HomeMy WebLinkAboutR-91-0720K
J-91-777
{ 9/24/91
RESOLUTION NO. rr U
A RESOLUTION APPROVING THE CHIEF PROCUREMENT
OFFICER'S DECISION TO REJECT THE PROTEST FROM
URBAN CONSTRUCTORS, INC., IN CONNECTION WITH
THE SECOND INFORMAL BIDDING FOR THE CURTIS
PARK REDEVELOPMENT - FIELDWORK PROJECT, AS IT
i HAS BEEN DETERMINED TO BE WITHOUT MERIT.
WHEREAS, Resolution No. 91-126, adopted by the City
Commission on February 14, 1991, waived formal competitive bid
and selection procedures and confirmed the City Manager's finding
that an emergency existed for the Curtis Park Redevelopment -
Fieldwork project; and
WHEREAS, the City sought and received informal bids from
qualified contractors on August 15, 1991; and
WHEREAS, bids received were in excess of the City's
allocated budget for the project and the Public Works Department
determined that was in the best interest of the City to rebid the
project in order to stay within budget; and
WHEREAS, a second informal bidding was extended to companies
deemed appropriate for consideration, including Urban
Constructors, Inc.; and
WHEREAS, on September 10, 1991, the City of Miami received a
protest from Urban Constructors, Inc., in connection with the
second bidding for the Curtis Park Redevelopment - Fieldwork
Project; and
WHEREAS, Urban Constructors, Inc., stated, among other
issues that, in the first bidding, bids were not accepted or
rejected per normal bidding procedures; and
WHEREAS, normal bidding procedures are not required for
emergency purchases, pursuant to Section 18-52.6.; and
WHEREAS, it has been determined by the Chief Procurement
Officer, in her role as arbiter, pursuant to Section 18-56.1 of
CITY COMMISSION
MEETING OF
OCT 8 1991
the City Code, that the protest filed by Urban Constructors, Inc.
be rejected as it lacks merit; and
WHEREAS, the City Manager and the City Attorney concur with
i
and approve the finding of the Chief Procurement Officer and
recommend rejection of the protest filed by Urban Constructors,
Inc.;
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. The Chief Procurement Officer's decision to
reject the protest received from Urban Constructors, Inc. in
connection with the Curtis Park Redevelopment - Fieldwork Project
is hereby approved.
Section 3. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 3rd day of October , 1991.
CITY CLERK
PREPARED AND APPROVED BY:
CARMEN L. LEON /
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
ACTING CIT ATTORNEY
AQJ:gb:M2509
- 2 -
L. )SUARE�, MAYOR
CITY OF MIAMI. FLORIDA 0
INTER -OFFICE MEMORANDUM
C
To oarE cCri Honorable Mayor and Members r 2 o '�gg1 FILE
of the City Commission SUBJECT
C
sualECT Resolution of Protest -
4� Curtis Park Redevelopment
`AY, Fieldwork Project
;:ROM REFERENCES
Cesar H. Od
City Manager ENCLOSURES
It is respectfully recommended that the City Commission adopt the
attached resolution approving the Chief Procurement Officer's
decision to reject Urban Constructors, Incorporated's protest, in
connection with the second informal bidding for the Curtis Park
Redevelopment - Fieldwork Project.
A protest was. received from Urban Constructors, relative to the
second informal bidding of the above styled project. Pursuant to
Section 18-56.1 of the City Code, the Chief Procurement Officer
investigated the matter and determined that the protest lacked
merit.
The project was authorized by Resolution No. 91-126, which waived
formal competitive bid and selection procedures and confirmed the
City Manager's finding that an emergency existed. The City
sought and received informal bids from qualified contractors;
however, all bids received in response to the first bidding were
in excess of the project's allocated budget. The Public Works
Department determined that it was in the best interest of the
City to rebid the project, substantially reducing the scope of
services, in order to stay within budget. A second bidding was
extended to companies deemed appropriate for consideration,
including Urban Constructors.
1
Subsequently, Urban Constructors protested, alleging that, among
other issues, normal bidding procedures were not followed, in the
acceptance and rejection of bids received in the first bidding.
Pursuant to Resolution No. 91-126, and in accordance with the
emergency nature of the project, the City was not required to
follow 'normal bidding procedures' in the completion of the
Curtis Parks Redevelopment Project. The protest of Urban
Constructors is therefore rejected by the Chief Procurement
Officer. The decision has been approved by the City Manager and
City Attorney.
i Attachments:
Proposed Resolution
Copy of Protest Letter
Iy-�
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO ; Cesar H. Od io, City Manager DATE : SEP 1 7 1991 FILE :
A. Quinn Jones, Acting City Attorney
: Protest of Second Bidding
SUBJECT for the Curtis Park
Redevelopment -
Fieldwork Project
FROM : Judy S. Cart r REFERENCES
Chief Procure t Officer
Department of eral Services ENCLOSURES
an j SnI iA Waa a --
I hereby request your approval of my rejection of the bid protest
by Urban Constructors, Inc., in connection with the second
informal bidding of the Curtis Park Redevelopment - Fieldwork
Project
The grounds for my decision, as set forth in the attached letter,
include among others, the fact that the City Administration was
authorized by Resolution No. 91-126 to waive formal competitive
bid and selection procedures and declare an emergency in
connection with this project.
APPROVED:
Cesar H. Odio, City Manager
APPROVED:
A. Quinn Jones, Acting City Attorney
TOi..... CITY OF HIANI PUBLIC WORKS DEPT.
REs.....CURTIS PARK PROJECT
SUBJs...PROTEST SECOND BIDDING
ATTNt...ENRIKE NUNEB
URBAN'S P J029
FAX.............
HAIL........:.'..
HAND DELIVER....YSS
DATD...09-10.91
........WD HERE -BY sORMALLY PROTEST THE SECOND BIDDING AS PROPOSED ON
9-10-91,AS PER YOUR lAX.
........WE WERE THE LOWEST QUALIFIED BIDDER AS PER THE PLANS AND
SPECIFICATIONS AT TOS FIRST BIDDING.
........THE BIDS AS PER THE FIRST BIDDING, WERE NOT ACCEPTED OR
RIaJI CTI D AS PER YOU& NORMAL BIDDING PROCEEDURES.
...
PAPERS. WE HADE NOts OF THIS IN THE,SECOND BIDDING PROPOSAL.
........THE LATE PH HE CALL AS TO IT§H f,19 TO 8E ADDED A8 PART Off
THE SECOND BIDDING tS IRREGULAR.
........THE NEW PLAS1 ONLY DELETES ADD ITEMS i, 21 & 3 AND ADDRESS
ITEM 1, 14, & 15 WITH A SLIGHTLY REDUCED SCOPE OF WORK.
........THE ABOVE H$NT'IONED ITEMS WERE BEING ADDRESSED AT THE HOSTING
W1E HAD ON 9-4-91 AS US BEING THE LOWEST QUALIFIED BIDDER.
........A HOOTING T DISCUSS THIS NATTER IS VITAL TO EXPEDITE
THE SPEEDY RESOLUTION OF THE PROBLEM.
SINCERALY, Iva,
JOSEPH LQVERHI, PROJECT NANhOER
4123 N. MIAMI AVENUE;* MIAMI. FLORIDA 33127 • PMC3NE: C305) 576-1408 / FAX: (305) 576-1392
91' 720
91- 721 {
Y
i
Cat# of Ptaml
RON E. WILLIAMS �• 'E 7�@�20SAR ATH. ODIO
Administrator •) City Manager
September , 1991 CERTIFIED MAIL
Mr. Joseph D. Lovermi
Urban Constructors, Inc.
4128 N. Miami Avenue
Miami, FL 33127
Re: Protest - Curtis Park Redevelopment - Fieldwork Project,
Second Bidding
Dear Mr. Lovermi:
I, as Chief Procurement Officer of the City of Miamir have read
your protest of September 10, 1991, investigated the issues, and.
reviewed pertinent documents, pursuant to my duties under Section
18-56.1, City of Miami Code, Resolution of Protest Solicitations
and Awards.
The issues stated in your letter are summarized as follows:
1.
2.
3.
4.
5.
Urban Constructors was the lowest qualified bidder
and specs in the first bidding
Bids were not accepted/rejected per normal bidding
Not enough time to secure bid bond documents
bidding
Telephone call relative to addition of item #19
bidding is irregular
per plans
procedures
for second
in second
Deleting items 1, 2, & 3, and reducing scope of add items 1,
14, & 15.
z In response to your letter, I find the following:
1. Upon first submission of bids, a determination was made that
budgetary limitations prevented the Department from accepting
all bids, and accordingly the project was rebid, with a
substantial reduction in the scope of work to be performed,
} in order that the City of Miami stay within budget. The
f second bidding was extended to companies deemed appropriate
for consideration, including Urban Constructors.
2. Pursuant to Resolution 91-126, the City Commission waived
formal competitive bid and selection procedures in connection
with the Curtis Park Project and confirmed the City Manager's
finding that an emergency existed, in order to expedite
completion of improvements. Consequently, normal budding
procedures were not required in this project. However, the
Public Works Department did seek out qualified contractors,
such as yourselves, to participate in an informal process
inviting them to submit informal bids,
1 720
DEPARTMENT OF GENERAL, SERVICES ADMINISTRATION AND SOLID WASTE/Procurement Manageme"I jHM)tlor)
1590 N.W. Xith Street/Miami, Florida 33142/()DS) 575-5174/FAX: (3Q5) 5I5-51�IQ
7��
DATE
Page 2
Urban Constructors
3. According to Public Works staff, you were informed that the
bid bond from the first bidding was acceptable, since the
project was downscaled and the total estimated amount of the
project lowered.
Items 4 & 5 were discussed with you in detail at a meeting on
September 4, 1991, in which you were informed of the extent of
the project's reduced scope and the telephone call relative to
Item 19 was only a reminder to bid this item separately.
The course of action taken by the City Administration falls
within its jurisdiction to act as authorized by Resolution 91-
126. For the above reasons, your protest is determined without
merit and is, therefore, rejected.
The City Manager and City Attorney have approved my decision and
the item is scheduled for the City Commission meeting to be held
on October 3, 1991, in the City Commission Chambers, City Hall,
3500 Pan American Drive, Dinner Key.
Sincerely,
Judy S. Carter
Chief Procurement Officer