Loading...
HomeMy WebLinkAboutR-98-1116J-9$-1071 11/5/98 RESOLUTION NO.yy H I v A RESOLUTION, BY A FOUR -FIFTHS AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY COMMISSION, RATIFYING THE CITY MANAGER'S FINDING THAT AN EMERGENCY SITUATION EXISTS, AND THAT THERE IS ONLY ONE REASONABLE PROVIDER OF THE REQUIRED SERVICES AT THIS TIME, AND APPROVING THE CONSTRUCTION OF A PORTABLE STAGE, IN THE AMOUNT OF $75,000, BY RJB BUILDERS CORPORATION (RJB) AT THE MILDRED AND CLAUDE PEPPER BAYFRONT PARK (BAYFRONT PARK); ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROGRAM FUNDS, "BAYFRONT PARK IMPROVEMENTS", PROJECT NO. 331401; FURTHER AUTHORIZING THE BAYFRONT PARK MANAGEMENT TRUST (TRUST) TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH RJB FOR THIS PROJECT. WHEREAS, the City of Miami approved the allocation of $1,000,000 for capital improvements projects at the Mildred and Claude Pepper Bayfront Park (Bayfront Park); and WHEREAS, the Bayfront Park Management Trust (Trust) seeks to maintain and expand community sponsored activities and involvement in Bayfront Park; and WHEREAS, before the upcoming holiday season arrives, the Trust requires completion of a portable stage to be used for presentations and special events by civic, cultural and nonprofit organizations; and WHEREAS, RJB Builders is presently under contract with the CITY C010=810N WING CW NOV 17 1998 R"Oiwim NO, Trust constructing aprons and walkways in the south end of Bayfront Park; and WHEREAS, the additional work for construction of a portable stage can be performed by RJB as the reasonable provider of such construction services, notwithstanding that the contract does not contemplate an increase in scope of work or compensation; and WHEREAS, to assure completion of the stage construction in time for planned holiday events, the City Manager has made a finding that an emergency situation exists and that RJB is the most reasonable source for construction of the stage; and WHEREAS, funds are available from Capital Improvement Program funds, "Bayfront Park Improvements", Project No. 331401 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 affirmative vote, the City Commission hereby ratifies the City Manager's finding that an emergency situation exists and that there is only one reasonable provider of the required services at this time, and approves the construction of a portable stage, in the amount of $75,000, by RJB Builders Corporation (RJB) at the Mildred and Claude Pepper Bayfront Park, with funds therefor hereby allocated from Capital Improvement Program Funds, "Bayfront Park Improvements", Project 2- 98-1116 No.• 331401. Section 3. The Bayfront Park Management Trust is hereby authorized1l to execute a contract, in a form acceptable with the City Attorney, with RJB for this project. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor2l. PASSED AND ADOPTED this 17th ATTEST: day of November JOE CAROLLO, MAYOR In Wince with Miami Code Sec. 2-36, since the Mayor did not indicate approval of ii 6 bVelation by signing it in the designated plaice provided, said iE gi ftt on now bites effective with the elapse of ten (1 0) day rom the ate of �;oiena' icnction 19 nding same, without the Mayor gxerc*ft a y to. /, JI J._P66m$n, City Clerk WALTER J. FOEMAN CITY CLERK APPROAy'�O FORM AND CORRECTNESS RDRO VILARELLO ATTORNEY W2997:CSK l� 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. 3- 98-1116 To: Honorable ayor and Members of the C' Commission From: Ionald H. Warshaw City Manager RECOMMENDATION: 23 NOV - 9 I9^ Subject: Portable Stage for Bayfront Park Management Trust For City Commission Meeting of Based on information supplied to me by the Director of the Bayfront Park Management Trust, I have found that an EMERGENCY exists justifying an increase in the construction services agreement with RJB Builders Corporation, in an amount not to exceed $75,000 to provide the Bayfront Park Management Trust and the City of Miami with a portable stage to be used by various cultural and nonprofit groups with funds therefor hereby allocated from the Capital Improvement Program, "Bayfront Park Improvements", Project No. 331401. BACKGROUND: The Bayfront Park Management Trust has successfully managed Bayfront Park with the goal of ensuring maximum community involvement. The Trust has on occasion needed to provide a portable stage for cultural and nonprofit groups using Bayfront Park. The construction of this portable stage will greatly enhance the ability of the Trust to introduce Miami's vibrant performance groups to the area's residents and visitors. DHWlimk Attachments: resolution 98-1116 M I L D R E i� A N D C L A U D E P E P P E R BAYFRONT PARK MANAGE M ENT TRUST 301 N. BISCAYNE BOUI.EVAAD. MIAMI. FL 33132 TELEPHONE: (305) 350.7550 FAX: (305) 358-1211 October 8, 1998 TO: Donald H. Warshaw City Manager FROM: Ira Marc Katz Executive Director & General Manager Subject: Authorization of expenditure for portable stage The Bayfront Park Management Trust has verified with the Office of Budget and Management Analysis that funds in an amount not to exceed S75,000 are available from the Capital Improvement program, "Bayfront Park improvements", Project No. 331401. Budgetary Review and Approval By: Date: _ �1-7ff- ipak Parekh, Director Office of Budget and Management Analysis 12 IIwts cc: file 98-1116 Z00 'd IIZ1AE-SOS:131 INOW HYd INO RY9 H11 I1886,b0- 100 M I L D R E A N D C L A U D E P E P P E R TO: Donald H. Warshaw City Manager FROM: Ira M'nc Katz Executive Director & General Manager BAYFRONT PARK M A N A G E M E N T T R U S T 301 N. 61SCAYNE BOULEVARD. MIAMI. FL 33132 TELEPHONE(305)358-7550 FAX (305) 358.1211 DATE: November 6, 1998 SUBJECT: Emergency Construction of a Portable Stage for Bayfront Park. REFERENCES: ENCLOSURES: I have found that an EMERGENCY exists with regards to the construction of a portable stage for Bayfront Park. To ensure completion of the stage in time for planned holiday events, the only reasonable provider of the required services is RJB Builders Corporation, currently under contract to construct aprons and walkways in Bayfront Park's south end. I am requesting an increase of RJB Builders Corporation contract in the amount not to exceed $75,000 for the construction of a portable stage, with funds coming from "Bayfront Park Capital Improvements", Project No. 331401. If the aforementioned emergency purchase under the City Code meets with your approval, please sign in the space below. Approved by: ( Date Donald H. Warshaw City Manager cc: Honorable Mayor and Members of the City Commission 98-1116 CITY OF MIAMI OFFICE OF THE CIT'. +,ERK BID SECURITY LIST BID ITEM: AUTOMATED CAR WASH AT 400 N.W. 2nd Ave. BID NO.: 97-98-161R DATE BID(S)OPENED: AUGUST 12, 1998 TIME 10:00 a.m. BIDDER • TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK CAR WASH EQUIPMENT & SUPPLIES See attached bid INTEGRATED CLEANING SYSTEMS " NO BID BAEZ EQUIPMENT CO. S.N.M. MFG. INC. GEORGE & ROBYN GUANCHE --utters from the vendors listed herein received timely a are the only o } _. -v... „ eTF ' of er offers submitted in try are hersby r,-',ggfgj rrq% ;a rV= s y rteeived (J` ) envelopes on behalf of eC eiving bids) PURCHASING DEPARTMENT o►:_�s (City Department) SIGNED: eputy City Clerk S CITY OF MIAMI ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO.97-98-108 Hauling and Disposal of Rubble at NW 1 Ith Street and 22nd Avenue. OPENING DATE: 12:00 P.M. Monday, August 10, 1998 This bid has been designated as a set aside for Black, or Female vendors certified with the City of Miami's Minority/Women Business Enterprise (M/WBE) Program. Vendors currently certified with Dade County Public Schools or Miami -Dade County must be M/WBE certified with the City of Miami, prior to bid award. Firms/sole proprietors interested in becoming M/WBE certified with the City are required to contact the City of Miami Minority Business Enterprise Office to obtain and complete the City's certification requirements, 444 SW 2nd Avenue, 6m Floor, Telephone 416-1913. BID NO.97-MI-61 R Automated Car Wash at 400 NW 2nd Avenue OPENING DATE: 10.00 A.M. Wednesday, August 12, 1998 Detailed specifications for these bids are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FI. 33130. Telephone No. 416-1904. Donald H. Warshaw City Manager AD NO. 5314&5315 CITY OF MIAMI LOGO �J A • -'7 �f �i W y- Q� City of Miami REQUISITION FOR ADVERTISEMENT This a nappear ber themust advertisement. INSTRUCTIONS: Please type and attach a copy of th v rti m nt with this reauisition. 1. Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: ❑ Yes ❑ No 5. Prepared by: 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be published: 10. Type of advertisement: Le al ❑ Classified ❑ Display 11. Remarks: 12. Publication Date(s) of Advertisement Invoice No. Amount _! ;� _. _ f— N Trt 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment Date C IGS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Manaaementl and retain Pink rnnv DISTRIBUTION: White - G.S.A.; Canary - Department