Loading...
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