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