Loading...
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