Loading...
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 -