Loading...
HomeMy WebLinkAboutR-01-1146J-01-881 10/11/01 RESOLUTION NO. "11. " 11. 1. 6 6, A RESOLUTION OF THE MIAMI CITY COMMISSION, BY A FOUR-FIFTHS (4/5 T113) AFFIRMATIVE VOTE, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY, WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES, AND ACCEPTING THE AUGUST 17, 2001 BID OF AVENTURA ENGINEERING AND CONSTRUCTION CORP., THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER FOR THE PROJECT ENTITLED "MANUEL ARTIME COMMUNITY CENTER ROOF REPAIRS, B--6397", IN THE AMOUNT OF $32,000; ALLOCATING FUNDS FROM PROJECT NO. 322060, AS APPROPRIATED BY THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENTS ORDINANCES, AS AMENDED, IN THE AMOUNT OF $32,000 FOR THE CONTRACT COSTS AND $5,440 FOR EXPENSES, FOR A TOTAL ESTIMATED COST OF $37,440; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PROJECT. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. By a four-fifths (4/5"15) affirmative vote of the members of the City Commission, the City Manager's finding of an emergency, is ratified, approved and confirmed, the requirements for competitive sealed bidding procedures are waived and the August 17, 2001 bid from Aventura Engineering and CITY CON.[ SSION MEETING OF PqLll Y'I II QCT Re�aku4lon �i4. 0 Construction Corp., the lowest responsible and responsive bidder, for the project entitled "Manuel Artime Community Center Roofing Repairs, B-6397", in the amount of $32,000 is accepted. Section 2. The total estimated project costs of $37,400 are allocated from Project No. 322060, as appropriated by the Annual Appropriations and. Capital Improvements Ordinances, as amended. The total project costs consist of $32,000 for the contract costs and $5,440 for estimated expenses incurred by the City. Section 3. The City Manager is authorizedl� to execute an agreement, in a form acceptable to the City Attorney, with Averntura Engineering & Construction Corp. for the total bid of the proposal. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2/ i� 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 Charter and Code provisions. ?� 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 3 PASSED AND ADOPTED this 25th_ day of October ATTEST: WALTER J. FOEMAN CITY CLERK 1 2001. JOE CAROLLO, MAYOR '19 noo the k4ayor did not lindloato vor.i s-'14 )jj Z� APPROVFXAS 6 FO/RM AND CORRECTNESS:& aI'?I N I I I I INS mvm�'Wl, !J-ukl—iwd SVlZ: LB J. F96ma/, C Page 3 of 3 4. CITY OF MIAMI, FLORIDA 23 INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM: Car os A. Gimenez City Manager RECOMMENDATION DATE: OCT - 9 23ol FILE : SUBJECT: RESOLUTION Ratifying Emergency Finding - - REFERENCES : Manuel Artime Community Center Roofing Repairs, B-6397 ENCLOSURES: 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 bidding procedures, and awarding a contract to Aventura Engineering and Construction Corp, for the project entitled Manuel Artime Community Center Roofing Repairs, B-6397. BACKGROUND The roof system at the Manuel Artime Community Center is damaged and there are concerns about its reliability. An inspection of the system revealed numerous leaks and clogged drains that must be repaired to prevent a failure of the entire roof system. The Department of Public Facilities requested Public Works to prepare bidding documents for the roof repairs. Funds are available for this work from the Community Development Block grant (CDBG). CAGIL- KVRIIt4J�/JRA/MAV/m '7/240, ManuelArtimeCommCt-RootRepair-MEMO I I. 4 q 4. 6. Budgetary Impact Analys' Department v fie- I e----------------- DivisioS '`'� Agenda Item # (if available) Title and brief description of legislation or attach ordinan solution: Is this item related to revenue? NO: YES (If yes, skip.to item #7.) Are there sufficient funds in Line Item? " YES: °� Index Code Minor Obj. Code Amount $ NO: Complete the following questions: Source of funds: Amount budgeted in the Line Item $ Amount needed in the Line Item $ Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNTNAN TOTAL IndextKinor ObjectMrgJeqt No. From S To E 7_ Anv additional comments? A ed b 8. J Department dDesisnee 1. of Manaaemeat and Buy • Date Data rD &WGFET V$E Oi Verified by: Date 07/31)'2021 OE.57 305575505E -AH 02- e i CITY QP t.°,:,r, ;=LO;41DA INTER -OFFICE MEMORANDUM -� Carlos A. Gimenez DATE Jane 4 2001 City Manager SVSJC_ Manuel Artime Center Christina P. Abrams, Director ac.EFVICE S Conferences, Conventions & Public Facilities This memo serves to request your approval to waive formal bids and proceed with emergency repairs to the Manuel Artime Community Center. Funds are available, and must be expended this fiscal year, from CDBG Allocation, C1P 0322064. Repairs are immediately required to fix damaged floor tile, and install etnergenoy exit stairs at the office building at 970 S.W. V" Street, and to outfit doom, at the 900 Building with panic hardware, Additionally, it is necessary to replace handrails, and install a lifter and a handicapped ramp to comply with ADA requirements at the 900 Building and the Theater, These repairs are necessary to ensure the safety of the tenants, guests and visitors to the buildings and the Theater. Other repairs, as outlined on the attached list, are critical to the operation of the buildings to provide uninterrupted senice to the tenants, and to ensure the well being and safety of the tenants, visitors and citizens served by the Manuel Artime Community Center. Please indicate your1A&r0v9rVy sigping below. Approved: Director, Community Development Dept. Approved: Manager FKR/CPAiyp Date: rz qcq Date: 614e 1 -al 07/31/2061 06:57 3055755955 +1 i MANUELARTIME 0 Division: Manuel Artime Community Center 970 S.W. 1st Street Building Manuel Artime Renovation Existing Air Condition is 20 years aid. Coils need to be r aced due to rust. S 50,000 " Existing the floor is $ 25,000 " Ememency Exit Stair 3 30,000 ' watemoof and int - exterior $ 100,000 " Eliminate bn*en trees and lace all lost landscaelng 5,000 „ Elevator - Frame and doors 5 5,000 900 S.W. 1st Street Building & Theater Manuel Artime Renovation Air Condition repair (Theater) Matching Gram Dada 3 95,000 OF Installation of a lifter for handica used $ 26,000 " Replace all handrails as per ADA Mquirements $ 25,000 " Handicapped Ramp at main building entrance 3 24,000 " Three double doors (aide) with oanic haro"re 5 30 000 " Throe new nic hardware $ 10,000 Wood paneling repair at theater S B 000 " CsUlki aster & ppint $ 40,000 -Pa i 8,000 GtAters and Downspouts $ 25 000 " Theater M u" 3 50,000 " Theater seats $ 42,000 - Total tot Manuel Artlme Renov"orl $ If!9't,000 PAGE @'3 • 9 FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 9 ! 13 ! 2001 JOB NUMBER: B-6397 PROJECT NAME: MANUEL ARTIME COMMUNITY CENTER- ROOFING REPAIRS CIP NUMBER: 322060 LOCATION: 900 SW 1 ST Street, Miami Florida PROJECT MANAGER 1 EXT. No.: Manny Vega 1 1213 OTHER TYPE: FEDERAL (C.D.B.G.): ASSOCIATED DEPARTMENT: Conference, Conventions and Public Facilities S.N.P.B. ASSESSABLE: EMERGENCY: 0 COMMISSIONER DISTRICT: 3 BID REQUEST: FORMAL = INFORMAL - RESOLUTION No.; DESCRIPTION: The project consists of the fumishing of all labor, matedats and equipment far the roof repirs of existing roofing areas where leaks are prissent, uncIGggIng of existing metal gutters and down spouts, repair and sealing exiatinq metal lined gulters, install metal screens at gutters to prevent the accumulation of debris and all related work as indicated in the specifications. and plans. OF NWESSARY. CONTNIIE ON TNR BACK) SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST (^A OF CONST. COST) ADVERTISING $ (E) OUTSIDE DESIGN $ 4,000.00 TESTINGS l SURVEY I PLAT $ (E) $ (E) P.W. DESIGN S Bit) DOCUMENTS $ 640.00 2.00 'k CONSTRUCTION $ 32,000.00 (BID) CONSTRUCTION ADMINISTRATION $ 800.00 2.50 % OTHER, $ (E) $ (E) 4.50 % (E) - ESTIMATE TOTAL $ 37,440.00 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 35,000.00 CONTRACTOR'S INFORMATION: CLASS: NON -MINORITY TYPE OF WORK: Roof, Gutters and Down Spouts Repairs MINORITY YEARS OF ESTABLISHMENT: 10 Years LICENSE CGC0608811 CC -C056722 Y NAME: Aventura Engineering & Construction Corp. TELEPHONE: 305-571-9784 ADDRESS: 266 NW 26TH STREET CITY, STATE, ZIP: MIAMI FLORIDA 33127 CTAS J -JOINT P -PRIME $-SUB CONTACT PERSON: Cary O. )_Opal, President MINORITY: B - BLACK H = HISPANIC F- FEMALE SUBCONTRACTORS: NAMES: COPIES: ASSISTANT DIRECTORS, COSTANALYSIS, FILE, ASSOCIATED DEPT, CIP MANAGER REV. iV/aa _r, j r=- INFORMAL BID MANUEL ARTIME COMMUNITY CENTER- ROOFING REPAIRS Project Number: B-6397 CIP Number: 322060 Project Manager: MANNY VEGA Date: $ 1 17/ 2001 Person who received the bids: Juan Ordotiez / Fernando Paiva Received at: PUBLIC WORKS DEPARTMENT Construction Estimate = $ 35,000.00 Time: 10:00 a.m. BIDDER Aventura Engineering & Const. ADDRESS 266 nw 26th Street Miami Florida 33127 BID BOND AMOUNT 5% IRREGULARITIES MINORITY OWNED YFs ITEM No. DESCRIPTION UNIT UNIT UNIT UNIT PRICE TOTAL PRICE TOTAL PRICE TOTAL PRICE TOTAL BASE BID: ITEMS I - 5 $ 32,000.00 1 Repair aprox. 2,200 SF of existing roofing where leaks $ 7.73 $ 47,000.00 x Unclog of aprox. 420 LF of gutters and 465 LFof downspouts. $ 2.26 $ 2,000.00 3 Replace aprox. 420 LF of gutters and 465 LF of downspouts. $7.35- $ 6,500.00 4 Install aprox. 420 LF of metal screens at gulteres. $ 8.33 $ 3,500.00 5 Dicision 00000 Suplementaq Provisions $ 3,000.00 * IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THATTHE A -- No Power -of -Attorney LOWEST RFSPONSIBLE AND RESPONSIVE BID IS FROM AVENTURA ENGINEERING B — No Affidavit as to Capital & Surplus of Bonding Company & CONSTRUCTION CGRP FOR THE TOTAL AMOUNT OF $ 32,000.00 C -- Corrected Extensions D — Proposal Unsigned or Improperly Signed or no Corporate Seal E — Inikmplete Extensions It' the above Contractor i5 not the lowest bidder explain: F — Non -responsive bid U — Improper Bid Bond H — No Certificate of Competency Number -- No Hurst Source Hiring Compliance Statement 1 — No Minonty Compliance Statement K — No Duplicate Bid Proposal L — No City t?ccupationalLt=se SHEEI I OF I 9