HomeMy WebLinkAboutR-01-1147J-01-882
10/9/01
RESOLUTION NO. y.� . 1. JL
A RESOLUTION OF THE MIAMI CITY COMMISSION,
BY A FOUR -FIFTH (4/5 THS) AFFIRMATIVE VOTE,
RATIFYING, APPROVING AND CONFIRMING THE CITY
MANAGER'S FINDING OF AN EMERGENCY, WAIVING
THE REQUIREMENTS FOR COMPETITIVE SEALED
BIDDING PROCEDURES, AND ACCEPTING THE
SEPTEMBER 10, 2001 BID OF METRO EXPRESS,
INC., THE LOWEST RESPONSIVE AND RESPONSIBLE
BIDDER, FOR THE PROJECT ENTITLED "WEST END
STORM SEWER, PHASE II — EMERGENCY OUTFALL
RECONSTRUCTION PROJECT, B-5668", IN THE
AMOUNT OF $199,500; ALLOCATING FUNDS FROM
PROJECT NO. 352199, AS APPROPRIATED BY THE
ANNUAL APPROPRIATIONS AND CAPITAL
IMPROVEMENT PROJECTS ORDINANCES, AS AMENDED,
IN THE AMOUNT OF $99,500 FOR THE CONTRACT
COSTS AND $17,624 FOR EXPENSES, FOR A TOTAL
ESTIMATED COST OF $217,124; AUTHORIZING THE
CITY MANAGER TO EXECUTE AN AGREEMENT, IN A
FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR
SAID PROJECT.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. By a four-fifths (4/5tns) affirmative vote of
the members of the City Commission, the City Manager's finding
of an emergency, is ratified, approved and confirmed, the
requirements for competitive sealed bidding procedures are
waived and the September 10, 2001 bid of Metro Express, Inc.,
CITY COMMISSION
MEETI *G OF
0 C 1?,E �"
,�
kia�;lutio�n ted.
i 0
the lowest responsive and responsible bidder, for the project
entitled "West End Storm Sewer_, Phase II - Emergency Outfall
Reconstruction Project, R-5669", in the amount of $199,500, is
accepted.
Section 2. The total estimated project costs of
$217,124 are allocated from Project No. 352199, as appropriated
by the Annual Appropriations and Capital Improvement Projects
Ordinances, as amended. Total project costs consist of $199,500
for contract costs and $$17,624 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
Metro Express, Inc. for the total bid of the proposal.
Section 4. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.�'
ii 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.
2� 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 2 of 3
N .
6
PASSED AND ADOPTED this 25th day of
ATTEST:
0
October
r 2001.
JOE CAROLLO, MAYOR
Vic-, kleyor 1 d not indIcato M
WALTER J. FOEMAN
CITY CLERK
APP7/1111D AS 0 F M D CORRECTNESS:
EJA RO VILARELLO
ATTORNEY
713:LB
Page 3 of 3
Walter J
CITY OF MIAMI, FLORIDA 24
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and DATE: OCT — 9 2341 FILE
Members of the City Commission SUBJECT:
RESOLUTION Ratifying
Emergency Finding —
FROM: �j>>REFERENCES ; West End Storm Sewer, Phase II
f Carlos A. Gimenez Emergency Outfall B5668
City Manager ENCLOSURE& Reconstruction Project
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution
ratifying, approving and confirming the City Manger's finding of an Emergency, waiving
the requirements of competitive sealed bidding procedures, and awarding a contract to
Metro Express, Inc., for the project entitled West End Storm Sewer, Phase 11 —
Emergency Outfall Reconstruction Project, B-5668.
BACKGROUND
After the October 2000 "no name" storm, an in depth inspection of the entire stormwater
drainage system serving the area bounded by SW/NW 62 Avenue, SW/NW 65 Avenue,
SW 8 Street and the Tamiami Canal revealed several damaged and/or plugged sections of
the system which require extensive repairs. The magnitude of the work exceeds the
construction capabilities of the Public Works Department and requires the services of a
private contractor. Funds are available under project No. 352199 as appropriated by the
Annual Appropriations Ordinance, as amended.
iYlpl
CAGI r KRI/JAR/JLL/mm
f2r,61)%1
WestEndStormsewer85668-MEMO ° 17
0
Budgetary Impact Analysis
1. Department "�S Divo
2. Agenda Item # rf available)
3. Ti and brief description of legislation or attach ordinance/resolution:
4. Is this item related to revenue? NO: ��YES wyes, ship.to item #7.)
5. Are they sufficient funds in Line Item?
YES:.L_Index Code Minor Obi. Code Amount S __
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 NUM M ACCOUNT NAME TOTAL
IndexlMinor Ob ect/Pro'ect No.
From $
To $
7. Any additional comments?
L&eA p -k ar-C 1-,s�kC,e--Q-
7:DeartinenPftwWWNd9nft
d br
8.
pDate
1i .i. '47
0 CITY OF MIAMI. FLORIDA •
TC:
Carlos A. Gimenez
City Manager
FROM `
oh✓nWH.. Jac on
Director of Public Works
INTER -OFFICE MEMORANDUM
DATE : June 25, 2001
FELE
SUBJECT:
Emergency Finding
Waiver of Formal Bids for
West End Storm Drain Improvements
REFERENCES:
ENCLOSURES:
Based on my investigation of a stormwater flooding complaint, I have found that an
EMERGENCY exists on S.W. 62 Avenue between S.W. 2-4 Street which justifies the
selection of a contractor by informal bids.
As a result of the stormwater flooding after the October, 2000 "no name" storm, the
entire stormwater drainage system serving the referenced address was inspected and
cleaned. The cleaning of the existing pipes and structures revealed several damaged
and plugged sections of the drainage system that need to be replaced. The
magnitude of the work exceeds the construction capability of the Public Works
Operations Division and the services of a private contractor are needed. The
construction work must begin immediately to address the current rainy season.
In order to initiate the construction of the storm drainage system as soon as
possible, formal competitive sealed bid procedures shall be waived for the
procurement of contracting services required for said emergency pursuant to
sections 18-83 and 18-84 of the City Code. Informal bids shall be obtained and a
contract shall be awarded to the lowest responsive and qualified bidder. All costs of
this project will be funded from the West End Storm Sewer Project Phase II, CTP
too. 352199. Estimated cost for the project is $150,000.
T
FKR%JHJ/LJH/gc
S
urrz DRO
APPROVED: DATE: h
Linda M. Haskins, Director
Management "udget
City Manager
DATE: G a6 a
TABULATION OF BIDS FOR
B-5668
WEST END STORM SEWER PHASE II — EMERGENCY OUTFALL RECONSTRUCTION PROJECT
Recdved by the Offk:e of the Director, PubUc Works Department, 8th Floor of the WC BuRdfnp, My of waw, Ftorida at IM AX on September 20, 2001
Bidder NEM EVRM, DL. HARD U CONSTRUCTION, CM.
Address 3594 W143 CDIRT 99 KV. 183 STREET, STE. 108
NW, FL 33115 MQ, FL 33169
Located In the City of !Rani NO NEI
Umad t Ind as Rr Oty cock t Petro Ord YES YES
Bid Bond Amount 5/. B.D. 5/. B.B.
Irreguiarities C H
Minority awned YES, H YES, B
TOTAL BIDt THE TOTAL OF ITEMS
1 THROUGH 26 BASED ON
NINETY (90) VOW NG DAYS
COl ITION TIME, THE SUN OF $ 199,500.00 $ 204,550.00
IRREGULARITIES LEGEND
A — No Power -of -Attorney
B — No Affidavit as to copital & surptus of swwbv company THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT THE
C — Corrected Extensions LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS METRO EXPRESS, INC.'
—Hd Hand tMWrwd or rproperiy Slar" or No Corporate Scot IN THE AMOUNT OF $ 199,500.00 FOR THE TOTAL BID.
— Incomplete Extensions oNssbV Prbwry Office Location F&W
L — Non-resporadve bid 0!BszbV copy of Certifkmte of competency) +
Improper Bid Bond ' 'Y`[Z YLLn 17
— Corrected Bid
— No First Source NAM Comp Wmm Statement
— No Nnorlty CanpDonce Statement
"(— No DupBcnte Bid Proposal
L -- Non-respon Ova bW o lsdnp Bid Bond, Bid Bad Voucher or W Bond (heck)
INFORMAL BID
Prep, Nr L LNE Check sr PAGEI 1 OF 1 B-5668
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
DATE: 9 / 12 / 2001
JOB NUMBER: B-566$
PROJECT NAME: WEST END STORM SEWER PHASE 11, EMERGENCY OUTFALL RECONSTRUCTION PROJECT
CIP NUMBER: 352199
LOCATION: SEE DESCRIPTION BELOW
OTHER TYPE:
PROJECT MANAGER / EXT. No.: JOSE L LAGO I Ext 1252
FEDERAL (C.D.B.G.): FN -9-1
ASSOCIATED DEPARTMENT: PUIBUO WORKS DEPARTMENT
S.N.P.B. No
ASSESSABLE: No
EMERGENCY: fNo
COMMISSIONER DISTRICT: 1,4
BID REGUEST: FORMAL= INFORMAL=
RESOLUTION No.:
DESCRIPTION: THE SCOPE OF WORK FOR THIS PROJECT INCLUDES THE INVESTIGATION, SUBMISSION OF A COMPLETE
REPORT AND RECONSTRUCTION OFA PORTION OF THE EXISTING STORMSEWER SYSTEM OUTFALL SYSTEM LOCATED: 1)- ALONG SW 64TH CT.
BETWEEN S.W. 6TH ST. AND S.W. 8TH ST. 21 ALONG S.W. 62ND AVE. BETWEEN S.W. 2ND ST. AND S.W. 6TH ST. 3 ALONG S.W. 6TH ST. BETWEEN
S.W. 64TH AVE. AND S.W. 65TH AVE. 4 ALONG S.W. 2ND ST. BETWEEN S.W. 62ND AVE. AND S.W. 65TH AVE. AND 0) -ALONG S.W. 65TH AVE.
BETWEEN S.W. 6TH ST. AND TAMIAMI CANAL (OUTFALL). THE REPORT SHALL INCLUDE ALL LOCATIONS WITH SIZE AND TYPE OF DAMA=
PIPES AND STRUCTURES ENCOUNTERED DURING THE INVESTIGATION PHASE OF THE PROJECT. THE CONTRACTOR SHALL
RECONSTRUCT DAMAGED PIPES AND STRUCTURES IDENTIFIED DURING THE INVESTIGATION AS AUTHORIZED BY THE CITY ENGINEER
SCOPE OF SERVICES: PUBLIC WORKSCOST oursrOS cosi
(96 OF CONST. COST)
ADVERTISING $ (A) $ (A)
OUTSIDE DESIGN $ $ --
TESTINGS / SURVEY / FLAT $ $ (E)
P.W. DESIGN & BID DOCUMMENTS $ 3,659.00 (E) $ -- 2 %
CONSTRUCTION $ -- $ 199,500.00 (BID)
CONSTRUCTION ADMINISTRATION $ 13,965.00 (BID) $ - 7 %
OTHER: $ - $ --
9 %
(E) - ESTIMATE TOTAL $ 217,124.00 (TOTAL ENG. FEE)
ESTIMATED CONST. COST $ 182,950.00
CONTRACTOR'S INFORMATION:
CLASS: = ® 0 NON - MINORITY
TYPE OF WORK: CLEANING AND DRAINAGE REPAIR MINORITY EB
YEARS OF ESTABLISHMENT: 6 LICENSE 409266-9
NAME: METRO WWRESS, INC. TELEPHONE: (306) 469-8286
ADDRESS: 3894 SW 143 CT.
CITY, STATE, ZIP: MIAMI, FLORIDA 33178 CLASS; J - JOINT P - PRIME S - SU13
MINORITY: B - BLACK H - HISPANIC F - FEMALE
CONTACT PERSON: _ DELIO A. TRASOBARES, PRESIDENT
SUB -CONTRACTORS:
NAMES:
COPIES: ASSISTANT DIRECTORS, COST ANALTUIU. rlLC. IAT- Ntmra I =" -• --