Loading...
2003-25371 Reso RESOLUTION NO. 2003-25371 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING STANDING ORDERS IN THE TOTAL AMOUNT OF $31,736, TO LUIS E. ROCA, INC., TO PROVIDE FOR CONCRETE FORM AND PLACEMENT SERVICES IN THE BYRON CARLYLE THEATER. WHEREAS, during the programming and design of the Phase II space of the Byron Carlyle Theater, it was determined that concrete form and placement services would be required to accommodate the construction requirements of the new performing arts theater; and WHEREAS, the Mayor and City Commission, at the November 28, 2001 Commission meeting, adopted Resolution No. 2001-24677, which authorized the Property Management Director to serve as the Certified General Contractor for the renovations of the Byron Carlyle Theater; and WHEREAS, the Property Management Director exercised the authority given to him by the City Manager and City Commission, and prepared a scope of work and a base concrete form and placement plan for bid; and WHEREAS, after the base concrete form and placement plan was complete, four certified concrete form and placement contractors were contacted to provide quotes for the scope of the work which resulted in two responsive bids for the project; and WHEREAS, the Property Management Director, after reviewing the bids, checking references, licensing, and insurance requirements determined that Luis E. Roca, Inc. provided the lowest responsive responsible bid for the work; and WHEREAS, a standing order was issued to Luis E. Roca, Inc. for the base bid amount of $19,650 for concrete form and placement work in the Byron Carlyle Theater; and WHEREAS, the design of the performing arts theater was changed to incorporate additional needs, thus additional concrete form and placement services were required that resulted in an increase to the standing order to Luis E. Roca, Inc. in the amount of $12,086, that brought the cost of concrete form and placement services performed in the Byron Carlyle Theater to the total amount of $31,736; and WHEREAS, as required by Resolution No. 2001-24677, the Administration herein requests that the Mayor and City Commission ratify the aforestated Standing Orders which are deemed necessary to continue the work on the Byron Carlyle Theater. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby ratify the Standing Orders in the total amount of $31,736, to Luis E. Roca, Inc. to provide for concrete form and placement services in the Byron Carlyle Theater. PASSED and ADOPTED THIS 15th day of October 2003. ATTEST: {Jlw~ f~~ CITY CLERK APPROVED M 10 FORM & lANOUAOE & FOR EXECUTION - "D( 1P::J:3 CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY ~ - Condensed Title: Ratification of Contract to Luis E. Roca, Inc., in the total amount of $31,736, for concrete form and placement services performed in the Byron Carlyle Theater. Issue: Shall the City Commission ratify Contract, in the total amount of $31,736, to Luis E. Roca, Inc. for concrete form and placement services performed in the Byron Carlyle Theater? Item Summarv/Recommendation: In accordance with Resolution No. 2001-24677 adopted by the City Commission on November 28'",2001 the Administration, through its Property Management Director, is providing General Contracting services including bidding, the award of contracts for work, and change orders on the Byron Carlyle Theater. Under the provisions of the Resolution, contracts or purchases exceeding $25,000 must be brought to the City Commission for Ratification. After a base bid process that was specific to the design needs of the Byron Carlyle Theater, Luis E. Roca, Inc. was the lowest responsive responsible bidder for the scope of work outlined in the bid. Luis E. Roca, Inc. was issued a standing order for the base work. After the base concrete form and placement work began, additional concrete form and placement services were required to facilitate design changes of the Theater. A standing order increase was issued for the additional work bringing the total for concrete form and placement services required at the Byron Carlyle Theater to $31,736. The Administration recommends that the Mayor and City Commission ratify the Contract with Luis E. Roca, Inc. in the amount of $31 ,736, for concrete form and placement services performed at the Byron Carlyle Theater. Advisory Board Recommendation: I N/A Financial Information: Amount to be expended: Source of Amount Account APproved Funds: 1 $31,736 # 303.2316.000676 IF;~l 2 State Cultural Facilities Grant 3 FY 01/02 4 Total $31,736 City Clerk's Office Legislative Tracking: I Si City Manager NDA ITEM ~ 1 t-1 DATE 1/1 -I~~tJ3 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http://ci.miami-beach. fl. us ~ COMMISSION MEMORANDUM DATE: October 15, 2003 FROM: Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez ~ ~ City Manager 0 TO: SUBJECT: A RESOLUTION OF THE MAYOR AND MEMBERS OF THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING CONTRACTS IN THE TOTAL AMOUNT OF $31,736, TO LUIS E. ROCA, INC., TO PROVIDE FOR CONCRETE FORM AND PLACEMENT SERVICES IN THE BYRON CARLYLE THEATER. ADMINISTRATION RECOMMENDATION Adopt the resolution. ANALYSIS During the design of the Phase II interior space of the Byron Carlyle Theater, it was determined that concrete forming and placement would be required to facilitate the leveling and structural repairs to specific areas in the lobby and theater spaces and in the construction of accessible concrete ramps to comply with requirements of the Americans with Disabilities Act (ADA), in providing for a compliant path of travel. The Mayor and City Commission, at the November 28, 2001 Commission meeting, adopted Resolution No. 2001-24677, which authorized the Property Management Director to serve as the Certified General Contractor for the renovations of the Byron Carlyle Theater. The Property Management Director exercised the authority given to him by the City Manager and City Commission, and developed a base structural floor plan, that was approved and sealed by a structural engineer, to provide a method to obtain competitive bids for the work. Four certified contractors that specialized in concrete forming and placement were contacted to provide quotes for the base concrete work. Of the four (4) firms that received bid packages, two (2) submitted quotes for the project. After reviewing the 1 quotes, and after checking background references, licensing, and insurance requirements, the Property Management Director determined that Luis E. Roca, Inc" was the lowest responsive responsible bidder on the project. A standing order was made to Luis E. Roca, Inc., in the amount of $19,650, to provide for the base concrete form and placement requirements for the Byron Carlyle Theater. During the course of the design and construction, it was determined that additional concrete forming and placement was required to facilitate the repairs of the building's floors where roof drain underground pipes and sanitary sewer lines were replaced, to provide for an elevated and level floor in the dressing room areas ofthe theater, and to cut, form, and pour a opening in a concrete wall to provide for a backstage path of travel to the existing restrooms inside the facility. Luis E. Roca, Inc. provided an estimate of $12,086 for the additional concrete form and placement costs. A standing order increase of $12,086 was made to the existing standing order with Luis E. Roca, Inc. bringing the total to $31 ,736 for concrete form and placement requirements at the Byron Carlyle Theater. The Administration recommends that the Mayor and Members of the City Commission of The City of Miami Beach ratify the Property Management Director's Contracts to Luis E. Roca, Inc., in the total amount of $31.736, for concrete form and placement services performed in the Byron Carlyle Theater. JMG/RCM/FB/BAJ C:\My Fi/es\CommemoIByronRatifyConcreleMemo.DOC 2 . , Z o ;; :; is ... Z W ::I: W i W ::I: a:: ~w'" a::i=:3... w...%W Q.cC"'W o w% a::~..Jrn Q.a::~z %ea::O u;>cCi= :3~Uj fIlWZ::) _a::Ofll ~~~fIl~ -0 ::I:u I&. o ~ o ^'.~\;;.I:.:'.~,^..,.,.:' .,..", ii ;~; { )1 'J Co !i !!u .z5 .- u ~ ~;;~p U .5 C ..J .2 .1:; 1&.2 1ii c o u "CIU ..5 si 1ft ! ~ U o c %0 U I - . U .5 If o . a::~ we) 1ft '$ ..J Z o i= Q. ii2 u rn W Q City of Miami Beach ~ Procurement Division ~ 1700 Convention Center Drive Miami Beach FL 33139 . PURCHASE e'ER I CHANGE ORDER ,--. MAIL INVOICE TO: "SHIP TO" ADDRESS WITH COPY TO: - CITY OF MIAMI BEACH, ACCOUNTS PAYABLE, 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139. LUIS E. ROCA, INC, 7800 N.W, 34 STREET MIAMI, FL 33122 I CHECK DESCRIPTION AREA FOR ADDITIONAL OR ALTERNATE SHIP TO LOCATIONS: S H I P POISO NUMBER PAGE SO-000020156 1 OF 1 DATE ORDERED DATE REQUIRED 02/24/2003 02/24/2003 Telephone: (305) 673-7490 Fax: (305) 673-7851 I VENDOR 10# . 024951 V E N D o R PROPERTY MANAGEMENT 1245 MICHIGAN AVENUE MIAMI BEACH, FL 33139 T o ISSUED BY: PHONE' TERMS MARTA FERNANDEZ RUBIO (305) 673-7490 NET 30 DAYS REQUESTING DEPARTMENT SHIP VIA F.O,B. PROPERTY MANAGEMENT BEST WAY DESTINATION DEPARTMENT CONTACT: VIVIANA ALEMANY - TEL. 305-673-7630 EXT. 2968 QUANTITY UNIT DESCRIPTION UNIT EXTENDED PRICE PRICE 0 CONCRETE SLAB & STAIRS 19,650,00 BYRON CARLYLE THEATRE STANDING ORDER FOR LABOR, MATERIALS & EQUIPMENT FOR THE CONSTRUCTION OF NEW z CONCRETE SLAB AND STAIRS TO RESTROOMS ~ & -:r ~ MEZZANINE IN THE LOBBY OF THE BYRON 0 N :>- :r~ CARLYLE THEATRE ACCT.#303-2316-000676, '. , c.:, - - .........,1 ...-- - w':: AS PER YOUR QUOTE DATED 12/17/02, -' _. -c: .- - u l.!~J ;..... - "':~; <..:' ("') ~ ~ z ". m "~- --"'& 4J t--;: c'" 4- !::~ ("') '- .., 0 n- o ... /"l-" I Reviewed by: a /' Procurement Directorj7 / / !;i 19,650,00 Issued by:~\F TOTAL: I COMMENTS: THE PURCHASE ORDER NUMB~UST APPEAR ON ALL INVOICES AND sHill PIN_~~UMENTS. YOU MUST ALSO STATE YOUR PROMPT PAYMENT TERMS ON YOUR INVOICE (I.E. 2% 10_ FAILURE TO SUBMrr INVOICES lIS STATED HEREIN WILL RESULT IN ADELA Y IN THE PAYMENT PROCESS. SEE REVERSE FOR ADDITIONAL TERMS AND CONDITIONS. .. _ _...._.._. ........, ....___ _...... _.,_. ._._.... u .___ ___ ..._ --- ------- --..-- -- _. --.- - --.. -..-- .----.. ------.- --- -- -- 12/18/02 08:51 FAX 3054184898 LUIS E ROCA '. .~ ij. E. d? 0=. ilM'-:' ge.ru"r.al t!.on/:or.aaJ:o"r. Proposal December 17,2002 City 0/ Muzmi Bad 142$ Kre/dglUt A~nllt: MIIUIIi &/wll, Fltwida 3313 dtlt1: Ptopel'tJl Mllrragement Vi'llilUllI Ak1rumy eo,.."".ction MlUttJger RE: Byrun OIrlyle TlaeaJer Renowmoll DESCRITION: NEW SLAB AND STAIR TO '$TROMMS & MEZZANINE III 02 2- ~~M6J 1--'" I We propose to erect grade be . S1atrs and structural slab as per plans & details by Olga Cordero Structural E neerlng. Including removal of blocks over grade beam.s and all necessary grading to ch e1Ci#ing slabs. TOTAL FOR THIS PRO S 19,6St!OO YOU FOR YOUR BUSINESS wlPropTM_novodon 7800 N.W. th Street, SUite 205 · Miami, Florida 33122 Tel.: 305) 418-4555 · Fax: (305) 418-4898 .--------r---- _ .--r--. .07/25/03 10:38 FAX 305.'~4898 LlJIS E ROCA ~01 ... /' ./ . 1!u 1. Z. d? oca, 1Inc: gE.nF.'I.al Connaato't [,,'Voice July 15, 2003 CJty _/ MUmd BelICh Ul1 Ku:1eig_ AyelllU! MUJIIIi &tM:h, Floridll JJI1J u,: Byroll Ctulyk Tlt.e.'" RaIOWltiOIt dm!: Propeny MtuUlgerMllt II YnoimuI A.lellUllt)' CoJUtructiOIl M"'"'Iler DESClUTION: Leveling the existing c07IC1'I!te ramp to access these rooms on the dress room areas and a new handicapped $ 11,834_00 As per yow request extension 0 new handicapped Tamp to IMet code $ 2S2.00 , 11,fJB6.H YOU FOR YOUR BUSINESS ~s.-jm8 7800 NW. th Street. Suite 206 . Miami. Florida 33122 Tel.: ( ) 418-4555 · Fall: (306) 418-4898 BYRON.CARL YLE CONSTRUCTION BUDGET Original Budget Expenditures Revised Budget CONSTRUCTION EXPENDITURES TO DATE March 26, 2003 to Date October 15, 2003 . Completion of Phase I - renovation of 3,400 sf of lobby space into office space 115,967 115,967 . Partial Roof and HV AC Replacement 467,346 467,346 . Commencement of Phase II (lobby and theater space) 5,749 296,735 TOTAL PHASE I AND PHASE II CONSTRUCTION COSTS TO DATE $ 589,062.00 $ 880,048.00 $ 589,062 ANTICIPATED COSTS FOR THE REMAINDER OF PHASE II Estimates for requirements imposed by the building and fire codes: . Fire Sprinkler System 100,000 89,750 Required for the entire building base on occupancy. Quote provided by a licensed fire sprinkler contractor. . Fire Alarm System 30,000 56,305 Required by Fire Code for the entire building. . ADA Wheelchair Lift (Stairway to mezzanine) 26,000 26,000 Required to provide ADA "path of travel" to the mezzanine area. . Acoustical Ceilings (Lobby and Theater areas) 38,000 21,000 Estimated @ $5.00 per square foot x 7600 sq. ft. . Floor Finish (Lobby and Theater) 22,500 22,500 Estimated @ $25 per square Yard x 900 sq. yd. . Concrete Work 30,000 31,736 Lobby floors, concrete stairs, mezzanine barrier wall extensions, and saw cut and fill for electrical lines in the Theater floor. . Sanitary Sewer Lift Station to repair the existing lift station 27,000 - $ 273,500 $ 247,291 Estimates for additional costs for completion of Phase II: . Electrical/Lighting/Fixtures (Not including Stage lighting) 70,000 70,000 . Plumbing/Fixtures (Existing and new ADA Unisex restroom) 25,000 20,000 . HVAC (Installation and existing duct cleaning) 25,000 20,000 . Carpentry 75,000 65,000 (concrete forming, interior walls, doors, cabinetry, ceramic tile, wall treatments, trim drywall and finishing etc.) . Paint 15,000 12,000 . ADA Compliant Entry Doors and Handrails 8,000 8,000 . Other interior Finishes 19,438 74,396 $ 237,438 $ 269,396 TOTAL COSTS FOR PHASE I $ 510,938 $ 510,938 $ 510,938 TOTAL CONSTRUCTION COSTS (PHASE I + PHASE II) $ 1,100,000.00 $ 880,048.00 $ 1,100,000.00 AVAILABLE FUNDS FOR BALANCE OF CONSTRUCTION, OPERATIONAL EQUIPMENT, AND THE PURCHASE OF FURNITURE, FIXTURES, AND FINISHES, ETC. $ 638,596.00 $ 858.548.00 $ 638,596 TOTAL FUNDING OBTAINED TO DATE FOR RENOVATIONS $ 1,738,596 $ 1,738,596 $ 1,738,596 1 - $89,750 - Falcon Fire Protection, Inc. 2 - $43,450 - Lango Equipment Service (demolition services) 3 - $134,430 - Sound Concept, Inc. (Theater Stage) 4 - Sanitary Sewer Lift Station is now categorized as a maintenance repair and removed from construction cost, as reflected in memorandum. 5 - Acoustical Ceilings were originally estimated at $5.00/sf but preliminary quote has been obtained for a cost of $21,000. F:\cmgrI$ALL\CHRISTlMB-C Funding-Costs FlnanceCnywidelD-15-03.xls ConstCost - Phasel/