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