBMITTED BY: h 7 CONSTRUCTION ENGINEER' •, L .i� � i ``i' -t 2�y♦ ,a•Jy, ;- ],•` . - } ry � b { '. rY yi.. tw.� t t ?: 3t-rs y •,r a r-.,. ''�" it� :»} ��'�' "' 2 ''� � y t t c 7 s � 1 " � Tt '.a` F 2S"�. '•p�.' - '. �•. , xw`• t 7 �Y,�C A�`� a a r•� 5 t ,` i pZ < "$ +'� •. f 'fib _ yk,,� F.��� jk',c,,�t��� s�,�.✓��' 4i a i � 9'�� - .L'''Y Y in- � � .k i!♦ 9N��� �. ,t , ? 'F '�' .ls:i.,Y S•'�. ! Y1"r5 v� t -'.°. ..:A y Y'1. [ 1i,'PROJEG'1'bNO.". 'L a •ii .r. INDE%CODE 319301' OBJECT CODE 830 n6 lx t" r ,- =., P.E .NUMBER 203384. 01— SUBSIDIARY :ACCT.#Z39 203384 CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: MUNICIPAL SHOPS RELOCATION OF UTILITES (Second bidding) BID NO: 99-88-088 DATE BID(S) OPENED: JANUARY 25, 2000 TIME 10:00 a. m. BIDDER TOTAL BID BID BOND (ER) AMOUNT CASHIER'S CHECK HOMESTEAD CONCRETE $ 83,090.0 B.B. Voucher *METRO EQUIPMENT SERVICES, INC. �6,975.OD B.B. 5% EDFM CORPORATION 108,009.OD B.B. Voucher We received only one copy which was s nt to P.W. Department received ( ) envelops on behalf of Per on receiving bid(s) PURCHASING DEPARTMENT on -jar, .2 S� 2,0L -V (City Department) (Date) SIGNED: eputy City Cler ! ., ers from tho w_ r'. received timf.--'y as of the c l.: v a openIn,j open., drft, c-' ,i l other offers su' ml� k"cd in to --E-55 herahy rejected as late. - so_.:.cx a: xl.are received ( ) envelops on behalf of Per on receiving bid(s) PURCHASING DEPARTMENT on -jar, .2 S� 2,0L -V (City Department) (Date) SIGNED: eputy City Cler TO: Walter J. Foeman City Clerk jx�j FROM: OnaPr- nt Depof Public Works CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: January 4, 2000 FILE: B-5645 SUBJECT: "MUNICIPAL SHOPS fj RELOCATION OF UTILITIES, (SECOND BIDDING)" REFERENCES: 1 ENCLOSURES: Please note that contractors will submit bids for the following project: "MUNICIPAL SHOPS RELOCATION OF UTILITIES, (SECOND BIDDING) on Tuesday, January 25, 2000 at 10:00 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, Greg Chavarria a 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/tp Encl. �. a c: John Jackson � Yvette Smith Project Manager File , r y.y N N Q1 BID NO. 99-00-088 ADVERTISEMENT FOR BIDS Sealed bids for MUNICIPAL SHOPS RELOCATION OF UTILITIES (Second Bidding), B-5645" will be received by the City Clerk of the City of Miami, Florida at 10:00 AM on January 25, 2000, at the City Clerk's Office, firstfloor 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 consists of installing a new 2 - inch galvanized iron pipe water main extension, a 6 - inch sanitary sewer lateral extension, and a picket fence for the City of Miami's Municipal Shops Trailers. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions regarding plans and specifications, please contact Leonard Helmers, P.E. 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 induplicate originals. Plans and specifications may be obtained at the Department of Public Works, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after January 7, 2000. There will be a $20 deposit required for the first set of specifications. Specs can also be mailed to bidders upon written request to the Public Works Department including a separate check in the amount of$8. Additional sets may be purchased for a non-refundable fee of $20. Deposits will be refunded only upon return of one set of specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance No. 10062 and 10538 regarding allocations of contracts to minority vendors, contractors and sub -contractors. This project has not been designated as a minority Set -Aside. All Bidders must submit an Affirmative Action Plan with the bid. (Ordinance is contained in bid specifications). The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement". 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-5645, Req. 05452). Donald H. Warshaw City Manager �;:_ b