HomeMy WebLinkAboutR-96-0314F
J-96-367
4/16/96
RESOLUTION NO. b _ 314
A RESOLUTION, BY A 4/5THS AFFIRMATIVE VOTE OF
THE MEMBERS OF THE CITY COMMISSION, AFTER A
DULY ADVERTISED PUBLIC HEARING, RATIFYING,
APPROVING AND CONFIRMING THE CITY MANAGER'S
FINDING THAT AN EMERGENCY NEED EXISTED,
WAIVING THE REQUIREMENTS FOR COMPETITIVE
SEALED BIDS AND ACCEPTING THE INFORMAL BID OF
AMERICAN LIGHTING AND SIGP: 'kLIZATION, INC., FOR
THE PROJECT ENTITLED "ORANGE BOWL
MODERNIZATION PHASE 111, FIELD LIGHTING
REPLACEMENT, B-6260", IN THE AMOUNT OF
$263,991.43; ALLOCATING FUNDS THEREFOR FROM
THE CAPITAL IMPROVEMENT PROGRAM, FISCAL YEAR
1995-1996, PROJECT 404240 AND ORANGE BOWL
OPERATING BUDGET, INDEX CODE 350503-840, TO
COVER THE CONTRACT COST OF $263,991.43 AND
$39,598.72 TO COVER ESTIMATED EXPENSES, FOR AN
ESTIMATED TOTAL COST OF $303,590.15; FURTHER
RATIFYING, APPROVING AND CONFIRMING THE CITY
MANAGER'S EXECUTION OF THE NECESSARY
DOCUMENTS FOR THIS PROJECT.
WHEREAS, the Orange Bowl Stadium will host some of the 1996 Olympic
Soccer Games; and
WHEREAS, the City of Miami is committed to complying with the
regulations regarding level of field lighting as specified by the Olympic Committee;
and
ic!r ' COM USSION
MEETING OF
MAY 2 3 1996
WHEREAS,
pursuant to Motion
96-232, adopted March 26,
1996,
instructions were
given to proceed with
said lighting modifications at the
Orange
Bowl Stadium on an emergency basis; and
WHEREAS, on April 4, 1996, as a result of informal bidding procedures, it
was determined that American Lighting and Signalization, Inc., was the lowest
responsive and responsible bidder for the project, in the amount of $263,991.43;
and
WHEREAS, funds for said lighting modifications, in an amount not to exceed
$335,000, are available from the FY '96 Orange Bowl Operating Budget, Index
Code 350503-840 and CIP Project 404240;
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 4/5ths affirmative vote of the members of the
City
Commission, after
a
duly advertised public hearing, ratifying, approving
and
confirming the City Manager's finding that an emergency need existed and
f
accepting the informal bid of American Lighting and Signalization, Inc., for the
project "Orange Bowl Modernization Phase III, Field Lighting Replacement,
i
i B-6260", ("Project"), for the Department of Public Works, in the amount of
$263,991.43, with funds therefor hereby allocated from the Capital Improvement
96- 314
Program, Fiscal Year 1995-1996, Project 404240 and Orange Bowl Operating
Budget, Index Code 350503-840, to cover the contract cost of $263,991.43 and
$39,598.15 to cover estimated expenses, for an estimated total cost of
$303,590.15.
Section 3. The requirements for competitive sealed bids are hereby waived
for the acquisition of goods and services from American Lighting Signalization,
Inc., for the above Project.
Section 4. The City Manager's execution of the necessary documents to
i
complete the Project, is further ratified, approved and confirmed.
Section 5. This Resolution shall become effective immediately upon its
adoption.
PASSED AND ADOPTED this 23rd day of ; Ma 1996.
ATTEST:
L-�WALTE ,'J. 0 AN
CITY CL K
CAPITAL PROJECT REVIEW:
GRA SHEEHAN, COORDINATOR, CIP
I
3-
Uti- 314
96- 314
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Honorable Mayor and Members
of the City Commission
FROM
Cel
Cit
RECOMMENDA TION
�i
DATE APR i 6 ION FILE
SUBJECT : Orange Bowl Modernization
Ph. III Field Lighting
Replacement Resolution
REFERENCES:
ENCLOSURES Confirming the Contracting
for Goods and Services
It is respectfully recommended that the City Commission adopt the attached
Resolution ratifying, approving, and confirming the action of the City Manager
and authorizing the EMERGENCY contracting of goods and services for the
project Orange Bowl Modernization, Phase III, Field Lighting Replacement. Job
No. B-6260.
BACKGROUND
The Orange Bowl Stadium will frost some of the 1996 Soccer Olympic Games and
the City of Miami is committed to comply with regulations regarding soccer field
level of lighting as specified by the Olympic Committee.
The Scope of work includes the replacement of the field in order to comply with
Federation Internationale de Football Association regulations.
At the commission meeting of March 26, 1996, Motion of Intent 96-232 was adopted to
proceed with said field lighting modifications at the Orange Bowl Stadium on an
emergency basis.
Also, on April 4, 1996 our 4 bids were received for the project named "Orange Bowl
Modernization, Phase III, Field Lighting Replacement, B-6260". and the lowest
responsive and responsible bidder was American Lighting & Signalization, Inc.; in the
amount of $163,991.43.
96- 314
Page Two ��► "�
Orange Bowl Modernization - Ph. III -
Lighting Replacement Field
i
It is now recommended that the City Commission adopt the attached Resolution ratifying,
approving, and confirming the action of the City Manager in authorizing the emergency
contracting of goods and services for the project Orange Bowl Modernization Phase III
l Field Lighting Replacement, B-6260, in the total amount of $303,590.43. Funding is
available under CIP Project No. 404240 as appropriated by Fiscal Year 1995-1996, and
Orange Bowl Operating Budget No. 350503-840.
i
j
j
I
i
f
2 96-- 314
TO : FI LE
Cesar H. Odio
FROM : City Manager
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE : April 16, 1996
FILE :
SUBJECT : EMERGENCY FINDING
Orange Bowl Modernization
Ph. III, Field Light
Replacement - B-6260
REFERENCES:
ENCLOSURES:
Based on information supplied to me by the Director of the Department of Public
Facilities, I have found that a valid EMERGENCY exists justifying the purchase of
goods and services for the Orange Bowl Stadium.
The Orange Bowl Stadium will host some of the 1996 Soccer Olympic Games and
the City of Miami is committed to the Olympic Committee to comply with the
requirements regarding soccer field levels of lighting as specified by the
Federation Internationale de Football Association. On February 8, 1996, the
Olympic Soccer Committee requested a confirmation of 140 Foot Candles of
maintained level of light intensity for the playing field.
After Hurricane Andrew repair work was completed, a maximum reading of 120
foot candles was obtained at the center of the field, for an average overall reading
of 80 foot candles, for a playing field measurement of 160' x 360'. A new
measurement of lighting intensity level was done on February 28, 1996, having
obtained a maximum reading of 80 foot candles at the center of the field and an
average overall reading of 60 foot candles for the rest of the field.
Based upon the technical evaluation of the existing conditions and the new
requirement in the level of light intensity, and the extended size of the playing
field to 225' x 360', i have directed the Department of Public Works to prepare
plans and specifications and to receive informal sealed bids to upgrade the
Stadium lighting system on an emergency basis. On April 4, 1996, the Department
of Public Works received four (4) informal sealed bids for the project "Orange Bowl
Modernization, Ph. III, Field Lighting Replacement. B-6260", and the lowest
responsible and responsible bidder was American Lighting and Signalization, Inc.,
in the amount of $263,991.43.
Since time is of the essence in order to meet the deadline date imposed by the
1996 Soccer Olympic Games, it is recommended that a contract be awarded to
American Lighting and Signalization, Inc., in the amount of $263,991.43, for the
project "Orange Bowl Modernization, Ph. III, Field Lighting Replacement". Funding
in the amount of $40,000. From the Orange Bowl Operating Budget Acct, #350503-
840, and $223,991.43 from CIP Project No. 404240, plus expenses, is already
allocated for the project. This contract will be submitted to the City Commission
for ratification as soon as possible.
9'6-- 314 1
F
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
DATE: 4/5/19%
JOB #: B-6260
PROJECT NAME: ORANGE BOWL FIELD LIGIITING REPLACEMENT PROJECT
CEP # 404240 and 404000 (;)
LOCATION: 1501 Northwest 3rd Street
PROJECT MANAGER Jose A. Briz
TypE_
FEI)ERALPARTICIPATION: Q
ASSOCIATED DEPARTMENT: Public Facilities
ASSESSABLE:
EMERGENCY:
RkSOLUTEON 4:
BID REQUEST: FOR.�(AL INFOI2MAL�
DFSCREMOM The project consists of the furnishing of all labor, materials and equipment for the following_
1. The removal fo 320 existing sport light fixtures and ballasts, wires, etc. from the stadium eight light towers.
2. The purchase of new sport light fixtures, ballasts and miscellaneous lighting ui ment and hardware.
hti
3. The purchase and installation of wires, circuit breakers, etc. and the Installation of the Ughting
equipment and materials.
(k) Project No. # 404240: $210,000.00 and Project No. # 404000 (Index Cale 350503-840): $40,000.00
SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF CONST. COST)
SURVEY / PLAT 0 0
SITE INVESTIGATION
PLANNING AND STUDY O $ S,279.83 2 % OF EC
DESIGN [� s 18,479.40 7 % OF Ec
SPECS AND BID PROCESS =` na Q $ 5,279.83 2 % OF EC
BLUEPRINTING AND ADVERTISING O $ (�
CONSTRUCTION% s 263,991.43 taro)
CONST.INSP. & MANAGENIENT s 10,559.66 4 %oFsto
OTHER $ (�
susmrAL s 303,590.15 15 %
INDIRECT COSTS - (L43%) $ (� (>• �)
CONTINGENCIES (5°/-) $
(M ESTIA(ATE OOMSI: COST. S 250,000.00 'TOTAL s 303,398.15
(q EsnnuTE
CONTRAC1 OR'S INFORMATION:
CIASr&-. FTI ml Fs--1 NON - MINORITY
TYPEOFWORB: gaginecring-Construction MINORITY O =H
YEARS OF ESTABEI:SHIAENf: I1 Fears LECENSE ECOM229
NAME: American Lighting & Signa11Zation,. Inc. TELEPHONE. (704) 743-0908
ADDRESS: 1001 Jupiter Park Drive, Slate 108 Jupi(er, FL 33458
CONTACTPERSON: Mark Sirmon or Dennis SChwarzkopf
CLASS: J=JOINT P=PRIME S=SUB
MINORITY: &=BiACK H=HISPANIC F=FEMALE
still-f OSTRAC'TOR-li
P Andre Brym
CVpZ5: A=*TAd4T'3IRET.7FR5. UU.) FWq;-T4:4, r«.c,
96-- 314 5
0
A ORMAL BID
I
ORANGE BOWL FIELD LIGHTING REPLACEMENT PROJECT
Project Number: B-6260 CIP Number: 404240 and 404000
Project Manager: JOSE A, BRIZ Date: 04/ 04 / 96
Person who received the bids: JOSE A. BRIZ_ Received at: Public Works Dept„ 444 SW 2nd Avenue
Construction Estimate = $ 250,000,00 Timc: 11:00 A.M. _
BIDDER
&EIqc{ric
powor Electrlo
1lectrical cont Servic
ADDRESS
1001 Jupiter Park Dr.,
108 Ju iter FL 33458
8900 NE 4 Court, Miami
8950 NW 119 Street
Hialeah Gardens, Fl
2294 W 78 Street, Hialee,
BID BOND AMOUNT
6% Bid Bond
$36.000.00 Bid Bond
5% Bid Bond
$25.000.00 Bid Bond
IRREGULARITIES
MINORITY OWNED
No
No
NO
NO
ITEM No.
DESCRIPTION
PRICE
TOTAL
UNIT PRICE
TOTAL
UNIT
PRICE
TOTAL
NIT PRICE
TOTAL
1
Removal of (320) existing sport light
fixtures and ballasts, wires, eta, from
the stadium light towers.
$18 690.00
$19 319.00
$43,710.00
$28,300,00
2
Purchase of now sport light fixtures
and lighting hardware,
$183,380.00
$202,669.00
$161,120.00
$208,000.00
3
Purchase and installation of circuit
breakers, wires, etc., and installation of
now lighting equipment and materials,
$35,881.43
$47,600,00
$67.142.00
$74 700.00
4
Provi8lon for Special Items
$8,000.00
VE0000,00
$8.000.00
$8,000.00
TOTAL BASE BID:
$243,861.43
$277.566.00
1279,972.00
$319.000.00
ADDITIVE ITEM A
Purohaee and installation of lighting
hardware for npill and glare control,
$20,140.00
$21,864.00
17,000.00
g2L,960,00
° IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM AmericAn
B - No Affidavit an to Capital & Surplus of Bonding Company Lighting & Signalization FOR THE TOTAL AMOUNT OF S263,991,43 $
C - Corrected Extensions
D - Proposal Unsigned or improperly Signed or no Corporate Seal
E - Incomplete Extenaione
F - Non-rosponnive bid -�* — BASE BID PLUS ADDITIVE ITEM A ------------------------------
0 - Improper Bid Bond p-------"-- -------`--"------
H- Corrected Bid -- ^.�--- --- ---------------------------------
1 - No First Source Hiring compliance Statement Vizor--- =,_! ___
- ---- - Qd - - -- - - -----------------
J - No Minority Compliance statement----l1!%i3 f f�-_----- --- ----------------------------------
- No Duplicate Bid Proposal SHE-ET1 OF 2
Prepared by Andre' Bryan under file 096280BT,DWO-----------�----------------------------------.----------------------
.:
C?:
FORMAL BID
ORANGE BOWL FIELD LIGHTING REPLACEMENT PROJECT
Project Numbelr; 8-6260 _ CIP Number:_ 404240 and 404000
Project Manager: JOSE A. BRIZ _ Date: 04/ 04 /-6
Person who received the bids: JOSE A, BEIZ Received at: Public Works Dept, 444 SW 2nd Avenue
Construction Estimate — 260,000,00 Time: 11:00 A.M.
BIDDER
_
ADDRESS
108 NW 3 Street
Boom Raton, FL 33432
BID BOND AMOUNT
6% Bid Bond
IRREGULARITIES
MINORITY OWNED
No
No
No
NO
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
PRICE
TOTAL
1
Removal of (320) existing sport light
fixtures and ballasts, wires, eto. from
the stadium light towers.
$46,046.00
2
Purchase of new sport light fixtures
and lighting hardware.
$205,147.00
3
Purchase and installation of circuit
_
breakers, wires, eta„ and installation of
now lighting equipment and materials.
131 698,0
4
Provision for Special Items
$8,000,00
TOTAL BASE BID: —
$390,789.00
ADDITIVE ITEM A
�
Purchase and installation of Lighting
hardware for spill and glare control.
$29,000.00
* IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PU3LIC WORKS THAT
A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM ArnericAn
B - No Affidavit as to Capital & Surplus of Bonding Company Lighting & Signalization FOR THE TOTAL AMOUNT OF $263,991.43 +
C - Corrected Extenalone
D - Proposal Unsigned or improperly Signed or no Corporate Seal
E - incomplete Extenelone +\\ BASE BID PLUS ADDITIYE ITEM_ A __ _________ __ _______ _____
F — Non —responsive bid _�1_=____
0 — Improper Bid Bond d,t_c .------- —ADDITIVE
----------------------------------
H — Corrected Bid �— --a'—" —
I — No First Source Hiring Compliance Statement —,--==`}-----� c�Z —
J - No Minority Comptienoe Statement ____— �f1St__________ _ _____ ________________
K - No Duplicats Bid Proposal _.._____________
-- SHEET 2 0_ 2
Prepared by Andre Bryan under file OB8280HT.DKO---------------------- _______________________________
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
ro : Walter J. Foeman DATE : April 9, 1996 FILE
City Clerk
SUBJECT Request to Publish Notice
of Public Hearing for an
Emergency Resolution
Waldemar E. Lee, Director
FROM Public Works Department REFERENCES
Advertisement
ENCLOSURES.
Please make arrangements to publish a Notice of Public Hearing for discussions
pertaining to an Emergency Resolution ratifying, approving and confirming the
action of the City Manager and authorizing the emergency contracting of goods
and services for the Projects "ORANGE BOWL MODERNIZATION PHASE III, LIGHTING
REPLACEMENT" , in the amount of $263,991.43, between the City of Miami and
American Lighting & signalization, Inc., and "ORANGE BOWL FIELD, SOD
REPLACEMENT", in the amount of S56,000.00, between the City of Miami and Tifton
Select Grassing, Inc.
The public hearing has been scheduled for , 1996.
Please charge to index code 319202-287, Project 404240.
4
APPROVED
Elvi Ggilasteguiup
Agenda Coordinator
I
f
I, •
I
I
i
96- 3-14�
CITY OF MIAMI
NOTICE OF PUBLIC HEARING
A public hearing will be held by the Commission of the City of Miami, Florida, on
at in the City Commission Chambers at City Hall, 3500 Pan American
L Drive, Miami, Florida, for the purpose of hearing any comments by the City
Commission from any interested parties affected by an Emergency Resolution
ratifying, approving and confirming the action of the City Manager and
authorizing the emergency contracting of goods and services for the projects
"ORANGE BOWL MODERNIZATION PHASE III, LIGHTING REPLACEMENT, B-6260" in the
amount of $263,991.43, between the City of Miami and American Lighting and
Signalization, Inc., and "ORANGE BOWL FIELD, SOD REPLACEMENT, B-6257", in the
amount of $56,000.00 between the City of Miami and Tifton Select Grassing, Inc..
I All interested persons are invited to appear and may be heard concerning this
award. Should any person desire to appeal any decision of the City Corrimission
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 any appeal may be based.
Walter Foeman
City Clerk
Miami, Florida
314
11