HomeMy WebLinkAboutR-95-0528RESOLUTION NO. S 5— 528
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 OF AN EMERGENCY SITUATION REQUIRING
AN INCREASE, IN AN AMOUNT NOT TO EXCEED
$10,000, IN THE --CONTRACT BETWEEN THE CITY OF
MIAMI, FLORIDA, AND P.N.M., INC., DATED
APRIL 14, 1994, FROM, $295,375 TO $305,375,
FOR WYNWOOD NORTHWEST 2ND AVENUE STREETSCAPE
IMPROVEMENT PROJECT B-3246; ALLOCATING FUNDS
THEREFOR AS PREVIOUSLY APPROPRIATED FROM
COMMUNITY DEVELOPMENT BLOCK GRANT PROJECT NO.
704203.
WHEREAS, work pursuant to the contract dated April 14, 1994,
between the City of Miami, Florida, and P.N.M., Inc. for
construction of Wynwood Northwest 2nd Avenue Streetscape
Improvement Project, B-3246, Community Development Block Grant
Project No. 704203 is in progress; and
WHEREAS, an increase in the contract amount not to exceed
$10,000.00 is required to cover the cost of necessary extra work
involving the relocation of thirteen light poles in order to
conform to the present and updated guidelines of the American
Disabilities Act; and
WHEREAS, the Director of Public Works, the Director of
Development and the City Manager recommend the increase in
contract to cover the additional costs; and
CITY COMb2ISSION
MEETING OF
J u L 1 3 1995
9 Rolution �o.8
WHEREAS, funds to cover the increase are available from
Community Development Block Grant Project No. 704203; and
WHEREAS, the City Manager has made a written finding that a
valid emergency existed which required the work to continue as
expeditiously as possible to protect the health, safety and
welfare of the citizens of the City;
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,
the City Manager's finding of an emergency situation requiring an
increase, in an amount not to exceed $10,000, in the contract
between the City of Miami, Florida, and P.N.M., INC., dated April
14, 1994, from $295,375.00 to $305,375.00, for WYNWOOD NORTHWEST
2ND AVENUE STREETSCAPE IMPROVEMENT PROJECT, B-3246; is hereby
ratified, approved and confirmed, with funds therefor hereby
allocated as previously appropriated from Community Development
Block Grant Project No. 704203.
Section 3. This Resolution shall become effective
immediately upon its adoption.
- 2 - 95- 528
PASSED AND ADOPTED this 13th day of Jully 1995.
STEPN P. CLARK, MAYOR
ATT
WALTERFOtMAN
CITY CLERK
SUBMITTED BY:
W
WALDEMAR E. LEE, DIRECTOR
DEPARTMENT OF PUBLIC WORKS
COMMUNITY
-_N......_
REVIEW:
FRANK CAST ADA, A]?,M'tNISTRATOR
COMMUNI EVELOPMENT BLOCK GRANT
PREPARED AND APPROVED BY:
G. MIRIAM MAER
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND
CORRECTNESS:
A. QU J , III
CITY ATTO
W 144:csk:GMM
3-
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM 16
TO: Honorable Mayor and DATE : JUN 29 1995 FILE :B-3246
Members of City Commission
SUeJECT : Wynwood N.W. 2 Avenue
Streetscape Improvement
Project Increase in Contract
FROM : CPS 10 REFERENCES:
City ger ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached Resolution authorizing an increase in the contract
between P.N.M., Inc. and the City of Miami for the Wynwood N.W. 2
Avenue Streetscape Improvement Project in the amount of
$10,000.00; and further ratifying the City Manager's written
finding that the increase resulted from emergency circumstances.
BACKGROUND
The Department of Development and the Department of Public Works,
in an effort to serve all residences of the City of Miami, have
determined that it is now appropriate and in order for the City
Commission to ratify the City Manager's decision to increase the
contract dated April 14, 1994 between the City and P.N.M., Inc.
for construction of $10,000.00 for necessary extra work, and to
ratify the City Manager's emergency finding that allowed the
extra work to continue.
The City Commission awarded a contract to P.N.M., Inc. for the
construction of Wynwood N.W. 2 Avenue Streetscape Improvement
Project No. 704203, in the amount of $295,375.00 on April 14,
1994. Generally, the project consisted of the installation of
twenty four decorative light poles including underground
electrical wiring and conduit and the installation of one hundred
and one two ft. by two ft. and four ft. by four ft. mosaic tile
panels in he public right of way of N.W. 2 Avenue between N.W. 29
Street and N.W. 36 Street. As the construction progressed, some
unexpected conditions we discovered that required immediate
remedial action as outline below:
95- 528 16 "/
1. There are thirteen light poles on N.W. 2 Avenue
that do not conform to the present and updated
guidelines of the American Disabilities Act.
These poles violate the minimum safe distance
,reserved for handicapped access in the public
right of way.
2. These thirteen poles must be relocated to the
right of way line in order to provide an approved
minimum safe distance for the handicapped access.
It was decided that the most cost effective and expeditious
manner to address the above problem was to allow P.N.M., Inc. to
proceed with the extra work and complete the installations as
soon as , possible. Failure to expeditiously correct the
aforementioned problem could have put to risk the health, safety
and welfare of our citizens.
Funds for the increase in contract are available from monies
already appropriate to the project in the City's Community
Development Block Grant Funds, Project No. 704203.
95- 528
1+
INTEROFFICE MEMORANDUM
TO Matty Hirai DATE May 9, 1995 FILE .
City Clerk
SUBJECT 'Request to Publish Notice
of Public Hearing-Wynwood
N.W. 2nd Avenue Streetscape
FROM , 7 REFERENCES Improvement Project INCREASE
-- '�L�...._. IN CONTRACT Advertisement
Waldemar. E. Lee, Director ENCLOSURES
Public Works Department _
Please make arrangements to publish a Notice of Public Hearing
for objections to a proposed increase in the contract with
P.N.M., Inca for the construction of additional improvements in
Wynwood N.W. 2 Avenue Streetscape Improvement Project, B-3246,
C.D.B.G. No. 704203.
3
The Public Hearing has been scheduled for 1995•
APPROVED:
i;ivi uaiiaszequi
Agenda Coordinator
95-- 528
CITY OF MIAMI, FLORIDA
NOTICE TO THE PUBLIC
PLEASE ALL TAKE NOTICE THAT a public hearing will be held by the
City Commission of the City of Miami, Florida, on July 13, 1995,
at 10:00 a.m., in the City Commission Chambers at City Hall, 3500
Pan American Drive, Miami, Florida, for the purpose of hearing
any objections from any interested parties affected by an
increase in the contract amount not to exceed $10,000.00 for
relocation of light poles in Wynwood N.W. 2 Avenue Streetscape
Improvement Project, B-3246, Project No. 704302, and in ratifying
the City Manager's decision to proceed in the interest of public
safety and welfare.
All interested persons are invited to appear and may be heard in
connection with this item. Should any person desire to appeal
any decision of the City Commission with respect to any matter
considered at this hearing, that person shall ensure that a
verbatim record of the proceedings is made, including all
testimony and evidence upon which any appeal may be based.
( CITY SEAL) WALTER J. FOEMAN
(2315) CITY CLERK
I
SID SECDRITT LYST
W'YNWOOD N.W. 2nd. AVENUE STREETSCAPE IMPROVEMENT PROJECT
SIDITEM cr..,.._r_..___r_._r_r__r.._-----r__rr_-_r__M-____-_.._r..�..
,0-3246
-'_-__'-----_-_-___ r--------__-i------------ -e►---!___�.w.�r
DIDNO-$ 92--93-162 ------------------------
. D6T8 DID(S) OPINED: __September 23, 1993 11:00 a.m.
TOTAL DID_SOND� orZ
DIDDE DID AMOUNT CASHIZR I S - CHECK
------------------
ZURQUI CONSTRUCTION SERVICE, INC
PNM CORP.
--------- -'-
. $ 298,400.00
B.B. $ 12,500.00
----
_-----------
_�.----------i
!$
---- -------
(Eddy Gonzalez)
_--- 1--r--M----
458,000.00
B.B.-5%
---------------
-------------
---•--------Mom._--_w—s
------------- -------------
---------------------
------------
-- --------- —
— — — --- — -- -----
-------------------------------------
L— — — - --- — -----
r ___ _ __—!—_--
-V
--------------
-- ----------------- —_
--- -------------- -- -- --
----- -- ------------- --
—_ —a � --------
____� 31_� __-___
-------------
----
-___---_----_-_-___
---------
--------- ----
----------------------
------------ _-
--------------
—-------- -------------
------------- —
----
-----------------------
---'�------
---------------------
------- - --- - - -- -----
-- ----------- -
L �
7 reeeived (- ) envelopes on behalf of'
(fers0 raceiv- i
i _ \
Public WQ� s _ _ offi _ 2--
(City Department)
SIGNED: _
(D putt -City ClrkC) _-
CITY OF MIAM1, FLORIDA
INTER -OFFICE MEMORANDUM
To; Matty Hirai DATESeptember 1, 1993 FILE:
City Clerk
SUBJECT: WYNWOOD N.W. 2ND AVENUE
STREETSCAPE IMPROVEMENT
PROJECT A-3246 �-
FROM : Tony Prat REFERENCES:
Department of Public Works
ENCLOSURES: BID NO. 9 2- 9 3 -16 2
Please be advised, it will be necessary to change the original
date for this project.
The original date and time was September 21, 1993 at 11:00 A.M.
and the new date and time is September 23, 1993 at 11:00 A.M.
Please make the necessary changes for this bid opening. Your
attention into this matter is greatly appreciated.
U0010
810 NO. 92-93-162
ADVERTISEMENT FOR BIDS
Sealed bids for "WYNWOOD N.W. 2ND AVENUE STREETSCAPE IMPROVEMENT
PROJECT B-3246" will be received by the City Clerk of 'the City of
Miami, Florida at 11:00 AM on the 23rd day of September, 1993, at
the City Clerk's Office, first floor of the Miami City Hall, 3500
Pan American Drive, Dinner Key, Miami, Florida, 33133, at which.
time and place they will be publicly opened and read. Any bid
submitted after the above appointed time will not be accepted by
the City Clerk.
The project consists of the furnishing of all labor, materials and
equipment for the construction of street improvements along N.W.
2nd Avenue from 29th Street to 36th Street. City regulations will
allow Bidders to furnish bid bonds in accordance with Resolutions
No.. 86-983 and No. 87-915. For technical questions regarding plans
and specifications, please contact W.R.T. Landscape Architects,
Inc. at (305)448-0788. Prospective bidders will be required to
submit, with their bid, a copy of the appropriate Certificate of
Competency , as issued by Dade County in accordance with Chapter 10
of the Metropolitan Dade County Code, which authorizes the bidder
to perform the proposed work.
All bids shall be submitted in accordance with the Instructions to
Bidders and Specifications. New City regulations will require each
bidder to submit proposals in duplicate originals. Plans and
specifi cati ons may be obtai ned from the offi ce o- F the Di rector of
Public Works, 275 N.W. 2 Street, 3rd Floor, Miami, Florida, 33128,
on or after September 3, 1993. If bidders wish, a set of plans and
specifications will be mailed to them by writing to the Department
of Public Works and including a separate check for $8. There will
be a $20 deposit required for the first set of plans and
specifications. Additional sets may be purchased for a fee of $20
per set and this is not refundable. Deposits will be refunded only
upon the return of one set of plans and specifications to the
Department of Public Works, unmarked and in good condition within
two (2) weeks after the opening of the bids.
Bidders are alerted to the provisions of Ordinance No. 10062, as
amended regarding allocation of contracts to minority vendors. The
City will expect prospective bidders to submit an Affirmative
Acti on PI an, as defi ned i n sai d Ordi nance, and as requi red i n the
Instructions to Bidders:
The City of Miami has adopted Ordinance No. 10032, which implements
the "First Source Hiring Agreement." The object of this Ordinance
is to provide employment opportunities to City of Miami residents
on contracts resulting in the creation of new permanent jobs.
Contractors may be eligible for wage reimbursement undeeD,this
program. For further information contact the Department of COW is
Works, City of Miami, at (305) 579-6856.
Proposal includes the time of performance, and specifitions
contain provisions for liquidated damages for failure to c9gplete
the work on time. The City Commission reserves the right t=waive
any informality in any bid, and the City Manager may reject Wny or
all bids, and readvertise (B-3246, Req. 5728).
M
Cesar H. Odio
City Manager
J0
i
Or
i BID NO. 92-93-162 j
ADVERTISEMENT FOR BIDS
Sealed bids' for "WYNWOOD N.W. 2ND AVENUE STREETSCAPE IMPROVEMENT
PROJECT $-3.246" will be received by the City Clerk of the City of
Miami, Florida at 11:00 AM on the 21st day of September, 1993, at
the City Clerk's Office, first floor of the Miami City Hall, 3500
Pan American Drive, Dinner Key, Miami, Florida, 33133, at which
time and place they will be publicly opened and read. Any bid
submitted after the above appointed time will not be accepted by -
the City Clerk.
The project consists of the furnishing of all labor, materials and
equipment for the construction of street improvements along N.W.
2nd Avenue from 29th Street to 36th Street. City regulations will
allow Bidders to furnish bid bonds in accordance with Resolutions
No..86-983 and No. 87-915. For technical questions regarding plans
and specifications, please contact W.R.T. Landscape Architects,
Inc. at (305)448-0788. Prospective bidders will be required to
submit, with their bid, a copy of the appropriate Certificate of
Competency as issued by Dade County in accordance with Chapter 10
of the Metropolitan Dade County Code, which authorizes the bidder
to perform the proposed work.
All bids shall be submitted in accordance with the Instructions to
Bidders and Specifications. New City regulations will require each
bidder to submit proposals in duplicate originals. Plans and
specifications may be obta4ned from the office of the Director of
Publ ic,4lorks, 275 N.W. 2 Street, 3rd Floor, Mi ami , Florida, 33128,
on or after September 3, 1993. If bidders wish,°a set of plans and
specifications will be mailed to them -by writing to the Department
of Public Works and including a separate check for $8. There will
be a $20 deposit required for the first set of plans and
specifications. Additional sets may be purchased for a fee of $20
per set and this is not refundable. Deposits will be refunded only
upon the return of one set of plans and specifications to the
Department of Public Works, unmarked and in good condition within
two. (2) ,weeks after the opening of the bids.
Bidders are alerted to the provisions of Ordinance No. 1006.2, as
amended regarding allocation of contracts to minority vendors. The
City wi l l expect prospective bidders to submit an Affirmative
Action Plan, as defined -in said Ordinance, and as required in' the
Instructions to Bidders.
The City of Miami has adopted Ordinance No. 10032, which implements
the "Fi rst Source Hiring Agreement.". The object of this Ordinance
is :to provide employment opportunities to City of Miami residents
on contracts resulting in the creation of new permanent jobs.
Contractors may, be eligible for wage reimbursement under this
program. For further information contact the Department of Public
Works,' Ci ty of Mi ami , at (305) 579-6856.
Proposal includes the time of performance, and specifications
contain provisions for liquidated damages for failure to complete.
the work on time. The City Commission reserves the right to waive
any informality in any bid, and the City Manager may reject any or
all bids, and readvertise (B-3246, Req. 5728).
Cesar H. Odio
City Manager
Remarks:
1.P!T-1T,'1 ENT PRID, 'T
It r,
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S) OF
:LINE
PUBLICATION
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1,
B -2
C-3
E-5
F3,,
F4"
F5
F7
F8
F9
F10
F11
F12
LINE,
TRANS
VOUCHER
DUE DATE
YY M IVI DD
Adv.. Doc. Reference
VENDOR
INDEX CODE
B
0 JECd
PROJECT
1,
11718
1,,, 2534
39
42 145 50
51 56
57 62
63 65
3 65
66 71
t
2
V
P
1
1210121
1
1 1
1
1
1 1
2
T8 7
2
$,
4--l.—
.7
8 V P:
15.
DESCRIPTION 36
64 DISCOUNT 6 9172
AMOUNT ".801
NT�
TITT
ti
J
Approved for Payment
White— Purchasing
Yellow - Finance Pink— Department