HomeMy WebLinkAboutR-94-0269J-94-234
4/5/94
RESOLUTION NO. 9 4 269
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
SUBMIT AN AMENDMENT TO THE APPROVED
SEVENTEENTH (17) YEAR COMMUNITY DEVELOPMENT
BLOCK GRANT (CDBG) PROGRAM FINAL STATEMENT TO
THE UNITED STATES DEPARTMENT OF HOUSING AND
URBAN DEVELOPMENT (HUD) TO REFLECT AN
ALLOCATION INCREASE OF $158,000 FROM PRIOR
CDBG PROGRAM YEARS FOR AN APPROVED PROJECT
ENTITLED "WYNWOOD NORTHWEST 2ND AVENUE
STREETSCAPE IMPROVEMENT PROJECT" FOR
AESTHETIC AND SECURITY ELEMENTS INCLUDING
PEDESTRIAN SCALE LIGHTING AND SIDEWALK
BEAUTIFICATION; ACCEPTING THE BID OF PNM
CORPORATION PURSUANT TO THE PROVISIONS OF
ORDINANCE NO. 11087, THEREBY IMPLEMENTING THE
LOCAL PREFERENCE PROVISION OF SECTION 29-A OF
THE CHARTER OF THE CITY OF MIAMI, FLORIDA;
AND FURTHER AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONSTRUCTION CONTRACT WITH PNM
CORPORATION, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, FOR AN AMOUNT NOT TO EXCEED THE
LOWEST BID RECEIVED FOR THIS PROJECT.
WHEREAS, the City Manager rejected the first bids received
for the construction of the "Wynwood Northwest 2nd Avenue
Streetscape Improvement Project, (the "Project"), because they
exceeded the original budget for the Project; and
WHEREAS, it has been determined that the original budget was
insufficient; and
CITY COT'U41SSION
MEET::. G OF
APR 1 4 1994
Resolution No,
94- 269
WHEREAS, the City Commission, through Resolution No. 91-365,
adopted the 17th year Community Development Block Grant Program
which designated the Project as an approved Community Development
Project; and
WHEREAS, an increased allocation in the amount of $158,000
from prior CDBG program years will enable the Project to be
implemented; and
WHEREAS, said designation of prior years CDBG funds to
supplement the Project requires an amendment of the previously
approved 17th Year Community Development Block Grant Program
Final Statement; and
WHEREAS, on March 29, 1994 the Department of Public Works
received bids for the second bidding of the Project; and
WHEREAS, Ordinance No. 11087 implements the local preference
provision of Section 29-A of the Charter of the City of Miami as
it pertains to Public Works bids; and
WHEREAS, PNM Corporation's primary office is located in the
City of Miami, as required by said local preference provision;
and
WHEREAS, PNM Corporation has also agreed to accept and enter
into a construction contract for this project for an amount not
to exceed the lowest bid amount received by the Department of
i
Public Works, as required by the provisions of Ordinance No.
11087; and
WHEREAS, the construction of the Project will provide
pedestrian scale lighting for aesthetic and security purposes as
well as sidewalk beautification;
-2-
94- 269
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings set forth 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. The City Manager is hereby authorized to submit
an amendment to the approved Seventeenth (17) Year Community
Development Block Grant (CDBG) Program Final Statement to the
United States Department of Housing and Urban Development (HUD)
to reflect an allocation increase of $158,000 for an approved
project entitled "Wynwood Northwest 2nd Avenue Streetscape
Improvement Project" (the "Project") for aesthetic and security
elements including pedestrian scale lighting and sidewalk
beautification.
Section 3. The bid of PNM Corporation is hereby accepted
pursuant to the provisions of Ordinance No. 11087, which
implements the local preference provision of Section 29-A of the
City of Miami Charter.
Section 4. The City Manager is hereby authorized to enter
into a construction contract with PNM Corporation, in a form
acceptable to the City Attorney, for an amount not to exceed the
lowest bid amount received by the Department of Public Works, as
required by the provisions of Ordinance No. 11087.
Section 5. This Resolution shall become effective
immediately upon its adoption.
-3-
1 269
a' )
PASSED AND ADOPTED this 14th day of April , 1994.
ATTE
MA TY HIRAI
CITY CLERK
COMMUNI7' /�ENTPPROVAL:
F K TAN DAOR
COMMUNITY DEVELOPMENT
PREPARED AND APPROVED BY:
LINDA KELLY AR N
ASSISTANT CITY ATTORNEY
LKK/pb/M4257
-4-
S EPH N P. CLARK,IRAYOR
BUDGET APPROVAL:
MANOHAR SPJLANA, DIRECTOR
DEPARTMEW OF BUDGET
APPROVED AS TO FORM AND
CORRECTNESS:
94- 269
}
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM 39
AM TO: Honorable Mayor and Members DATE S FILE
of the City Commission Wynwood N.W. 2nd
SUBJECT . Avenue Streetscape
Improvement Project
Funding Increase/
FROM
Ces dio REFERENCES Approval of
:
Cit3 ager Construction Bid
ENCLOSURES: For April 14, 1994
Commission Meeting
It is respectfully recommended that the City Commission adopt the
attached Resolution authorizing the City Manager to submit an
amendment to the approved Seventeenth Year Community Development
Block Grant Program Final Statement to the United States
Department 'of Housing and Urban Development to reflect an
allocation increase of $158,000 from prior years CDBG funds for
an approved project entitled "Wynwood N.W. 2nd Avenue Streetscape
Improvement Project" for aesthetic and security elements
including pedestrian scale street lighting and sidewalk
beautification; accepting that the bid of PNM Corporation meets
the requirements of Ordinance No. 11087, implementing the local
preference provision of Section 29-A of the City Charter; and
further authorizing the City Manager to execute a construction
contract with PNM Corporation, in a form acceptable to the City
Attorney, based on the low bid amount received by the Department
of Public Works, as required by the provisions of Ordinance No.
11087.
Two bids were received on the first bidding for the Wynwood N.W.
2nd Avenue Streetscape Improvement Project. The lowest bidder
was over budget by approximately $158,000, leading to the
conclusion that the project budget was insufficient for the
requested work program. The total cost exceeds the original
budget primarily because of the community's insistence on
including additional security lighting along the pedestrian
walkways at an additional cost of approximately $200,000.
It was then decided to reject the first bid, alter the bid
documents to reduce costs and re -bid the project in an attempt to
procure a less expensive contract.
3 C?- r
1. 94- 269
Honorable Mayor and
Members of the City Commission
Page two
Therefore, on March 29, 1994 the Department of Public Works
received bids for the second bidding on this project.
Considering the changes made in the work program, the second bids
reflect a less expensive bid amount.
Ordinance No. 11087 amending Section 18-52.1 (h) of the Code,
states that the City Commission may offer to a responsible and
responsive local bidder, whose primary office is located in the
City of Miami, the opportunity of accepting a bid at the low bid
amount, if the original bid amount submitted by the local vendor
does not exceed 110 percent of the lowest other responsible and
responsive bidder.
The bid received by PNM Corporation meets these requirements.
PNM Corporation has accepted the construction contract for this
project based on the low bid amount received by the Department of
Public Works as required by the provisions of Ordinance 11087.
The construction of this project will provide the Wynwood
neighborhood with a comprehensive beautification program which
includes aesthetic security lighting, sidewalk mosaics, and
Gateway sculptures at the intersections of N.W. 2nd Avenue and
29th and 36th Streets.
It is therefore recommended that the attached Resolution be
adopted by the City of Miami Commission in its entirety.
:94- 269
l
DID -SECURITY -LIST
WYNWOOD N.W. 2nd AVE STREETSCAPE IMPROVEMENT
iZDITEM: .------------------------------------- -- ----------- -
PROJECT B-3246, Second bidding
---- ------ ------------------- -------------------------
EID WO 93-94-075-------
]DATE DID(S) OPENED: MARCH 29, 1994 11:00 a.m.
TOTAL !1D sOND�®r�
BIDDER DID AWDVKT —CRECIK
'---------------------------- — ------ ----
M.
VILA & ASSOCIATES INC. $ 112,000.00
268, 800.U0-
294, 000.00 B . B 5`7°
.QUI CONSTRUCTION _$_133_777 , 175.00
- 243� 600.00- B_B-$ 21, 250.00
CORP. -_--- $ 150,825.00
-
236a52-------
2.06 B.B. 5%
----------- ------------_ __-_-------
--
---------------- L---------- ----------------------------
-------------------------------------------------- --------
-- ------ - - - - - - -4- - - - - - - - - - - --- - + - - -- -- ------ ------ - --
------------------------}---------------------
--------------;-------------_�_----
---------------
---------------L---------------------------------
----------------- --------------- *--------------------
---------------+---------------a----------------------
--------•------------
--------'-------- r-------------
---------------------
-
----------m--------------*--------------------
--------------a----------------------
---- -----+---------------*"--------------------
-------- ----- ---------_--- .-0----- --- ----- -.----- ----
--- ----- -------- ,..--.---.---------'-♦-------_------------.-_
__�---d___ received () envelopes on behalf of
(Pere secei ) —
_Public W_or _ on 2
(City Department)
*-P
t City Clotk)
1 '
I
i
FiE�"T$'�'
'94 It, 29 Al l :00
j CITY
i
MAR ?n 94 TLIF 10 � 59 PUBL 10 W0,14 FAX NO. 573F-�1 P. 01
City of Miami
Public Works Department
PAX NU1HMA.' s70,071
DATE,,nsm
RECEIVER'S NAMEa
DIV1SION/DEPAR1740TI
rELEPHONE OR EXtINSIONs
ti t MIES OIL PAGES
1(„ (O
SESDER'S NAML TONY PRAT
DINISIONIZEPARTMENTi DIESIGN/ADMINISTRATION — PUBLIC WORKS
1'ELEPHON6 Olt EXTENSQOPh 579-6865
•
SVVJEC I
MAP='-94 TIIE 10,59 PUBLIC W?' FAX NO, 570^1 _Y
- I M P O R T A N T A D D E N D U M
CITY OF MIAMI, FLORIDA
Departwent. of Public Works
ADDENDUM NO. 2
ISSUED
.K-kRCH 18 ,• 1.994
BIDDING AND CONTRACT DOCUMENT'S FOR
WYNWOOD N.w. 2ND AVENUE STRCETSCAPE IMPROVEMENT PROJECT
B-3246
(SECOND BIDDING)
ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS:
t 'r,. 1�. 1 OF 7.
1111L DIDDERS ARE HEREBY ALERTED ,that�the Bid Opening Date has been
pk.-stponed to Tuesda.y, 11:00 a.m. of the 29th day of March, 1994.
CHANGE 2 OF 7:
Revisions have been made to the Section 00310r Bid Proposal pages
2, 2a and 2b. Incorporate the revised Bid Proposal (attached)
into the Did Forms.
CHANGE 3 OF 7:
Add copy of OzAinance No. 10062 to the Instructions to Bidders
(attached) .
CHANGE 4 OF 7:
00800 "UpplementaZy Conditions, revise the :following:
00806 ' �,SCRIPTION OF PROPOSAL
1,he Proposal has been broken up into various bid items for
convenience in evaluating bids, and administering the
contract. The City expects, to award a contract for th(�
Base Bid. or the Base Bid plus the Additive Items described
in the Proposal - na separate awards will be made for
individual. Proposal Items.
"IAL 1-94 TUE 11:00 PUBLIC 4 S
FAX N0, 5-P,1`�71 _.....P03..... _ .
The price quoted for each proposal item shall include all
costs for labor, material and equipment necessary to
construct the improvements in accordance with the Plans and
Specifications. Items of work not specifically mentioned,
but necessary to create: a finished and complete work
product shall be assumed to be part of one or more Proposal.
Items, and shall. be furnished at no extra cost to the City.
BASE BID is the tabular :;urn of the individual. Proposal
Items.
The "Unit Price" items will be used to adjust the final,
total price for the item indicated based on the actual
quantity installed or constructed.
CIIA14GE 5 OF 7:
Tac:hnical Specifications, delete the following sectionst 16010,
16050, 16110, 16120, 16195.
CHANGE 6 OF 7:
Technical Specifications, add the following: SECTION 16020 -
ELECTRICAL SPECIFICATIONS (attached).
CHANGE 7 Off' 7:
Technical specifications, Section 16503, Poles and Standards, add
the following.,
Part 2 - Pr«ducts
2.01 Manufacturers
1. Metal poles: Poles shall be as manufactured by Spring
City, Princeton Cast Iron Model Number WN0013BLK - WP94 or
approved equal,
Note: This is part of ADDITIVE ALTERNATE TWO.
3, Spun Concrete Poles: Pale shall be as manufactured by King
Luminaire, Classic Coachman 12 Model. Number KCC-12 with
ECLIPSE E-11 poli.shod finish. Pole shall be anchored to a
precast concrete base typical. Contact: Alberto Fajardo,
Lighting Representatives Incorporated, (305) 596-1801.
Nato: This is part of ADDITIVE ALTERNATE ONE.
THIS ADDENDUM IS AN ESSENTIAL PART OF THE CONTRACT DOCUMENTS AND
SHALL BE MADE A PART THEREOF,
(A,)
Waldemar E. Lee
Director of Public Works
C:ESAR H. Oblo
CITY MANAGER
P . L?I _.
4AM1. rt. YA 33233-w6o,\
ADDENDUM NO, 1
BID NO. 93-94-075 FEBRUARY 140 1994
WYNWOOD STREETSCAPE PROJECT NO. B-3246 (5t�oPV 81PP1A)q-)J;
THIS ADDENDUM IS TO NOTIFY ALL BIDDERS OF THE FOLLOWING:
Receipt of all bids for the above noted project has been
uu---t pned anti I furthsr nnti rp All bidders will be notified of
the new bid opening date and time.
SMWELY
L
WALL , LEE
DIRECTO
PUBLIC WORKS DEPARTMENT
For t4 hlnll 1�3 p L1
DE VEL OPMEN
Cl T'Y OF MIAMI 4i QEPAR TMF. NT OF IDFVELOPMENT
••••i.• FACSIMILE TRANSMITTAL •••••.s
C�DATE t
i
FAX TO., � _ � . •"r � �—�- �Z .�___„
COMPANY / OFFICEt
FROM t � � �fJ` �—M �`f�_ t � � � PHONE a _
Total number of pages, including this page:
FAX NUMBER OIAI,131)t OUR FAXt
( ) AS REQUESTED l ( ) FOR REVIEW / COMMENTS
( } FOR APPROVAL �_ 1 FOR YOUR INFORMATION
( ) PLCAST FOLLOW THROUGH *" IMMEDIATE ACTION REQUESTED
( ) CALL UPON RECEIPT ( ) OTHER
DUPONT CENTER 300 BISCAYNE BOULEVARD WAY SUITE 400 MIAMI FLORIDA 33131
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Matty Hirai
City Clerk
Q�_t
FROM : Tony Prat
Department of Public Works
Design/Administration
` Ir
DArE : January 18, 1994 FILE : B-3246
SUBJECT : WYNWOOD N.W. 2ND AVENUE
STREETSCAPE IMPROVEMENT
PROJECT B-3246,SECOND BIDDIPG
REFERENCES: BID NO. 93-94-075
ENCLOSURES:
Contractors will submit bids for the above reference project to
be opened on.
February 15, 1994 Time: 11:00 AM.
Any bid submitted after the above appointed time will not be
accepted by the City Clerk. Please make the necessary provisions
for this bid opening. A representative from our Department will
be present. We will notify you in writing if there will be a
postponement or cancellation prior to the opening of bids.
TP
�
x
=4
►'�
PQ
ru
BID NO. 93-94-075
ADVERTISEMENT FOR BID,
Sealed bids for "WYNWOOD N.W. 2ND AVENUE STREETSCAPE IMPROVEMENT
PROJECT B-3246, (Second Bidding)" will be received by the City
Clerk of the City of Miami, Florida at 11:00 AM on the 15th day of
February, 1994, 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 obtained from the office of the Director of
Public Works, 275 N.W. 2 Street, 3rd Floor, Miami, Florida, 33128,
on or after January 27, 1994. 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 LZQ
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
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 "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 under this
program. For further information contact the Department of Public
Works, City of Miami, 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. 2505).
Cesar H. Odio
City Manager
City of Miami 2505
-6" "" REQUISITION FOR ADVERTISEMENT This number must �
appear in the
advertisement
INSTRUCTIONS;•` Please a and attach f the g with this reaulsitlon,
1. Department:.. _.. .
" Public Works
2. Division; Admiaietrat:ion
r
3. Account.Code number:
4. Is this a confirmation:
5. Prepared by:
Tony Prat
C.I.P. #._ 704203
IL Yes ❑ No
6. Size of advertisement93794-0
-A Starting date:
8. Telephone number:
Index Code#451721-287,,
January 27, 1994
579-6865
9. Number of times this advertisement, is to be
10. Type of advertisement:
published: once
l! Legal ❑ Classified ❑ Dis la
11. Remarks:
"WYNWOOD N.W. AD AVENUE STREETSCAPE IMPROVEMENT PROJECT
B-3246 (SECOND`BIDDING)".
12.
a r., 01
Dates) of
Advertisement
Publication
Invoice No.
Amount
S
5
13.
Approved
❑ Disapproved
t
Department Director/Designee Date
i
Approved for Payment Date
11 C jGS/PC 503 Rev, 12/89 j DISTRIBUTIONr White and hite - G.S.A.•ananary to GDepaitProcurement Management) and retain Finn copy.
TO:
FROM :
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
WALDEMAR E. LEE
(PTTYt,r,RA'.-
Cityo, ublic Works
Clerk
u
DATE : March 29, 1994 FILE:
SUBJECT : Wynwood Streetscape
Project No. B-3246
Bid No. 93-94-075
REFERENCES:
ENCLOSURES:
On January 20, 1994, our office received a memorandum from Tony
Prat (Public Works) advising this office that bids would be
submitted for the above -captioned project, to be opened on
"February 15, 1994 - at 11:00 a.m." On February 14th (a day
before the scheduled bid opening), you personally •sent to this
office Addendum No. 1 to the above -captioned bid, notifying us
that the opening of said bid would be postponed until further
notice.
On this date (March 29th), Enrique Nunez (Public Works) came to
our office and informed the staff member of my department in
charge of opening bids that the above -captioned bid was to be
opened at 11:00 a.m. It was at that time that we found out,
through him, that Addendum No. 2 (which was issued March 18,
1994) was sent out to everybody concerned, except the City Clerk.
Please be advised that the only reason this bid was received and
opened is because I was away from the office at the time, and my
assistant decided to go along with your request. Had I been
present at the time, and not at a doctor's office, APM 2-91,
issued by the City Manager on February 1, 1991, in connection
with bid opening procedures would have been followed, and bids
would not have been received.
If we continue to allow every department to do as they please and
to continue to ignore administrative policies, instances like
this can prove both embarrassing and dangerous to this office.
Please be advised that, in the future, failure to advise this
office at least ten (10) days in advance of a bid opening will
automatically entail non -acceptance of same. This is not the
first time this has happened with Public Works, it is not an
isolated incident. It is turning into a routine that we can no
longer go along with.
i