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