Loading...
HomeMy WebLinkAboutR-00-0355J-00-344 4/19/00 RESOLUTION NO. 00- 355 A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING THE DIRECTOR OF FINANCE TO PAY TO OSCAR ORTIZ, WITHOUT ADMISSION OF LIABILITY, A COMPROMISED SETTLEMENT PURSUANT TO THE SETTLEMENT AGREEMENT AND STIPULATION FOR CONSENT JUDGMENT, IN FULL AND COMPLETE SATISFACTION OF ANY AND ALL CLAIMS AND DEMANDS AGAINST THE CITY OF MIAMI, FOR THE CASE OF OSCAR ORTIZ VS. THE CITY OF MIAMI, CASE NO. 97-17351 CA -04, UPON THE EXECUTION OF A GENERAL RELEASE RELEASING THE CITY OF MIAMI, ITS PRESENT AND FORMER OFFICERS, AGENTS AND EMPLOYEES FROM ANY AND ALL CLAIMS AND DEMANDS; ALLOCATING FUNDS THEREFOR FROM THE SELF-INSURANCE AND INSURANCE TRUST FUND, INDEX CODE NO. 515001.624.401.6.651. WHEREAS, Oscar Ortiz, filed a.claim and lawsuit against the City of Miami, in the Eleventh Judicial Circuit and in for Miami - Dade County, Florida, Court Case No. 97-17351 CA -04, in regard to an incident that occurred on or about December 6, 1996, wherein Mr. Ortiz sustained severe and permanent injuries rendering him permanently quadriplegic; and WHEREAS, Plaintiff, Oscar Ortiz, requires significant medical and custodial care and treatment for the remainder of his life as a result of the injuries he received in the incident of December 6, 1996; and CITY COMMISSION MEETING OF APR 2 7 2000 Resolution No. WHEREAS, a trial was held in the aforementioned case which resulted in a judgment in favor of Oscar Ortiz in the amount of $13,674,660; and WHEREAS, the judgment and circumstances related to have been reviewed by the Torts Committee.of the City Attorney's Office and the Division of Risk Management pursuant to Sections 18-221 through 18-232 of the Code of the City of Miami, Florida, as amended, which created the City of Miami's Insurance and Self - Insurance Trust Fund and recommend that said judgment be settled for the sum of $5,000,000; and WHEREAS, said offices recommend the payment 'of the sum of $5,000,000 in installments to Oscar Ortiz under certain conditions, without any admission of liability, in the manner prescribed in the Settlement Agreement and Stipulation For Consent Judgment; 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. The Director of Finance is hereby authorized to pay Oscar Ortiz, without admission of liability. The sum of $5,000,000 installments over a period of years, in full and io Page 2 of 3 complete settlement of any and all claims and demands against the City of Miami, for the case Oscar Ortiz v. City of Miami, Case No. 97-17351 CA (04), upon the execution of a general release releasing the City of Miami, its present and former officers, agents and employees from any and all claims and demands, with funds therefor hereby allocated from the Self -Insurance Trust and Insurance Fund, Index Code No. 515001.624401.6.651. Section 3.. This Resolution shall become effective immediately upon its adoption and signature of the Mayorl'. PASSED AND ADOPTED this 27th day of April , 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Msyor chid not. M01C to epprovQI of this legislation by signing it in the designated p4�.we piri ided, aIdgd legit tion now becomes effective with the elapse of ten (t 0) days rorro the date of Con ¢� ,;.z icn wton ATTEST: regarding same, without the Mayorper q �to. WALTER J. FOEMAN rT'T'V rT.PPV , City Clerk �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 3 CITY OF MIAMI CITY ATTORNEY'S OFFICE MEMORANDUM TO: Luie Brennan, Acting Director, Department of Management and Budget Mario Soldevilla, Administrator, Division of Risk Management FROM: Maria J. Chiaro, Assistant City Attomeyt/ - DATE: April 18, 2000 RE: Financial review and approval for Settlement Oscar Ortiz v. City of Miami Case No. 97-17351 CA -04 = Claims No. 012/V/97059 Attached is a copy of a resolution which is being placed on the City Commission Agenda for the meeting of April 27, 2000. The attached proposed Resolution seeks authorization for the settlement of all claims against the City of Miami in regard to an incident that occurred on or about December 6, 1996, wherein the Plaintiff sustained severe and permanent injuries rendering him permanently quadriplegic. The Torts Committee of the City Attorney's Office and the Risk Management Division have investigated and evaluated this case and have approved the recommendation of this $5,000,000 settlement pursuant to the Settlement Agreement and Stipulation For Consent Judgment. Funds in the amount of $1,400,000 (Payment No. 1) will be allocated from the Self -Insurance and Insurance Trust Fund, Index Code No. 515001.624401.6.651. Please indicate your review and approval hereinbelow by affixing your signature and return this original memorandum to Rita Lagace, Administrative Assistant I, of this office as soon as possible. REVIEW AND APPROVAL BY THE RISK MANAGEMENT DIVISION: . V 1' (D' (�ZQ MARIO SOLDEVILLA ADMINISTRATOR W435:RCL REVIEW AND APPROVAL BY THE DEPARTMENT OF MANAGEMENT AND BUDGET: ki�' LUIE BRENNAN ACTING DIRECTOR CITY OF MIAMI CITY ATTORNEY'S OFFICE 19 MEMORANDUM TO: Honorable Mayor and Metrs ofe City Commission FROM: Alejandro Vilarello DATE: April 18, RE: Oscar Ortiz v. City jllfiami, Case No. 97-1735 A-04 Claims No. 012 /97059 This lawsuit involves a claim against the City brought by the Plaintiff, Oscar Ortiz. On the night of December 6, 1996, a City of Miami police officer responding to an emergency, failed to stop at a traffic light and crashed into the front passenger side of an oncoming automobile. The front seat passenger, Oscar Ortiz, a young man in his early 20's, sustained catastrophic permanent injuries. His neck was broken, rendering him a C4-5 quadriplegic. The plaintiff is unable to perform basic functions of life and requires around-the-clock care under the supervision of specially trained individuals. The actions of the police officer were investigated by the Police Department's Accident Review Board and the police officer was found to have negligently caused the accident. The officer was disciplined via a written reprimand and suspended for two months. A jury trial in June 1999 resulted in a jury verdict and final judgment against the City in the amount of $13,674.660. Michael Seth Cohen, plaintiff's attorney, filed a claims bill with the Florida Legislature, since the judgment exceeds the $100,000 limitation on the payment of judgments of this kind against the City. The City appealed the final judgment to the Third' District Court of Appeal. The attached proposed Resolution seeks authorization for settlement of all claims and disputes between Mr. Ortiz and the City arising out of this accident for a total sum of $5 million, payable in four installments over a four year period without admission of liability. The terms and conditions of the settlement are set forth in greater detail in the Settlement Agreement attached. The Torts Committee of the City Attorney's Office, the City Attorney and the Risk Management Division have evaluated the settlement and have recommended approval, with the belief that the negotiated settlement minimally meets the past and future medical expenses and loss of earnings of Mr. Ortiz (the City's expert testified at trial that Mr. Ortiz would require at least $6,300,000 in 00- Mayor and Members of the City Commission April 18, 2000 Re: Oscar, Ortii v. City of Miami Page 2 present value dollars to meet his future medical needs) and at the same time limits -the City's exposure to substantially more monetary damages which could result if the claims bill were to be pursued. The settlement is still subject to the approval of the legislature.. Approval of the settlement will result in the dismissal of the appeal. W436:MB:RCL c:. Donald H. Warshaw, City Manager Walter J. Foeman, City Clerk Elvi Alonso, Agenda Coordinator zk TABULATION OF BIDS :FOR 32 AVENUE PAVING PROJECT, s<t c1 r yR p . Recelwd by mix City Clerk, City of Miami, Plorwa at 1000 AA �i MlRI#OI1�tSTRUCTi�1, MC K 6 it PAVING, ING Mum? SVVi12P STREET 1955 N.V. 110 AVE 1 C KW; 98Vh khi�. laAM[,F'LtRIDA'33156 MIAMI, FL 33172. WIN VW70m" Pey`eI`Mwe l ... Nil NO es"Myrmyowl wwoatr '4A, TFYES YES YES B.B. 5% B.B. ;5% H YES, H YES, H YEK, H I !0T0TAL'z'(1F4ITEMSz.::... :. . ",332,977,75 S 342,245,10 $ 387,045.00 t �l IRREGULARITIES LEGEND-'.. NO3 ., P-Attarty .., ::... • ,I3� Mb�:�APPwawt::as• to:.Capllai L Surplus oP Bwxbv Company C =�Akmftn"'- Improperly MV*d: or NoCorporate seal . ` E Extensions ObsYp;RYwryOPPks Location Parra) �' 1 t'bid. U6ssft copy of CertiPkate or competency) G ,BMW `,No first. Source N'V CoWlance Statement .1- No-1MoWty Cwoknce Statement .k' K- No; awlioate:. 6w Proposal Br: Lhavarrla qh"k Br:;. Nelmers B-4614 on March 21, 2000 ACCORDING WITH RESOLUTION No, 86-983, BID BOND VOUCHER WILL NOT BE ACCEPTABLE FOR 13ID ESTIMATES IN EXCESS OF $200,000.00) THEREFORE, THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED T A THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS MIRI CONSTRUCTION, INC, IN THE AMOUNT ❑F $ 332,977.75 BID 99-00-114 PAGE, 1 OF 1 B-4614 1: 327/00 .,— oin 2 B-4614 ri BID ITEM: CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST S.W. 32 AVENUE PAVING PROJECT B-4614 BID NO: 99-00-114 DATE BID(S) OPENED: MARCH 21, 2000 4 — 41 TIME 10:00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK MI RI CONSTRUCTION, INC.- $332;977.75 B.B. 5% H. & R. PAVING, INC. 342,245.10 B.B. 5% SOUTHEASTERN ENGENEERING CONTRACTOR 386,895.00 B.B. 5% ^, 11' "Offers 14,o-ra, CAQ received as of -.0 4'.r- ..'a,, are hereby resected as IC101." -sx ' a I, C-ni 11 & an Y" I received _)envelops on behalf of Person receiving bid(s) --1 PURCHASING DEPARTMENT on (City Department) SIGNE Deputy City C114k­ -".5 121 / 00 (Date) / CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Walter J. Foeman DATE: February 23, 2000 FILE: B-4614 City Clerk SUBJECT: "S.W. 32 AVENUE PAVING 4 PROJECT" FROM: Tony Prat REFERENCES: Departm of Public Works 1 ENCLOSURES: Please note that contractors will submit bids for the following project: "S.W. 32 AVENUE PAVING PROJECT, B-4614" on Tuesday, March 21, 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. c: John Jackson Yvette Smith Project Manager File -711 0 C n _ �� W ® BID NO. 99.00-114 0 ADVERTISEMENT FOR BIDS ?�'DV `� C,,� Sealed bids for "S.W. 32 AVENUE PAVING PROJECT, B-4614" will be relceive&�y the'SC�ty Clerk of the City of Miami, Florida at 10:00 AM on, March 21, 2000, at the �'` .�erk's OffRzje, firs floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami,}ordrda 33'3, at which time and place they will be publicly opened and read. Any bid submitted �r.�be,abch appointed time will not be accepted by the City Clerk. The project consists of repaving S.W. 32nd Avenue between S.W. 8th Street and Grand Avenue, installing two bus bays, curb and gutter, installing 3 local drainage systems, paint striping, and repaving a portion of N.Venetian Drive. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions or clarifications regarding plans, specifications, or City requirements, please submit written requests to Mr. John H. Jackson, P.E., Acting Director, Department of Public Works, 444 S.W. 2nd Avenue, 8th Floor Miami, FL 33130. The written request may be faxed to (305) 416-2153, followed by mailing or hand delivering the written copy. Under Miami -Dade County Ordinances #98-106 and 99-1, there will be a "Cone of Silence" during the bid period and the City's responses to questions must be in writing only to all bidders. 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 in duplicate 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 February 29, 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 or all bids, and re - advertise. (B-4614, Req. 05455). Donald H. Warshaw City Manager