Loading...
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