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