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