Loading...
HomeMy WebLinkAboutR-02-0819e J-02-521 6/5/02 02- 819 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION, BY A FOUR-FIFTHS (4/5TIS ) AFFIRMATIVE VOTE, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY, WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES AND ISSUING A PURCHASE ORDER NO. 229104 FOR THE REMOVAL, PURCHASE AND INSTALLATION OF THREE FLAGPOLES FOR THE MIAMI CONVENTION CENTER, FROM THE FLAG LADY, FOR THE DEPARTMENT OF CONFERENCES, CONVENTIONS AND PUBLIC FACILITIES, IN AN AMOUNT NOT TO EXCEED $20,500; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT PROJECTS, ACCOUNT CODE NO. 325010.359301.860. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. By a four-fifths (4/5ths) affirmative vote of the City Commission, the City Manager's finding of an emergency, waiving the requirements for competitive sealed bidding procedures and issuing a Purchase Order No. 229104 for the removal, purchase and installation of three flagpoles for the Miami Convention Center, from The Flag Lady, for the Department of Conferences, Conventions and Public Facilities, in an amount not to exceed $20,500, is ratified, approved and confirmed, with CITY COMIUSSION MEETING 6F J U L. 0 0 2002 8®ate Abp. 02- 819 funds allocated from Capital Improvement Projects, Account Code No. 325010.359301.860. Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.11 PASSED AND ADOPTED this 9th day of July- , 2002. At MANU!-A . DIA!Z, MIZAY1� l ATTEST: PRISCILLA A. tHOMPSON CITY CLERK APPR D TO F AND CORRECTNESS DRO VILARELLO TY ATTORNEY W6266:tr:LB 1� 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 2 02- 819 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM: Carlos A. Gimenez City Manager ZI DATE: FILE JUN 18 SUBJECT: Resolution Ratifying the City Manager's Emergency Finding REFERENCES: for Replacement of Flagpoles at Miami Convention Center ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution ratifying, approving and confirming the City Manager's finding of an emergency, waiving the requirements for competitive sealed bids and approving the replacement of existing flagpoles at the Miami Convention Center from The Flag Lady, a Female/Miami Dade County vendor, 260 N.W. 143 St., Miami, Florida 33168 in the amount of $20,500. Funding was allocated from CEP Project Account Code 325010.359301.860. BACKGROUND An inspection of the flagpoles in front of the Miami Convention Center and the Hyatt Regency Miami revealed a crack in three of the five poles. It was necessary to have these 50 foot flagpoles removed immediately to ensure the safety of the public visiting the hotel and the Convention Center, both of which have a high degree of pedestrian and vehicular traffic. The City is responsible for three of the five flagpoles, specifically the poles that fly the United States, State of Florida and City of Miami flags, and bids obtained for removal and replacement was $20,500. The new flagpoles are anodized internal halyard 55 -foot flagpoles which can withstand wind gusts up to 182 mph unflagged. Funding was allocated from CEP Project 325010.359301.860. The Hyatt Regency and the University of Miami paid for the removal and replacement of the other two flagpoles. FISCAL IMPACT None CAG/fY,R/CPA/yp 02- 819 1 2 3 • SCO FL�= ` Budgetary Impact Analysis Conferernces, Conventions Department and Public Facilities Division Miami Conve_"ntion Center Agenda Item # (if available) Title and brief description of legislation or attach ordinance/resolution: Resolution ratifying emergency finding to replace flagpoles at Miami. Convention Center. 4. Is this item related to revenue? NO: M YES (If yes, skip to item #7.) �. Are there sufficient funds in Line Item'? CIP Project 325010 YES: )z— Index Code 359301 iV(inor Obj. Code 860 Amount $20,500 NO: — Complete the f)llowilry questions. 6. Source of funds: Amount budgeted in the Line Item S 55,250 Balance in Line Item 'S 44,500 Amount needed in the Linc Item S20,500 SuftlCjent lands will be transttrrcd from the followin, line items: 1 ACTION � AC(-0l...NT NuNlllrl: ACCc VNT N ."OF I TOT:kl. _ I Index/:Minor Object/Project No. - From ( j I From From To Any additional comments? ROVAL• %�J ��' �'7to ate ti t fez_ It Depurtrnent DrrccwrDest_ncc Dutc Tr I, F tTMENT OF MANAGEMENT AND BUDGET USE OXLY rrried Verified bdone b%• D� rtn t ana_emen nd B D r%!,rorDes�ignneee l Date Bud_et Analvst Budget Analvst Date Date 02- 819 CITY OF MIAMI, FLORIDA RCUD FEB 15'02 ERS OFFi�TER-OFFICE MEMORANDUM MANAG TO: Carlos A. Gib2f&B 2 12 4 DATE: February 12, 2002 FILE: City Manager FROM: Christina P. Abrams, Director Conferences, Conventions and Public Facilities SUBJECT: Emergency Removal and Replacement of Flagpoles at Miami Convention Center REFERENCES: ENCLOSURES: This memorandum serves to request your approval to increase Purchase Order 229104, which was issued on an emergency basis for the removal, replacement and installation of three (3) flagpoles at the Miami Convention Center. The cost for removal of the existing flagpoles and the purchase and installation of three (3) 55 -foot flagpoles was estimated to be $18,750. However, the price of each flagpole increased by $600 due to the requirement of a shoe base installation to ensure the stability of each flagpole. Therefore, it is necessary to increase PO 229104 in the amount of $1,800, for a total of $20,500. Funds are available from C.I.P. Account 325010.359301.860. Please indicate your approval to increase PO 229104 by $1,800 by signing below. Approved,-"'� Carlos . Gimenez, City Manager Budgetary Review and Approval: Date: - 7 -L- -7 Verification of available funding in the amount of S 1,800 from C.I.P Linda Haskins, Director, Department of Management & Budget B Y� Pi-lar�Saet% 'VlkJCPAJyp CEP Administrator Project 325010.359301.860. Date: Date: a2' /q —oz _ 02- 819 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM r y MANAGERS OFFICE TO: Carlos A. Gimenez City Manager FROM: rj;;;St�inap. Abrams, Director Conferences, Conventions and Public Facilities DATE: Of NOV -9 AM 10: 2 BILE: SUBJECT: Authorization to Initiate Emergency Removal and Replacement of Flagpoles at REFERENCES : Miami Convention Center ENCLOSURES: Please allow this to serve as a request for your authorization for the emergency removal, replacement and installation of three (3) flagpoles at the Miami Convention Center. An inspection of the flagpoles in front of the Miami Convention Center and the Hyatt Regency revealed a crack in three of the five poles. It is extremely important to have these flagpoles removed immediately as they pose an imminent safety hazard at the front of the building. Global Spectum, the management company for the Miami Convention Center, has solicited a bid for removal, replacement and installation of five flagpoles from The Flag Lady, a vendor who is currently doing flagpole work elsewhere for the City of Miami. The City is responsible for three of the five flagpoles, specifically the poles that fly the United States, State of Florida and City of Miami flags. The Hyatt Regency Miami and the University of Miami have agreed to pay for their respective poles. The cost for removal of the five existing 50 -foot flagpoles, and the purchase and installation of five (5) 55 -foot flagpoles is $31,250. The City is responsible for an amount not to exceed $18,750. Funds are available from C.I.P. Account 325010.359301.860. Please indicate your approval to initiate this removal and placement of the flagpoles by signing below. Approved Date: etmieskCity Manager Budgetary Review and Approval: Verificatiorrf available funding in the amount of $18,750 from C.I.P. Project 325010.359301.860. By: Z Date: ., inda Haskins Director, Department of Management & Budget By: - --""�— Date: FKR/CPA/yp 02- 819 INTERNAL HALYARD ALUMINUM '"LAG1 1 type: AGS 50' iTZHIUrTI !TA>1WO 1I'PTINGX WITH POLI A 1 T>RUM concealed I+alyard, revolrisQ I 1 HALM M 1/80 die. stainl+ss steel aircraft cable C 2 SNAPHOOKSr tva bronze plated ovivel snaps D 1 19TAINTit 21NOc beaded retainer ring attached to neoprene coated conaterveigbt E 1 WINCH. stainless steel direct drive.-sef2Y=2vektn� 1 COLLAR: spurt alusinom flash collar type FC -11 0 1 BLEEVEt *16 ga. galvanized steel foundation sleeve RF H 1 SAND% dry sand, tightly tamped (bardvood vedges removed after tamping) I 1 BASE PLATS. 1/4• steel base plate with four steel centering vedges J 1 3000 psi CONCAE?E X 1 02OUND SPIM 3/4" dia. x 19' long -y I 48' —.—.0- j WINCH D ETAIL i VOSM HT. 60` . 55� TIM byFlagldWI STl'P DU. 10 Top DIA. 4 260 NW 143 Street 1�1LL THTC. .188 y SSP IN 2 SDCOk • Miami. FL 33168 02- 819 9 3EL -'' OrderFlagsxom The Flag Lz 260 NW 143rd ST 0 Miami, FL 33168 305-688-4422 / 688-9741 fax Bill To City of Miami Accounting Division Department of Finance P.O. Box 330708 Miami, FL 33233-0708 Invoice Date Invoice # 3/7/2002 1082 Ship To - - James L. Knight Center 400 SE 2nd Ave Miami, FL 33131 Att: Dave Touhey / Bob 305-372-4633 / 350-7910 fax ` Your No. Terms 1 Ship Via FOB Order Taken By 229104 Due on receipt AAA Cooper Warehouse Toby Qty Item Description Unit Price Amount 1 500 Removal of existing 50' flagpoles and 20,500.00 20,500.00 I install new flagpoles. Including. permit, crane, police security, trailer and emoval r ` from property - Cone Tapered, black anodized internal halyard flagpole. 55' overall, 10" diam at base, 4" top, .188" wall, wt: 410 lbs. Can withstand wind gusts i I up to 182 mph -unflagged. Shoe bases will ! j be welded at factory - including freight i I i 4 � OK to pay: rl ` i � i j RAb&t mu=ay �szy Buice j Thank you for your business. Subtotal $20,500.00 Sales Tax (6.596) $0.00 Total $20,500.00 e-mail us at TheF1agLady1@ 40L.com Paynwnts/credits $0.00 Balance Due $20,500.00 42- 810 FIT-,- Nt . PURCHASE,0 21amVi,,;, :­ " Ur RPURCHASCORDIEtt r an all anctihippini Oapiws'� aN0 e-7, -R� -;L�,:Departr6entbf:PLimhashg. ;Omer Date: ;k:jBkVContractN&,'!,,.,: 'a.-Pqx.,I30708 Florida -33233-0708 1 7.0 01';o''-EXERMNCY 416-1900/1922 o (305)FAX (305) 416-1925 Buyer Category Number Telephone No. Sara Oori'zalez, CPPP. F Sal 3015-688-4422 PUBLIC FACILITIES MIAMI COWEHTIDW—CF-mTut FLAG L A LlY THE 400 SE 2 AVE AITW TODY GOLRIGTIEW MIAMI, FL '.')3131 21-10 WN 143 ST MIAMI FL '313160 City of Miami Accounting Division./ Accounts Payable Department of Finance A r. t Vayable P.O. Box 330708 Miami, Florida 33233-0708 Department Contact Person Telephone No: Requisition No: 11J.VL I U I- AL; I L i I I LZ> Item# Commodity Description CIty Unit Unit Price Extended Price Code# 0111.01IONS TO ACT tlll4 'rH!:' Pml-r t)F f, f-., Cl [', ()i` [: f", , I FJ!" 1. 11 1'� IC -i C, I. j r f., 17 11 1 0 11 j PEK014-11ING lJW1)I:1? CONYRACT If Cil, HW Atli' '-.'WCH CILAIM*i, i- I A B i L I T IL"; AND Cfltj�'71ES 01, *JWH W:110N ARF. NOT ArTI-elfflYTABLE TO Chi-: OP MIS"I"UNDUCI OF TIFF ('11Y AND, V*WJM At,W 11GAINSY AVIV 4 w?Nuil miy r 7fej r4 1 61-161-JICE UP "*,(,lj.j [4t� [f,' J. k ti I _j rn!')T'i. OTTORNEYS' OF ANY "ILICH CL,ATM, 01 I NVI-c;T I 11A f I ON I Tax ID or S/S No: Entity Type: Terms: (Prompt payment Discount) NIF., T Purchase Order No: 104 Delivery Date 12/10101 C I FN/PC-506 Rev. 7/97 Account Code Number(s) Payment Authorization Partial Shipments: For each partial Final Shipment: This original must De =. a copy at this pap shoulti be sigrail signed and submitted to Accounts Witted to Accounts Payable with with invoice or PaClOng SHP attached. invoice or packing slip attached. Invoicel'Paclono slip #.I Invoioupadwig sup Date submitted to Accts. Payable_ Date submitted Partial Payment H" Okay to Pay By 04, =,ew.: Title: I Title:�nc�,Ve-�rgfi-- F.O.B. DESTINATION U" Otherwise Swrw Q, City of M130 Date Approyed RECEMNG RECORD 8 19 Category Number—T elephone No. 305-688-4422 FLAG LADY, THE AT -114 T(J1;Y..G0LD4­T IEW 260 thl 143 ST MIAMI FL 33161; r7IPB- PUBLIC'FACILITIES MIAMI COWWW10WEENTER 400 SE 2 AVE r11AM1, FL 3.1131 Tax ID or S/S No: Entity Type* '•i Terms: (Prompt Payment Discount) W -J:;0 Purchase Order No: Delivery Date C I +WPC 506 Rev. 7/97 Account Code Number(s) Payment Authorization Partial Shipments: For each partial Final Shipment: This =1"1M1M= ffdftd del",, copy I I pace should be signed 021W and sub to and submitted to Accounts Payable with with invoice orpiciftslip al Invoice or padM slip IM -001 aclono SAP #I— Invoce?w1dail So A_ Date Submitted to Acets. Payable- Oat& Submitted to AcctS. Payable Partial Payment Final FrMft Okay to pay W. Okay to Pay BY Tice: lTitle: F.O.B. DESTINATION Unless Otherwise Specified RECEIVING RECORD \1,/ 02- 819 , y, City of Miami Accounting Dtvision./,AccTjntS F '$1e: Tic C pty aye -Department of Finance P.O. Box 330708 Miami, Florida 33233-0708 Department Contact Person Telephone No: Requisition No: f _1HRIS P. ABRAMS 3 0'. - t- ?I? I CON- 2-45162 Item# Commodity Description Qty Unit Unit Price Extended Price Code# *j!***CHAN6E ORDER W. I Ely 1-11,100.00 EI1ERI31J-J!.Y I".0 FOR R'A'191�!At. !If-' FOLCt; LOCATED IN FV1041 of 1HE H'fAIT REf3ENCY HQTFL.%4Q0 SF 2NIi A1,41- FLAGPOL.Et- ARC: AND 1:'OSE AN SWETY 14AZARP. THREE (3) FLACFOLES 'J., 17 A NFED" To P1 i4F.RGENCY Al"CP'01.11) 10 TIV. !..I Cf flAWAC.;[P f.1-4)CHNI I'l. CA [101-4: rr"100101j-Efi: PAY OW T11.7'HALF OF, • INDEM1,111 y A111; 'JAIIIE Cily A1,11) IT5 OFFICTAI-S HARMIXSS FROM AND o6illff-j ANY AND ALL CLAIM;, LIABILIT11"i. LOSSES, 4149 CAft ,T -1j_ OF Ai.Ali;W, 1-1111W MAY ARISE OIJI' 1;1` rn.,ropmAt-rcr uwi)rp OF THE' COW111"ACT, AL! kf' Tax ID or S/S No: Entity Type* '•i Terms: (Prompt Payment Discount) W -J:;0 Purchase Order No: Delivery Date C I +WPC 506 Rev. 7/97 Account Code Number(s) Payment Authorization Partial Shipments: For each partial Final Shipment: This =1"1M1M= ffdftd del",, copy I I pace should be signed 021W and sub to and submitted to Accounts Payable with with invoice orpiciftslip al Invoice or padM slip IM -001 aclono SAP #I— Invoce?w1dail So A_ Date Submitted to Acets. Payable- Oat& Submitted to AcctS. Payable Partial Payment Final FrMft Okay to pay W. Okay to Pay BY Tice: lTitle: F.O.B. DESTINATION Unless Otherwise Specified RECEIVING RECORD \1,/ 02- 819