HomeMy WebLinkAboutR-94-0878c
J-94-972
12/1/94
RESOLUTION NO.` Cc1 -
�
878
A RESOLUTION BY AN AFFIRMATIVE VOTE OF 4/5THS
OF THE MEMBERS OF THE CITY COMMISSION WAIVING
FORMAL COMPETITIVE SEALED BID PROCEDURES FOR
THE CONTAMINATION REMEDIATION OF THE
NORTHWEST 4TH STREET OIL RECLAIM FACILITY,
B-5579I, LOCATED ON NORTHWEST 4TH STREET, 500
FEET EAST OF NORTHWEST 2ND AVENUE, MIAMI,
FLORIDA; RATIFYING, APPROVING AND CONFIRMING
THE CITY MANAGER'S FINDING THAT AN EMERGENCY
EXISTS JUSTIFYING SUCH WAIVER FOR SAID
SERVICES; AUTHORIZING THE CITY MANAGER TO
ACCEPT THE LOWEST RESPONSIVE AND RESPONSIBLE
BID FOR SAID SERVICES; ALLOCATING FUNDS
THEREFOR FROM PROJECT NO. 311009, AS
APPROPRIATED BY CAPITAL IMPROVEMENT ORDINANCE
NO. 11205, IN THE AMOUNT OF $130,667.00 FOR
SAID CONTAMINATION ASSESSMENT AND REMEDIAL
ACTION; FURTHER AUTHORIZING THE CITY MANAGER
TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE
TO THE CITY ATTORNEY, WITH THE SUCCESSFUL
BIDDER.
WHEREAS, petroleum contamination exists at Northwest 4th
Street in the public right-of-way, 500 feet east of Northwest 2nd
Avenue, Miami, Florida; and
WHEREAS, the City Manager has made a finding that an
emergency exists in assessing and remediating contamination of
soil and groundwater as soon as possible in order to protect the
public health and welfare; and
WHEREAS, the normally required procedures and scheduling
requirements for formal advertising, receipt of bids, award of
contract and processing of contracts will needlessly and unwisely
delay contamination assessment and remedial action; and
CITY COiSUSSION
MEETT11C OF
DEC r 1 R94
Resolution No.
9 4 - (E,?3
WHEREAS, Sections 18-52.5 and 18-52,8 of the City Code make
provisions for the emergency procurement of required goods and
services; and
WHEREAS, the City Manager, and the Director of the
Department of Public Works recommend that informal bid procedures
be utilized to procure the needed services, equipment and/or
materials for said contamination assessment and remedial action;
and
WHEREAS, after receipt of informal bids, a contract for said
services, equipment and/or materials will be awarded to the
lowest responsive and responsible bidder by the City Manager;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings set forth 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 City Manager's finding that a valid
public emergency exists justifying the waiver of the formal
competitive sealed bid procedure for Contamination Remediation of
the Northwest 4th Street Oil Reolaim Facility, B-5579I, is hereby
ratified, approved and confirmed.
f Section 3. By an affirmative vote of 4/5ths of the
Members of the City Commission, the formal competitive sealed bid
procedure for the procurement of services, equipment and/or
materials for the Contamination Assessment and Remedial Action
for the Northwest 4th Street Oil Reclaim Facility, B-5579I,
94- 878
-2-
located at Northwest 4th Street, 500 feet east of Northwest 2nd
Avenue,, Miami, Florida, is hereby waived.
Section 4. The City Manager is hereby authorized to
accept the lowest responsive and responsible bid for said
services at the Northwest 4th Street Oil Reclaim Facility,
B-5579I.
Section B. Funds therefor, in the amount of $130,667.00,
are hereby allocated from Project No. 311009, as appropriated by
Capital Improvement Ordinance No. 11205.
Section 6. The City Manager is hereby authorized to
execute and/or issue the necessary documents.`/, in a form
acceptable to the City Attorney, with the successful bidder for
contamination assessment and remedial action of said site.
Section 7. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 1st day of December , 1994.
1?*7 . 11 A04 �%44�
AT T S STEPAN P. CLARK, &AYOR
MA TY HIRAI, CITY CLERK
CAPITAL PROJECT REVIEW:
�-
U RDO ROD G Z, DIRECTOR
ASSET MANAGEMENT AND CAPITAL IMPROVEMENTS
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
Code and Charter provisions.
94- 878
MZ
i �
r
SUBMITTED BY:
WALDEMAR E. LEE
DIRECTOR OF PUBLIC WORKS
LEGAL REVIEW BY:
G. MIRIAM MAER
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
1 ► • i. I II
CITY •?l�.
-4-
94- 878
CITY OF MIAM1, FLORIDA
INTER -OFFICE MEMORANDUM
�l
TO: Honorable Mayor and Members NUV 21 1994 B-5579I
of the City Commission DATE: FILE:
Waiving of Formal Bid
SUBJECT: for the Contamination
Remediation N.W. 4th
Street Oil Reclaim
FROM : C e s d i o REFERENCES: F a c i l i t y
C i t a ager Resolution
ENCLOSURES Fact Sheet, Bid T a b
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the
attached Resolution ratifying the City Manager's written finding
that a valid emergency exists for the Contamination Remediation
N.W. 4th Street Oil Reclaim Facility B-5579I waiving formal
competitive bidding procedures and authorizing the City Manager to
accept the lowest and responsive informal bid in an amount of
$130,667.00.
BACKGROUND:
The Department of Public Works, in an effort to serve all residents
.of the City of Miami, has determined that it is now in order for
the City Commission to ratify the City Manager's emergency finding
justifying informal bids and award of a contract in an amount of
$130,667.00. The reasons for the emergency finding are as follows.
1. Leakage from underground waste oil storage tanks has
contaminated the soil and groundwater.
2. This situation constitutes a valid public emergency
requiring the procurement of environmental assessment
and remediation services to determine the extent of
contamination and thereby protect the health, safety
and welfare of the citizens of Miami.
3. We are under a notice for submitting "Plans of Action"
to the Department of Environmental Resources Management
(DERM).
4. The normally required procedures and scheduling
requirements for formal advertising, receipt of bids,
award of contract and processing of contracts will
needlessly and unwisely delay the determination of
contamination.
In order to initiate the assessment and remediation as soon as
possible, it is requested that the City Commission authorize the
City Manager to award a contract to the lowest responsible and
responsive bidder after informal bids are reviewed by the
Department of Public Works, and to authorize said low bidder to
proceed as soon as possible with the necessary work. 9A_7
88
1 1
I'
FACT SHEET
PUBLIC WORKS DEPARTMENT
DATE:1012011994
JOB #: B-5579 (1)
PROJECT NAME: CONTAMINATION REMEDIATION / OIL RECAIM FACILITY
CIP 0: 311009
LOCATION: SEE DESCRIPTION
TYPE:
PROJECT MANAGER: HECTOR BADIA
FEDERAL PARTICIPATION: 0
ASSOCIATED DEPARTMENT: PUBLIC WORKS
ASSESSABLE: 0
EMERGENCY: YES
RESOLUTION N:
BID REQUEST: FORMAL
INFORMAL QX
DESCRIPTION: THE PROJECT CONSISTS OF THE REMOVAL OF ONE CONCRETE UNDERGROUND STORAGE TANK
A CONTAMINATION ASSESSMENT REPORT CAR A REMEDIAL ACTION PLAN RAP AND ALL REQUIRED ENVIRONMENTAL TESTING
SERVICES.
IF NECESSARY CONTINUE ON THE BACK
SCOPE OF SERVICES:
CITY OUTSIDE AMOUNT
(% OF COSST. COST)
SURVEY/PLAT
0 $0
0 % OF (EC)
SITE INVESTIGATION
$o
PLANNING AND STUDY
0 Q $0
0 % OF (EC)
DESIGN
Q $7,840
8 % OF (BID)
SPECS AND BID PROCESS
0 Q $100
% OF (EC)
BLUEPRINTING AND ADVERTISING
Q Q $850
CONSTRUCTION
F—X-� $130,667
(BID)
COSST. INSP. & MANAGEMENT
0 Q $9,147
7 % OF BID
OTHER
$0
(E)
SUBTOTAL $148,604
INDIRECT COSTS (1.43%,)
$2,125
(E) (ENG. FEE)
CONTIGENCIES (5%)
MC) ESn MATE CONST. COST. $200,000 TOTAL $150,729
Ir/ &S MA1 e
CONTRACTOR'S INFORMATION -
CLASS: 0 0 TYPE OF WOF ENVIRONMENTAL
NON MINORITY Q
YEARS OF ESTABLISHMENT: 16 YEARS
MINORITY 0 M F
NAME: ALPHA ENGINEERS. INC.
LICENSE PC-CO55728
ADDRESS: 1470E NW 107 AVENUE
CCO-COOS502
CONTACT PERSON: ROLANDO SANTOS
TELEPHONE ( 305 ) 5994480
SUB -CONTRACTORS
NAMES: MILTON CONSTRUCTION
CC-2274
SAVANNAH LABS
BULLET ENVIRONMENTAL DRILLING,
MAGNUM TANK SERVICES 9MU330
TPS TECHNOLOGIES
93.5110
CLASS: J. JOeNT P• PA/NE S- sus
AEwom"..• B- sucK H- MSPAMC & MVALE
C.C.: ASSISTANT OSIECTOR% ASSOCIATED DEFT, COST ANALYSM CIP MWOER, FlLE, CIP MANAGER. —
4 3
TABULATION OF BIDS FOR
CONTAMINATION REMEDIATION OIL RECLAIM FACILITY
Received by Public Works, City of Miami, Florida at 2:30 p.m. on October 14, 1994
NW 4TH ST
der
ALPHA ENGINEERS, INC.
PDG ENVIRONMENTAL, INC.
ress
1470E NW 107 ST
MIAMI FLORIDA
4450 WEST EAU GALLIE BLVD.
MELBOURNE, FLORIDA
ated in the City of Miami
NO
N/A
F_-
r
ensed S Insured as Per City -Code 6 Metro Ord. —
N/A
111,250.00
N/A
-Bond—Amount
egularities
-
ority Owned
YES
N/A
;E BID: THE TOTAL OF ITEMS 1
$130,667.00
NO BID
U 12 BASED ON A CONTINOUS MANNER
HOUT LAPSE OF EFFORT OR VIOLATION
- _--
-_-- -
-�
REGULATORY DEADLINES.
-
---
IRREGULARITIES LEGEND
' - No Power -of -Attorney
- Non Dade County Agent of Bonding Company
- Corrected Extensions
- Proposal Unsigned or improperly Signed or No Corporate Seal
- Incomplete Extensions
- Non -responsive bid
- Improper Bid Bond
- Corrected Bid
- No First Source Hiring Compliance Statement
J - No Minority Compliance Statement
- No Duplicate Bid Proposal
a - Improper License
THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED that the lowest
Responsible and Responsive bidder -is ALPHA ENGINEERS. INC. in
the_Amount of ,$130,667.00 for the Total Bid -