HomeMy WebLinkAboutR-01-0931J-01-'/03
9/12/01
RESOLUTION NO. 01- 931
A RESOLUTION OF THE MIAMI CITY COMMISSION BY
A FOUR-FIF'T11S (4/5THS) AFFIRMAII.VE VOTE,
RATTFYTNG, APPROVING AND CONFIRMING THE CITY
MANAGER'S FINDING OF AN EMERGENCY AND
WAIVING THE REQUIREMENTS FOR COMPETITIVE
SEABED BIDDING PROCEDURES; AUTHORIZING THE
CITY MANAGER TO ACCEPT THE IIID OF SHORELINE
FOUNDA`T'ION, INC., AS THE LOWEST RESPONSIVE
AND RESPONSIBLE BIDDER FOR THE PROJECT
ENTITLED "WATSON ISLAND BOAT RAMP
IMPROVEMENTS PROJECT", IN THE AMOUNT OF
$14,600; ALLOCATING FUNDS FROM CAPITAL
IMPROVEMENT PROJECT NO. 331.2 6, ACCOUNT
NO. 669301.6.860; AND AUTHORIZING THE C1 -TY
MANAGER TO EXECUTE THE NECESSARY DOCUMENTS,
IN A FORM ACCEPTABLE TO THE CITY ATTORNEY,
FOR SAID PROJECT.
WHEREAS,
on
June 7, 2001, the
City
Manager found that
improvements
to
the Watson Island
public
boat ramp were an
emergency; and
WHEREAS, on June 22, 2001., informal bids were received for
the
placement:
of rip
.rap
boulders and
filter fabric on the: sides
of
the Watson
Island
boat
.ramp slabs;
and
CITY COM UOSM
MEETING Cil
SFIP 1 11 2001
Heeokulion No.
01-• 939.
WHEREAS, the Department of Real Estate & Economic
Development has evaluated the informal. bids received on June 22,
2001, arid determined that the lowest responsible and responsive
bid, in the amount of $14,600, is from Shoreline Foundation,
Inc., a non -minority corporation located in Pembroke Park,
Florida; and
WHERE -AS, funds are available in the amount of 1,14,600 for
the proposed amount of the contract, under. Capitan. Improvement
Project No. 333126, Account No. 669301.6.860;
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 four-fifths (4/5th,) affirmative vote of
the members of the City Commission, the City Manager's finding
that a valid emergency exists and waiving formal competitive
Page 2 of 4 01- 931
bidding
procedures for
the "Watson
Island Boat Ramp Improvements
Project"
are ratified,
approved and
confirmed.
Section 3. The City Manager is authorized to accept the
June 22, 2001 informal bid of Shoreline Foundation, Inc., in the
proposed amount of: $19,600, as the lowest responsive and
responsible bidder for the project, for the total proposed bid,
based on a lump sum price, at the price stated therein :for said
project, with funds allocated from Capital. Improvement Project
No. 333126, Account 669301.6.860.
Section 9. The City Manager is hereby authorized'—' to
execute an agreement, in a form acceptable to the City Attorney,
wi_i,h Shoreline Foundation, Inc, for. the "Watson Island Boat Ramp
Improvements Project", nor the total bid of the proposal.
Section
5.
This Resolution shall
become effective
immediately
upon
its adoption and signature of
the Mayor2/.
The Herein authorization is further sub ect to compliance with
all requirements that may be imposed by Lhe City Attorney,
including but not limited to those prescribed by applicable City
Charter and Code provisions.
If the Mayor does not sign this Resolution, it sha:Ll 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 9
' 01-- 931
•
PASSED AND ADOPTED this 13th day of Sc�tember _, 2001.
JOF CAROLLO, MAYOR
In accordance: kv4h Minimi 2-33, since the 10F)i1or did not indic�ite approval of
this IegISIFition by oi�jflil ) ii., 1Iji::.cCc lation now
)\a
becomes cfir.;�aiva k�;iil U';r; Oz -1('
:I ));sr. of tt.n (t0) days frorn the (late: ni commission action
regarcling sande, withw.!t the Mv.yor r;X^rcicii ig a Vol
AT'T'EST: W ter. J. Foetnan, City Clerk
WALTI Ft J. FOIJMAN
CITY CLERK
APPROSItD vTO�RM AND CORRECTNESS:61
FIA
RO VILARELLO
T0RNi,Y
W5557 : db:I.B: BSS
() 1— 9 3 1.
Page 4 of 4
0
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO The Honorable Mayor and Members DATE:
of the City Commission
SUBJECT:
os nez
FROM: City Manag REFERENCES
ENCLOSURES:
42
ALlG 2 9 _ FILE:
Ratification of Emergency
Action for Watson Island
Boat Ramp Improvements
Project
For Commission Meeting
of September 13, 2001.
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution
by a 4/5°' affirmative vote, ratifying, approving; and confirming the City Manager's
finding and recommendation to proceed on an emergency basis to conduct the necessary
work at the Watson Island Boat Ramp, accepting the low bid of Shoreline Foundation,
Inc., a company located at 2781 S.W. 561h Avenue, Pembroke Park, Florida, whose
principal is James Royo, President, for the project entitled "Watson Island Boat Ramp
Improvements Project", received on June 22, 2001, in the amount of $14,600.00 total
proposed bid, and authorizing the City Manager to enter into a contract on behalf of the
City.
BACKGROUND
On June 7, 2001, the City Manager made a written finding that improvements to the
Watson Island public boat ramp were of an emergency nature.
The improvements include the placement of rip rap boulders on filter fabric along the
existing concrete boat ramp slabs and adjacent shoreline. The purpose for this emergency
work was to keep sand, silt and rocks from being deposited on the boat ramp surfaces as
caused by wave action.
On June 22, 2001, informal bids were received and the lowest responsive and responsible
bid, in the amount of $14,600.00, was from Shoreline Foundation, Inc. Funds are
available from CIP Project No. 333126, Account No. 669301.6.860.
CAG/DB /ARW/EN/sg
t)1-931.
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
° Dena Bianchino June 25, 2001 FILE
Assistant City Manager
suJecr Watson Island Boat Ramp
y� Improvements Bids
.. �:.....�J/r�.�G....1 Received
FROM REFERENCES- R. Weintraub, Acting Director R�FEREn,ces
Real Estate & Economic Development ENCLOSURES
Department
Informal bids were received on Friday, June 22, 2001 for the placement of rip rap
boulders and filter fabric on the sides of the Watson Island boat ramp slabs.
Attached please find a znemo dated June 7, 2001 requesting the City Manager's approval
of an emergency and waiving competitive procurement for the above referenced project.
The following is a list of the bidders with their total bid amounts:
Bidder Bid Amount
1. Shoreline Foundation, Inc. $14,600.00
2. Bunnell Foundation, Inc. $15,700.00
3. Marin & Marin Construction, Inc. $18,539.70
4. Ebsary Foundation Company $18,898.00
The estimated project cost reflected in the memo was $7,500.00. The estimated project
cost provided by our engineering consultants reflected the material cost and did not
include labor and installation costs as shown in the bids now received. The low bid from
Shoreline Foundation, Inc., in the amount of $14,600.00 is available from Project No.
333126. At this time, we are requesting your approval to award a contract to the low
bidder, which will be followed by a ratification item for the City Commission meeting in
September 2001.
If you have any, quos ' ease call Enrique Nunez at extension 1419.
-A_'P d:
Cart zty anager
CAG/DB/ARW/EN/sg
,yak-,
• CITY OF MIAMI. FLORIDA 9
INTER -OFFICE 1701Eh1ORANDUNI
Dena Bianchino = June 7, 2001
Assistant City Manager
Watson Island Boat Ramp
e Improvements Emergency
Procurement
Arleen R. Weintraub, Acting Director
Department of Real Estate
& Economic Development
The Watson Island Boat Ramp Project was the first phase of reconstruction
improvements for a total boat launching facility project.
The completed boat ramp has an obvious problem with significant amounts of sand and
silt on both the concrete ramp slabs and on the asphalt apron. This condition allows very
little traction for the vehicles launching boats. The main cause of sand, small rocks, and
silt on the concrete ramp appears to be wave action of the water bringing in this material
from the adjacent shoreline and from the wash down from the unpaved upper land areas.
At this time, we are requesting the City Manager's approval of an emergency, and
waiving competitive procurement for the placement of rip rap boulders and filter fabric
on the sides of the boat ramp slabs. Funds at an estimated project cost of $7,500.00 are
available from Project No. 333126 to cover the cost of the work and environmental
permits are in hand in order to expedite these improvements. Please note that the upland
parking areas are under design and will be bid as a separate phase two project.
For any additional information, please contact Enrique Nunez of my staff at extension
1419.
Approved: .
Carlos Gimenez,
City Man ger
CAG/DB/AR W/EN/sc
J-00-220
3/31/00
• 1
•
RESbLUTION No. 0 0
A RESOLUTION OF THE MIAMI CITY COMMISSION
RELATED TO THE DREDGING OF THE MIAMI RIVER, A
FIVE-YEAR FEDERAL PROJECT TO BE UNDERTAKEN By
THE U.S. ARMY CORPS OF ENGINEERS; ENDORSING
AND APPROVING MIAMI-DADE COUNTY AS THE LOCAL
PROJECT SPONSOR; ENDORSING AND APPROVING THE
LOCAL FUNDING PLAN FOR THE NON-FEDERAL SHARE
OF MM PROJECT COSTS, WITH PARTICIPATION AS
FOLLOWS; THE STATE OF FLORIDA TO CONTRIBUTB
FIFTY PERCENT (504), MIAMI-DADE COUNTY TO
CONTRIBUTE TWENTY-FIVE PERCRNT (250, AND T119;
CITY 'OP or MIAMI .. To - CONTRIBUTE TWENTY,-Fist�''
M�
PERCENT (2S%); ALLOCATING VS THEREPOI"FROM
THE CITY OF MIAMI STRATEGIC INVESTMENTS
RESERVE FUND, IN -AN AMOUNT NOT TO EXCEED
$1,009,000, THE CITY -IS CONTRIBUTION FOR THE
FIRST YEAR, SUBJECT TO APPROVAL BY THE STATE
OF FLORIDA FINANCIAL EMERGENCY OVERSIGHT
BOARD; AUTHORIZING THE CITY MANAGER TO
EXECUTE THE NECESSARY DOCUMENT(S), IN A FORM
ACCEPTABLE TO THE CITY ATTORNEY, FOR
IMPLEMENTATION OF THE PROJECT.
WHEREAS, the Miami River, an extremely vital economic
resource of the City of Miami and all of South Florida, requires
wholesale dredging along its entire length to maintain and
improve navigation; and
WHEREAS, the dredging of the Miami River will enhance
commerce, bring added revenue to local businesses involved in the
shipping trade, marine repair and related services and will
increase the value of properties located along the Miami River;
and
cur comamos
mama or
0J.- 93-1
01% 13 -1 M-
411066
WHEREAS* the U.S. Army Corps of Engineers (the "Corps,,),,
through the efforts of ,the Miami River Commission, has agreed to
include the dredging of the Miami River as a federal project (the
"Project"), and will assume approximately eighty percent (90t) of
the Project costs excluding land acquisition, over the five year
time -frame of the Project; and
WHEREAS, Mlami-Dade County (the "County") has conditionally
agreed.. to serve as the local sponsor of the Project, provided
that the* state of Floi:ida*" (tii
4City-. of N
contribute to the remaining non-federal share of twenty percent
(204) of the Project costs; and
WHEREAS, the maximum total costs of the Project are
ft
e.mi-mated by the Corps to be $60.35 million, including land, with
the Corps covering $60.17 million and the non-federal share
estimated at $20.18 million; and
WHEREAS, it is recommended that given the economic
importance of the Miami River to the entire region, the non-
federal portion of the Project costs be shared an follows: the
State contributing fifty percent (so*), the County contributing
twenty-five percent (25%), and the City contributing twenty-five
percent (2S*); and
WHEREAS, given the maximum estimate for the Project,
including land, the pro rata share of the non-federal. portion
amounts to $10,090,000 ($2,018,000 per year) from the State, and
$5,645,000 ($1,009,000 per year) each from the County and the
City; and
WHEREAS, the Miami River Commission, the Florida Department
of Transportation and I4iami-Dade County are holdingdiscussions
to secure the required land for the Project, which, when
completed, may reduce the local sponsor's total costs by as much
as $7 million; and
WHEREAS, funds in the amount of $1,009,000 are available
from the City -of Miami Strategic Investments Reserve Fund to
cover the Cityle:first year share, subject to.approval by the
State of FloridaPi ei�a1:$ms�"rger�.y:oversight Hoard or':the City.
of Miami; and
WHEREAS, it will be necessary for the, City to enter into
agreements with the State, 'the County, and the Corps, if
necessary, to delineate the responsibilities for funding and the
implementation of the Project; -
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 hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. . Miami -Dade County is hereby endorsed and
apptoved as the local project sponsor for the dredging of the
Miami River (the "Project*'), -a five-year federal project, to be
undertaken by the V.S. Army Corps of Engineers. 931
i
Section 3. The local funding plan for the non-federal
share of the Project cysts is hereby endorsed and approved with
participation as follows: the State of Florida to contribute
fifty percent (504), Miami -Dade county to contribute twenty-five
percent (255), and the City of Miami to contribute twenty-five
percent (2540.
-Section 4. ; Funds therefor, in an amou:it, not to exceed ..
$1,0094,000.. :_(thM}City i coiitributidi for the T- rot'year) ' �i'Y•
r
�`'}' -
hereby allocated from the City of Miami Strategic Investments
Reserve Fund, subject to approval by the State of Florida
Financial Emergency overnight Board.
Section 5. The City- Manager is hereby authorized to
execute the necessary document(s),L in a form acceptable to the
City Attorney, for implementation of the Project.
Section 6. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor -I/
u The herein authorization is further subject to compliance with all
requirements that may be immppoosed by the City Attorney, including but not
limited to these prescribed by applicable City Charter and Cods
provisions.
It the Mayor does not, sign this Resolution, it shall become effective at
the and of ten calendar days from the date it was passed and adopted. It
the Mayor vetoes this Resolution, it shall became effeative J msdiatelY
upon override of the veto by the Miami City Commission.
PASSED AND ADOPTED this ,Ilth-` day of keril 2000.
JO tHAYOR
tn4MW09nW Wth WAM C0d9 BSC. 24& efte the M"w dd rot ft:dw# ap mw Of
V* NQbldim by sign, h In My d4slpmumd plat .,r
Umm df@Wn with ft ckp cf ton (t ^y.: 'r
vp wglwlw, wow on Moe.
ATTEST :
• • iP•• •t1. tel. • . ♦ ... . ..
WALTER J. PO
CITY CLERK
APPR. F AND C CTNESS :L
RO I
ATTORNEY
4222:DEJ:BSS