Loading...
HomeMy WebLinkAboutLegislationCity of Miami Legislation Resolution City Hall 3500 Pan American Drive Miami, FL 33133 www.ci.miami.fl.us File Number: 06-00472 Final Action Date: A RESOLUTION OF THE MIAMI CITY COMMISSION, BY A FOUR -FIFTHS (4/5THS) AFFIRMATIVE VOTE, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S EMERGENCY FINDINGS, WAIVING COMPETITIVE BIDDING PROCEDURES, PURSUANT TO SECTION 18-89 AND 18-90 OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, AWARDING A BID TO ELECTRICAL CONTRACTING SERVICE, INC., FOR SPORTS AND SECURITY LIGHTING REPAIR WORK , FOR THE PROJECT ENTITLED "ORANGE BOWL STADIUM EMERGENCY SECURITY AND SPORTS LIGHT FIXTURE REMOVAL,B-30387, " IN AN AMOUNT NOT TO EXCEED $56,800; AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER, FOR SAID PURPOSE; ALLOCATING FUNDS FROM HURRICANE WILMA ACCOUNT NO. 800007, FOR, SAID PURPOSE. WHEREAS, during Hurricane Wilma, substantial damage was sustained at the Orange Bowl Stadium lighting that caused a potential threat to the stadium employees and public safety; and WHEREAS, one of the Tight towers was ripped from its support and fell to the ground destroying the light fixtures; and WHEREAS, the remaining light towers became structurally unsafe; and WHEREAS, the remaining light fixtures were misaligned, loosened and added to the instability of the towers; and —WHEREAS, IEREAS, work had to be completed expeditiously in order not to disrupt the University of Miami football season; and WHEREAS, Electrical Contracting Service, Inc., is fully familiar with the Tight fixtures on the towers, is qualified and willing to perform the repairs in a timely manner, and Florida Statute 255.20 exempts repair and maintenance of existing public facilities from formal competitive bid requirements; and WHEREAS, Electrical Contracting Service, Inc., estimated the cost of the repairs, including labor and materials, not to exceed $56,800, including labor and materials; and WHEREAS, it is in the best interest of the City of Miami ("City") to authorize Electrical Contracting Service, Inc., to perform the work; and WHEREAS, funds in the amount of $56,800, for the "Orange Bowl Stadium - Emergency Security and Sports Light Fixture Repairs" work are available from Hurricane Wilma Account No. 800007; and WHEREAS, the actions of the City Manager in approving the foregoing work based on his Emergency Findings, need to be ratified, approved and confirmed by the City Commission under the City of Miami Page 1 of 2 Printed On: 3/24/2006 File Number: 06-00472 Code of the City of Miami, Florida, as amended ("City Code"); and WHEREAS, Florida Statute 255.20 (c )(5) exempts from its provisions projects such as this one which are undertaken as repair or maintenance of an existing public facility; and WHEREAS, it is the finding of the City Commission, based on the representations of the Department of Capital Improvements and Transportation and the City Administration that said Project qualifies for that exemption; and WHEREAS, §18-89 of the City Code provides that the findings contained herein be made at a properly advertised public hearing by the City Commission; 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 adopted by reference and incorporated as if fully set forth in this Section. Section 2. By a four -fifth (4/5ths) affirmative vote, the City Manager's emergency findings, waiving competitive bidding procedures, pursuant to Section 18-89 and 18-90 of the Code of the City of Miami, Florida, as amended, awarding a bid to Electrical Contracting Service, Inc., for the project entitled "Orange Bowl Stadium Emergency Security and Sports Light Fixture Removal, B-30387," is ratified, approved and confirmed. Section 3. The City Manager is authorized {1} to issue a Purchase Order, in an amount not to exceed $56,800, with funds allocated from Hurricane Wilma Account No. 800007, for said purpose. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.{2} APPR • VE S TO FORM AND C RECTNESS Ake J • ' G L F = RNANDEZ CITY • TTO NEY Footnotes: {1} 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. {2} 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. Clty of Miami Page 2 of 2 Printed On: 3/24/2006