Loading...
HomeMy WebLinkAboutR-99-0751J-99-821 9/30/99 RESOLUTION NO. �, e 10 -1- A RESOLUTION OF THE MIAMI CITY COMMISSION, BY A FOUR -FIFTHS (4/51"l AFFIRMATIVE VOTE, AFTER A DULY ADVERTISED PUBLIC HEARING, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY, WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDS AND AUTHORIZING THE CITY MANAGER TO SOLICIT INFORMAL BIDS FROM POTENTIAL PROVIDERS, INCLUDING PROFESSIONAL DESIGN SERVICES, IF NECESSARY, AND ACCEPTING THE LOWEST RESPONSIVE AND RESPONSIBLE BID(S), FOR CONSTRUCTION IMPROVEMENTS AT CITY HALL, 3500 PAN AMERICAN DRIVE, MIAMI, FLORIDA, TO COME IN COMPLIANCE WITH MANDATED REQUIREMENTS OF THE AMERICAN WITH DISABILITIES ACT (ADA), IN AN AMOUNT NOT TO EXCEED $200,000 FOR SAID PROJECT; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE ALL NECESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY; ALLOCATING FUNDS THEREFOR FROM FISCAL YEAR 1999 BUDGET SURPLUS. WHEREAS, an immediate need exists for handicapped accessibility improvements to be made at City Hall to comply with the requirements of the American with Disabilities Act (ADA); and WHEREAS, a lawsuit has been filed in the U.S. District Court for failure to comply with the ADA requirements; and WHEREAS, the City Manager made a finding that an emergency exists and recommends the requirements for competitive sealed bids be waived and the construction improvements and design CITY COMMISSION MEETING OF �? r T t ? 999 Ausolution No. �� 7 services, if required, be approved; and WHEREAS, funds are available from Fiscal Year 1999 Budget Surplus; and WHEREAS, the City Manager and the Director of the Department f of Public Works, recommend that informal bids be solicited for f said project; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained 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. By a four -fifths (4/5C78) affirmative vote of the members of the City Commission, after a duly advertised 7 public hearing, the City Manger's finding of an emergency, and s 'r waiving the requirements for competitive sealed bids, are hereby ratified, approved and confirmed, authorizing the City Manager to solicit informal bid(s) from potential providers, including i professional design services, if necessary, and accepting the lowest responsive and responsible bid(s), for construction improvements at City Hall, 3500 Pan American Drive, Miami, Florida, to come in compliance with mandated requirements of the American with Disabilities Act (ADA), in an amount not to exceed $200,000 for said project, is hereby approved; with funds i therefor hereby allocated from Fiscal year 1999 Budget Surplus. Section 3. The City Manager is hereby authorized!' to execute all necessary documents, in a form acceptable to the City Attorney. Section. 4. This Resolution shall become effective jimmediately upon its adoption and signature of the Mayor.z� PASSED AND ADOPTED this 12th day of October 1999. JOE CAROLLO, MAYOR In accordance with Miami Code Sec, 2.36, since the Vlavor did not indicate 2npm :I of this legislation by signing it in the designated place pmvir.ed, said becomes effective with the elapse of ten (10) day tr rn th:� of Lc,7u:; ion regarding same, without the Mayor exercising ATTEST: lN;atFsr . Fr _ -4v Clerk WALTER J. FOEMAN CITY CLERK APPROVED T FORM;D CORRECTNESS i I 1JD 0 V AR LL CIT ;JTTORNEY 778:RCL:hdb '-� 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 ter: 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. - 3 - J CITY OF MIAMI. FLORIDA3 4 INTER -OFFICE MEMORANDUM Honorable Mayor and DATE _ l ^^~ FILE: ro : Members of the City Commission v y - SUBJECT Resolution Waiving Competitive Bids for ADA Improvements at Miami City Hall: Emergency Finding. ' FROM: REFERENCES: /nad(lj�\ ati r City Manager ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached resolution waiving formal competitive sealed bid and competitive selection procedures for the construction of required ADA improvements as described below at Miami City Hall based on the City Manager's written finding that a valid public emergency exists justifying such waiver. The resolution also authorizes the City Manager to accept the lowest responsive and responsible bids utilizing informal bid processes for the necessary goods and services (construction, materials. furnishings and equipment), to hire design professionals. if necessan•, and allocates funds in an amount up to $200,000 from the FY 1999 Budget Surplus. BACKGROUND: The Department of Public Works has prepared the attached legislation. The project consists of the construction of handicapped bathrooms, parking spaces and other miscellaneous items at Miami City Hall. As stated m the City Manager's Emergency Finding, it is recommended that emergency procurement processes be implemented in accordance with Section 18-81(i)of the Miami Cite Code. By adoption of the attached resolution. the City Manager is authorized to seek informal bids for the needed construction. materials. furnishings and equipment, and the execution of contracts and to issue purchase orders to the lowest responsive and responsible bidder(s). If sufficient City forces are unavailable to complete the design of the project in a timely manner, the City Manager proposes to hire the services of professional design consultants within the fields of architecture, engineering and landscape architecture as may be required. Funds in the amount of $200.000 are available from the FY 1999 Budget Surplus for the necessary modifications and repairs. DHW: RL�JIK: AAB 99- "151 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To : File DATE : F{LE SUBJECTEmergency Finding: Waiver of Formal Bid and Competitive Selection Procedures for ADA Improvements at Miami City Hall FROM :Donald H. `Warshaw REFERENCES City Manager ENCLOSURES. This memorandum serves as a written report for the finding of a valid public emergency for the construction of required American Disability Act (ADA) improvements at Miami City Hall. This finding is based upon the following information supplied to me by the Director of the Public Works Department: 1)The City must comply with the Federal guidelines established by the ADA for the benefit of handicapped citizens. 2)A suit has been filed in the U S. District Court against the City for failure to comply with ADA requirements at Miami City Hall. 1 3)The City Attorney has determined that it would be in the best interests of the City to expeditiously comply with the complaint and complete the necessary improvements at Miami City Hall. 4)Adherence to normal procurement procedures for project implementation will impose a significant hardship on the City and the health. safety and welfare of its handicapped citizens and to the convenience of municipal affairs. 1 5)The estimated cost for these improvements varies between $100..000 to $200.000 depending upon I the selected design. There are sufficient funds in the FY 1999 budget surplus to accomplish these improvements. In order to initiate and complete improvements in a timely manner, formal competitive bid procedures shall be waived for the procurement of goods and services required for this project. pursuant to Section 1$-79 of the City Code. Informal bids shall be obtained for construction services. materials, furnishings, and/or equipment and contracts shall be executed by the City Manager with the lowest responsive and responsible bidder(s). 1 99 '"1 � If sufficient Cite forces are unavailable to complete the design of the project in a timely manner, the City Manager shall hire the services oi' professional design consultants within the fields of architecture, engineering and landscape architecture as may be required. in accordance xvith Section 18-81 of the Miami City Code which provides that the Cite Manager may dispense with competitive selection procedures in cases of valid public emergency. DHW: I��� 1 AAB Budgetary Impact Analysis 1. Department ;9.,lblfc arks Division Ar�m���str�t>o•� 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: )A 4. Is this item related to revenue? NO: X YES ________ (If yes, skip.to item #7.) 5. Axe there sufficient funds in Line Item? YES: ____ Index Code �- Minor Obj. Code Amount $ NO: ____ Complete the following questions: 6. Source of funds: Amount budgeted in the Line Item $� Amount needed in the Line Item $ 200, DQO Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Object/Project No. From $ To $ 7. (Joved by: 8. q ,2. X�, Y?epartmei`it N=ec!-tomesiiinee Pate FOR DEPARTMENT OF MANAGEMENT AND BUDGET USE ONLY Verified by: Verified by: Department of Management and Budget Director/Designee Budget Analyst Date Date CITY OF MIAMI. FLORIDA 1 INTER -OFFICE MEMORANDUM TO Walter J. Foeman °A 7 E 17 September. 1999 F LE Cite Clerk SUBJECT Ratification of the Cite Manager +� l� Finding of a Valid Emergency Existing for ADA Improvements at FROM: " REFERENCES ` games J. Kav, De�_ctor Miami Cite Hall. Public Works Department ENCLOSURES Please make arrangements to publish a Notice of Public Hearing for discussions pertaining to ratifying the Cite Alanager's «Witten finding that a valid emergency exist concerning the construction of required ADA (American Disability Act) improvements at Miami City Hall and waiving formal competitive sealed bid and competitive selection procedures and authorizing the City Manager to accept the lowest responsive and responsible bid in an amount not to exceed S200.000. The public hearing has been scheduled for October 12, 1999 Please charge to index code 310201-287. APPROVED JJK/AAB Agenda Coordinator , I , i CITE' OF MIAMI NOTICE OF PUBLIC HEARING A public hearing will be held by the Commission of the City of Miami. Florida, on October 12. 1999. at /U=�i�i the City Commission Chambers at City Hall. 3500 Pan American Drive. Miami. Florida. for the purpose of hearing objections from any interested parties affected by the ratifying of the City Manager's urim-n finding that a valid emergency exist concerning the construction of required ADA (American Disability Act) improvements at Miami City Hall and waiving formal competitive scaled bid and competitive selection procedures and authorizing the City Manager to accept the lowest responsive and responsible bid in an amount not to exceed $200.000 for construction of miscellaneous items at Mla_mi City Hall. All interested persons are invited to appear and may be heard concerning the ADA improvements at Miami City Hall. Should any person desire to appeal any decision of the City Commission with respect to any matter considered at this hearing. that person shall ensure that a verbatim record of the proceedings is made. including all testimony and evidence upon which am appeal may be based. Walter J. Foeman City Clerk - Miami, Florida i k 99- rf�1 r r i CITY HAI..L AI)AAC IMPROVEMENTS OPTION 2 COST ESTIMATE DEPARTMENT OF PUBLIC WORKS ESTIMATE STATUS: Preliminan+ DATE: 8112/99 PROJECT NAME: Miami Cfi► Hall ADAAG Improvements PREPARED BY: Antonio E. Perez JOB NO.: E-1061-T CIP NO.: ITEM NO. ITEM NAME UNIT QTY. UNIT COST ITEM COST REMARKS ADAAG Requiments Modifications Accessible Route - Exterior 1 Slope adjustment of existing 9,000.00 9,000.00 accessible route 2 Curb Ramp 3,500.00 3,500.00 3 Universal Disabled Parkin 4 3,000,00 3,000.00 w/resurfacing and proper strping _ 4 Parking and Directional Si na a 1,570.00 _ 1,570.00 5 Demolition and Disposal 1,700.00 1,700.00 SUB -TOTAL = $18,770.00 Option No. 1 11 Accessible Route --Interior 1 BuildingDemolition 1,500.00 1,500.00 O on No. 1 2 City Clerk's Counter 1,000.00 1,000.00 3 Mayor's Reception Counter 1,300.00 1,300.00 4 Replacement of Door Hardware 1,500.00 1,500.00 5 Si na a 2,000.00 2,000,00 6 Drinking Fountain 2,000,00 2,000.00 7 Disabled Toilet Rooms 127,500.DO 27,500.00 Option No. 1 ( Men and Women) SUB -TOTAL = $36,800.00 7 Fixed Sitting for Wheelchair 8,760.00 8,760.00 person and companion seating 8 Assisted Listening Devices at 5,500.00 5,500.00 Commission Meeting Chamber SUB -TOTAL = $14,260.00 1 TOTA.L = $55,570.00 Option No. 1 2 CONTINGENCY @ 10% = _ 0.20 $11,114.00 Option No. 1 TOTAL = $66,684.00 3 DESIGN FEES @ 5% 0.05 $3,334.20 Option No. 1 4 CONST. ADMINISTRATION 7% 0.07 $4,667.88 Option No. 1 GRAND TOTAL = $74,686.081 Option No. 1 Reference: Means 1999 C:Wy Docunwwft CttyHa11EST8W_-4s C.o I COST ESTIMATE DEPARTMENT OF PUBLIC WORKS ESTIMATE STATUS: Preliminary DATE: _8/23/99 PROJECT NAME: Miami City Hall ADAAG Improvements PREPARED BY: Antonio E. Perez JOB NO.: E-1061-T ICIP NO.: ITEM NO. ITEM NAME UNIT QTY. UNIT COST ITEM COST REMARKS I ADAAG RNulments Modifications Accessible Route - Exterior 1 Slope adjustment of existin 9,000,00 9,000.00 accessible route 2 Curb Ram 3,500.00 3,500.00 3 Universal Disabled Parkin 4 3,000.00 3,000.00 w/resurfacing and proper striping 4 Parking and Directional Si na a 1,570.00 1,570.00 5 Demolition and Disposal 1,700,00 11700.00 SUB -TOTAL = $18,770.00 Option No.3 If Accessible Route - interior 1 Building Demolition 3,000.00 3,000.00 Op6on No. 3 2 CRY Clerk's Counter 1,000.00 1,000.00 3 Mayor's Reception Counter 1,300.00 1,300.00 4 Replacement of Door Hardware 1,500.00 1.500.00 5 Si na a 2,000.00 2,000.00 6 Drinkinq Fountain 2.000.00 1119,000.00 2,000.00 7 Disabled Stall & Restrooms 119,000.00 Option No. 3 Men and Women) SUB -TOTAL = $129,800.00 8 Fixed Sitting for Wheelchair 8,760.00 8,760.00 person and companion seatin 9 Assisted Listenina Devices at 5,500.00 5,500.00 �. Commission Meeting Chamber SUB -TOTAL = $14,260.00 1 TOTAL = $148,570.00 Option No. 3 2 CONTINGENCY @ 20% - 0.20 $29,714.00 Option No. 3 TOTAL = $178,284.00 3 DESIGN FEES @ 5% 0.05 $8,914.20 Option No. 3 4 CONST. ADMINISTRATION 7% 0.07 $12,479.88 Option No. 3 loption GRAND TOTAL-7 $199,678.08 No. 3 Reference: Means 1999 t_ -- 7 51 COST ESTIMATE DEPARTMENT OF PUBLIC WORKS ESTIMATE STATUS: Preiimina!y DATE: 8/23/99 PROJECT NAME: Miami Citv Hall ADAAG 1wrovements PREPARED BY: Antonio E. Perez JOB NO.: E-1061-T ICIP NO.: ITEM NO. ITEM NAME UNIT QTY. UNIT COST ITEM COST REMARKS ADAAG Requirnents Modifications Accessible Routes - Exterior 1 Slope adjustment of existinn 9,000.00 9,000.00 accessible route 2 Curb Ramp _ 3,500,00 3,500.00 3 Universal Disabled Parkin 4 3,000.00 3,000.00 ,w/resurfacing and pro2er striping 4 Parkin and Directional Si na a 1,570.00 1,570.00 5 Demolition and Disposal 1,700.00 1,700.00 SUB -TOTAL = $18,770.00 Option No.2 I) Accessible Route - Interior 1 Bufldinq Demolftion 2,500.00 2,500.00 Option No.2 2 City Clerk's Counter 1,000.00 1,000.00 3 Ma or's Reception Counter 1,300.00 1,300.00 4 Replacement of Door Hardware 1,500.00 1,500.00 5 Si na a 2,000.00 2,000.00 6 Drinking Fountain 2,000.00 2,000.00 7 Disabled Stall & Restrooms 70,000.00 70,000.00 Option No.2 Men and Women) SUB -TOTAL = $80,300.00 8 Fixed Sitfln2 for Wheelchair 8,760.00 8,760.00 arson and companion seating 9 Assisted Listening Devices at 5,500.00 5,500.00 Commission Meeting Chamber SUB -TOTAL = $14,260.00 1 TOTAL = $99,070.00 Opdon No.2 2 CONTINGENCY @ 20% = 0.20 $19,814.00 Opfion No.2 TOTAL = $118,884.00 3 DESIGN FEES ja 5% 0.05 $5,944.20 Option No.2 4 CONST. ADMINISTRATION 7% 0.07 $8,321.88 Option No.2 GRAND TOTAL =1 y1;53,15U.Ut5jupnan No.1 Rofaron-n• &Aaane 1000 L